Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: March 11, 2021 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation for Award of Contract for Citywide Program Management Support Services ' REFERENCES: Request for Qualifications ("RFQ") No. 19-20-019 ENCLOSURES: Report of Evaluation Committee Memorandum, Evaluation Committee Appointment Memorandum, Proposal Security List RECOMMENDATION Based on the findings below, the Department of Procurement ("Procurement") hereby recommends the award of professional services agreements (PSAs) to AECOM Technical Services, Inc. and Black & Veatch, Inc. (collectively the "Consultants") for Citywide Program Management Support Services (the "Project"). The City of Miami (the "City') is in need to engage the Consultants to manage, coordinate and integrate multiple, concurrent projects, at specific stages from assignment through completion. The scope of services includes, but is not limited to, (1) program management consisting of project scoping, project/program scheduling, cost estimating, recommending optimal procurement strategies, and risk assessment; (2) project initiation and program monitoring, controlling and reporting; (3) project/construction management throughout the project phases (planning, design, bidding, construction, closeout, warranty or related services); (4) as needed, assisting in the procurement of architecture, engineering, and construction services under the direction of the City's Department of Procurement (Procurement), and in accordance with governing state law and City ordinances and policies; (5) assisting the Office of Capital Improvements (OCI) in coordinating with outside agencies, and construction inspection; (6) as needed, providing professional and technical expertise, such as architectural and engineering services and construction administration, computer -aided design (CAD) operator and construction inspector capabilities; and (7) as needed, providing program support services such as public relations, budgeting, permitting and finance staff augmentation. Other services may include value engineering analysis, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the City's Capital Improvements Program. FISCAL IMPACT The potential fiscal impact to the City of Miami (City) because of the Work included under each of these PSAs will be $10 million throughout the next five years. Each contract is proposed to have an initial term of three (3) years with a capacity of $5 million, plus two one (1)-year options to renew with a capacity of $2.5 million each. The hourly rates proposed by the Consultants for their key personnel varied between $320.62.00 for Principals and $31.18 for the lowest required classification. The hourly rates negotiated by the City, and accepted by the Consultants, ranged from $175.00 to $31.18 for the proposed classifications, resulting in considerable savings for our taxpayers. PR21093 Page 2 - Recommendation for Award of Contract for Citywide Program Management Support Services Arthur Noriega V, City Manager BACKGROUND On February 12, 2020, the Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 19-20-019 under full and open competition, to obtain proposals from qualified and experienced professional consulting firms to procure a Citywide pool of program management consultants in accordance with Florida Statutes, Section 287.055, the Consultants Competitive Negotiation Act (CCNA). The Consultants will operate under the oversight of OCI's project management staff. On May 13, 2020, Procurement received four (4) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, upon which two (2) proposals were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. The remaining two (2) proposals were disqualified from the selection process for proposing a Project Cost Estimator without the minimum five (5) year -certification from the American Society of Professional Estimators as required by the RFQ. On December 8, 2020, pursuant to Section 3.1, "Acceptance/Rejection" and in consultation with the City Attorney's Office, Hill International, Inc. and Hazen & Sawyer were sent non -responsiveness letters outlining the reasons for such decision. Subsequently, on December 17, 2020, the Evaluation Committee met and completed the Step 1 evaluation of the two (2) responsive and responsible proposals, following the guidelines stipulated in the solicitation, and recommended that negotiations of PSAs be initiated with both respondents. As a result, Procurement requested the Consultants to submit their proposed hourly rates for key personnel, which were received on or about January 20, 2021. Subsequently, on February 5, 2021, a Negotiations Team reviewed the hourly rates for key personnel proposed by the City as compensation to the Consultants, and further approved said rates on February 25, 2021. The Consultants did agree in writing to their key personnel's hourly rates as counter proposed by the City, which were formally accepted by OCI on or about March 10, 2021 Consequently, approval of this recommendation is requested. Execution of the ensuing PSAs will be completed upon your approval. Your signature below indicates your approval of Procurement's recommendation, subject to subsequent final approval by the City Commission. Approved: Date: ( -1,�� IA Arthur Norieg V, City Manager c: Fernando Casamayor, Assistant City Manager, Chief Financial Officer Nzeribe lhekwaba, PE, PhD, Assistant City Manager, Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Jorge Mora, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21093 ACli OF t 1 * Bf ESR r�l trill k trr _ 0 N 1 CITY OF MIAMI DOCUMENT ROUTING FORM 104 ORIGINATING DEPARTMENT: Procurement DEPT. CONTACT PERSON: Fernando Ponassi/Luis Caseres NAME OF OTHER CONTRACTUAL PARTY/ENTITY: EXT. IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: FUNDING INVOLVED? ❑ YES ❑■ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) City Manager Memo ❑YES ❑■ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY) RFQ 19-20-019, Recommendation for Award of contract for Citywide Program Management Support Services COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR 03/12/2021 —, Digitally signed by Ponassi � � �,� Boutureira, Femando -may`; �k/ ) 05t002021.03.1212:27:51 SUBMITTED TO RISK MANAGEMENT N/A Ann Marie Sharpe N/A SUBMITTED TO CITY ATTORNEY N/A Victoria Mendez N/A APPROVAL BY BUDGET OFFICE N/A Leon Michel N/A APPROVAL BY ASSISTANT CITY MANAGER 3' /1• f /� i Fernando Ca ayo APPROVAL BY ASSISTANT CITY MANAGER rt �2 / Nzeribe Ihekwaba . RECEIVED BY CITY MANAGER Arthur Noriega V SUBMITTED TO AND ATTESTED BY CITY CLERK N/A Todd Hannon N/A 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR21093 Titu of 4Thami ANNIE PEREZ, CPPO ARTHUR NORIEGA V Director of Procurement City Manager March 25, 2021 All Responding Proposers (See Distribution List) SUBJECT: RFQ No. 19-20-019, Citywide Program Management Support Services Dear Proposers: Evaluation of proposals tendered in response to the above cited solicitation has been completed. The City Manager or designee has recommended award as shown in the attached document. This notice is provided in accordance with Section 1, Article 1.7 "Award of Agreement" of the Contract Document and Section 18-74 of the City of Miami Code. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 18-74 (d) (2) of the City of Miami Code. We appreciate the participation of all Proposers which responded to the subject action. If you have any questions, please contact me at 786-473-6560 or FPonassi@miamigov.com. Sincerely, Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP Assistant Director, A&E and Construction Services Distribution List: AECOM Technical Services, Inc. Black & Veatch, Inc. Hanzen & Sawyer Hill International, Inc. Attachment: City Manager Award Recommendation cc: City Clerk Pablo Velez, Sr. Assistant City Attorney, Office of the City Attorney Annie Perez, Director, Procurement CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement DEPT. CONTACT PERSON: Fernando Ponassi/Luis Caseres NAME OF OTHER CONTRACTUAL PARTY/ENTITY: EXT. 1922 IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: FUNDING INVOLVED? ❑ YES 0 NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY)City Manager Memo ■❑ YES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY) Evaluation Committee Report for RFQ No. 19-20-019 Citywide Program Management Support Services COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR 12/23/2020 ,.--Th Digitally signed by Ponassi( ,�,_� ������. '" Boutureira, Fernando kl1- J Date:2020.12.2408:41:22 /I '-05'00' SUBMITTED TO RISK MANAGEMENT N/A Ann Marie Sharpe SUBMITTED TO CITY ATTORNEY N/A Victoria Mendez APPROVAL BY BUDGET OFFICE N/A Leon Michel APPROVAL BY ASSISTANT CITY MANAGER Fernando Casamayor APPROVAL BY ASSISTANT CITY MANAGER Nzeribe Ihekwaba RECEIVED BY CITY MANAGER Arthur Noriega V SUBMITTED TO AND ATTESTED BY CITY CLERK N/A Todd Hannon 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 21061 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners DATE: December 24, 2020 and Honorable Mayor of the City of Miami FROM: Arthur Noriega, V. City Manager SUBJECT: Report of Evaluation Committee for Request for Qualifications (RFQ) No. 19-20-019, Citywide Program Management Support Services ENCLOSURES: Evaluation Committee Report In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: fvp c. Nzeribe Ihekwaba, PhD., P.E., Assistant City Manager/Chief of Operations Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney, City Attorney's Office Hector Badia, Interim Director, Office of Capital Improvements Alan M. Dodd, P.E., Director, Resilience & Public Works Department Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR 21060 1 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega, V. DATE: December 22, 2020 City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Report of Evaluation Committee for Request for Qualifications (RFQ) No. 19-20-019, Citywide Program Management Support Services ENCLOSURES: Response Security List, Evaluation Committee Tabulation Sheets, Evaluation Committee Appointment Memo, and State of Florida Executive Orders 20-52 and 20-69 Background On February 12, 2020, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 19-20-019 for the provision of Citywide Program Management Support Services Miscellaneous Environmental Engineering Services ("Project"), on behalf of the Office of Capital Improvements (OCI). Subsequently, on March 9, 2020, the State of Florida issued a Declaration of Emergency through Executive Order 20-52 on March 9, 2020 (copy attached), as a result of the Novel Coronavirus Disease 2019 (COVID-19) pandemic. Later, on May 13, 2020, Procurement received four (4) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, upon which two (2) proposals were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. The remaining two (2) proposals were disqualified from the selection process for proposing a Project Cost Estimator, without the minimum five (5) year -certification from the American Society of Professional Estimators as required by the RFQ. On December 8, 2020, pursuant to Section 3.1, "Acceptance/Rejection" and in consultation with the City Attorney's Office, Hill International, Inc. and Hazen & Sawyer were sent non -responsiveness letters outlining the reasons for such decision. On July 1, 2020, an Evaluation Committee ("Committee") was appointed by the City Manager to evaluate the proposals pursuant to the criteria established in the RFQ. At the time, the selection process continued to remain on hold until October 15, 2020, when the City Attorney's Office approved the guidelines to conduct virtual meetings proposed by Procurement. Upon sunset of State of Florida's Executive Order 20-69 (copy attached) on November 1, 2020, Procurement resumed the selection process and attempted several times to schedule the Step 1 Evaluation Meeting with the original Evaluation Committee without success. After two appointed external members declined to participate, Procurement enlisted the two alternate members as substitutes, and scheduled the Step 1 meeting for December 17, 2020. Shortly before the meeting, on December 14, 2020, one of the alternate members advised Procurement that he could not participate in the proceedings due to a COVID-19-related emergency. During the meeting, the Evaluation Committee voted unanimously to proceed with the four (4) members present. Summary of Evaluation While governed by Florida Statutes Section 287.055, any typical selection of professional services consultants may be comprised of two (2) steps: Step 1 "Evaluation of Qualifications and Experience," and Step 2 "Evaluation of Technical Proposals/Oral Presentations." PR 21061 1 Page 2 — Citywide Program Management Support Services, Arthur Noriega, V., City Manager On December 17, 2020, the Evaluation Committee met and completed the Step 1 evaluation of the two (2) responsive and responsible proposals, following the guidelines stipulated in the solicitation. Accordingly, the proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Evaluation Criteria Step 1 Maximum Points (Per Committee Member) 1. Proposer's Qualifications and Experience 30 2. Proposer's Lead Engineer Qualifications and Experience 20 3. Proposer's Team Qualifications and Experience 20 4. Design Philosophy and Process 15 5. Technical Capabilities and Approach 10 6. Amount of Work Awarded by the City 5 Total Points Per Committee Member 100 Due to the potential utilization of non -local funding sources to compensate consultants under contract, the standard 15% participation of Small Business Enterprise ("SBE") firms was not required. Furthermore, Procurement staff assigned scores for Criterion 6, "Amount of Work Awarded by the City," based on the amount of work awarded by the City of Miami within the previous three (3) years from the Proposal Submission Due Date of May 13, 2020. The individual scores per team under this criterion are indicated between parenthesis next to the total awarded points shown below. The final scores were as follows: Proposing Firms Awarded Points (Maximum 400 points) 1. AECOM Technical Services 2. Black & Veatch 349 (16) 345 (8) The Committee decided to waive Step 2 proceedings and voted unanimously to recommend to the City Manager that the two (2) responsive and responsible proposers be considered for negotiations of two (2) professional services agreements (PSAs). The tabulation and individual Committee member score sheets for Step 1 proceedings are attached as supporting documentation. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Kelvin Kercado and Giraldo Marquez (OCI) and Mr. Sylejman Ujkani (Office of Management and Budget) to commence negotiations of two (2) PSAs to provide the required services for the Project, inhe preferred order of ranking. In addition, Mr. Christopher Bennett (Resilience & Public Works) has be n minated to serve as Technical Advisor to the Negotiations Committee. Approved: Arthur Noriega, V., City Manager Date: c. Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe lhekwaba, PhD., P.E., Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney, City Attorney's Office Hector Badia, Interim Director, OCI Alan M. Dodd, P.E., Director, Resilience & Public Works Department Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR 21061 2 CITY OF M AYH OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Citywide Program Management Support Services BID NUMBER: RFQ No, 19-20-019 DATE BID OPENED: May 13, 2020 TIME: 2:00 p.m. BIDDER BID TOTAL BID :BON4 (ER' AMOUNT CASHIER'S CHECK Hill International N/A. N/A Black & Veatch. N/A N/A Hazen and Sawyer N/A N/A AECOM N/A N/A ,,,,‘ 60 .11, -13%C"' . .•: ' :::' ,01.-AP'4 •;\N7P .4 to ICO , ,:. '..-.;;-4 • - :.)' '''' ''' ' ' ell AVI- 06 t#64.' - dit•' .‘, te Received (4) bid(s) on behalf: Procurem Ci PREPARED BY: Today s Date Deputy City Cler RFQ No. 19-20-019 Citywide Program Management Support Services EVALUATION OF PROPOSALS Maria Quintana, CGC, Env SP, Construction Coordinator, Miami -Dade County WASD EVALUATION CRITERIA N. PROPOSERS Proposer's Qualifications and Experience Lead Program Manager's Qualifications and Experience Sr. Program Manager's Qualifications and Experience PMs and CMs' Qualifications and Experience Design Philosophy/Technical Capabilities and Approach Amount of Work Awarded by the City TOTAL POINTS Maximum Points 30 20 20 15 10 5 100 Hill International Black & Veatch 2 Hazen & Sawyer AECOM 4 ( 12/10/2020 RFQ No. 19-20-019 Citywide Program Management Support Services EVALUATION OF PROPOSALS Kelvin Kercado, Program Manager, Office of Capital Improvements, City of Miami EVALUATION CRITERIA N PROPOSERS Proposer's Qualifications and Experience Lead Program Manager's Qualifications and Experience Sr. Program Manager's Qualifications and Experience PMs and CMs' Qualifications and Experience Design Philosophy/Technical Capabilities and Approach Amount of Work Awarded by the City TOTAL POINTS SIGNATURE: PRINT NAME: Maximtarn Points 20 15 1 0 100 Hill International Black & Veatch lc? i3 9 2 Hazen & Sawyer AECOM I 5 '17)- ) I0 :4 2 74 12/10/2020 RFQ No. 19-20.019 Citywide Program Management Support Services EVALUATION OF PROPOSALS Giraldo Marquez, Chief Project Manager, Office of Capital Improvements, City of Miami EVALUATION CRITERIA N PROPOSERS Proposer's Qualifications and Experience Lead Program Manager's Qualifications and Experience Sr. Program Manager's Qualifications and Experience PMs and CMs' Qualifications and Experience Design Philosophy/Technical Capabilities and Approach Amount of Work Awarded by the City SIGNATURE: PRINT NAME. a Ca1 alk c( 1 \(..,1e'(I� Maximum Points C'1/y ,L't91 20 20 Hill international Mack & Veatch Hazen & Sawyer AECOM 4 87 12/10/2020 RFQ No. 19-20-019 Citywide Program Management Support Services EVALUATION OF PROPOSALS Christopher Bennett, PE, Assistant Director, Resilience & Public Works, City of Miami EVALUATION CRITERIA PROPOSERS Proposer's Qualifications and Experience Lead Program Manager's Qualifications and Experience Sr. Program Manager's Qualifications and Experience PMs and CMS' Qualifications and Experience Design Philosophy/Technical Capabilities and Approach Amount of Work Awarded by the City TOTAL POINTS SIGNATURE: PRINT NAME: Maximum Points . , . . . , 20 20 15 10 5 flfl Hill International Black & Veatch 2 Hazen & Sawyer AECOM 13 4 12/1 0/2020 EVALUATION COMMITTEE MEETING Thursday, December 17, 2020 Department of Procurement Request for Qualifications (RFQ) No. 19-20-019 Citywide Program Management Support Services Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS TABULATION SHEET RFQ No. 19-20-019 > 9 N 0 U rn p 0 -J 1- 7 FINAL RANK NAME OF FIRM(S) 77 1 2 Hill International, Inc. ............................................................................................................................................................................................................... 1A- Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Lead Engineer Qualifications and Experience (Max. 20 points) 3A Proposer's Team Qualifications and Experience (Max. 20 points) 4A - Design Philosophy and Process (Max. 15 points) 5A - Technical Capabilities and Approach (Max. 10 points) 6A-Amount of Work Awarded by the City (Max. 5 points) Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Black & Veatch IA- Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Lead Engineer Qualifications and Experience (Max. 20 points) 3A- Proposer's Team Qualifications and Experience (Max. 20 points) 4A - Design Philosophy and Process (Max. 15 points) 5A - Technical Capabilities and Approach (Max. 10 points) 6A-Amount of Work Awarded by the City (Max. 5 points) Tie -Breaker Criterion IA, 2A, 3A, 4A, and 5A; then Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 1 of2 Qualitative Scores Qualitative Scores 26 19 20 13 9 2 29 19 19 12 2 27 17 17 12 9 2 26 17 17 12 8 2 89, 90 '84. 82 EVALUATION COMMITTEE MEETING Thursday, December 17, 2020 Department of Procurement Request for Qualifications (RFQ) No. 19.20-019 Citywide Program Management Support Services Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI EVALUATION COMMITTEE MEMBERS 3 TABULATION SHEET RFQ No. 19-20-019 NAME OF FIRM(S) Hazen & Sawyer .............................................................................................................................................................................................................. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Lead Engineer Qualifications and Experience (Max. 20 points) 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 4A - Design Philosophy and Process (Max. 15 points) 5A - Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie -Breaker Criterion 1A, 2A, 3A, 4A, and 5A; then Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. AECOM Technical Services, lnc. .......................................................................................................................................................................................................... 1A - Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Lead Engineer Qualifications and Experience (Max. 20 points) 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 4A - Design Philosophy and Prooess (Max. 15 points) 5A - Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A In that order. Chairperson: Fernando V. Ponassi, MArch., MA PPA, LEER AP 27 15 17 14 10 4 87 28 18 18 13 8 4 28 17 17 12 8 4 86- 86: 28 17 17 13 8 4 87 .TIVE SCORI C1',r 0 Z Z 0 U DQ FINAL RANK 349 1 Page 2 of CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: June 26, 2020 City Manager FROM: Annie Perez, CPPO, Director 4/2 Department of Procurement SUBJECT: Evaluation Committee Appointments for Citywide Program Management Support Services - Request for Qualifications ('RFQ') No,: 19-20-019 REFERENCES: RFQI No. 19-20-019 In accordance with Section 18-86(c)(6) of the City of Miami Code, the Department of Procurement (Procurement), on behalf of the Office of Capital Improvements (OCI), requests your approval to appoint the below listed professionals to the Evaluation/Selection Committee (Committee). The Committee will be tasked with evaluating and scoring the proposals submitted in response to Request for Qualifications (RFQ) 19-20-019 for Citywide Program Management Support Services, issued on February 12, 2020. The Committee shall be comprised of professionals that have the requisite knowledge and experience to evaluate the proposals pursuant to the criteria established in the RFQ. Chairperson (non -voting) Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement City of Miami Staff (voting) 1, Kelvin Kercado, Program Manager, OCI, COM 2. Christopher Bennett, P.E., Assistant Director, Resilience and Public Works, COM External Committee Members (voting) 1. D. Akin Ozaydin, MBA, CGC, PE, City Engineer, Public Works, City of North Miami Beach 2. Neil Schafers, ASLA, Sr. Manager, Planning, Resilience + Transportation, Miami Downtown Development Authority, 3, Ileana Quintana, CGC, Env SP, Construction Coordinator, Miami -Dade County Water & Sewer Alternate Committee Members (voting) 1. Giraldo Marquez, Chief Project Manager, OCI, COM 2. Sylejman Ujkani, Program Manager, OCI, COM Your signature below affirms your appointment of this Committee for the evaluation of proposals for the Project, as solicited un r REP No. 19-20-019, APPROVED: Arthur N lega V, City Manager Date AP: fvp c: Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Todd B. Hannon, City Clerk Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR20167 STATE. OF FLORIDA OFFICE OF THE GOVERNOR EXECUTIVE ORDER NUMBER 20-52 (Emergency Management - COVID-19 Public Health Emergency) WHEREAS, Novel Coronavirus Disease 2019 (COVID-19) is a severe acute respiratory illness that can spread among humans through respiratory transmission and presents with symptoms similar to those of influenza; and WHEREAS, in late 2019, a new and significant outbreak of CO VID-19 emerged in Cl and WHEREAS, the World Health Organization previously declared COVID-19 a Public Health Emergency of International Concern; and VVHEREAS, in response to the recent COVID-I9 outbreak in China, Iran, Italy, Japan and South Korea, the Centers for Disease Control and Prevention ("CDC") has deemed it necessary to prohibit or restrict non -essential travel to or from those countries; and WHEREAS, on March 1, 2020, I issued Executive Order number 20-51 directing the Florida Department of Health to issue a Public Health Emergency; and 'WHEREAS, on March 1, 2020, the State Surgeon General and State Health Officer declared a Public Health Emergency exists in the State of Florida as a result of COVID-19; and WHEREAS, on March 7, 2020, I directed the Director of the Division of Emergency Management to activate the State Emergency Operations Center to Level 2 to provide coordination and response to the COVID-19 emergency and WHEREAS, as of March 9, 2020, eight counties in Florida have positive cases for COVID-19, and COVID-19 poses a risk to the entire state of Florida; and WHEREAS, the CDC currently recommends community- preparedness and everyday prevention measures be taken by all individuals and families in the United States, including voluntary home isolation when individuals are sick with respiratory symptoms, covering coughs and sneezes with. a tissue and disposal of the tissue immediately thereafter, washing hands often with soap and water for at least 20 seconds, using of alcohoi-based hand sanitizers with 60%!-95% alcohol if soap and water are not readily available and routinely cleaning frequently touched surfaces and objects to increase community resilience and readiness for responding to an outbreak; and WHEREAS, the •CDC currently recommends mitigation measures for communities experiencing an outbreak including staying at home when sick, keeping away from others who are sick, limiting face-to-face contact with others as much as possible, consulting with your healthcare provider if individuals or members of a household are at high risk for COVID-19 complications, wearing a facemask if advised to do so by a healthcare provider or by a public health official, staying home when a household member is sick with respiratory disease symptoms if instructed to do so by public health officials or a health care provider; and WHEREAS, as Governor, I am responsible for meeting the dangers presented to this state and its people by this emergency. NOW, THEREFORE, I, RON DESANTIS, as Governor of Florida, by virtue of the authority vested in me by Article IV, Section (1)(a) of the Florida Constitution, Chapter 252, Florida Statutes, and all other applicable laws, promulgate the following Executive Order to take immediate effect: Section 1, Because of the foregoing conditions, 1 declare a state of emergency exists in the State of Florida. Section 2. I designate the Director of the Division ofEmergency Management ("Director") as the State Coordinating Officer for the duration of this emergency and direct him to execute the State's Comprehensive Emergency Management Plan and other response, recovery, and mitigation plans necessary to cope with the emergency. Additionally, 1 designate the State Health Officer and Surgeon General as a Deputy State Coordinating Officer and State Incident Commander, Pursuant to: section 252.36(1)(a), Florida Statutes, 1 delegate to the State Coordinating Officer the authority to exercise those powers delineated in sections 252.36(5)-(10), Florida Statutes, which he shall exercise as needed to meet this emergency, subject to the limitations of section 252.33, Florida Statutes. In exercising the powers delegated by this Order, the State Coordinating Officer Shall confer with the Governor to the fullest extent practicable, The State Coordinating Officer shall also have the authority to A. Seek direct assistance and enter into agreements with any and all agencies of the United States Government as may be needed to meet the emergency, B. Designate additional Deputy State Coordinating Officers, as necessary. C. Suspend the effect of any statute, rule, or order that would in any way prevent, hinder, or delay any mitigation, response, or recovery action necessary to cope with this emergency, D. .Enter orders as may be needed to implement any ofthe foregoing powers; however, the requirements of sections 252.46 and 120.54(4), Florida. Statutes, do not apply to any such orders issued by the State Coordinating Officer, however, no such order shall remain in effect beyond the expiration of this Executive Order, to include any extension. Section 3, I order the Adjutant General to activate the Florida National Guard, as needed, to deal with this emergency, 3 Section 4. 1 find that the special duties and responsibilities resting upon some State, regional, and local agencies and other governmental bodies in responding to the emergency may require them to suspend the application of the statutes, rules, ordinances, and orders they administer. Therefore, J issue the following authorizations; A. Pursuant to section 252,36(1)(a), Florida Statutes, the Executive Office of the Governor may suspend all statutes and rules affecting budgeting to the extent necessary to provide budget authority for state agencies to cope with this emergency. The requirements of sections 252,46 and 120.54(4), Florida Statutes, do not apply to any such suspension issued by the Executive Office of the Governor; however, no such suspension shall remain in effect beyond the expiration of this Executive Order, to include any extension, B. Each State agency may suspend the provisions of any regulatory statute prescribing the procedures for conduct of state business or the orders or rules of that agency, if strict compliance with the provisions of any such statute, order, or rule would in any way prevent, hinder, or delay necessary action in coping with the emergency. This includes, but is not limited to, the authority to suspend any and all statutes, rules, ordinances, or orders which affect leasing, printing, purchasing, travel, and the condition of employment and the compensation of employees. For the purposes of this Executive Order, "necessary action in coping with the emergency" 'mans any einergency mitigation, response, or recovery action: (1) prescribed in the State Comprehensive Emergency Management Plan ("CEMP"); or (2) ordered by the State Coordinating Officer. The requirements of sections 252.46 and 120.54, Florida Statutes, shall not apply to any such suspension issued by a State agency; however, no such suspension shall remain in effect beyond the expiration of this Executive Order, to include any extensions. 4 C. In accordance with section 465.0275, Florida Statutes, pharmacists may dispense up to a 30-day emergency prescription refill of maintenance medication to persons who reside in an area or county covered under this Executive Order and to emergency personnel who have been activated by their state and local agency but who do not reside in an area or county covered by this Executive Order, D. In accordance with section 252.38, Florida Statutes, each political subdivision within the State of Florida may waive the procedures and formalities otherwise required of the political subdivision by law pertaining to: I) Performance of public work and taking whatever prudent action is necessary to ensure the health, safety, and welfare of the community; 2) Entering into contracts; however, political subdivisions are cautioned against entering into time and materials contracts without ceiling as defined by 2 CFR 200.318(j) or cost plus percentage contracts as defined by 2 CFR 200.323(d); 3) Incurring obligations; 4) Employment ofpermanent and temporary workers; 5) Utilization of volunteer workers; 6) Rental of equipment; 7) Acquisition and distribution, with or without compensation, of supplies, materials, and facilities; and, 8) Appropriation and expenditure of public funds. E. All State agencies responsible for the use of State buildings and facilities may close such buildings and facilities in those portions of the State affected by this emergency, to the extent necessary to meet this emergency. 1 direct each State agency to report the closure of any State building or facility to the Secretary of the Department of Management Services, Under the authority contained in section 25236, Florida Statutes, I direct each County to report the closure °fatly building or facility operated or maintained by the County or any political subdivision therein to the Secretary of the Department of Management Services. Furthermore, I direct the Secretary of the Department of Management Services to: I) Maintain accurate and up-to-date list of all such closures;, and,, 2) Provide that list daily to the State Coordinating Officer. Section 5. I find that the demands placed upon the funds appropriated to the agencies of the State of Florida and to local agencies are unreasonably great and the funds currently available may be inadequate to pay the costs of coping with this emergency. In accordance with section 25237(2), Florida Statutes, I direct that sufficient funds be made available, as needed, by transferring and expending moneys appropriated for other purposes, moneys from unappropriated surplus funds, or from the. Budget Stabilization Fund, Section, 6, All State agencies entering emergency final orders or other final actions in response to this 'emergency shall advise the State Coordinating Officer contemporaneously or as Soon as practicable. Section 7. Medical professionalsand workers, social workers, and counselors with good and valid professional licenses issued by states other than the State of Florida may render such services in Florida during this emergency for 'persons affected by thisemergency with the condition that such services be rendered to such persons free of charge, and with the further condition. that such services be rendered under the auspices Of the American Red Cross or the Florida Department ofHealth, 6 Section 8. All activities taken by the Director of the Division of Emergency Management and the State Health Officer and. Surgeon General with respect to this emergency before the issuance of this Executive Order are ratified. This Executive Order shall expire sixty days from this date unless extended. ATTEST: E RETARY OF STAT IN TESTIMONY WHEREOF, I have hereunto set my hand and caused the Great Seal of the State of Florida to be affixed, at Tallahassee, this 9th day of Mareh, 20 7 T FF OFFICE OF THE GOVE OR EXECUTIVE 0 ER IN UMBER 20-69 (Emergency Management — COV1D-1 9 — Local Government Public Meetings) 'WHEREAS, on March 1, 2020, I issued Executive Order 20-51 directing the Florida Department of Health to issue a Public Health Emergency as a result of COVID-1 9; and WHEREAS, on March 1, 2020, the State Surgeon General and State Health Officer declared a Public Health Emergency exists in the State of Florida as a result of COV1D-19; and WHEREAS, on March 9, 2020, I issued Executive Order 20-52 declaring a state of ernergency for the entire State of Florida as a result of COVID-19; and WHEREAS, on March 16, 2020, President Donald J. Trump and the Centers for Disease Control and Prevention ("CDC") issued the "15 Days to Slow the Spread" guidance advising individuals to adopt far-reaching social distancing measures, such as working from home and avoiding gatherings °emote than 10 people; and. WHEREAS, on March 17, 2020, I wrote a letter to Attorney General Ashley Moody seeking an advisory opinion regarding concerns raised by local government bodies about their ability to hold meetings through teleconferencing and other technological means in order to protect the public and follow the CDC guidance regarding social distancing; and WHEREAS, on March 19, 2020, Attorney General Ashley Moody delivered an opinion to me indicating that certain provisions of Florida law require a physical quorum be present for local government bodies to conduct official business, and that local government bodies may only conduct meetings by teleconferencing or other technological means if either a statute permits a quorum to be present by means other than in person, or that the in person requirement for constituting a quorum is lawfully suspended during the state of e iergency; and WHEREAS, it is necessary and appropriate to take action to ensure that COVID- I 9 remains controlled, and that residents and visitors in Florida remain safe and secure; NOW, THEREFORE, I, RON DESANTIS, as Governor of Florida, by virtue of the authority vested in me by Article IV, Section (1)(a) of the Florida Constitution, Chapter 252, Florida Statutes, and all other applicable laws, promulgate the following Executive Order to take immediate effect: Section I. t hereby suspend any Florida Statute that requires a quo un to be present in perso or requires a local government body to meet at a specific public place. Section 2. Local governrnent bodies may utilize communications media technology, such as telephonic and video conferencing, as provided in section I20.54(5)(b)2., Florida Statutes, Section 3. This Executive Order does not waive any other requirement under the Florida Constitution and "Florida's Government in the Sunshine Laws," including Chapter 286, Florida Statutes. Section 4. This Executive Order shall expire at the expiration of Executive Order 20- 52, including any extension. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and caused the Great Seal of the State of Florida to be affixed, at Tallahassee, this 20th day of March, 2020 RON DESANTIS, GOVERNOR ATTEST; TARY OF STATE Proven Program Management Approach Experienced in Design Through Construction Flexibility to Do All Types of CIP Work QUALIFICATIONS FOR RFQ NUMBER 19-20-019 CITYWIDE PROGRAV IV ANAL EIV ENT SUPPORT SERVICES CITY OF MIAMI COPY A. Content of Qualifications and Experience :EUaiaa.X .UL' SUO! 23! i 2n. o }ua}uo • TABLE OF CONTENTS SECTION A TABLE OF CONTENTS PG. 1 RFQ-PCL PROPOSAL COVER LETTER PG. 3 RFQ-N PROPOSAL NARRATIVE PG. 4 RFQ-QPC QUALIFICATIONS OF PROPOSER PG. 22 RFQ-QPC ATTACHMENT A - LIST OF OTHER EMPLOYEES PG. 25 RFQ-QPC ATTACHMENT B - CLAIMS/LITIGATION PG. 26 RFQ-QPC ATTACHMENT C - BLACK & VEATCH OFFICERS LIST PG. 28 RFQ-EPC EXPERIENCE OF PROPOSER PG. 34 RFQ-QKP QUALIFICATIONS OF THE LEAD PROGRAM MANAGER PG. 76 LEAD PROGRAM MANAGER RESUME & LICENSES PG. 77 RFQ-ELPM EXPERIENCE OF THE LEAD PROGRAM MANAGER PG. 81 RFQ-QKP QUALIFICATIONS OF THE SENIOR PROGRAM MANAGER PG. 92 SENIOR PROGRAM MANAGER RESUME & LICENSES PG. 93 RFQ-ESPM EXPERIENCE OF THE SENIOR PROGRAM MANAGER PG. 96 RFQ-QSC QUALIFICATIONS & EXPERIENCE OF PROJECT MANAGERS PG. 102 PROJECT MANAGERS RESUMES & LICENSES PG. 103 RFQ-QSC QUALIFICATIONS & EXPERIENCE OF CONSTRUCTION MANAGERSPG. 120 CONSTRUCTION MANAGERS RESUMES & LICENSES PG. 121 RFQ-QSC QUALIFICATIONS & EXPERIENCE OF THE ARCHITECTS PG. 135 ARCHITECTS RESUMES & LICENSES PG. 136 RFQ-QSC QUALIFICATIONS & EXPERIENCE OF THE CIVIL, STRUCTURAL, AND MEP ENGINEERS PG. 151 CIVIL, STRUCTURAL, AND MEP ENGINEERS RESUMES & LICENSESPG. 152 RFQ-QSC QUALIFICATIONS & EXPERIENCE OF THE CEI SERVICES SPECIALISTS PG. 189 CEI SERVICES SPECIALISTS RESUMES & LICENSES PG. 190 RFQ-QSC QUALIFICATIONS & EXPERIENCE OF THE PROJECT COST ESTIMATOR & SCHEDULER PG. 201 PROJECT COST ESTIMATOR & SCHEDULER RESUMES & LICENSES PG. 202 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 1 L TABLE OF CONTENTS continued RFQ-QSC QUALIFICATIONS & EXPERIENCE OF THE SUBCONSULTANTS PG. 210 TEAM ORGANIZATIONAL CHART PG. 211 SECTION B RFQ-DPP DESIGN PHILOSOPHY & PROCESS PG. 212 RFQ-TCA TECHNICAL APPROACH & CAPABILITIES PG. 216 SECTION C RFQ PROPOSAL FORMS PG. 242 BUSINESS TAX RECEIPTS/OCCUPATIONAL LICENSES/FDOT NOTICE OF QUALIFICATIONS (IF APPLICABLE) PG. 247 BLACK & VEATCH CORPORATION PG. 247 BCC ENGINEERING PG. 251 T.Y. LIN INTERNATIONAL GROUP PG. 255 BERMELLO AJAMIL & PARTNERS PG. 261 MOFFATT & NICHOL PG. 265 CORVIAS GROUP N/A BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 2 Proposal Cover Letter Form RFQ-PCL RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Proposer: Black & Veatch Corporation Name: Rafael E. Frias III Address: 2121 Ponce De Leon Blvd, Ste 305, Coral Gables, FL 33134 FEIN #: 43-1833073 Florida Corporation No.: F98000006965 Proposer's Contact Person: Rafael E. Frias III Title: Associate Vice President Telephone: (954) 465-6872 E-Mail: FriasRE@bv.com Certification of Compliance with Minimum Qualification Requirement(s) The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in Section 18-107 or Ordinance No. 12271. We (I) certify that any and all information contained in this submission is true; and we (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 all 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: Rafael E. Frias f Title: Signature: Associat-__ce "resident Date: May 3, 2020 RFQ-PCL Revised 1/31/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 3 RFQ No.: Proposal Narrative Form Form RFQ-PN 19-20-019 RFQ Title: Citywide Program Management Support Services Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4 of the RFQ. ADVANTAGES OF THE BLACK & VEATCH TEAM Black & Veatch has assembled a local team of professionals with proven experience providing municipalities with program management support and staff augmentation services. The following benefits that the City will receive from the Black & Veatch team makes us the most qualified Proposer for the delivery of this important Program: • Flexibility to support the delivery of all types of work — Over 100 years of experience providing engineering design, program management, construction, and construction management for the implementation of comprehensive infrastructure facilities. • A deep bench of project augmentation resources — Over 10,000 professionals with more than 2,000 project and construction management professionals at the City's disposal. • Certainty of having access to the right expertise — Our team includes local, expert resources with proven experience with CIP projects for which the City requires staff augmentation support: o Sea -Level Rise and Flood Prevention o Public Safety o Roadways o Affordable Housing o Parks and Cultural Facilities • Access to other support services to facilitate successful delivery of the CIP — In addition to staff augmentation, our team provides the City with comprehensive architecture, engineering, and construction specialists to provide other support services such as Public Relations, Landscape Architecture, Miami 21 Zoning Code Compliance, Sea -Level Rise and Climate Change Adaptation, Asset Management, and BIM+ 3D models. • Increased construction expertise — In Black & Veatch, the City has access to a professional services firm and an infrastructure contractor. Our proven construction experience will be leveraged in the management of construction contractors and contract interpretations. • Project delivery alternatives that will result in cost savings and expedited delivery of CIP projects — A team with experience developing Community -Based Partnerships to expedite the delivery of infrastructure projects, while promoting local workforce development, access to alternative funding sources and working capital. RFQ-PN Revised 1/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 4 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. ABOUT BLACK & VEATCH Since 1915, we have helped our clients improve the lives of people in more than 100 countries through consulting, engineering, construction, operations, and program management. Our workforce includes more than 10,000 professionals working on projects across major infrastructure markets. Today, millions of people around the world use critical human infrastructure designed, constructed, or supported by Black & Veatch. PROGRAM AND CONSTRUCTION MANAGEMENT CAPABILITIES Black & Veatch has completed more than 20 programs larger than $1 billion and over 50 programs in total. In Florida, we have completed more than 1,000 task orders for over 300 agencies. We will leverage this extensive experience to bring tailored solutions that protect the City of Miami's assets now and with resilience for the future. Our seasoned professionals have experience on capital programs of all sizes, complexity, and scope. In today's environment, the delivery of complex capital programs often requires collaboration, efficiency, transparency, and accountability in an integrated setting with multiple stakeholders. By implementing our approach to program and construction management, the entire portfolio of projects is delivered in a repeatable, standardized, and consistent manner, across the entire program lifecycle. I E , BLACK&VEATCH founded 1915 100+ & 10K offices employees largest employee -owned company in the United States TRUSTED PARTNER FROM CONCEPT TO CONSTRUCTION Tampa Bay Water Program Manager/System Engineer Black & Veatch has served as System Engineer for Tampa Bay Water since 1998. Over this time, Black & Veatch has successfully completed numerous system analysis and master planning efforts that have supported the successful integration of two large water supply expansion programs. When the source water supply becomes scarce, Black & Veatch has managed TBW's program through concept planning, design, and construction; and has facilitated workshops, performed public involvement activities, and interfaced at a high level with the Member Governments and Boards as an integral part of the program. LPN Realised 1131PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 5 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. Our clients benefit from effectively -managed expectations from our team's long history working with Florida stakeholders and detailed understanding of local, regional, and state policies. Our alternative delivery services including design -build, construction management and construction management at risk (CMAR), and owner's engineering and program management services include: • Planning • Program Scheduling and Cost Control • Contract Management • Risk Management • Information Management Systems • Document Control • Communication and Public Outreach • Value Engineering and Peer Review • Financing • Design Management • Alternative Delivery and Procurement Strategy • Construction Execution Planning • Construction Contract Management • Operational Review • Commissioning • Quality Assurance/ Control Black & Veatch Florida Highlights Continuous Florida 1957 presence since Jacksonville' SEVEN Florida offices 325+ professionals in Florida ••�•� Amanda Orlando • Fort Lake Myers : _ Wkrth Coral Springs• Coral Gables 11 PROGRAM VALUES & PRINCIPLES Our core values and professional principles define why we support our clients and how we behave as individuals. URGENCY means we are highly responsive to requests the City makes. We collaborate quickly to expedite solutions to any challenge, need or situation we encounter. We inspire our colleagues and counterparts with our sense of purpose in a partnered approach. OWNERSHIP means we always work in the best interests of the City. We act as problem -solvers and solution -facilitators. We are always accountable to the City for our actions. We act to safeguard and enhance the City's reputation above all, understanding that we can only be successful if the City of Miami's success is recognized first. COMMUNICATION means no surprises. We communicate effectively with conviction and openness to keep the City always informed about progress, anticipated issues and challenges, while encouraging the free flow of information to ensure the best ideas come to light. "` We have hand-picked partners and professionals who live and breathe these values to propel your strategic objectives forward. Together with the City, we form a high -functioning team committed to achieving the City's mission. These values complement and reinforce the values that define the Black & Veatch's culture wherever we operate. Every Black & Veatch professional is trained to live up to these values in every aspect of our performance. 1 sed 1 31PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 6 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. BLACK & VEATCH PROGRAM MANAGEMENT CASE STUDIES COMPREHENSIVE CRITICAL INFRASTRUCTURE IMPROVEMENTS ISLAND -WIDE ' ogram Management Services for PRASA The Puerto Rico Aqueduct and Sewer Authority (PRASA) together with the Black & Veatch PMC team, embarked on a critically important project with the Program Management Services for the Implementation of the Capital Improvement Program across the island. Black & Veatch's role consisted of managing a program for the implementation of critical water, wastewater, commercial offices, administration buildings, and pump station infrastructure projects that involved planning, design, construction oversight, inspection of utility assets, and commissioning of facilities. The Black & Veatch team completed more than 30 projects simultaneously at various stages, representing $250 million of capital investment. CITYWIDE PROGRAM MANAGEMENT Sewer Assessment and Rehabilitation Program Memphis, Tennessee Black & Veatch provided Program Management services to the City of Memphis for the assessment and rehabilitation of its entire sanitary sewer system. Under this $300 million program, Black & Veatch provided condition assessments, master planning, asset management, risk management, GIS, funding support, easement and access planning and acquisition, roadways and sidewalks development, and construction phase services for sanitary sewer outfall (SSO) Citywide. i rie uty cenentea rrom a more than 60% overall reduction in SSOs over the 5-year life of the Program. Black & Veatch provided Program Management, Construction, and Construction Management - all under one roof. LPN Realised 1131PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 7 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. THE BLACK & VEATCH TEAM Black & Veatch World Headquarters Serving as one unified team, Black & Veatch will make a seamless transition into the City of Miami's workforce, operating as an administrative and technical pxtoncinn of City staff The City of Miami will have access to the right project staff to undertake its CIP Program Management by leveraging Black & Veatch's deep bench of program management and technical resources, which includes subject matter experts who have experience working for Florida municipalities, as well as our extended resources of qualified subconsultants: engineering BCC Engineering BCC Engineering, LLC was established in 1994 as a Florida firm. Since that time the firm has diligently worked to meet the needs of diverse private and public sector clients. BCC specializes in providing planning, design, and construction management services for civil, environmental, structural, site development, traffic engineering, multi -modal transit, complete streets, and highway engineering. The firm's principals and senior engineers bring a wealth of experience having worked on major building, infrastructure, and transportation projects. That experience has led to the company's growth in providing professional services in traditional and alternative delivery methods. BCC has been partnering with the City of Miami during the past 12 years. BCC is currently working on the Downtown Beautification of Flagler Street and was recently awarded the Design Criteria Package for the Repair and Reconstruction of Citywide Roads. LPN 1 sed 1 31PIB BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 8 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. TYUNiNTERNATioNAL T.Y. Lin International (T.Y. Lin) T.Y. Lin is a full -service engineering firm located in Coral Gables, enabling a quick response to the City's needs. For over 70 years, T.Y. Lin has provided civil, structural, mechanical, and electrical engineering as well as environmental services for infrastructure improvement projects throughout South Florida, and particularly in support of local agencies. T.Y. Lin has proudly participated in many marquee local and national projects such as the Port of Miami Tunnel, Miami International Airport Consolidated Rental Car Facility, Hoover Dam Overpass, and Oakland Bay Bridge. T.Y. Lin's Coral Gables office, with a staff of over 80 professionals, has a team of engineers dedicated to local infrastructure projects. For the last 20+ years, T.Y. Lin has proudly served the City of Miami designing and overseeing construction of over $50M of infrastructure ranging from Neighborhood Drainage Improvement Projects to Coastal Seawall and Park Facility projects. In recent years, T.Y. Lin has served the City on a wide array of On -call Miscellaneous Services Contracts. These have included Civil Engineering, Coast Engineering, Environmental Engineering, Mechanical Engineering, and Structural Engineering. These contracts are ongoing and have enabled T.Y. Lin to gain a comprehensive understanding of the City's current and future needs from the perspective of the City's client departments including Parks and Recreation and Public Works. B / Bermello Ajamil & Partners Bermello Ajamil & Partners, Inc. (BA) BA is a global interdisciplinary A/E firm established in 1939 offering services that include Architecture, Engineering, Planning, Landscape Architecture, Interior Design, Construction Administration, and Public Involvement. BA serves various market sectors consisting of Municipal, Aviation, Commercial, Education, Healthcare, Maritime, Residential, and Transportation. Headquartered in the City of Miami, the firm operates on six continents from its offices in Florida, New York, California, and Denmark and is highly recognized for its award -winning designs and extraordinary service. The firm's professional staff of over 130 talented individuals is always committed to embracing the client's vision and needs first. With an abiding promise to its clients and the communities that it serves, BA has the unique expertise to constantly evolve the quality of life of those being served. BA has continuously developed innovative design technologies resulting in intelligent, sustainable solutions that enrich the built environment. Locally, BA has served multiple municipalities within South Florida in meeting all regulatory requirements and successfully interfacing with project stakeholders. LPN Realised 1131PID BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 9 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. moffatt & nichol Moffatt & Nichol Moffatt & Nichol was founded in 1945 to provide design engineering services to the United States Navy and the growing commercial waterfront in southern California. Today, the firm includes the largest collection of coastal engineers of any consulting firm in the United States. As industry trendsetters at the forefront of technical innovations, efficiencies, and emerging trends, Moffatt & Nichol professionals maintain the highest degree of readiness and competency to meet the City of Miami's present and future needs. Moffatt & Nichol has more than 55 Florida -based professionals working on coastal engineering and construction, environmental permitting, marine works, and transportation infrastructure projects for public and private -sector clients. Key staff in Moffatt & Nichol's Miami office have managed projects and contracts with various public -sector clients, including the City of Miami and Miami -Dade County. This combined local experience and knowledge, along with the firm's global coastal, waterfront, port, and resiliency consulting experience, provides the City of Miami with the resources and capabilities for any type of project on the coast or waterfront. • Corvias Group Corviasu Corvias was established in 1998 to develop solutions through Community Based Partnerships and work with groups that create lasting impact. With 900+ employees, spread across 32 offices and program locations in the U.S., Corvias prides itself in positively impacting every community in which it works. Corvias delivers unique capabilities and solutions to address infrastructure needs through quality design, finance, construction, maintenance, and community services through Community Based Partnerships. Many of Corvias' complex programs equate to the management and operation of a small city, both in size and scope. All of its programs are long-term (30-65 year) engagements, and Corvias has never exited a project early. Corvias has delivered more than 900 Green Infrastructure projects across 15 different U.S. States, from Florida to Alaska. LPN Realised 1131PIB BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 10 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. EXPERIENCED & QUALIFIED TEAM he projects under this Program will encompass many diverse technical and delivery aspects. Our team has the qualifications and ability to address all aspects of the work, an in-depth knowledge of local conditions, and adequate availability to apply talent -to -task assignments. Black & Veatch is committed to providing the City with responsive, reliable, and professional service in a timely and efficient manner. We offer the City with a local team of program management consultants that specialize on each type of infrastructure project required under this Program: • Black & Veatch — Overall Program and Construction Management; Sea -Level Rise and Flood Prevention; and Parks and Cultural Facilities. • BCC Engineering — Roadways; Public Safety; Sea -Level Rise, and Flood Prevention. • T.Y. Lin — Public Safety; Affordable Housing; Roadways. • Bermello Ajamil & Partners — Parks and Cultural Facilities; Public Safety; Affordable Housing; and Public Relations. • Moffatt & Nichol — Sea -Level Rise and Flood Prevention; and Roadways. • Corvias Group — Workforce Development Programs; Capital Structure and Leverage Program; Sources of Matching Funds; and Community -Based Partnerships. Resume summaries for Key Personnel Lead Program Manager, Dr. Arturo Burbano, PE, PMP and Senior Program Manager, George Joyce, PE, PMP are provided on the following pages in addition to a qualifications matrix for Key and Required Personnel. LPN 1 sed 1 31PID BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 11 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. 13 BLACK&VEATCH Registered Professional Engineer (PE) - Civil: Florida (#81183) California (#C72460) Nevada (#021571) Registered PMP: (#1795409) Dr. Burbano is a local, proven Program Management Professional with 28 years of experience supporting agencies in the delivery of a myriad of capital infrastructure projects. Arturo Burbano, PhD, PE, PMP Lead Program Manager QUALIFICATIONS Education: Executive MBA, Anderson School of Management, University of California, Los Angeles (UCLA), 2014 Ph.D. Environmental Engineering, University of Cincinnati, 2003 MS Industrial Engineering, Escuela Polit'cnica Nacional, (Quito, Ecuador), 1998 BS/MS Chemical Engineering, Escuela Polit'cnica Nacional, (Quito, Ecuador), 1992 PROFESSIONAL SUMMARY Dr. Burbano is a Program Director with Black & Veatch in Miami, FL. He is a Senior Program Manager with 28 years of experience in the engineering industry. Dr. Burbano has extensive experience with all stages of project delivery of a variety of infrastructure projects, including water, wastewater, water reuse and stormwater applications for municipal, industrial, and federal clients. His program experience includes management of planning, design, procurement, construction, and commissioning of water infrastructure facilities. His international experience includes projects delivered in Canada, UK, Peru, Chile, and Australia. He has published more than 50 technical articles and has served as Adjunct Professor of Water/Wastewater Treatment Design at the University of Southern California (USC) and the Florida International University (FIU). As a Program Management Professional, Dr. Burbano has proven experience leading teams of disciplines in the delivery capital improvement projects for infrastructure programs: • Miami Dade Water and Sewer Department (WASD), Miami, FL o Consent Decree Program for Wastewater Treatment Plants o Ocean Outfall Legislation (OOL) Program for Wastewater Treatment Plants o CD2.27 Central District Wastewater Treatment Plant (CDWWTP) Oxygen Production Facility — Design and Permitting of Stormwater Facilities • Metropolitan Water District of Southern California (MWD) I Water Treatment Plants Upgrades Program, Los Angeles, CA • Gold Fields La Cima S.A.A.I Advanced Mine Wastewater Treatment Program at the Cerro Corona Mine; Cajamarca, Peru • Confidential Aerospace Client I Stormwater Treatment Program; Ventura County, CA LPN Realised 1131PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 12 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. BLACK&VEATCH George Joyce, PE, PMP, ASQ CMQ/OE Senior Program Manager QUALIFICATIONS Education: MS, Engineering and Environmental Management, Air Force Institute of Technology BS, Civil Engineering, United States Air Force Academy PROFESSIONAL SUMMARY Mr. Joyce is a Program Management/Construction Management leader with Registered Black & Veatch. He is a Senior Program Manager/Project Manager/Construction Professional Manager with 27 years of experience in the infrastructure market. Engineer (PE) - Civil: Mr. Joyce has extensive experience with all stages of project delivery for Florida (#65170) a variety of infrastructure projects, including water, wastewater, water California (#C60023) reuse roadways, land development, and stormwater applications for municipal, industrial, private, and federal clients. His program experience Registered PMP: includes management of planning, design, procurement, construction, and (#422787) commissioning of water infrastructure. Mr. Joyce has proven experience leading groups of construction managers and inspectors during the construction phase of infrastructure projects in a Program: • Consent Decree (CD) Program I Miami Dade Water and Sewer Department (WASD) I Miami, Florida o CD2.15 Digesters Renewal, Central District Plant 2, Cluster 1 o CD2.15 Digesters Renewal, Central District Plant 2, Cluster 4 • City of Cape Coral Utility Extension Program! Cape Coral, Florida o Utility Extension Program Manager, UEP-13 Water First Utility Extension o UEP-10 Southwest 6/7 Utility Extension Design, Construction Manager o W-8 Transmission Pipeline and Pumping Stations, Program Manager o UEP-5 Southwest 5 Utility Extension Design, Program Manager • Design -Build Criteria Professional for River Oaks Diversion, Hillsborough County, FL Mr. Joyce is a Senior Program Manager with 27 years of experience delivering infrastructure Programs in Florida and with a emphasis in Construction Management. LPN Realised 1131PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 13 Gs:cY OF,1,I Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. Key Team Member Qualifications Matrix The City will benefit from a team that meets and exceeds the minimum qualifications required for the successful delivery of this Program. KEY & REQUIRED TEAM MEMBERS RFQ REQUIREMENTS 5+ YEARS OF EXPERIENCE 1 u = w w w o z z aZ O O Z 2 Q w 1— Z U v1w v)pw v�D CC CCUJ CCCC wQ wwL7, Z= > Z >- w U >- Z Q U0 of 2 in _J < in U MANAGEMENT 5+ YEARS AS CERTIFIED ESTIMATOR PROGRAM MANAGERS Arturo Burbano, PhD, PE, PMP Lead Program Manager George Joyce, PE, PMP Senior Program Manager PROJECT MANAGERS Ricardo Vieira, PE Civil/Environmental/Stormwater Charles Moseley Civil/Environmental/Stormwater Abbie Wilson, PE (Moffatt & Nichol) Sea Level Rise Richard Burgess, PE (BCC) Roadway/ROW/Traffic Control Francisco Alonso, PE (T.Y. Lin) Roadway/ROW/Traffic Control Steven Pynes, AIA (BA) Park & Rec/Admin/Public Vertical Facilities CONSTRUCTION MANAGERS Tom Raihl, PE Civil/Environmental/Stormwater Daniel Torres, PE Civil/Environmental/Stormwater William Garcia, PE (BCC) Roadway/ROW/Traffic Control Jose Nessi (T.Y. Lin) Roadway/ROW/Traffic Control Saul Suarez, RA (BA) Park & Rec/Admin/Public Vertical Facilities ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ LPN Realised 1131PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 14 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. RFQ REQUIREMENTS KEY & REQUIRED TEAM MEMBERS Ow N U I Z Ls)Qw �� w O2Q } w + eLp X 2 + r W a_ LfI 5+ YEARS OF EXPERIENCE w w Z_ < w I— Ls)0 U ce w._ w Z I } w U + U Ill J Q z 0 Z — U D w v~i >- Z + 0 MANAGEMENT 5+ YEARS AS CERTIFIED ESTIMATOR ARCHITECTS Dennis Trupka, RA, NCARB Admin/Public Vertical Facilities ✓ ✓ ✓ Dennis Blashke, AIA, NCARB (T.Y. Lin) Park & Rec/Admin/Public Vertical Facilities ✓ ✓ ✓ James Bowers, AIA, NCARB, LEED AP (BA) Park & Rec/Admin/Public Vertical Facilities ✓ ✓ ✓ Sergio Pendas, AIA, LEED AP (BA) Park & Rec/Admin/Public Vertical Facilities Kirk Olney, RLA (BA) Park & Rec CIVIL, STRUCTURAL, AND MEP ENGINEERS Olena Lytvyn, PE Civil Mike McGee, PE Civil ✓ ✓ ✓ Shari Ramirez, PE, ENV SP, TTCP (BCC) Civil ✓ ✓ ✓ Jose Lopez, PE, PMP (BA) Civil Tim Blankenship, PE (Moffatt & Nichol) Coastal/Civil Colin Henderson, ENV SP (T.V. Lin) Coastal/Civil ✓ ✓ ✓ Brad Vanlandingham, PE Structural Christian Aquino, PE (BCC) Structural Nicole Pauly, PE (Moffatt & Nichol) Structural David Russell, PE, LEED AP (T.V. Lin) MEP ✓ ✓ ✓ Enrique Sosa, PE (T.Y. Lin) MEP ✓ ✓ ✓ Charles Harbin, PE (T.Y. Lin) MEP ✓ ✓ ✓ LPN 1 sed 11131PID BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 15 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. KEY & REQUIRED TEAM MEMBERS RFQ REQUIREMENTS u_ 0 w u_ w w Z O = N in Z Q w = ce w w Ow Q < - w - w + -a >- > 0 X 2 + + X w a in in w IN PROJECT w w MANAGEMENT w w z_ z — Z <wI- ZU2 Q v�0w w 00 <N < Q < Q wZ= wv) w2 > w U } Z Z > - cQ ui J< L+fl U G Lc-)U w CEI SERVICES SPECIALISTS Kevin Cevallos, PE Civil/Environmental/Stormwater Louis Vitone Civil/Environmental/Stormwater Brian Shaw, PE (Moffatt & Nichol) Civil/Environmental/Stormwater Anthony Lomonico (BCC) Roadway/ROW/Traffic Control ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Alejandro Salas, PE (T.V. Lin) Park & Rec/Admin/Public Vertical Facilities COST ESTIMATOR AND SCHEDULER Danny Chadwick, CPE Cost Estimator Marcello D'Andrea, PE (BCC) Cost Estimator Roberto Santiago, PE Scheduler ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ TERE GARCIA (BERMELLO AJAMIL & PARTNERS) Public Relations Specialist Tere Garcia has over 30 years of experience in the fields of planning, public participation, governmental and media relations. Twenty-five of those years have been spent specifically in the public involvement field concentrating on transportation and infrastructure projects. Ms. Garcia established all guidelines for public involvement for the Miami -Dade Expressway Authority (MDX) for all phases of the projects, from planning, design and construction. She established these guidelines following State guidelines but tailored to the rapid pace and fast delivery of MDX projects. She has also managed and led public involvement efforts for Miami-Dade's Planning and Environment Studies as well as led outreach for their main initiatives such as their Strategic Long Range Plan and the Five Year Work Program. LPN Realised 1131PID BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 16 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. PROJECT MANAGEMENT APPROACH The City of Miami will benefit from Black & Veatch's proven experience supporting municipalities in the delivery of CIPs through staff augmentation services by having access to a team that will seamlessly integrate with City staff and always look after the best interests of the CO. Our Program Management approach is comprised of the following key project delivery activities that provide the City with Flexibility to support the delivery of all types of work: • Fast -Start Mobilization — Our Fast Start process establishes tools, procedures and efficiencies for successful management of the City's Program. • Projects Validation and/or Development • Design Management (Planning, Design, and Procurement) • Construction Management (Inspections and Monitoring) • Start up, Commissioning, Operations & Maintenance (from Substantial Completion to Project Closeout) Our Program Management Approach is illustrated in the following figure and focuses on providing the City with integrated services for the safe delivery of high -quality and sustainable projects. Flexibility of Program Services is the Roadmap for Success PROGRAM INITIATION AND DEVELOPMENT Fast -Start Mobilization 2 Planning/ Validation Program Technical Administrative Management Resources and Business Organization Processes PROGRAM PROJECT DELIVERY 3 Design Management 4 Management Construction Startup/ 5 Commissioning/O&M Safety / Quality / Sustainability LPN Realised 1131PID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 17 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. INNOVATIVE PROJECT DELIVERY ALTERNATIVES A Community Based Partnership (CBP) project -delivery approach would benefit the City of Miami in expediting the delivery of multiple flood prevention and sea - level rise improvement projects while facilitating additional funding alternatives. In addition to our Program Management approach, the Black & Veatch team provides the City with proven experience developing programs that leverage capital and sources of matching funds for the expedited delivery of projects, while developing the local workforce. We call these programs Community Based Partnerships (CBP). A CBP is a project delivery model that aggregates a wide variety of infrastructure improvements, provides various sources of upfront and long-term capital, and expedites delivery of the projects under a Program, while promoting the local economy by achieving agreed upon community and workforce engagement goals that utilize the local workforce. The framework of how our team would implement a CBP to support the delivery of the City's CIP is provided in the figure below. Partnership Framework Selection of CBP Partner CITY GOALS & VISION COMMUNITY & STAKEHOLDER INPUT PARTNERSHIP DEFINITION FUNDING STRATEGIES DEFINITION INDUSTRY EXPERIENCE & KNOWLEDGE INITIAL PROJECT SOURCING DEFINE LOCAL WORKFORCE & MENTOR PROTEGE PROGRAM FINALIZED PROGRAM GOALS PERFORMANCE METRICS PROJECT SOURCING PROCEDURE aD t�j W COMMUNITY O INVOLVEMENT WORKFORCE DEV. METRICS 4 L 13 : i ■ d ; I••l11 i4 i.YQ.11TO I He 4J�P PARTNERSHIP IMPLEMENTATION RISK TRANSFERRED TO PRIVATE PARTNER CONCEPTUAL DESIGN PROJECT DELIVERY CONTINUAL REPRIORITIZATION OF PROJECTS TO MAXIMIZE PROGRAM BENEFIT 4. 0�Q~ Project Certification • Constant feedback / adaptive management • Maximize program value (capture capacity andtime(to meet program goals • Aggregation and standardization to create assembly -line mentality • Move from project focus to programmatic delivery BUILD AND IMPLEMENT WORKFORCE DEVELOPMENT AND MENTOR PROTEGE PROGRAMS The City of Miami would benefit from performance -based partnership solution that delivers completed green infrastructure projects constructed by the local community and certified by a third -party inspector. Additionally, the CBP would include a full maintenance term with an inspection and monitoring program to ensure that the projects function as they were designed for their life cycle and achieve their broader compliance objectives. The solution aggregates green infrastructure projects into a performance -based, scalable, investable, long-term program that achieves broader community and economic value — and transfers risk to the private partner. LPN Realised 113111D BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 18 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. Another benefit to the City, in addition to the expedited delivery of its CIP, is that the City would not make payments for the green infrastructure projects until they are implemented and certified by a third - party inspector. Projects can be paid for over the maintenance period, or can be paid for on a to -be - determined payment schedule. Furthermore, compensation would be directly tied to achieving the goals established by the City for CBP — such as participation of small businesses and local resident workforce development. This approach effectively places the risk on the private partner to deliver on the promises established during the Definition phase of the Program. It is critical that the City's private partner understands how to collaborate with public entities to develop the framework during this phase. The framework needs to establish the measurable goals and objectives that will be used to verify performance, measure success, and establish transparent communication processes with the local community for the long-term. The key to success during the Partnership Implementation phase of the Program is the private partner's ability and willingness to enter into an "at - risk" position to efficiently deliver on the financial, technical, and social elements of the program for the long-term. The ability to go at risk is a critical difference between a partner and a "consultant". If the Definition phase is implemented correctly, it ensures that the Partnership Implementation phase can be executed to achieve the defined goals of the Program. A CBP is a project delivery alternative that will result in cost savings to the City and expedite the delivery of its CIP. PRINCE GEORGE'S COUNTY AND CORVIAS IMPLEMENTED THE CLEAN WATER PARTNERSHIP AS THE SOLUTION TO ITS STORMWATER REGULATORY CHALLENGES. 30 YEARS 2015-2045 $210 MILLION 46 TOTAL DEVELOPMENT COST 4,000 /S ACRES RUNOFF MANAGED $S56 MILLION TOTAL LOCAL ECONOMIC IMPACT .4*PERCENT SAVINGS PER IMPERVIOUS ACRE LPN Realised 1131PID BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 19 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. TIMELY COMPLETION OF PROJECTS Black & Veatch's robust Program Management Controls Platform will help ensure timely completion of all CIP projects, and including meeting the City's budget expectations. Our Lead Program Manager, Dr. Arturo Burbano, PE, PMP, and our Senior Program Manager, George Joyce, PE, PMP, will work directly with OCI staff to develop an approach that assigns accountability for budget and schedule compliance. We will develop a Program controls system, illustrated in the figure, that utilizes a project database to manage scope, schedule, and budget. This information will be fed into a Program dashboard that will be used to communicate projects progress with the City at a Program -level. 1. i. COST E.= 3 ,_, SCOPE SCHEDULE CONTROL .... QUALITY ASSURANCE m m 1 _ MY RESOURCE PLANNING ;) COMMUNICATIONS p DOCUMENT CONTROL owin SAFETY RISK MANAGEMENT Real-time progress and quality reports will be available from a Program level and a project level. A system of deliverables will be presented to the City, with tracking tied to individual schedules, and level of effort described for all assignments, including construction and post -construction services. • 410 00.9 00$' OQ'� 010.9411% 2.0001 1.00 2.0 SPI CPI EARNED / PLANNED ORIGINALS +5%/ACTUAL $ PROJECT STATUS SCHEDULE PERFORMANCE COST PERFORMANCE Project Progress Dashboard: Overview Oi EMI EMICCM=STMI la Report Pero,,. Imola. Num. $76.047 $60K 126% j 87% * Cost Certainty - Budget/Cost Control Our Program Management team will have access to an array of tools to facilitate tracking and management of project costs. For example, EcoSys is a newly- developed earned -value management - based system that enables the establishment of control accounts so that expenditures can be tracked and managed by task, work group (such as engineering discipline), projects, or overall Program. LPN Realised 1131PIB BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 20 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. QUALITY ASSURANCE/QUALITY CONTROL The City will realize time savings during project reviews and minimal need for revisions by having access to high -quality deliverables that will result from our ISO 9000-compliant quality management system and QA/QC plans. Black & Veatch employs a strict QA/QC program in alignment with the key principles of ISO9000. QA/QC reviews will be conducted at key milestones, which support schedule and budget success through early identification of developing issues and avoiding rework. Black & Veatch's Quality Management System (QMS) is a company -wide documented system of planned processes and activities that facilitates the effective operation, planning, and control of our Quality Management program. QUALITY MANAGEMENT SYSTEM Company -wide QMS Client management and technical delivery groups and specific service Company -wide or client management groups or specific service Level 1 Level 4 BV Quality Manual Project Specific Quality Management Plans Quality Procedures Records Our QMS governance, which will be applied to each project under this contract, consist of four levels: 1. Black & Veatch Quality Manual. The manual describes the scope of the QMS and outlines Black & Veatch's process to develop quality work products. 2. Project -Specific Quality Management Plan (QMP). The QMP will be tailored for each project, defining the quality processes applicable to the City's unique project characteristics. 3. Quality Procedures to Execute the QMS. The Quality Manual includes quality procedures to execute the project -specific requirements. 4. Records. Black & Veatch retains all required project records documenting that both the City's contractual and our QMS requirements were fulfilled. The Black & Veatch team stands ready to successfully deliver this important Program to the City of Miami — thank you for your consideration. PH Realised 1131PIB BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 21 Qualifications of Proposer Form RFQ-QPC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFQ No.: 19-20-019 Name of Proposer: RFQ Title: Citywide Program Management Support Services Black & Veatch Corporation Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Civil Engineering, Program Management, Water Resources, State, Government Type of Firm: Corporation ■❑ LLC ❑ Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other ❑ Certified Small or Minority Owned Business: Yes ❑ No ❑■ Issued by (name): Type of Ownership Certification(s): N/A Proposers Office 2121 Ponce De Leon Blvd, Suite 305, Coral Gables, FL 33134 Is this the Proposers main office? Yes ❑ No ❑■ If No, please provide your main office location: 11401 Lamar Avenue, Overland Park, KS 66211 Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑■ No ❑ If "Yes," indicate location of offices: Coral Springs, Lake Worth, Fort Myers, Tampa, Orlando, and Jacksonville. Number of years in business under current name: 105 . If the Proposer has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): N/A Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: $8.8B 605 projects $10.5B 12k projects 0 Design/Build: $380M 25 projects CM -at -Risk: 1 N/A ❑ Federal Government: $496M 1.1k projects Name of Projects: State/County/Municipal: $2.9B 11.9K projects Residential/Residential High -Rise: LEED/Green Globe Certified: 100 Office: 1 0+ Mixed -Use: Retail: Other (specify): Five Envision projects and multiple Envision evaluations RFQ-QPC Revised 3/22/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 22 Qualifications of Proposer Form RFQ-QPC Number of Employees: 10,427 . Licensed Architects: 25 . Licensed Engineers 918 (Civil) . LEED-AP Professionals 25 . Licensed General Contractors 24 . Licensed Surveyors 2 CTQP Licensed Inspectors 0 . Other (list) See RFQ-QPC Attachment A. List of Other Employees List, explain and provide the status of all claims, lawsuits, arbitrations, and judgments pending or settled within the last seven (7) years (Please add additional pages if necessary): See RFQ-QPC Attachment B. Claims/Litigation Brief History of the Firm (Please provide a brief history of the Proposer's Firm): Today, millions of people around the world use critical human infrastructure designed, constructed, or supported by Black & Veatch. Black & Veatch Corporation is a leading global BLACK & VEATCH'S CLIENTSNaNe • i • engineering, construction, and consulting company • with the mission of Building a World of © FLORIDA OFFICE LOCATIONS • •• • DifferenceT"'through innovation in sustainable — infrastructure. Founded in 1915, our em to ee- Tampa Miami p y Fort Myers Coral Gables • • owned company has more than 110 offices Jacksonville CoralSpings : • • Orlando Lake Worth\t5b worldwide with over 10,000 employees. • Black & Veatch has been serving clients in Florida for over 60 years. Our clients in South i • Florida are served from our local regional office in Coral Gables. With more than 340 - • g professionals in Florida, including 95+ registered professionals, we are staffed to support any size project. Our engineers are backed by our global resources and experts who can be engaged on assignments as needed. Black & Veatch has successfully completed more than $30 billion in capital improvements in the United States during the past 10 years. Each year, we manage construction on more than $2 billion in projects and support our clients from planning and design to construction and commissioning. Our practical understanding and robust project management tools enhances our ability to help our clients make timely, value -based decisions during all phases and functions of the project, including cost and schedule management, quality control, and contract administration. Black & Veatch is continuously listed as a Top 500 Engineering -Design Firm by Engineering News -Record (ENR); ranking 4th in water, 2nd in Power, 3rd in Telecommunications, and 11th overall in 2020. In our most recently completed fiscal year ended December 31, 2019, the company generated over $3.7 billion in revenues and had assets of $1.5 billion. Black & Veatch has had a long track -record of profitability during the 100+ years we have been in business. RFQ-QPC Revised 3/22/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 23 col Or * unu nnu 0 it Qualifications of Proposer Form RFQ-QPC 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 Key Officers: Steve Edwards CEO II * Cindy Wallis-Lage President * Brent Reuss Senior Vice President Rafael E. Frias III Associate Vice President * Additional Officers: See RFQ-QPC Attachment C. B&V Officers List By signing below Proposer Proposer further certifies the City may at its By: es that the information contained in Form RFQ-QPC is accurate and correct. aware that if the City determines that any of the information is incorrect or false reject the Response as non -responsive. Signal'" uthonzed Officer Rafael E. Frias III Printed Name May 13, 2020 Date Associate Vice President Title * The stock of Black & Veatch Corporation is 100% owned by Black & Veatch Holding Company, whose stock in turn is 100% owned by BVH, Inc. No single individual owns more than 10% of the stock of BVH, Inc. RFQ-QPC Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 24 RFQ-QPC ATTACHMENT A List of Other Employees DISCIPLINE NO. OF EMPLOYEES Administrative 1,899 Architect 25 CADD Technician 1,049 Chemical Engineer 192 Civil Engineer 918 Construction Manager 485 Cost Engineer/Estimator 99 Electrical Engineer 958 Environmental Engineer 11 Environmental Scientist 56 Fire Protection Engineer 2 Foundation/Geotechnical Eng. 46 GIS Specialist 41 Geologist 23 Mechanical Engineer 544 Project Manager 726 Safety/Occupational Health 119 Security Specialist 10 Structural Engineer 183 Technician/Analyst 880 Other Employees 2,161 Total Employees 10,427 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 25 rRFQ-QPC ATTACHMENT B Claims/Litigation Black & Veatch Corporation (Black & Veatch), together with its affiliates constitutes a large, international engineering and construction firm. Like similarly sized firms, at any given point in time, we may be involved with claims and litigation from time to time. Black & Veatch maintains a program of insurance to protect against claims arising out of its work. CASE DESCRIPTION In the opinion of Black & Veatch management, no pending claim or litigation will have a material impact on Black & Veatch's ability to execute this program. After a reasonably diligent search of available records, to the best of Black & Veatch's knowledge, the following is a listing of past or ongoing litigation involving or related to projects in the Water industry over the past seven (7) years: VENUE CASE NO. LOCATION STATUS Kay and Tim Ball v. Black & Veatch Corp., et al. Personal injury suit relating to injuries sustained in a fall on jobsite trailer stairs Jefferson Circuit Court of Kentucky 19-CI-002241 Kentucky Pending Rodriguez v. Black & Veatch Corp., et al. Personal injury litigation against B&V and others arising out of motorcycle accident, where plaintiff alleges that it struck a butterfly valve cover installed in a median as part of a transmission main project in Florida. Circuit Court of 17th Judicial Court 1200863104 for Broward County, FL Key Largo, FL B&V was granted summary judgment in this matter on September 3, 2015. Emerald Utilities, A.C. Schultes v. Black & Veatch Corp., et al. Third party complaint filed against B&V in litigation between site work contractor and well drilling contractor for damages allegedly sustained during discharge of well water. Orange County 2014-CA- Circuit Court, 003670-0 Florida Orange County, FL Black & Veatch was voluntarily dismissed from this matter with prejudice on January 26, 2016. Snyder v. Black & Veatch Corp. et al. Property damage litigation filed against B&V and others arising out of alleged damages to property caused by removal and replacement of sewer line. Circuit Court for Prince George's County, Maryland CAL15-16222 B&V was voluntarily dismissed Cheverly, MD without contribution by plaintiffs in July 2016. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 26 RFQ-QPC ATTACHMENT B Claims/Litigation continued CASE DESCRIPTION VENUE CASE NO. LOCATION STATUS North Texas Municipal Water District v. Black & Veatch Corporation, et al. Litigation arising out of leaks in the filter gallery of the Wylie WWTP 4. In the District Court of Collins 366-0250-2017 Wylie, TX County, TX Litigation is pending. Benner v. Black &Veatch Corp., et al. Personal injury litigation filed against B&V and others arising out of injuries sustained during slip and fall on sludge leak on water treatment plant upgrade and explanation project. Court of Common Pleas of Lancaster County, PA 11-14699 Lancaster, PA This matter settled in 2014. Malden Buntich Construction Co. v. Black &Veatch Corp., et al. Third party complaint filed against B&V in litigation between contractor and client for property damages sustained during microtunneling operations on pipeline project in California. Superior Court of Riverside, CA RIC 1201005 Orange County, CA This matter settled in January 2014. J.W. Rogers Properties & Najer Holdings v. Black & Veatch Corp. et al. Property damage lawsuits filed against B&V and others arising out of alleged damage to adjacent properties during construction of sewer separation project in Ohio. Lucas County Court of Common Pleas G-4801-CI- 0201301226- Toledo, OH 000 This matter settled in 2014. City of Antioch, CA v. Black & Veatch Corporation, et al. Litigation arising out of performance issues with the sludge dewatering system. Contra Costa Superior Court of California C13-00227 Antioch, CA This matter settled in May 2014. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 27 RFQ-QPC ATTACHMENT C Black & Veatch Officers List Jason David Joe David Bruce Jay Douglas Ted Carlos Mario Rick Greg Brett Mike Shelby Tim Andrea Barbie Paul Robert William David Curtis Chad Gregory Donald Brent James Luis Derek David Abiecunas Abrams Aillet Aitken Allender Anders Anderson Andry Araoz Azar Azer Bahora Baker Baker Barbier Bartlett Bernica Bigelow Boersma Borst Breckenridge Brill Brown Brown Brown Brown Burger Byrd Cabreriza Cambridge Carlson Stephanie Case Randal Castro Narsingh ParsuiChaudhary Hoe Wai Cheong John Chevrette Peter Chiang Allen Childress Somasundaram Chokalingam Thomas Larry James Barry Sara Christensen Clark Clark Clegg Cogan Associate Vice President Executive Vice President Associate Vice President Vice President Associate Vice President Associate Vice President Vice President Vice President Vice President President Associate Vice President Vice President Associate Vice President Associate Vice President Vice President Vice President Associate Vice President Senior Vice President Associate Vice President Associate Vice President Vice President Associate Vice President Associate Vice President Associate Vice President Senior Vice President Vice President Senior Vice President Senior Vice President Vice President Associate Vice President Vice President President Executive Vice President Executive Vice President President President Associate Vice President Senior Vice President Associate Vice President Vice President Associate Vice President Senior Vice President Vice President Associate Vice President BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 28 RFn-npr ATTACI-IRAFNT r Black & Veatch Officers List continued Jeffrey Peter Tiffany Joseph John Eric Kenneth Kevin James Spencer Kevin David Wesley Scott Keith Christopher Jennifer Rene James Christi Jun Mark William Bruce Donald Steve Ryan Fred Joshua Zeynep Stephen Jon Russell John Lisa Diane Frederick Rafael Glenda Mark Stephen Michael Eric Michael John Brett Stephen Coggins Cohlmia Coleman Conradt Cook Cosg rove Culver Currence Currie Davis Davis Day Denton Dicks Didriksen Dierks Divito Dominguez ArglAssociate Vice President Doull Executive Vice President Driver Vice President Du Associate Vice President Duckworth Vice President Dudley Associate Vice President Duff Vice President Eddy Associate Vice President Edwards CEO Elbert Associate Vice President Ellermeier Vice President Ensell Vice President 0 Erdal Associate Vice President 0 Fawcett Associate Vice President 24 Feickert Associate Vice President 32 Feingold Vice President 12 Felski Vice President 22 Fewins Associate Vice President 13 Fischer Vice President 21 Freeland Associate Vice President 45 Frias Associate Vice President 21 Friesen Associate Vice President 11 Gake Associate Vice President 28 Galdo Associate Vice President 11 Gammill Associate Vice President 25 Gaston Vice President 31 Gaumnitz Vice President 38 George Vice President 29 Gerhart Associate Vice President 22 Gibbs Vice President 20 30 5 13 29 21 23 25 23 37 20 19 7 9 30 27 Associate Vice President Vice President Associate Vice President Associate Vice President Associate Vice President Associate Vice President Vice President Associate Vice President Associate Vice President Associate Vice President Vice President Associate Vice President Associate Vice President Vice President Associate Vice President Vice President 1 Vice President 12 21 30 9 21 28 34 2 32 41 28 29 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 29 pPfl )Pr ATTACI- MPNT r Black & Veatch Officers List continued Donnie Ginn Michael Goff Sean Goldwasser Rochman Goswami Louis Graving Bently Green John Greer Brenda Greig Donnie Griffin Thomas Guenther Jarrod Guthrie Dave Hallowell Daniel Hamill Jacqueline Hansen Bradley Hardin Hiralal Ramji Harji Michael Harper Kirk Harris David Harris Gary Hattie Brady Hays Jeffrey Henson Kevin Hinkle Angela Hoffman James Hoier Xiaoyong Huang Roosevelt Huggins John Hughes Jesse Hull Robert Hulsey Lisa Jackson Richard Jacober John Janchar Joy Johnson John Johnson Robert Joyce Jennifer Julian Monica King Scott Kinner Brian Klausner Jeremy Klingel Paul Kneitz Shuk Ching Chr Ko David Koch Matt Koenigsdorf Rachele Kolom Anthony Koodie Vice President Associate Vice President Vice President Vice President Vice President Associate Vice President Vice President Vice President Associate Vice President Vice President Associate Vice President Senior Vice President Associate Vice President Associate Vice President Associate Vice President Associate Vice President Associate Vice President Vice President Vice President Vice President Vice President Associate Vice President Associate Vice President Senior Vice President Associate Vice President Vice President Associate Vice President Vice President Vice President Associate Vice President Associate Vice President Vice President President Senior Vice President Vice President Associate Vice President Vice President Associate Vice President Vice President Associate Vice President Associate Vice President Associate Vice President Associate Vice President Associate Vice President Associate Vice President Senior Vice President Associate Vice President 0 18 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 30 pPfl )Pr ATTACI-IRAFNT r Black & Veatch Officers List continued Ronald Kent Kerry Jeffrey Yim Kent Joseph Daniel Matthew David Arron Tengjie Craig Paul Aili Peter Joseph John Curtis Gary Lee Francis Patricia David Paul Jennifer Jeff David Rajiv Danny Adrienne Paul David Charles Steven David Christopher Jesse John Jeff Louis Faruk Patrick Michael Timothy David Anand Krage Kringen Kruzel Kurtz Kwok Lackey Lauria LeBlanc Lee Leligdon Lewis Li Lichty Lindsay Liu Loftspring Mahendran Marshall Martin Martin Mather Vice President Associate Vice President Associate Vice President Vice President Vice President Vice President Vice President Associate Vice President Vice President Senior Vice President Vice President Associate Vice President 30 13 29 35 26 25 2 11 32 27 26 9 Associate Vice President 1 Associate Vice President 26 Associate Vice President 22 Senior Vice President 13 Associate Vice President 26 Vice President 11 Associate Vice President 30 Associate Vice President 8 Vice President 20 McCormack Vice President 5 McManus CorccVice President 9 McMenemie Vice President 24 McRoberts Vice President 1 Meegan Senior Vice President 27 Mehlin Associate Vice President 4 Mendelsohn Senior Vice President 27 Menon Vice President 6 Meyer Senior Vice President 39 Mickells Vice President 22 Miller Associate Vice President 29 Miller Vice President 23 Mitchell Vice President 8 Mizerany Associate Vice President 5 Moore Associate Vice President 34 Mueller Vice President 13 Mullins Associate Vice President 23 Nagle Vice President 30 Neemann Associate Vice President 22 Nemeth Associate Vice President 30 Oksuz Vice President 18 O'Neill Associate Vice President 12 Orth Executive Vice President 30 Palmer Associate Vice President 7 Parish Vice President 33 Pattani Vice President 21 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 31 RFn-npr ATTACI-IRAFNT r Black & Veatch Officers List continued Richard Payne Patrick Pelissero Holly Perkins Ryan Pletka Joseph Plubell Associate Vice President Associate Vice President Associate Vice President Vice President Senior Vice President Marijan Podrebarac Associate Vice President Deepa Poduval Associate Vice President Frederick Poetter Associate Vice President Andrew Powell Associate Vice President David Price Associate Vice President Danny Quinn Associate Vice President John Rector Associate Vice President Walter Reigner Associate Vice President Brent Reuss Senior Vice President Robert Riddle Senior Vice President 1 Clinton Robinson Associate Vice President 35 Scott Roesle Associate Vice President 22 Randal Romack Vice President 11 Jason Rowell Associate Vice President 12 Dennis Schapker Senior Vice President 40 Daniel Schmidt Senior Vice President 38 James Schnieders Executive Vice President 29 Jason Schottler Vice President 26 Mark Schrimp Vice President 39 Christopher Scott Vice President 35 Michael Scrivens Vice President 2 Siddhartha Sengupta Associate Vice President 18 Michael Serafin Associate Vice President 31 Jennifer Shafer Associate Vice President 8 Alapkumar Shah Vice President 22 Andrew Shaw Associate Vice President 19 Stuart Shaw Vice President 18 A. Siegrist Associate Vice President 14 Jay Sigman Associate Vice President 12 Keith Small Associate Vice President 21 Ronald Smith Associate Vice President 6 Jeffrey Smith Associate Vice President 5 Ngan Song Associate Vice President 25 James Spenceley Senior Vice President 6 G. Stallard Vice President 39 Jeffrey Stamm Senior Vice President 11 Michael Stark Vice President 16 Mark Steichen Associate Vice President 30 David Strawn Associate Vice President 32 James Strayer Vice President 10 Javid Talib Vice President 30 Eng Guan Eric Tan Associate Vice President 7 5 19 3 21 22 27 18 11 23 4 7 43 2 39 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 32 RFn-npr ATTACI-IRAFNT r Black & Veatch Officers List continued John Sean Lisa Brahmendra Matthew David Martin Timothy Steve Zeynep Laszlo Thomas Craig Cindy Suqing Cathy Robert William James Lyle Scott Christopher William Kenneth Michael Steven Robin Ernest Jeanine Wei Leong Nathan Edward Jason Tattersall Terrell Terry Thakur Thomas Timmermann Travers Triplett Uhlmansiek Ural Von Lazar Wahl Wakeman Wallis-Lage Wang Weber Welch Wells Welp White Wielage Wilkinson Williams Williams Williams Williams Winslett Wright Wright Yong Young Zhu Zoller Vice President Vice President Vice President Associate Vice President Associate Vice President Associate Vice President President President Associate Vice President Vice President Executive Vice President Associate Vice President Associate Vice President President Vice President Associate Vice President Senior Vice President Associate Vice President Senior Vice President Vice President Associate Vice President Associate Vice President Associate Vice President President Senior Vice President Vice President Associate Vice President Executive Vice President Vice President Vice President Vice President Associate Vice President Associate Vice President 32 17 32 15 6 35 40 11 6 0 0 22 20 33 20 31 5 31 34 14 21 14 8 3 8 22 13 10 2 17 6 23 30 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 33 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Capital Projects Program, Anne Arundel County, Maryland Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Program Management Program Management, Schedule/Cost Controls, e-Builder System, Constructability/Value Engineering Review, Reference Project Description: Commissioning, Construction Management Scope of Services Provided: Program and Construction Management Compensation for Services: $ 4.1 M Project Start Date: 7 / 16 Project Completion Date: Ongoing Project Construction Cost: $ 1 B Const. Start Date: Var)ous Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3045 Const. Completion Date• Various Company's Contact Name: Rafael E. Frias III, PE Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@bv.com Project Completed on Time and within Budget: n Yes n No Project Duration: 4 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Anne Arundel County Dept Reference Company Name: of Public Works Reference Name/Title & Position: Bruce Wright, Deputy Director Reference Phone Number: (410) 222-4374 ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No I1 N/A N/A N/A ❑ N/A Reference Contact E-mail: pwwright@aacounty.org PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor .• • he best of my knowledge. Proposer's Signature: - l BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 34 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). I "Anne Arundel County continues to utilize the services of Black & Veatch Corporation on our utility capital improvement projects and highly recommends the firm to other utility owners/jurisdictions." - Bruce E. Wright, PE, Acting Deputy Director Anne Arundel County Capital Projects Program Black & Veatch is part of a Program Management Team assisting Anne Arundel County in management of their capital improvement program. Reporting directly to the Bureau of Engineering's Engineer Bureau, the Program Management Team includes 23 project managers, six administrative and financial support positions, and two purchasing positions. The Team oversees more than 300 contracts totaling approximately $1 billion in work. The County's growing backlog of projects, staffing shortages, and projected increases in workload had necessitated experienced, expert, and flexible project management staff. The Program Management Team manages projects from planning and budgeting through design, construction, and performance phases, serving as an extension of the Bureau of Engineering's in-house project management staff. The Program touches all divisions of Anne Arundel County's Department of Public Works with elements including General Engineering, Water and Wastewater, Solid Waste, Parks and Recreation, and Other Facilities. The Program Management team has been responsible for over $800 million worth of capital projects, comprising a total of 41% of the County's budget of nearly $2 billion of approved funds. The Program Management Team has managed specific individual projects as well as comprehensive multi -year programs, such as Elevated Water Storage Tanks, Wells, Sewer Pump Stations, Water Main Replacement/ Reconstruction, and Sewer Main Replacement/Reconstruction. The Team has also assisted in developing and refining the County's tools critical to achieving consistent project delivery results, including the County's Project Management Manual and the Sewer Pump Station Priorities Matrix. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 35 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Program Management Team has provided the following engineering and management assistance to the County: • Developed and maintained a database and process for determining Sewer Pump Station (SPS) Upgrade Retrofit priorities and contract packaging for the over 250 SPS within the County. This effort supported and achieved an increase to the flat funding this program had been receiving. • Managed the development of the Asset Management Plan for Solid Waste Facilities. Determining age and existing conditions of the facilities along projected asset life serves as documentation support for portions of various Bureau's Capital Budget Requests. • Developed and maintained a Master Schedule in MS Project for the entire Solid Waste Capital Improvement Program. • Developed, refined, and maintained a Prototypical Project Schedule, in MS Project, following the PM Manual Tasks with average durations. This schedule is then customized and updated for each project providing valued information at the planning phase for determining out year budget requests, setting user group expectations for project delivery, providing a tool for managing project constraints when schedule is inflexible as in the case of consent decree requirements, providing Project Manager activity look -ahead reports, and Project Management Information Database updates throughout the project life cycle. Example Projects and Programs overseen by the Program Management Team include the following: Well Redevelopment/Reconstruction (R&R) Program This multi -year program enables the County Utilities Department to proactively maintain their over 50 wells, significantly reducing failure and down time. The main goals of the Program are optimizing the County's valuable groundwater resources; achieving maximum well and pump operational efficiencies; developing a predictive, programmatic approach to well and pump repair and maintenance; and minimizing costly and emergency repairs to major water production facilities. The County's Well R&R Program has been evolving since the late 1980s. Recent advances include the development of a comprehensive database of all existing well and pump assets, completion of a comprehensive well repair prioritization study, development of a plan using a ranking matrix, establishment of a contracting mechanism by which all wells could be systematically redeveloped every seven years, and most recently integrating the database into a cloud -based platform that allows authorized system users to log -in from workstation and mobile devices to access in-depth well and pump information. The Program Management Team has successfully managed this $2.4M/ year Program since 2016. The County has realized greater well reliability, fewer operational issues, and optimized performance of their wells. Over 20 wells have been redeveloped since the Program began, putting the County closer to reaching their goal of systematic redevelopment of their wells in seven years. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 36 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Collection & Distribution Systems Programs and Projects The Program Management Team has provided oversight and management for the following collection and distribution systems programs and projects for Anne Arundel County: • SPS Upgrade Retrofit Program • Well Redevelopment Program • New Elevated Water Storage Tank Program • Transmission Mains • Force Mains and Gravity Sewers • Existing Water Main Clean and Line Program • Fire Hydrant Rehabilitation Program • System Rehabilitation Program • Sewer Main Relining and Replacement Program • Water and Sewer Lateral Replacement Programs • Manhole Relining and Frame and Cover Replacement • Mini System Rehabilitation (small diameter piping) • Rights of Way Clearing Anne Arundel County Department of Public Works Project Manager Pamela Mann discusses pending sewer replacement work at a public meeting in Laurel kMarylandCity #DPWandYOU Water Transmission Main Extension - Jessup to Ft. Meade This project consists of construction 7,400 LF of 24-inch and 2,100 LF of 30-inch water transmission pipes using conventional cut and cover, jack and bore, and directional drilling methods. Additionally, approximately 1,400 LF of smaller size water mains (ranging from 6-inch to 16-inch diameter) were also installed. Water Transmission Main Extension Odenton to Glen Burnie High Zone This project consists of construction of 24,000 LF of 36-inch diameter water transmission main from Piney Orchard at Patuxent Road, through Odenton Town Center to a proposed Booster Pump Station at 1615 Disney Road. This transmission main is split into four independently constructed segments. Pipeline construction involves traditional cut -and -cover and trenchless methods. The project includes horizontal directional drilling under sensitive wetland areas and an AMTRAK railway crossing. Large Diameter Sewer Main Relining Phase I This project involves the relining of approximately 12,747 LF of sanitary sewer gravity main in three different areas of Anne Arundel County. The work includes CIPP relining of gravity sewer mains from 18" to 30" in diameter and associated pre -cleaning, television inspections, point repairs, manhole epoxy application, traffic control, bypass pumping, and paving restoration. Project Management Manual The Program Management Team completed the fourth update of the Project Management Manual in 2019. The Project Management Manual is a compilation of County, Department, and Bureau Policies and Procedures. The 2019 update of the Project Management Manual is digital and includes hyperlinks to the most up-to-date versions of all documents and processes. The Project Management Manual incorporates the County's management system migration from PIMS to e-Builder. With this and every new version of the manual, the Program Management Team conducts training for all County and Team Project Managers. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 37 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Miami -Dade WASD Electrical Distribution Building & OOL Projects, Miami FL Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Lead Project Manager and Designer Reference Project Description: Design Services for WWTPs Related to the Ocean Outfall Legislation Projects Scope of Services Provided: Engineering Services Compensation for Services: $ 21.5M Project Start Date: 5 / 17 Project Completion Date: Or)going Project Construction Cost: $ 279M Const. Start Date: 1 / 22 Const. Completion Date: 8 /25 Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3045 Project Completed on Time and within Budget: ■❑ Yes Company's Contact Name: Rafael E. Frias III Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@bv.com ❑ No Project Duration: ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Miami -Dade Water and Reference Company Name: Sewer Department Reference Phone Number: (786) 268-5250 ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No Reference Name/Title & Position: James B. Ferguson Reference Contact E-mail: jferg@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor,-ct t the best of my knowledge. Proposer's Signature: fl N/A N/A N/A ® N/A BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 38 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami -Dade WASD Electrical Distribution Building & Ocean Outfall Legislation Projects, Miami FL Black & Veatch was contracted by the Miami -Dade County Water and Sewer Department (WASD) to provide engineering services for the design, permitting and bid phase services of a new Electrical Distribution Building 3 (EDB3) at the South District Wastewater Treatment Plant. The SDWWTP is a 112.5 mgd average, secondary wastewater treatment plant that serves industrial as well as residential users in Miami -Dade County. The SDWWTP utilizes an activated sludge treatment process with high purity oxygen for liquid treatment and an anaerobic digestion system for handling the sludge produced from the liquid treatment process. As the prime consultant, Black & Veatch's services included upfront engineering assessments and technical studies, 100% detailed design, and permitting services. Design work at EDB 3 includes all related disciplines including: Civil/Sitework/Architectural/Building Mechanical (HVAC) Building Mechanical (Plumbing)/Building Mechanical (Fire Protection)/Instrumentation and Controls/ Process Mechanical and the air permitting for new generators at EDB 3 and EDB 2. Moreover, Black & Veatch's electrical design work included close coordination with Florida Power and Light (FPL) and the development of detailed designs and specifications for the Electrical Distribution Equipment, Standby Engine -Generators, Building Services, Primary Selective Feeders, and the Duct Bank System. Reset BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 39 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Black & Veatch is also performing the power distribution planning for the eventual redistribution of new, existing, and future process loads between the existing Electrical Distribution Building 2 (EDB2) and new EDB3. Electrical Distribution Building 1 (EDB1) is going to be re -purposed to electrical storage following the electrical power redistribution of process loads. Black & Veatch fully completed the design in 3D utilizing BIM+ to increase coordination efficiency with the engineering and architecture design disciplines and to facilitate communications with the WASA and during design review workshops. A full 3D model was made available to WASA so they could virtually walk into the newly -designed facilities and experience the infrastructure improvements that will be constructed, and also to provide feedback on how to adjust the design to fully meet their expectations when built. CT-2 Central District Wastewater Treatment Plant- Tertiary Filtration Pilot Test, Miami, FL Experience with Wastewater Treatment Regulatory Issues: Black & Veatch was contracted as the Prime Consultant by the Miami Dade County Water and Sewer Department to design and develop a pilot test of tertiary filtration technologies at the Central District Wastewater Treatment Plant (CDWWTP) in support of the Ocean Outfall Legislation Program. Prior pilot tests in 2007 had resulted in the selection of deep bed mono -media sand filtration. The disk filter technology available at that time could not meet the effluent water quality requirements during upset conditions (i.e. total influent suspended solids (TSS) concentrations greater than 45 mg/L). Disk filtration technology has evolved in recent years, prompting Black & Veatch to recommend a pilot of both technologies to identify the most suitable filtration technology for treatment at the CDWWTP. Through this project, Black & Veatch will be able to confirm whether deep bed sand filtration or disk filtration (with cloth media) with two different flow patterns is best able to comply with effluent TSS concentrations of less than 5 mg/L on a continuous basis (as per high-level disinfection standards in accordance with FDEP Regulations) based on a typical secondary clarifier effluent TSS level of 20 mg/L or less (10 to 20 mg/L). Black & Veatch will also confirm whether the filters are capable of handling influent TSS concentrations of 45 mg/L, which is the weekly average TSS permit limit for a secondary WWTP, as well as higher TSS levels (upset conditions of 75 to 120 mg/L), which are expected but should be infrequent. The pilot is currently running. Results are expected by the end of the year. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 40 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Hydrogeologic Services to WASD for Design and FDEPUIC Permitting of Injection Wells and OOL Program CMS, Miami, FL Experience with Wastewater Treatment Regulatory Issues: Black & Veatch was contracted as a subconsultant for the Miami Dade County Water and Sewer Department (WASD) to provide specialized hydrogeologic consultant services for the planning, design, permitting, procurement and construction of injection wells at WASD wastewater treatment plants. WASD is implementing a comprehensive multi -year capital improvement program to upgrade current infrastructure, so it can continue to provide high level service to its residents while also addressing future growth demands and the requirements of the Ocean Outfall Legislation. Scope elements of Black & Veatch's subcontract include: • Task Authorization No. 3 — Engineering Design and FDEP UIC Permitting of Injection Wells at the North District, Central District, South District and planned West District Wastewater Treatment Plants: Black & Veatch is providing technical review for FDEP UIC permitting, design and procurement of contractor assistance of Class I municipal/ industrial injections wells and associated dual -zone monitor wells at the 120 mgd North District Wastewater Treatment Plant (NDWWTP), the 160 mgd Central District Wastewater Treatment Plant (CDWWTP) and the 115 mgd South District Wastewater Treatment Plant (SDWWTP). Black & Veatch is also providing technical, permitting and pre -construction support for a Class V, Group 9 Exploratory Well at the planned West District Wastewater Treatment Plant (WDWWTP). • Task Authorization No. 4 — OOL Program Injection Well Services During Construction: SDWWTP and CDWWTP: Black & Veatch will conduct technical reviews in support of prime contractor Services During Construction (SDC) for the drilling and testing of the three new injection wells at SDWWTP (SE-2), seven new injection wells and four dual -zone monitoring wells at CDWWTP (CE-2) designed to meet the conditions expected for the design year of 2035. During construction, Black & Veatch will support site work, mobilization, drilling, testing, and reporting. Black & Veatch will also perform a review of the operational testing request, the associated operations and maintenance manual, and operation permit application for the industrial injection well system at the CDWWTP. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 41 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). CDWWTP Effluent Pump Station Evaluation, Miami, FL Experience with Wastewater Pump Stations: Black & Veatch was contracted by the Miami Dade County Water and Sewer Department (WASD) as the prime consultant to evaluate the Effluent Pump Station (EPS) at the 160 mgd AADF Central District Waste Water Treatment Plant (CDWWTP) to determine its ability to accommodate the expected increase in peak flows and reduction of overall average flows due to the operations changes needed as the Ocean Outfall Legislation (OOL) changes are incorporated. Black & Veatch was tasked with determining whether the eight existing pumps (rated at 500 HP each) should be rehabilitated or replaced. Black & Veatch also evaluated whether the pump motors were sized to meet the future conditions indicated in the OOL Program Conceptual Design Report (CDR). Black & Veatch completed a series of evaluations and analyses to provide viable recommendations for the pump motor sizes required to meet future conditions: • Field testing and comparison to manufacturer information to determine the current capacity of the existing effluent pumps. • Evaluation of HLD design pumping criteria, system curve for the current ocean outfall discharge, as well as sea level rise considerations. • Vibration testing and thermography testing on the existing pumps and electrical gear. • Alternatives for upgrading the existing pump station. • Evaluation of opinion of probable cost using a probabilistic sensitivity analysis. • Black & Veatch's final recommendation was to replace all the existing pumps with eight new pumps. Black & Veatch also recommended that the scope for the procurement of the pump motors and adjustable frequency drives from the Consent Decree Project 2.11 be included with the new pumps as part of the OOL upgrades to facilitate the overall design, installation and commissioning process for the new pumping units. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 42 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Capital Improvements Program Management, Puerto Rico Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch PR PSC/Program Management Reference Project Description: Execution of a broad CIP to bring deficient systems into compliance with the latest regulations Scope of Services Provided: Program and Construction Management Compensation for Services: $ 85M Project Start Date: 1 / 05 Project Completion Date: 1 / 16 Project Construction Cost: $ 500M Const. Start Date: 1 / 06 Const. Completion Date: 1 / 16 Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3045 Company's Contact Name: Rafael E. Frias III Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@bv.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: 11 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: PRASA Reference Phone Number: (786) 999-1717 ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No N/A ▪ N/A fl N/A ❑ N/A r Reference Name/Title & Position: Jode Javier Rivera, Executive Dir. of Infrastructure Reference Contact E-mail: jose.rivera3@acueductospr.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and Corr- t t• the best of my knowledge. Proposer's Signature: RFQ-EPC Revised 12/4/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 43 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). "The Black & Veatch team loves what they do. It's very refreshing to see that every day when I visit a project, when I talk to them and when I meet with them. They're very passionate about their work, and they feel very important about being part of the PRASA team." - Lynette Ramirez, Executive Director of Infrastructure, PRASA Program and Construction Management - East and South Regions, Multiple Locations, Puerto Rico In 2005, Puerto Rico Aqueduct and Sewer Authority (PRASA) hired Black & Veatch as Program Manager to serve as an extension of its staff and manage requirements from a settlement agreement with the U.S. Environmental Protection Agency. The agreement required the execution of a broad capital improvement program (CIP) to bring deficient systems into compliance with the latest regulations regarding drinking water production and wastewater treatment and disposal. Client Goals/Drivers PRASA is a $1 billion utility and the sole source of reliable water and wastewater services to about 1.24 million clients on the island. PRASA's system is one of the most complex in the world. It includes 118 water treatment plants, 52 wastewater treatment plants and 3,500 ancillary facilities. Even though the island is just 100 miles (160 km) by 35 (56 km) miles in area, there are more than 20,000 miles of pipes including water and wastewater. The utility provides water to 97 percent of the island's population and wastewater service to more than half of the island's population. PRASA is utilizing Black & Veatch for program management because it provides a more efficient CIP delivery aligned with their goals, such as application of consistent processes, new systems and tools and staff augmentation. This program is a critical part of PRASA's overall plan to: • Improve the reliability of water and wastewater services. • Replace, expand or rehabilitate treatment facilities as needed, either for compliance issues, changes in regulatory requirements or as a result of deterioration due to age or overload. • Create value and sustainability in the water and wastewater systems of Puerto Rico. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 44 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Some of the delivery advantages of our program management portfolio include the implementation of technical innovations that are coupled with the application of integrated tools and procedures to control the scope, schedule, cost and quality of all projects in accordance with the Owner's expectations, requirements and objectives from project inception to completion. Black & Veatch plans, organizes, allocates and monitors relevant program resources to execute cost control and time management duties, including the coordination of an effective program performance reporting to communicate unremitting status to key stakeholders and executive management. Black & Veatch role on project As Program Manager, Black & Veatch controls project planning and design, provides support during bid stage, serves as Owner's Representative while managing multiple construction contracts and delivers end products fully integrated into the utility's ongoing operation. In other words, Black & Veatch manages the entire life cycle of a project from concept to final completion and startup. The Black & Veatch Puerto Rico PRASA team is currently responsible for approx. 85 projects ongoing at various stages representing over $600 million of capital investment. Projects include wastewater treatment plant improvements, new sanitary sewer systems, trunk sewers and sewer rehabilitation, as well as improvements to potable water treatment system components such as water filtration plants, storage tanks, transmission lines, pump stations, raw water intakes and dams. Some improvements are associated with regulatory compliance of water filtration and wastewater treatment processes on existing plant facilities. Although the original project load was close to two dozen projects, it eventually increased to almost 50 projects as of the latest task order as Program Manager of PRASA's East Region CIP. In addition, when another firm recently withdrew from the management of the South region, PRASA awarded Black & Veatch all active projects from that region, close to 40, bringing our program total to approximately 85 projects. This scope increase was mainly a result of Black & Veatch's recent performance as PRASA Program Manager and our team's commitment to the program. Task orders are generally divided into two groups: • Resources to provide professional services in project planning, design, construction management and startup of new or rehabilitated facilities for each Region's CIP. • Allowance for specific tasks requested by PRASA Operations for improvements to existing facilities or assistance in ongoing operations. Currently, Puerto Rico is facing significant economic and fiscal challenges that are hindering project funding of PRASA's CIP. Because the CIP work is mandated by law, the client is attempting to issue bonds that will provide four years of additional funding. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 45 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Team structure Black & Veatch is the Program Manager in charge of the planning, design, construction and turnover of projects for two regions of PRASA's water and wastewater CIP. With the support of Black & Veatch's Water business unit and PMCM division, a team of qualified design and construction management professionals as well as key technical and administrative staff executes all necessary tasks to assure the success of the program. As PRASA identifies specific needs, Black & Veatch participates in the planning efforts to determine the right solution and engages a design team to develop it. Once designed, PRASA releases the project for public bid. Black & Veatch supports PRASA in the evaluation of construction proposals received during the bid process. Once a contractor is selected and awarded with a construction contract, Black & Veatch manages project execution so that the solution is provided on schedule and on budget. The delivery and integration of the completed solution into PRASA's operative system signals the end of our team's engagement in every project. The Black & Veatch Program Management team is structured to function in three main areas: • Preconstruction: Planning, Design & Bid. Black & Veatch oversees a group of engineers, scientists, project managers, surveyors, GIS technicians and other professionals in the development of project scopes, the coordination of design workshops, and the preparation of master construction schedules and budgets, as well as the execution of constructability reviews of designed solutions. In addition, specific permitting plans support our Client in producing all- inclusive bid packages for all projects. • Construction: Black & Veatch directly provides a group of construction managers, construction coordinators, resident engineers and project controls staff to monitor and appraise field progress and productivity as per contract requirements. Specific duties include reviewing schedule updates and deviations, assessing causes for delays and time extension requests, and providing necessary guidance for recovery plans. In conjunction with these tasks, the continual screening for field progress is an essential task to substantiate progress payments and design quality compliance. • Post Construction: Startup & Close -Out. Black & Veatch provides post construction assistance to PRASA leading a seamless integration and delivery into PRASA's operating network of water and wastewater infrastructure, in addition to administrative and financial closeout of construction contracts. To reinforce our team's well-being, we hold frequent Black & Veatch "dialogue sessions." These roundtable discussions are not problem/solution sessions, but rather an opportunity to encourage team members to discuss what they are currently working on and anticipate situations that could develop in the near future. These team -building meetings allow all the team members to know what issues might arise, and the team can then work together proactively to mitigate them. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 46 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Construction management Black & Veatch currently has seven construction coordinators who are each responsible for three to four projects. The construction coordinator is also responsible for coordinating system shutdowns with PRASA, when necessary, to achieve scheduled project execution. Preparing for a shutdown is critical and thus planning begins right at the beginning of the construction phase. Office engineers and resident inspectors round out our Construction Management team. Resident inspection services and design services during construction are both subcontracted by Black & Veatch. During construction, where delays are most prone to occurring, the Construction Management team manages them by keeping PRASA apprised of any potential impacts to cost or schedule, working closely with all contractors to discuss issues, and engage in construction renegotiation or reconfiguring the engineering to recapture lost time, upon consent from PRASA. Our team also includes cost control engineers, schedulers and document control staff to identify and manage program trends timely and effectively. Black & Veatch is also responsible for quality assurance and quality control (QA/QC) of both inspection and design services. A checklist of deliverables and submittal requirements is developed during the preconstruction period, against which their work is measured. Though Black & Veatch is responsible for developing safety -related communications for contractors, another local firm is responsible for onsite construction safety monitoring. All team members have had 40 hours of safety training, allowing the team to remain vigilant when construction site visits occur, identify potential safety hazards, and notify PRASA if something is amiss. Tools and processes The Program Management Plan is the most important document of the program, as it establishes the program's scope, organization, objectives and the explicit approach to undertake and accomplish the various management tasks required for the program. It also outlines the operational procedures and techniques to be used to tackle required managerial and administrative tasks, such as: • Develop and approve monthly progress payments, and provide regular updates of anticipated costs. • Define type and frequency of tests or field audits required to assess the viability of Contractor's quality control plan. • Institute strategies and schemes regarding change orders, negotiations, claims and assessment of schedule impacts. • Implement adequate management information systems under a Contract Manager Platform, which provides the Client full access via a LoadSpring Portal allowing a continuous visualization of project data and trends. Added value Success is measured by completion of multiple projects on schedule, on budget, with a minimal amount of change orders, while meeting all regulatory requirements. PRASA has specific consent decrees with regulatory agencies which need to be met in order to comply with current regulations. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 47 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). PRASA has a sophisticated analytical system to measure Black & Veatch's performance in nine separate program metrics and 19 milestone deliverables that contain the total lifecycle of all capital improvement projects. These program metrics and milestones are documented per project in a Tracking Tool, developed by PRASA to define baseline schedules, track progress and establish projections for each project during the fiscal year. For example, PRASA's "Design 100" Metric measures performance by evaluating, among other duties, if the preconstruction team prepared a comprehensive project permit plan, if all stakeholders (including PRASA Operations) were invited to design workshops, and if coordination with land acquisition consultants was carried out effectively to avoid project setbacks. Regarding construction performance, PRASA's "Construction 90" Metric appraises if the project was completed with change orders in amounts less than 5 percent of the original contract value, if the project was concluded within safety parameters of zero lost time, or if contractor's applications for payment were duly processed. Since February 2013, Black & Veatch has satisfactorily achieved 164 out of a total of 180 Program Metrics, which represents a level of confidence or compliance of 91 percent. During this time, the overall average score granted by PRASA for all these Program Metrics is 93 percent. Black & Veatch and PRASA occupy neighboring office spaces in central locations within each region (Ponce and Caguas), which is intended to maximize and reassure our availability to meet our Client's needs and requests. With our full-time bilingual professionals dedicated to this program, we work closely with PRASA's staff with the sole intent to safeguard their interests by becoming an extension of their organization. To promote the exchange of information and maximize communication towards a reliable decision -making process, we conduct status meetings across the whole organization. These meetings are intended to drive performance metrics established for the program and promote effective reporting to key stakeholders and executive management. Such initiatives are geared towards team collaboration, considering Black & Veatch, as Program Manager, has to manage the expectations of Client's representatives on two operational regions, which sometimes results in varying expectations, needs and requirements. Innovation Our Program Management approach also enhances our ability to work together to look for ways to lower costs. One cost -saving example our team was able to advance was the ability to bypass a new chemical feed and pumping unit at the Rio Blanco water filtration plant in Naguabo. Black & Veatch approached the local Department of Health, responsible for monitoring compliance with drinking water standards, with the revised concept and completed a 60-day pilot study to prove that the performance results would not be hindered by the lack of chemical contact time. Once the regulatory agency was satisfied with the results, they accepted the redesign, which in turn saves PRASA approximately $800,000 each year in chemical costs and energy savings. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 48 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Memphis Sewer Assessment and Rehabilitation Program, Memphis, TN Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Program Management Program Manager, Constructor and Construction Manager for Sewer Assessments and Rehabilitation Project for the City of Memphis Reference Project Description: Scope of Services Provided: See attached Compensation for Services: $ 135M Project Construction Cost: $ $350M Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3044 Project Start Date: 1 / 13 Project Completion Date: 3 / 23 Const. Start Date: 1 / 13 Const. Completion Date: 3 /23 Company's Contact Name: Rafael E. Frias III, PE Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@BV.com Project Completed on Time and within Budget: n Yes n No Project Duration: Ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Reference Phone Number: (901) 275-0903 City of Memphis ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No In N/A N/A fl N/A 7 N/A Reference Name/Title & Position: Bobby Allen, Administrator of Public Works Reference Contact E-mail: bobby.allen@memphistn.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct the best of my knowledge. Proposer's Signature: • BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 49 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Memphis Sewer Assessment and Rehabilitation Program, City of Memphis, TN The City of Memphis negotiated a Consent Decree (CD) with the United States Department of Justice, Environmental Protection Agency, Tennessee Department of Environment and Conservation and the Tennessee Clean Water Network. The consent decree requires the City to develop and implement plans for the continued improvement of its wastewater collection and transmission system and wastewater treatment plants to address sanitary sewer overflows. The City of Memphis selected Black & Veatch (B&V) to serve as the Program Manager and Construction Manager (PMCM) for the CD Program. All work on the Program including assisting with SRF funding, gravity collection system condition assessment, lift station and force main assessment, assistance with easement acquisition, development of rehab plans, procurement of construction contracts and the actual construction itself is provided by or managed by B&V under a PMCM Master Services Agreement. B&V has been working under this contract for five years. The Program name for the Memphis CD work is Sewer Assessment and Rehabilitation Program (SARP10). The 10 denotes that the CD covers a 10-year period. B&V assembled a Program Team that includes five other partnering firms that make up the SARP10 Team. Conditions assessment As part of the SARP10 Program, B&V is implementing a Continuing Sewer Assessment Program (CSAP) required as part of a broader Sanitary Sewer Overflow Abatement Program. Implementing the CSAP includes completing system condition assessments on an annual basis and collecting sewer system physical data (e.g. sewer sizes, lengths, invert elevations, manhole rim elevations, materials of construction and approximate age). The CSAP defines procedures, priorities and schedules for undertaking wastewater collection and transmission system (WCTS) assessments. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 50 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Pipe Diameter Length Assessed to date (miles) 6" 114 8" 1,021 10" 101 12" & 14" 41 16" & 18" 15 20" & 22" 2 24" 19 30" 12 36" 17 42" 6 48" 7 54" 1 60" 7 72" 4 80" .5 84" 4 90" 1 96" 4 The assessment work includes CCTV, sonar, smoke testing, dye testing, manhole inspection, defect analysis, and lift station assessments. To date B&V has assessed 1,371 miles of the City's 3,100 miles of gravity sewer pipe (approximately 44%). Pipeline assessment For smaller diameter lines (less than 24") the Sanitary Sewer Evaluation Survey (SSES) sub -contractors working conduct CCTV inspection of the sewer lines. All inspections are performed to National Sewer Service Companies (NASSCO) standards, by certified operators. The CCTV video files are accompanied by reports detailing any defects that are discovered in the pipes. For larger interceptor pipes a slightly different approach is used. Because these larger interceptor lines tend to have a significant amount of flow, it can be difficult (and expensive) to bypass the lines so CCTV footage can be acquired for the entire pipe. Therefore, a combination of CCTV (above the water level) and sonar (below the water level) is used to provide a complete picture of the condition of the pipe and the amount of solids that have settled on the invert. Manhole assessment SSES sub -contractors also perform NASSCO certified Manhole Assessment Certification Program manhole inspections. The inspections include multiple pictures of the manhole and the connections with the related pipes. All aspects of the manholes are examined including the cover, frame, frame seal, adjustment rings, chimney, cone, wall, steps, bench, and channel. All of the manhole inspection reports are reviewed by SARP10 staff and are scored according to the rating system described below. The end goal of the assessment and ranking system is to provide a targeted and effective rehab program that allows the City to spend funds on the assets that are most likely to be contributing to SSOs or propose an eminent threat of failure. Data review and business risk score All pictures, report and other inspection data that is acquired in the field by the SSES sub -contractors are submitted to SARP10 within two weeks of being collected. SARP10 has developed a customized GIS geodatabase scheme that is provided to the SSES sub -contractors. The subs put all their data into the standard GIS geodatabase and submit it on a flash drive every Monday. The SARP10 data team then checks the data to ensure it is in the proper format and that all inspections are complete. If the data is not complete or there are issues with the formatting, it is rejected and the subs must resubmit. B&V does not invoice the City for any SSES work until the data has been approved through this rigorous data acceptance process. Reset BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 51 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Once the data has been accepted for format and completeness, it is then reviewed by the SARP10 Technical Team to ensure the videos are high quality, that the reports are accurate and that the defect coding has been properly recorded. The SARP10 Teach Team reviewer then scores the pipe segment based on the defects observed. Every video that is provided by the SSES subs is watched by the SARP10 Tech Team and every pipe segment is scored using a customized "TRAKER" system. The TRAKER is a one stop show that allows the reviewers to view all the condition assessment information provided by the subs, assign a level of severity to the defects and to make overall rehab recommendations for each pipe segment. Sanitary sewer modeling and master planning Black & Veatch is also developing a system wide sanitary sewer model containing all of the larger diameter sewers. The fully calibrated model not only identifies where existing capacity issues exist, but also provides insight into how the capacity issues are related to historic and modeled SSOs. The model is being used to develop improvements that will be the basis for a long- term improvement plan. Comprehensive approach to effective SSO reduction and rehabilitation planning By combining the results of condition assessment (noting defects and structural flaws) and modeling (capacity issues) B&V is developing a comprehensive picture of why SSOs are occurring and the most efficient means for reducing them. The comprehensive overview provided by the combination of these tools will help the City of Memphis with a balanced approach to system rehab and will help ensure that they not only achieve significant SSO reduction, but that they get the best value for each dollar spent. The graph above shows just how effective the SARP10 Program has been in reducing SSOs through the first five phases of assessment. The City has benefited from a 45% overall reduction in SSOs over the 5-year life of the Program. "Tracker" Capture via the Cloud • View asset condition data • Assign additional reviewers General Pipe Attributes Unique US & l' DS Manhole iDs PACP Condition Grading System • Assign severity and R&R recommendations Pipe Inspections ..r.aa. ',""a r °"8 °` " tw.a xxm,®,u z,...., a. .a,511:00.0s, r.an..m. o Lon", ilet letup Cbse Review & Rehab Comments 3 le NM. ow 101. t.a..nwaa.a----__--__.___ Moe r+r....- 2 Rehab Severity & Recommendations PM Severity & Recommendations Warnings Memphis 12 Month Running Average of SSOs In addition to the Tracker tool mentioned above, B&V has developed a rehab prioritization tool called iCIP. Through this intelligent system, a "business risk score" is assigned to each pipe segment. The business risk score takes into to consideration both the likelihood of failure and consequence of failure for each pipe segment. 1 Our systems allow our staff to efficiently and thoroughly understand the defects in each pipe segment and assign an appropriate ranking within our rehabilitation prioritization. Thus, we are able to identify which improvements will provide the best and most advantageous results for the City. Because the City has limited funds for the rehab program, we feel that this approach will help them achieve their goal of providing the best investments for the rate payer's dollars. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 52 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Assistance with managing SRF funding The City of Memphis acquired a $100M SRF loan through the Tennessee Department of Environment and Conservation to fund the SARP10 Program. To date the City has spent of $95M of that loan and will be closing it out in the near future. Over the first five years of this Program, B&V has assisted the City staff with the administration of the loan. Some of the work included formulating and updating a spending schedule, submitting plans and specs and contract documents to SRF staff for review and approval, assisting City staff with reimbursement requests and identifying projects that qualify for expenditures under the loan. B&V is currently assisting the City as they as they seek additional funding from SRF. Wetlands determination and delineation Many of the sewer interceptors in Memphis are located in low lying areas near streams and creeks. Unfortunately, these are the same conditions that are ideal for the formation of wetlands. In many cases, access to the large diameter sewers is not readily available and clearing and grubbing must be performed to facilitate access. Before performing any clearing and grubbing for access road construction, SARP10 has a wetland scientist walk the alignment and delineate wetlands. Every effort is then made to avoid the disturbance of wetlands. In cases where the disturbance wetlands cannot be avoided, the wetlands scientist advises SARP10 on best mitigation practices. In some cases, permits (such as ARAP and Corps permits) are required due to the necessary disturbance. SARP10 works closely with our wetlands sub consultant to ensure the proper permits are acquired and complied with. Easement and access planning and acquisition Ideally all existing sanitary sewer lines that are owned and operated by a municipality or utility would be constructed inside a recorded permanent easement. Like most utilities, Memphis has a few older sewer lines that do not have fully platted and recorded easements. For the SARP10 program B&V hires survey firms to establish and plat permanent easement for some of the existing sewer lines that we are assessing and/or improving. SARP10 provides all design and record drawing to our survey sub RP.(7ir ir�c - zw Wild or N.M. CAlrf before they start the field work. The survey sub then collects any field survey that is required to develop a plat. Once signed and sealed the easement plat is delivered given to SARP10. The SARP10 Team then works with the City of Memphis Real Estate Division to develop the legal front end of easement. Once the complete easement documents are compiled, the City of Memphis acquires the easement from the property owner. SARP10 staff provides support to the city staff throughout easement acquisition process. In addition to acquiring permanent sanitary sewer easements, SARP10 also assists the city in acquiring temporary and permanent access agreements and easements. In order to assess and improve many of the large diameter Reset BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 53 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). interceptors, SARP10 must first establish access to the sewer line. Many of these interceptors are located in low lying wooded area adjacent to streams and creeks, therefore grubbing and clearing must be performed across private property to facilitate the construction of gravel access roads. Typically, SARP10 staff will make first contact with the property owner and discuss access needs. SARP10 staff utilizes a survey sub -consultant to conduct any field work required to develop access agreements and easements. Once the technical portion of the easement has been developed by the surveyor, SARP10 works with the City of Memphis staff to incorporate the legal text and finalize the easement. The City of Memphis then takes the lead on acquiring the access agreement or easement. NCCER training for local contractors One of the toughest challenges for a large-scale infrastructure improvement program is helping to create and cultivate a strong safety culture that is consistent across a variety of sub -contractor backgrounds and experience. In Memphis (TN), Black & Veatch is working to foster a strong safety environment as part of its program and construction management contract with the city. The program routinely procures construction contracts for infrastructure repairs and upgrades to the city's sewer collection system. This work often involves difficult and high -risk work. However, even under the most challenging of circumstances, there is no compromise when it comes to safety. To help develop a strong safety culture throughout the region, Black & Veatch has conducted outreach efforts to the local construction community to provide (at no cost to the contractors) extensive safety training. Recently, Black & Veatch conducted a week-long training session on the National Center for Construction Education & Research (NCCER) Field Safety program. Depending on location of available sessions (and associated travel expenses), the cost for completion of this program can be several thousand dollars per person. Black & Veatch provided free training to local contractors in February on a first -come, first -serve basis and had an outstanding response with 25 open slots filling up almost immediately. The Field Safety curriculum is designed to promote a strong safety program in all phases of the job, and involves employees at every level; covering topics such as Hazard Communication, Fall Protection, and Forklift Safety. Wiley Richards of W&T Construction indicated that the training proved extremely valuable in helping him to develop a strong safety program for his company. "I feel that the training provided me and our firm an opportunity to learn from highly experienced people and understand the tools and resources that we can use to become a stronger and better construction company. For a smaller company like ours, this kind of opportunity is too good to pass up and we appreciate the experience." Black & Veatch is currently planning to hold another training session outreach in the near future. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 54 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Clean Water Partnership, Green Infrastructure Stormwater Program, Largo, MD Black & Veatch, through its wholly -owned subsidiary, iMG, is assisting Name(s) and Role(s) of Proposer working on this Reference Project: in Program Management and Asset Management Assessment Reference Project Description: Stormwater Partnership - $210 million of stormwater Green Infrastructure that provides community benefit to the County Scope of Services Provided: See attached Compensation for Services: $ 798,000 Project Start Date: 9 / 99 Project Construction Cost: $ $168M Const. Start Date: 3 / 15 Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3045 Project Completion Date: 9 / 20 Const. Completion Date: 6 /21 Company's Contact Name: Rafael E. Frias III, PE Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@BV.com Project Completed on Time and within Budget: n Yes n No Project Duration: Ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Reference Phone Number: (401) 374-9626 ❑■ Yes ❑ Yes ■❑ Yes ■❑ Yes ❑ No ■❑ No ❑ No ❑ No In N/A N/A fl N/A 7 N/A Clean Water Partnership Reference Name/Title & Position: Greg Cannito, Partnership Innovator Reference Contact E-mail: greg.cannito@corvias.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct the best of my knowledge. Proposer's Signature: • BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 55 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Clean Water Partnership, Green Infrastructure Stormwater Program, Largo, MD Black & Veatch, through its wholly -owned subsidiary, infraManagement Group (iMG), is assisting in performing the Program Management and Asset Management Assessment of the Clean Water Partnership as a teaming partner to Corvias Group. The Program Corvias/Black & Veatch (Corvias/B&V), in partnership with Prince George's County, MD, has implemented the Clean Water Partnership (CWP) as the solution to the County's stormwater regulatory challenges. The CWP provides planning, green infrastructure (GI), and low -impact development practices in a "first of its kind" innovative 30-year, large-scale Community -Based Partnership program. The $210 million project currently manages 4000 impervious acres county- wide. The CWP has achieved 30% savings per impervious acre from the original budget. Notably, the program brings $356 million in local economic impact to the community. Within 36 months of project initiation, Corvias/B&V successfully delivered 94 GI projects yielding 2,000 impervious acre (IA) credits — the largest number of IA credits ever delivered under one program. Now in its second phase, the CWP is on track to deliver another 2,000 IA credits by the end of 2021. Reset BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 56 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Capital structure and leverage The CWP is designed to achieve optimal capital structure and leverage. Prince George's County retains control of the assets, investments, and prioritization for the full program of work throughout the 30-year partnership, while the risk of delivery and management is transferred to the private sector. The Partnership provides an optimized financing structure that the County could not fully realize on its own. Green infrastructure has not generally been viewed as an investable asset class due to the small piecemealed projects and variable performance risks. The CWP's aggregation approach has been proven successful to secure financing for the program to supplement the county's stormwater fee. Matching funds In the planning phase, Corvias/B&V identified potential matching funds including traditional and non-traditional funding sources and strategies. This funding/financing assessment took an unbiased approach to capital sources, and focused on competitively sourcing the most cost effective capital that aligned with the project type. By aggregating many small projects into a larger initiative, a community can achieve the scale needed to secure federal- and state -provided low -interest public loans and grants. For the CWP, the project delivery method used the Partnership enabled it to execute large scopes of work and create the scale needed to take advantage of low-cost financing options offered by a State Revolving Fund (SRF). by Affordability The Corvias/B&V approach increases the affordability of implementing green infrastructure by lowering the costs of materials and services. Due to the scale and uniformity of CWP projects, Corvias/B&V can negotiate with contractors to lower the costs, resulting in considerable savings for the County. Additionally, Corvias/B&V promotes innovation and utilizes improved technology to enhance the pollutant removal efficiencies of the stormwater management retrofits and treat larger impervious areas, which lowers the cost per impervious acre treated. Program strategy development Corvias/B&V is responsible for both the initial development and maintenance of the GI assets through 2045, as well as asset and contractor management. This comprehensive design, build, operate, and maintenance project ensures an integrated approach that will maximize efficiencies and savings for the entire life cycle of the partnership. Corvias/B&V is executing this program with the specialized expertise of infraManagement Group, (iMG) who is performing asset management. Local workforce development and training program The true impact of the program has been felt in the local community where local and disadvantaged companies have delivered over 80% of the work, far surpassing the Program goals of 40% MBE/WBE/SBE and 50% local. In addition, Corvias/B&V developed a formalized and highly successful Mentor -Protege Program (MPP). The MPP provides training and experience for local County businesses to work, not only on the CWP, but to grow and take the skills they develop within the MPP to bid and successfully win work on other GI projects throughout the region. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 57 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: New Orleans Outfall Canals, Permanent Flood Gates, and Pump Stations, New Orleans, LA Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Prime, Lead Designer Reference Project Description: New Orleans Hurricane/Flood Protection Infrastructure Design -Build Scope of Services Provided: Design and construction of surge gates and new pump stations at the mouth of 17th Street Canal, Orleans Avenue. Compensation for Services: $ $7M Project Construction Cost: $ $700M Const. Start Date: 6 / 13 Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3045 Project Start Date:10/ 06 Project Completion Date: 4 / 13 Const. Completion Date: 4 / 18 Company's Contact Name: Rafael E. Frias III, PE Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@bv.com Project Completed on Time and within Budget: n Yes n No Project Duration: 12 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? No n Yes No n Yes No n Yes No n Yes No r N/A N/A fl N/A N/A 7 Reference Company Name: USAGE New Orleans District Reference Name/Title & Position: Brett Herr, Project Manager Reference Phone Number: (504) 862-2495 Reference Contact E-mail: brett.h.herr@usace.army.mil PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and co ect Proposer's Signature: < -_ BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services • the best of my knowledge. RFQ-EPC Revised 12/4/19 58 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). New Orleans Outfall Canals, Permanent Flood Gates, and Pump Stations, New Orleans, LA Black & Veatch served as the Owner's Engineer for the design and construction of three new pump stations, gated structures, and a fronting/ shore protection project that protects the drainage system for the three main canals draining Jefferson Parish and downtown New Orleans. The project included the design and construction of surge gates and new pump stations at the mouth of 17th Street Canal, Orleans Avenue Canal, and London Avenue Canal; capacities of the pump stations are 12,500 cfs, 3,390 cfs, and 8,980 cfs respectively. The project included civil and geotechnical analysis of the levees and floodwalls surrounding the canals, hydraulic (CFD) modeling, and hydrologic modeling of the total drainage system. This project included the following aspects: development of multiple design reports and preparation of multiple engineering studies; construction costestimating and scheduling; preparation of design calculations; preparation of a RFQ and RFP to facilitate construction of three pump stations and canal improvements; evaluation and analysis of flood control and erosion control including wave breaks and jetty systems; site investigation, planning and design including utility design and relocations; evaluation of roadways and bridges that cross the canals and allow access to the pump stations; electric power and backup power systems including fuel storage; drainage analysis and design; evaluation of 14 miles of levees and floodwalls and hydraulic analysis of seven miles of canal. The project required the use of MicroStation, In -Roads, and MCACES MII. The execution of this project involved preparation of a feasibility study that involved a tremendous amount of public interaction, preliminary design development, and design documentation. The project then moved through design, development of plans and specifications and then to construction quickly and methodically. The following summarizes the various phases of the project from feasibility to construction: RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 59 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Feasibility Study to Increase Surge Protection from Lake Pontchartrain: The overall goal of the project was to reduce the potential for hurricane related flooding of the Orleans and Jefferson Parishes. The study and design project included the 17th Street Canal (located along the boundary between Jefferson and Orleans Parishes), the Orleans Avenue Canal (located along the west edge of City Park in New Orleans), and the London Canal (located in the Gentilly area and along the western edge of the University of New Orleans campus). The plan formulation process was extensive and included significant coordination with the New Orleans District, Hurricane Protection Office, USACE Headquarters, Orleans Parish, Jefferson Parish, Sewerage and Water Board, other local interests, and State agencies. The project required multiple plan formulation brainstorming sessions, NEPA coordination meetings, public meetings, significant engineering analysis and design, evaluation of constructability, evaluation of social/economic impacts for inclusion in the NEPA process and Stakeholder Partnering Sessions. Several alternatives were developed, screened, analyzed, and designed. Some of the significant alternatives evaluated included: • Option 1— Construction of New Permanent Gated Pump Stations. The existing S&WB Pump Stations (3, 4, 6, & 7) would be left in place to function in their current mode of operation, discharging water to Lake Pontchartrain via the outfall canals. • Option 2 — Construction of New Replacement Pump Stations. The new lake -front stations completely replace the existing S&WB pump stations, which require substantial deepening of the existing canals, so they may operate under gravity drainage for their full length. Project modifications also included channel and interior drainage modifications, bank stabilization as well as modifications to the existing parallel levee system. • Option 2a — Same as Option 2 with Hoeys Basin Diversion. Same as Option 2 except that the Hoeys Basin Diversion is constructed. This diversion included a pump station and discharge pipe that discharges water into the Mississippi River. • Option 3 — Upgrade of Parallel Protection System along Canals (14 miles of protection). The existing line of protection would either be modified or replaced with a new more elevation line of protection. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 60 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The effort required the production of several engineering reports, investigation documents, and plans and specifications. These documents included: • Conceptual Pump Station Report • 2007 Report to Congress • 2008 Report to Congress • IER Report #5 • Upgrade Recommendations for the Interim Control Structure Pump Stations • Pump Station and Canal Operations Scenario Report • Pump Station Plans and Specification RFP Documents The extensive plan formulation process included documentation of 18 pump station site layouts related to various configurations of pump station options 1 and 2 along with multiple sites. The reports included significant amounts of mechanical, electrical, geotechnical, structural, civil, cost estimating, hydrology and hydraulic engineering. The project analysis included NEPA documentation, hydraulic and hydrologic analysis of canals and overall system performance, canal erosion analysis and design, levee and floodwall analysis and design, pump station analysis and design, bridge analysis and design, roadway analysis and design, and extensive cost estimate with life cycle costs using MCACES Mil. Specialized Experience � Preparation of Design Reports ✓ Engineering Studies ✓ a c m9 a E o U c e w W rn V Cost Estimates and Construction Schedules ✓ Calculations/Analyses ✓ Construction Plans/Specifications Suitable for Use in Competitive Bidding Process ✓ a c L GI v i6 v a x W v o aLevees/Dams. ul a (2) Civil Works Design Environmental Restoration ✓ Flood Control Erosion Control ✓ Jetties ✓ Roads/Bridges ✓ Site Planning ✓ Structural Design (pump stations, bridges, water control structures) ✓ Paving ✓ Grading ✓ Canals ✓ ✓ Drainage Plans ✓ Utility Systems Design/Relocation ✓ Value Engineering ✓ CCost Cost Estimates for Planning, Design, Construction ✓ Risk Analyses ✓ .7. Quantity Takeoffs ✓ 1 e u d 'O m .E '41 Construction Schedules ✓ MCASES Second Generation (Mtl) ✓ Geotechnical Exploration and Analysis Compliance with AEC ✓ Submission of CADD Products in MicroStation Format ✓ Black & Veatch performed extensive hydrologic and hydraulic analysis using HEC-RAS computer modeling under both steady and unsteady -state conditions. Structural engineering analysis included layout of the pump station substructure and superstructure, evaluation of pile supports, and evaluation of levee/floodwall tie-ins. Geotechnical analysis included evaluation of the pump station foundation, canal stability and construction bypass stability. Civil engineering analysis included layout of the alternative alignments for location of the alternate line of protection locations. The survey data was provided by the District from existing files. Ultimately photo images of the study area were used to locate features with the survey information overlaid on the images. Other efforts included erosion and scour protection, roadway re -alignment, roadway cross-section design and drainage evaluations. Electrical requirements were analyzed for the range of operating conditions required, including total self-sufficiency during extreme storm events. Option 1 and 2 required electric -driven pumps supplied from local standby generators located at each of the three new stations. Utility power, from Entergy, would only be supplied for the station power. Incoming utility service would not be sized to accommodate the storm event pump loads. Initially, the concept of a central power plant with power distribution to the three pump station sites was also investigated. Mechanical design included determination of pump type, size, and configuration. These were analyzed to establish probable selections and to form the basis of the required building sizes and layouts. Pumping units and drivers were based on the New Orleans Sewerage & Water Board designated worst -case criteria, between the primary condition of maximum flow at normal lake elevation with tide and the secondary condition of 60% maximum flow at maximum lake elevation with tide. Finally, to accommodate disparate flow conditions, a combination of pump sizes was incorporated. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 61 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Safe Water Analysis: Black & Veatch was tasked by the Hurricane Protection Office to determine the safe water elevation within the three main canals. This elevation represents the maximum water height that should be allowed in the canals during pump station operation. This study resulted from the Interagency Performance Evaluation Taskforce (IPET) evaluation of the I -Wall failures that occurred along the canals during Katrina. Black & Veatch evaluated the 17th Street Canal IPET analysis results and the additional geotechnical investigations performed at each canal to determine what remedial measures and upgrades were required to allow the levee walls to achieve safe water elevations up to elevations +8 and +10. Black & Veatch was also tasked to review the IPET analysis results for Orleans and London Avenue Canals. Black & Veatch evaluated the safe water elevations for the Orleans Avenue Canal to achieve an increased safe water elevation of +10 feet and for the London Avenue Canal to achieve an increased safe water elevation of +8 and +10 feet. The geotechnical analysis included evaluation of the earthen levees, pile founded "T-Walls" and sheet pile supported "I -Walls". The analyses were performed in accordance with the "Hurricane and Storm Damage Risk Reduction System Design Guidelines" (HSDRRSDG). The project team performed site reconnaissance to gather as - built information for the existing protection system. The subsurface soil investigations and studies previously performed by the District for 17th Street Canal were used to define soil parameters for the London and Orleans Canals. Specific efforts focused on "I -Wall" rotation and subsequent introduction of water pressure into the foundation materials (referred to as "gap analysis"). Black & Veatch provided recommendations for performance of supplemental site investigations using static cone and insitu vane shear testing to supplement the previous investigations and consolidated all the geotechnical investigations for each canal into a data base that can be used for subsequent evaluations of the canals. Black & Veatch performed stability analysis using Lower Mississippi Valley Districts Method of Planes (MOP), Spencer's analysis using SLOPE\W, Under -seepage analyses using SEEP\W, lateral pile load analyses using ENSOFT pile programs Group 7, and wall stability analyses using USACE program CWALSHT. Existing T-walls were evaluated in accordance with the "Hurricane and Storm Damage Reduction System Design Guidelines". The canals were divided into individual reaches based on similar soil 17th St conditions, levee type and topography. The safe water elevation for each reach was identified based on the HSDRRSDG guidelines. This evaluation was used by the USACE to identify the areas of the canal that required modification to achieve the required safe water elevation for the operation of the new surge gates and three new pump stations. Alternative conceptual designs for raising the safe water elevation included seepage berms, pressure relief systems, stability berms, ground modification, structural support systems and T-walls. Cost estimates for these conceptual modifications were developed using MCACES MII. A design report was developed for each canal. These reports are 5,500 pages for each canal. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 62 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Pump Station RFP Plans and Specifications: Black & Veatch developed the RFP for the design/build contract for the design and construction of the surge gates and three new pump stations. Black & Veatch worked with the HPO and the Portland District to develop the design criteria and construction requirements used in the RFP for this $700 million project. During the development of this RFP Black & Veatch was involved in the resolution of local sponsor review comments as well as a Value Engineering Review, and the required External Peer Review. Deliverables included the "Base to Go Cost" key input to the Build to Budget amount. Black & Veatch assisted the HPO in the development of the bid, and evaluation strategy for the award of this project. Black & Veatch hosted a Web Portal for distribution of proposal documentation to the bidders during the proposal process and provided technical support during the Source Selection Process. Subsequent to the award of the project, Black & Veatch provided scheduling support to the District during the construction of the facilities. Under a separate contract BVSPC provided design review of the Design/Builder's facility design for the State of Louisiana Coastal Protection and Restoration Agency. Canal I -Wall and Levee Plans and Specifications: The design and preparation of plans and specifications and cost estimates for the installation of a sheet pile seepage cutoff wall adjacent to the upper west I -wall sections, Reaches 1A, 1B and 1C, of the Orleans Avenue Canal to eliminate uplift pressures on the protected side of the floodwall when the water elevation in the canal is raised to 8.0 feet (NAVD88-204.65). The sheet pile cutoff began at the end of the west bank retaining wall of Pump Station DPS #7 and continued approximately 1,100 feet north. The sheet pile cut-off wall was extended in order to create a sufficient seepage path length to control uplift pressure. In addition to the seepage analysis, the design included the evaluation of the remaining criteria in the "Hurricane and Storm Damage Risk Reduction System Design Guidelines" (HSDRRSDG), Section 3.0 Geotechnical, revision dated June 12, 2008 for I -walls and required modifications. Black & Veatch completed the project on budget and on schedule and received a CPARS for Consulting Services for Permanent Protection System for Outfall Canals, W912BV07D1002.CZ01 with an overall rating of VERY GOOD. "The U.S. Army Corps of Engineers would like to take this time to extend both out gratitude and appreciation to your firm for its contribution towards the design and construction of the Greater New Orleans Hurricane and Storm Damage Risk Reduction System (HSDRRS). On August 29, 2005 Hurricane Katrina struck South Louisiana resulting in unprecedented devastation. Since that tragic day, the US Army Corps of Engineers and our A-E Partners have worked expeditiously to design and construct the HSDRRS. Your firm's responsibility for one or more actions affiliated with the design, planning modeling, engineering during construction, environmental studies or construction management was instrumental in completing expedited design and construction of the HSDRRS. The commitment of your form's leadership and design team was integral to our success in delivering a world class system with functional capability for the 2011 Hurricane Season. Your dedication to quality and delivery has been evident resulting in improved public safety and risk reduction for the greater New Orleans Area." — Walter O. Baumy, Jr PE, Chief, Engineering Division RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 63 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Infrastructure Needs Program II, West Bank & Gaza, Palestinian Territories Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Program Management Program Management, Process Training, Program Strategy Development Services, Schedule/Cost Controls, Design, Reference Project Description: Constructibility/Value Engineering Review, Commissioning, Construction Management, Post -Construction Scope of Services Provided: Program and Construction Management Compensation for Services: $ 150M Project Construction Cost: $ 750M Project Start Date: 9 / 10 Project Completion Date: 9 / 18 Const. Start Date: 9 / 10 Const. Completion Date: 6 / 18 Proposer's Company Name: Black & Veatch Special Projects Corporation Company's Contact Name: Rafael E. Fries III, PE Proposer's Title/Position: Associate Vice President Company's Contact Phone Number: (954) 465-6872 Company's Contact Facsimile Number: (754) 229 3045 Company's Contact E-mail: FriasRE@BV.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: 8 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? n Yes ❑ No fl N/A n Yes ❑ No IT N/A n Yes ❑ No fl N/A Was the Proposer timely in its reviews and submittals? n Yes ❑ No ® N/A U.S.Agencyfor International Development/ Tony Rantissi, COTR Reference Company Name: West Bank &Gaza Mission Reference Name/Title & Position: Reference Phone Number: +972.50.526.7731 Reference Contact E-mail: trantissi@usaid.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be sigried by the Proposer) By signing below, I certify all information is true and cor ct the best of my knowledge. Proposer's Signature: • BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 64 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Infrastructure Needs Program II, West Bank & Gaza, Palestinian Territories Infrastructure improvements that benefit public health, safety, and welfare are essential elements of the U.S. Government's support for the Palestinian -Israeli peace process. Launched in 2010, the Infrastructure Needs Program II (INP II) focused on addressing these improvements. It was an eight -year program built on the successes previously achieved helping Palestinians build the foundations of a future Palestinian State. Following a competitive qualifications based procurement process, Black & Veatch Special Projects Corp. Black & Veatch was chosen by the United States Agency for International Development (USAID) West Bank Gaza (WB/G) to program manage, design and construction manage implement the $700 million INP II Construction Program and the $300 million Local Construction Program. INP II officially began on September 30, 2010 with the award of Task Order 1 for the A-E services (the Infrastructure Needs Program Phase II IQC 294-1-00-10-00205-00). In October 2015, USAID extended the INP II program through 30 September 2018 by a new Task Order (2) under the original Indefinite Quantity Contract (IQC). Program Scope Overview Black & Veatch provided Program Management services related to all aspects of architectural study, design and engineering. These services included but were not limited to site surveys, feasibility studies, geotechnical investigations, master planning, conceptual designs, environmental studies, project reports, technical training, institutional capacity building, preparation of specifications for commodities/equipment procurement, final designs, preparation of bills of material and confidential government cost estimates, construction tendering documents, requesting project permits, and liaison and coordination with Palestinian and Israeli officials and other donor representatives. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 65 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Black & Veatch also provided construction management services including, but not limited to, overall direction and close project monitoring, inspection and overall management of construction projects to use best efforts to assure construction contractor compliance with all specifications including quality control, schedules, guarantees, other contract terms and conditions; procurement services required/as authorized by USAID; and related complementary and supplementary support activities including progress and other reports. Additional services included process training and assisting in the preparation of PM/CM policies and procedures, Program Strategy Development Services, Schedule/Cost Controls, Constructability/ Value Engineering Review, Commissioning, Post -Construction Warranty Management, and Operations & Maintenance Support on behalf of USAID to the Palestinian Water Authority. Completed construction projects under the INP II & LCP Construction Programs included roads, water transmission, water distribution, reservoirs, wastewater collection systems, storm water networks, wells and booster pump stations. More than 45 roads totaling more than 130 linear miles of roadway and roadway safety enhancements were designed and construction managed by Black & Veatch. Nearly 260 miles of pipelines and networks were designed and construction was managed by Black & Veatch. Seventeen above -ground reservoirs across the West Bank were designed and construction managed by Black & Veatch to enhance reliability and quality of water supplies across the West Bank. Micro -desalination facilities were also designed and construction was managed by Black & Veatch in Gaza. Nearly 2 million local residents benefited from improved access to infrastructure and basic services as a result of our work. Over the course of the program, Black & Veatch's Program Management effort focused on the following key activities: Studies and Assessments: • Road Studies • Water/Wastewater Studies • International Building Code Training to local contractors • Training and Capacity Building to local small A-E's and Construction Contractors • Utility Management Training for local and national government officials • Other Miscellaneous Studies Reset BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 66 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Engineering Design: • Regional, Municipal and Tertiary Roads • Water/Wastewater Networks and Systems • Primary and Secondary School Buildings • Environmental Remediation Projects • Stormwater Drainage Systems Construction Management: • Regional, Municipal and Tertiary Roads • Water/Wastewater/Stormwater Networks and Systems Supervisory Control and Data Acquisition (SCASA) Networks and Systems Programmatic Health & Safety Inspections & Monitoring Post Construction: • Well & Pump Station Operation & Maintenance Support • Utility Level Asset Management Planning & Training • Construction Warranty Management • Roadway Inspection and Maintenance Planning & Support • Public Works Safety Enhancement Program • Institutional Capacity Building Client regulatory provisions required Black & Veatch to help local recipient institutions develop internal capacity to manage, operate, maintain, expand and finance key infrastructure in order to protect valuable infrastructure investments and reduce dependency on international donor funding. Black & Veatch provided major operational and maintenance assistance to help protect bulk water supply projects. Additional training and capacity building activities performed by Black & Veatch included: • Development of the Local Construction Program (LCP) to prepare local construction contractors • Restore wells and associated Operation and Maintenance systems, • Involve the private sector to perform normal maintenance and repairs, • Establish regional technical centers, • Train operations and maintenance staff, and • Develop skilled water supply technicians through vocational training centers. Reset RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 67 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: East & West Sides CSO Improvements Program, Grand Rapids, MI Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Design & Construction Management Reference Project Description: Program Management, Design, Green Infrastructure, Construction Management, Public Participation Scope of Services Provided: Program and Construction Management Compensation for Services: $ 10.9M Project Start Date: 4 / 06 Project Completion Date: 4 18 Project Construction Cost: $ 220M Const. Start Date: Vayious Const. Completion Date• Various Proposer's Company Name: Black & Veatch Corporation Company's Contact Name: Rafael E. Frias III, PE Proposer's Title/Position: Associate Vice President Company's Contact Phone Number: (954) 465-6872 Company's Contact Facsimile Number: (754) 229 3045 Company's Contact E-mail: FriasRE@bv.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: 12 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: City of Grand Rapids Reference Name/Title & Position: Rick DeVries, Assistant City Engineer Reference Phone Number: (616) 456-3071 * Yes ❑ No fl N/A ■❑ Yes ❑ No f N/A O Yes ❑ No [IT N/A ■❑ Yes ❑ No E N/A Reference Contact E-mail: rdevries@grand-rapids.mi.us PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and c Proposer's Signature: rect o the best of my knowledge. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 68 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Grand Rapids East and West Sides CSO Improvements Program Black & Veatch served the City of Grand Rapids for Planning, Design, and Construction Management of the East Side and West Side CSO Control Programs from 2006 through 2018. The East Side CSO Control Program consisted of constructing new storm sewers within approximately 4.0-square miles of urban combined sewer system on the east side of Grand River in Grand Rapids, Michigan to eliminate ten CSO outfalls by year 2019. The East Side CSO control program Construction costs totaled $100M. The West Side CSO planning effort for Grand Rapids utilized site specific analyses to demonstrate that effective CSO control could be achieved with less treatment and lower costs and still comply with water quality standards. The $120M improvements eliminated 96% of the overflow volumes in five years (from 362 MG/year to 11 MG/year), significantly reduced basement backups and localized flooding in low lying areas, and improved water quality in the Grand River. Black & Veatch Construction Management professionals' proactive and collaborative approach with local contractors resulted in holding Construction cost to 1% of the as -bid construction costs. The scope of the East and West Side CSO Program(s) included: • Storm sewers (12" to 18' x 11') • Water mains (6" to 48") • Sanitary sewers (12" to 84") • Roads/sidewalks/streetscape/traffic control RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 69 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Over the life of the CSO Program, the scope of the infrastructure improvements shifted away from traditional improvements and towards Green Infrastructure. Green Infrastructure opportunities were evaluated and implemented to enhance the projects and to align with City-wide goals outlined in their adopted Sustainability Plan and Green Grand Rapids Master Plan. This included coordination of sewer separation improvements with area transportation and land use characteristics, evaluation of potential/proposed bike lanes, and enhancing and supporting pedestrian, vehicular, and bus traffic. These improvements resulted in local neighborhood enhancement and attraction of new businesses to the area, while facilitating water quality protection through the Green Infrastructure components, which reduced flows to the stormwater system and filter out contaminants. Constructed Green Infrastructure components included hydrodynamic separators and underground infiltration basins; pervious pavements (both concrete and asphalt); and traffic circle and bulb -out bioretention/infiltration areas. Porous asphalt was used for both full road width coverage and exclusively as parking lanes adjacent to bituminous roadways. Other design features integrated into the sewer separation projects included narrowing existing roadways (i.e., road diets) where feasible to increase the amount of grass parkway which increases infiltration and decreases overland flow on impervious surfaces. The most recent project, 100% of funds dedicated to Green Infrastructure, was a 97,000 cubic foot storm water storage and infiltration basin located in Mary Waters Park. Construction began in September of 2015 and included two hydrodynamic separators and a series of underdrains. This is the largest and deepest underground storm water storage system of its kind in Michigan with a footprint of 130ft x 210ft and depths reaching up to more than 20 ft. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 70 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Construction Management for City Water Tunnel No. 3, Manhattan, NY Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Construction Management Reference Project Description: Construction Management and Administration, Project Controls & Master CPM Schedule, Commissioning and Startup Scope of Services Provided: Construction Management and Commissioning Compensation for Services: $ 27.2M Project Start Date: 5 / 14 Project Completion Date: 4/ 18 Project Construction Cost: $ 223M Const. Start Date: 6/ 14 Const. Completion Date: 6/ 17 Proposer's Company Name: Black & Veatch Corporation Company's Contact Name: Rafael E. Frias III, PE Proposer's Title/Position: Associate Vice President Company's Contact Phone Number: (954) 465-6872 Company's Contact Facsimile Number: (754) 229 3045 Company's Contact E-mail: FriasRE@bv.com Project Completed on Time and within Budget: ■❑ Yes n No Project Duration: 3 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: NYCDEP Reference Phone Number: (212) 262-2340 ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No fl N/A N/A fl N/A ® N/A Reference Name/Title & Position: John McCluskey, Associate Project Manager Reference Contact E-mail: jmccluskey@dep.nyc.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be sigaied by the Proposer) By signing below, I certify all information is true and c rec o the best of my knowledge. Proposer's Signature: BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 71 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Construction Management for City Water Tunnel No. 3 Black & Veatch, in a Tri-Venture, provided construction management (CM) services for the New York City Department of Environmental Protection (NYCDEP) for 10 shafts and the activation of the Manhattan Leg of Water Tunnel No. 3, Stage 2. City Water Tunnel No. 3 is the largest capital construction project in New York City's history, and one of the worlds' engineering marvels. Construction began in 1970 and is expected to be completed in 2020 at a total cost of more than $6 billion. The tunnel is being built in four stages; when completed, it will traverse more than 60 miles (97km) at 500 feet (150m) below street level in sections. Stage 1 went into service in August 1998. Stage 2 consisted of two sections: the Brooklyn/Queens section and the 8.5-mile Manhattan section. Black & Veatch was responsible for programmatic construction management of the Manhattan Stage 2 section shafts and the section's activation. Stage 3, the Kensico-City Tunnel, a 1.6 mile -long (2.6 km) section extending from the Kensico Reservoir to the Valve Chamber in the Bronx, is currently in the final planning stage. Stage 2 also included the completion of civil works and installation of mechanical, HVAC, and telecom at 10 Shaft sites in Manhattan for the installation of more than 3,000 LF of 42-48" near surface steel water distribution piping while interfacing with concurrent DDC water main installation contracts. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 72 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). As the project progressed, NYCDEP amended our scope to include startup and tunnel activation. During the peak of the construction, there were 70 Black & Veatch professionals out of 170 professionals onsite working three shifts (24/7). During our startup role, Black & Veatch served as an extension of NYCDEP staff, using four to five key professionals and more than 20 local hires. The NYCDEP is a safety -driven client with a robust safety program. The Tri-Venture had two full-time site safety managers who went from site to site to monitor the contractor's environmental/safety compliance. Black & Veatch reported on leading indicators and trends and acted as extension of the NYCDEP's EHS staff. The original deadline for the tunnel startup and activation was accelerated by 160 days and publicly announced to meet political pressures. Through our extensive experience in water conveyance systems, Black & Veatch successfully adjusted to the new deadline by identifying critical path items and prioritizing the construction accordingly. Because of our proactive permitting approach, none of the projects were significantly delayed. To successfully coordinate with so many stakeholders, Black & Veatch developed and managed detailed protocols regarding what NYCDEP would need to permit the projects, as well as written communications plans that defined appropriate levels of everyone's involvement. Meetings with NYCDEP and PMC occurred at least biweekly, with certain phases requiring more frequent meetings, or combinations of in -person and meetings by phone to address the issues. The team also had daily morning coordination meetings to discuss assignments and shift priorities as needed. Although NYCDEP was responsible for public outreach and the issuance of press releases and public notices, the Tri-Venture played an integral role in informing the many agencies and stakeholders who were involved in this program of upcoming work and work that would affect them or their constituents. One of the challenges Black & Veatch overcame was large fluctuation in Construction demand. With a rapid ramp up in staffing for tunnel activation, Black & Veatch was successfully able to match our staff levels and provide consistent high -quality services at both the project and field levels. Our strategy included qualified local teaming partners and robust quality and training plans. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 73 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: CIP Program Proposition 0, Echo Park Lake Rehabilitation, City of Los Angeles, CA Name(s) and Role(s) of Proposer working on this Reference Project: Black & Veatch / Program Support Services Design Phase Project Management, Engineering Technical Expertise, Program Support Services, Reference Project Description: Public Relations, Budgeting, Permitting Scope of Services Provided: Engineering Services Compensation for Services: $ 5.9M Project Start Date: 1 / 07 Project Completion Date: 1 / 10 Project Construction Cost: $ 60M Const. Start Date: 3 / 10 Const. Completion Date: 1 / 12 Proposer's Company Name: Black & Veatch Corporation Proposer's Title/Position: Associate Vice President Company's Contact Facsimile Number: (754) 229-3045 Project Completed on Time and within Budget: ■❑ Yes Company's Contact Name: Rafael E. Frias III, PE Company's Contact Phone Number: (954) 465-6872 Company's Contact E-mail: FriasRE@BV.com n No Project Duration: 5 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ▪ No flN/A ❑ No N/A ▪ No flN/A ▪ No 7N/A Reference Company Name: City of Los Angeles Reference Name/Title & Position: Alfred Mata, Deputy City Engineer Reference Phone Number: (213) 485-4920 Reference Contact E-mail: alfred.mata@lacity.org PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct o the best of my knowledge. Proposer's Signature: �_ _ BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-EPC Revised 12/4/19 74 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). "On behalf of the Board of Directors of the Los Angeles Section of the American Society of Civil Engineers, I'm pleased to inform you of the selection of the Echo Park Lake Rehabilitation Project as the Winner for the Outstanding Government CE Project award. The Section received numerous excellent projects to consider and the selection of the Echo Park Lake Rehabilitation Project is in recognition of the project's tremendous accomplishment in its complexity, scope, and engineering features." - ASCE, Los Angeles Section CIP Program Proposition 0, Echo Park Lake Rehabilitation Echo Park Lake is one of the City of Los Angeles' crown jewels of parks and was a major component of the City's Proposition 0 Program. The Program authorized the City to fund projects up to $500 million to prevent and remove pollutants from regional waterways and ocean outfall with the goal of protecting public safety while meeting Federal Clean Water Act regulations. To restore the Lake to its existing and potential beneficial uses while providing a multi- purpose solution and reducing the use of municipal water, Black & Veatch provided design phase project management, engineering technical expertise, and program support services including public relations, budgeting, and permitting. To accomplish these objectives, the improvements were categorized in three major elements including: In -Lake improvements; Vegetation, Habitat, and Parkland improvements; and Parkland Structural Best Management Practices (BMPs). The Project required extensive Public Outreach including monthly community group meetings, several one- on-one interviews with community leaders, and participation in community events. The project was ultimately selected as an Outstanding Government CE Project Winner by ASCE Los Angeles. The In -Lake Improvements included draining the Lake, removing the top layer of sediments, replacing the Lake liner with the bentonite enhanced clay liner, reconfiguring the outlet structure, implementing a recirculation system, and installation of an earthen fill partition berm to abate the DSOD regulatory jurisdiction. The Vegetation and Habitat improvements included Lotus bed restoration, Lake edging improvements, and installation of porous paving. The BMPs included installation of two hydrodynamic separators; 4.2-acres of constructed wetlands, rain gardens, and grassy swales; and implementation of an integrated irrigation system. RFQ-EPC Revised 12/4/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 75 Qualifications of Key Personnel Form RFQ-QKP Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Key Personnel: Arturo Burbano, PhD, PE, PMP PMP (1795409) License No.: FL PE (81183) Years of Related Experience: 28 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Program Management, Project Management, Design, Permitting, and Bid Services Key Personnel Employer: Black & Veatch Corporation Key Personnel Office Address: 2121 Ponce de Leon Boulevard, Suite 305, Coral Gables, FL 33134 Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: 10+ 3 Design/Build: 3 Federal Government: - Name of Projects: CM -at -Risk: N/A ❑ State/County/Municipal: 10+ Residential/Residential High -Rise: - Office: 2 LEED/Green Globe Certified: - Other (specify): Mixed -Use: - Retail: - Diverse types of utility buildings List previous historical facility restoration/preservation projects: Over his 28 years of experience, Dr. Burbano has managed infrastructure projects and programs with construction costs totalizing over $200M. This includes planning, design, permitting, procurement, and construction services for projects for municipal, industrial, and federal clients. Some of his main projects include: Program Management of Design Projects for Miami -Dade Water and Sewer Department (WASD) Wastewater Treatment Plants for both the Consent Decree Program and the Ocean Outfall Program; Program Management of Upgrades to Large Water Treatment Plants for the Metropolitan Water District of Southern California; Advanced Water Treatment Program for Mine Wastewater Program for Gold Fields La Cima, in Cajamarca, Peru; and the Stormwater Treatment Program for a Confidential Aerospace Client in Ventura County, CA. The scope of some of these projects involved restoration/preservation of buildings and structures. By signing below, Prime Consultant certifies that the information contained in Form RFQ-QKP is accurate and correct. Prime Consultant further certifies that it is aware that if the City determines that any of the information is incorrect or false the City may at itdiscretion reject the Response as non -responsive By: May 13, 2020 Signature of Authorized Officer Date Rafael E. Frias III, P.E. Associate Vice President Printed Name Title RFQ-QKP Revised 7/31/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 76 Arturo Burbano, Ph.D., P.E., PMP Lead Program Manager Dr. Burbano is a Program Director with Black & Veatch in Miami, FL. He is a Senior Program Manager with 28 years of experience in the engineering industry. Dr. Burbano has extensive experience with all stages of project delivery of a variety of infrastructure projects including water, wastewater, water reuse, and stormwater applications for municipal, industrial, and federal clients. His program experience includes management of planning, design, procurement, construction, and commissioning of water infrastructure facilities with over $200M in cumulative construction costs. Dr. Burbano's international experience includes projects in Canada, UK, Peru, Chile, and Australia. He has published more than 50 technical articles and has served as Adjunct Professor of Water/Wastewater Treatment Design at the University of Southern California (USC) and the Florida International University (FIU). PROJECT EXPERIENCE Miami Dade Water and Sewer Department (WASD) 1 Consent Decree Program for Wastewater Treatment Plants; Miami, FL Deputy Program Manager. Dr. Burbano served as Deputy Program Manager for the Consent Decree Program at WASD's Central District Wastewater Treatment Plant (CDWWTP). This effort included the analysis of scope, budget, and resources to complete the simultaneous delivery of CD projects under the required targets of quality, schedule, and budget. Dr. Burbano worked in close coordination with WASD and the CD Program's Project Manager/Manager (PMCM) entity to ensure the compliance of the aforementioned CD targets. Additionally, Dr. Burbano served as Project Manager of three CD projects included in this program, specifically CD 2.17 (Chlorination Facilities Detail Design for the 143-mgd Central District Wastewater Treatment Plant), CD2.22 (Master Pump Station No. 2 Upgrades), and CD2.31 Upgrades to the 160 mgd Master Pump Station No. 1). These three projects involved detail design, permitting and bid support, and engineering services during construction (ESDC). The designs were completed under accelerated schedules producing deliverables using Revit 3D models or CAD, and required extensive permitting coordination with the City of Miami Building Department, Miami -Dade Department of Regulatory and Economic Resources (DERM), Florida Department of Environmental Protection (FDEP), and the U.S. Army Corps of Engineers (USACE). Miami Dade Water and Sewer Department (WASD) I Ocean Outfall Legislation (OOL) Program for Wastewater Treatment Plants; Miami, FL (2020-ongoing) Deputy Program Manager. Dr. Burbano currently serves as Deputy Program Manager supporting the delivery of the OOL Program at WASD's Wastewater Treatment Plants. His responsibilities include the analysis of scope, budget, and resources to complete the simultaneous delivery of the projects under the OOL Program, while meeting the required targets of quality, schedule, and budget in each of these projects. This Program accounts for the delivery of new infrastructure for approximately $280M in construction costs, and includes major projects such as (i) Engineering services for the design, permitting, and bid phase services of a new Electrical Distribution Building 3 (EDB3) at the South District Wastewater Treatment Plant (SDWWTP); (ii) Engineering services for the design, permitting, and bid phase services for the new High Level Disinfection (HLD) facilities at the North District Wastewater Treatment Plant (NDWWTP); and (iii) Engineering services for the design, permitting, and bid phase services of a new Injection Well Pump Station (IWPS) at the NDWWTP. Additionally, the OFFICE LOCATION Coral Gables, FL EDUCATION Executive MBA, Anderson School of Management, University of California, Los Angeles (UCLA), 2014 Ph.D., Environmental Engineering, University of Cincinnati, 2003 MS, Industrial Engineering, Escuela Politecnica Nacional, (Quito, Ecuador), 1998 BS/MS, Chemical Engineering, Escuela Politecnica Nacional, (Quito, Ecuador), 1992 PROFESSIONAL REGISTRATIONS PE — FL, #81183 PE — CA, #C72460 PE—NV,#021571 PMP — #1795409 PROFESSIONAL ASSOCIATIONS American Academy of Environmental Engineers and Scientists (AAEES) American Water Works Association (AWWA) Water Environment Federation (WEF) Florida Water Environment Association (FWEA) — Vice Chair Project Management Institute (PMI) YEAR CAREER STARTED 1992 YEAR STARTED WITH B&V 2020 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 77 OOL program includes an extensive Pilot Testing Evaluation of Tertiary Filtration at the Central District Wastewater Treatment Plant (CDWWTP) and two comprehensive Task Authorizations for Hydrogeological Services: (1) Engineering Design and FDEP Underground Injection Control (UIC) Permitting of Injection Wells at the NDWWTP, CDWWTP, SDWWTP, and the planned West District Wastewater Treatment Plants (WDWTP); and (2) Injection Well Services During Construction at the SDWWTP and CDWWTP facilities. Dr. Burbano also serves as Deputy Project Manager of the HLD and IWPS projects at the NDWWTP. Metropolitan Water District of Southern California (MWD) I Water Treatment Plants Upgrades Program; Los Angeles, CA Program Manager. Dr. Burbano served as Program Manager for the upgrades of the Joseph Jensen and the F.R. Weymouth Water Treatment Plants (WTPs), two of the largest WTPs in the nation. This program included the analysis of scope, budget, quality, and the coordination and management of project teams to complete the timely delivery of multiple infrastructure upgrades at these WTPs, which are among the ten largest in the nation. Additionally, Dr. Burbano served as Project Manager of three projects of the Program: (i) Design, Construction, and Long -Term Testing of Filter Modifications for the 520-mgd Weymouth WTP; (ii) Engineering Services for the Construction of Thickeners #5 and #6 at the 750-mgd Jensen WTP; and (iii) Pre -Design of New Solids Handling Facilities for the Jensen WTP. Gold Fields La Cima S.A.A. I Advanced Mine Wastewater Treatment Program at the Cerro Corona Mine; Cajamarca, Peru Program Manager/Chief of Engineering. Dr. Burbano served as Program Manager & Chief of Engineering for the Advanced Water Treatment (AWT) Program for the Cerro Corona Mine, one of the most important copper mines in Peru, located in the Andes Mountain Range at an elevation of over 12,000 ft. This program included water management planning for the mine, and engineering design of advanced wastewater treatment plants (AWTPs) to treat mine wastewater from the tailings dam and other mine structures for beneficial reuse and/or discharge to the environment. Dr. Burbano managed multidisciplinary teams based on the US and Peru, which evaluated the water quality of the source water, modeled and addressed the impact of stormwater runoff on the tailings dam volume and the potential for overflows, and designed robust and effective AWTPs after completing comprehensive pilot studies. Dr. Burbano led all phases of program delivery, including multiple in -person bilingual progress meetings with Gold Fields staff at the mine site, Cajamarca and Lima offices, and virtual conferences with specialists from Peru, Chile, Canada, Switzerland, South Africa, and the US. Miami Dade Water and Sewer Department (WASD) 1 CD2.27 Central District Wastewater Treatment Plant (CDWWTP) Oxygen Production Facility — Design and Permitting of Stormwater Facilities; Miami, FL Task Project Manager. Dr. Burbano managed a Subtask of Consent Decree Project No. CD2.27 - Design -Build (D-B) of a Pure Oxygen Production Facility at WASD's CDWWTP. Dr. Burbano served as a Subconsultant to the D-B Team, and managed the conceptual and detailed design, permitting, and construction support services of the stormwater facilities supporting the Pure Oxygen facility. Dr. Burbano managed the review of the Stormwater Master Plan for the CDWWTP, preparation of stormwater model for the new facilities, produced drawings and specifications for 30%, 60%, 90%, and 100% completion level of the new stormwater management facilities, and provided permitting support. The project was successfully completed ahead of schedule and under budget. Confidential Aerospace Client 1 Stormwater Treatment Program; Ventura County, CA Program Manager. Dr. Burbano served as Program Manager of the Stormwater Treatment Program (STP), as part of the overall Environmental Management Program of a 2,800-acre industrial complex in Southern California. The STP had the objective of designing and building Advanced Water Treatment Facilities (AWTFs) to treat stormwater runoff collected in storage ponds located throughout the facility. The AWTFs were designed to treat stormwater overflows and prevent discharges of untreated runoff to the environment, by producing purified effluent that meets NPDES discharge regulations specifically defined for this client, which in some cases were more stringent than drinking water regulations. The AWTF treatment train included high -rate clarification (ACTIFLO) to control peak stormwater turbidities (>1,000 NTU) during heavy rain events and protect downstream processes (multimedia pressure filters, MF membranes, granular activated carbon, and ion exchange) to target heavy metals, VOCs, dioxins and other trace organics. Dr. Burbano managed multiple engineering teams that delivered all projects included in this Program, including scope/schedule phasing and conflict reviews, and coordination of resources for deliverable production meeting quality, budget and schedule targets, as well as permitting coordination with the Regional Water Quality Control Board. This Program is regarded as one of the most complex examples of stormwater management and treatment in the U.S. in terms of compliance with numeric permit limits. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 78 - Ron DeSantis, Governor r fr -__ f 7J: ,; S#' FBPE •,i�,l" "~..'! :rJ,4>' STATE OF FLORIDA I�r `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES , •,- r — t•--, P F ` - n'i f i' .� • ! • • Y jjJ `� ', la, *�. BURBANO, 0461. S DORAL 5r 5958 Y i; ARTURO NW 113TH t iifa.1Lr _ I FL +ir . r PL 33178 �• r r'.. 1 A. ,� #` ', + ,• f e� i * *R ffl f f LICENSE NUMBER: PE81183 • • ■ •1::.4. . .o • 44 . t EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. rOittt fRanagClinntTHIS IS TO CERTIFY THAT �I�%titute Arturo A. Burbano HAS BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVING AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS HEREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® IN TESTIMONY WHEREOF, WE HAVE SUBSCRIBED OUR SIGNATURES UNDER THE SE SEAL 'cry' 1969 cnirm,„ Tony Appleby Chair, Board of Directors AL OF THE INSTITUTE Sunil Prashara President and Chief Executive Officer PMP® Number: 1795409 PMP® Original Grant Date: 05 March 2015 PMP® Expiration Date: 04 March 2021 P Project Management Institute nt Support Services 80 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: Consent Decree Program at WASD's Central District WWTP, Miami, FL Name(s) and Role(s) of Lead PgM working on this Reference Project: Arturo Burbano, PhD, PE, PMP - Deputy Program Manager Reference Project Description: Project and Construction Management Program/Project Management, Design, Permitting, Procurement and Bid Support, Scope of Services Provided: and Engineering Services During Construction Compensation for Services: $ 4.5M Project Start Date: 3/ 15 Project Completion Date: 7/ 16 Project Construction Cost: $ 46.3M Const. Start Date: 2/ 16 Const. Completion Date: 3/ 18 Lead PgM's Company Name: MWH (now part of Stantec) Lead PgM's Title/Position: Principal Engineer Company's Contact Facsimile Number: (786) 313-5514 Project Completed on Time and within Budget: ❑■ Yes Company's Contact Name: Antonio Inojal Company's Contact Phone Number: (786) 246-4853 Company's Contact E-mail: antonio.inojal@stantec.com ❑ No Project Duration: 17 months If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? ❑■ Yes ❑■ Yes ❑■ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No N/A N/A N/A N/A Reference Company Name: Miami -Dade WASD Reference Name/Title & Position: James Ferguson, Sr. Project Manager Reference Phone Number: (786) 552-8756 Reference Contact E-mail: James.Ferguson©miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct o the best of my knowledge. Proposer's Signature: BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ELPM Revised 2/10/20 81 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Consent Decree (CD) Program I Miami -Dade Water and Sewer Department (WASD) I Miami, Florida Dr. Burbano served as Deputy Program Manager for the Consent Decree Program at WASD's Central District Wastewater Treatment Plant (CDWWTP). This effort included the analysis of scope, budget, and resources to complete the simultaneous delivery of CD projects under the required targets of quality, schedule, and budget. Dr. Burbano worked in close coordination with WASD and the CD Program's Project Manager/Construction Manager (PMCM) entity to ensure the compliance of the aforementioned CD targets. Additionally, Dr. Burbano served as Project Manager of three CD projects included in this program, specifically CD2.17, CD2.22, and CD2.31. CD2.17 Chlorination Facilities Detail Design Project Manager for the detail design of the $22M chlorination facilities for the 143 mgd Central District Wastewater Treatment Plant (CDWWTP). The objective of this Consent Decree (CD) project was to replace the existing chlorine gas system with a new liquid sodium hypochlorite system. The latter was a bulk storage closed building facility with eighteen 20,000-gallon FRP tanks, transfer and dosing pumps and a satellite building facility with two 2,500-gallon HDPE day tanks and dosing pumps. The design included all the yard piping, leak detection, injection points, all monitoring and control instrumentation, and incorporated hardening considerations to protect the new buildings and ancillary facilities against sea level rising -induced floods. Detailed design was executed using Revit 3D BIM models. Dr. Burbano managed a 30+ multidisciplinary team of engineers and subconsultants during the detail design, permitting and bidding phases (general contractor and equipment pre -purchase), as well as engineering services during construction (ESDC). The design was completed under an extremely accelerated schedule stipulated by the Consent Decree, which required the mobilization of numerous additional engineering resources to accelerate design production and optimized QA/QC procedures including deliverable review charrettes using 3D visualization tools. Reset RFQ-ELPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 82 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). CD2.22 Pump Station No. 2 Upgrade Modifications Project Manager for the detail design of the upgrades to Master Pump Station No.2. Dr. Burbano managed the team throughout completion of the following tasks: (1) upgrade of the odor control system; (2) replacement of influent sluice gates and stop plates; (3) addition of emergency eye wash station and shower; (4) upgrade of HVAC and ventilation systems at the pump station building for compliance with NFPA 820 regulations; (5) hardening assessment of the pump station facilities. Dr. Burbano led all detailed design phases of the project, including production of 30%, 60%, and three 100% design deliverables (not -for -construction, permit -ready, and bid -ready), engineering services during construction (ESDC) and bid support. Dr. Burbano also managed the required permitting coordination with the City of Miami Building Department, Miami -Dade Department of Regulatory and Economic Resources (DERM), and Florida Department of Environmental Protection (FDEP). CD2.31 Pump Station No. 1 Upgrades Project Manager for the detail design of the upgrades to the 160 mgd Master Pump Station No.1. Dr. Burbano managed this project (CD) project throughout the following phases: (i) condition assessment of the odor control systems and bar screens, (ii) detailed design and permitting to replace the existing sea wall abutting the Miami River, (iii) Basis of Design Report (BODR) for a new pedestrian walkway along the sea wall, (iv) performance evaluation of the ventilation systems at the pump station building and compliance with NFPA 820 regulations, and (v) BODR and detailed design of the upgrades to the odor control, bar screens, and ventilation systems for the Pump Station, including hardening assessment of the facility. Dr. Burbano led all detail design and permitting phases of the project. Permits for this project required coordination with the City of Miami Building Department, Miami -Dade Department of Regulatory and Economic Resources (DERM), and the U.S. Army Corps of Engineers (USACE). Reset RFQ-ELPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 83 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: Ocean Outfall Legislation Program for WASD Wastewater Treatment Plants, Miami, FL Name(s) and Role(s) of Lead PgM working on this Reference Project: Arturo Burbano, PhD, PE, PMP - Deputy Program Manager Reference Project Description: Project and Construction Management Program/Project Management, Design, Permitting, Procurement and Bid Support, Scope of Services Provided: and Engineering Services During Construction Compensation for Services: $ 11.2M Project Start Date: 5 / 17 Project Completion Date: Opgoing Project Construction Cost: $ 126.4M Const. Start Date: 1 / 22 Const. Completion Date: Ongoing Lead PgM's Company Name: Black & Veatch Corporation Company's Contact Name: Rafael Frias Lead PgM's Title/Position: Program Director Company's Contact Phone Number: (954) 465-6872 Company's Contact Facsimile Number: (754) 229-3044 Company's Contact E-mail: FriasRE@bv.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: Ongoing If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? ❑■ Yes ❑ No N/A Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? * Yes ❑ No N/A * Yes ❑ No N/A ■❑ Yes ❑ No N/A Reference Company Name: Miami -Dade WASD Reference Name/Title & Position: James Ferguson, Sr. Project Manager Reference Phone Number: (786) 552-8756 Reference Contact E-mail: james.ferguson@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct o the best of my knowledge. Proposer's Signature: BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ELPM Revised 2/10/20 84 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Ocean Outfall Legislation Program for WASD Wastewater Treatment Plants, Miami, FL Dr. Burbano currently serves as Deputy Program Manager supporting the delivery of the OOL Program at WASD's Wastewater Treatment Plants. Dr. Burbano's responsibilities include the analysis of scope, budget, and resources to complete the simultaneous delivery of the projects under the OOL Program, while meeting the required targets of quality, schedule, and budget in each of these projects. This Program accounts for the delivery of new infrastructure for approximately $280M in construction costs, and includes major projects such as: • Engineering services for the design, permitting, and bid phase services of a new Electrical Distribution Building 3 (EDB3) at the South District Wastewater Treatment Plant (SDWWTP) • Engineering services for the design, permitting, and bid phase services for the new High Level Disinfection (HLD) facilities at the North District Wastewater Treatment Plant (NDWWTP) • Engineering services for the design, permitting, and bid phase services of a new Injection Well Pump Station (IWPS) at the NDWWTP. Additionally, the OOL program includes an extensive Pilot Testing Evaluation of Tertiary Filtration at the Central District Wastewater Treatment Plant (CDWWTP) and two comprehensive Task Authorizations for Hydrogeological Services: • Engineering Design and FDEP Underground Injection Control (UIC) Permitting of Injection Wells at the NDWWTP, CDWWTP, SDWWTP, and the planned West District Wastewater Treatment Plants (WDWTP) • Injection Well Services During Construction at the SDWWTP and CDWWTP facilities. Dr. Burbano also serves as Deputy Project Manager of the HLD and IWPS projects at the NDWWTP. Reset RFQ-ELPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 85 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: Water Treatment Plants Upgrades Program, Los Angeles, CA Name(s) and Role(s) of Lead PgM working on this Reference Project: Arturo Burbano, PhD, PE, PMP - Deputy Program Manager Reference Project Description: Project and Construction Management Program/Project Management, Design, Permitting, Procurement and Bid Support, Scope of Services Provided: and Engineering Services During Construction Compensation for Services: $ 1.05M Project Start Date: 6 / 08 Project Completion Date: 12/ 11 Project Construction Cost: $ 12.7M Const. Start Date: 8/ 09 Const. Completion Date: 6/ 11 Lead PgM's Company Name: MWH (now part of Stantec) Company's Contact Name: James Borchardt Lead PgM's Title/Position: Principal Engineer Company's Contact Phone Number: (626) 568-6283 Company's Contact Facsimile Number: (626) 568-6101 Company's Contact E-mail: james.borchardt@stantec.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: 42 months If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? ❑■ Yes ❑ No N/A Did the Lead PgM provide Construction Management Services? ❑■ Yes ❑ No N/A Was the Lead PgM responsive to the Project Owner? ❑■ Yes ❑ No N/A Was the Lead PgM timely in its reviews and submittals? ■❑ Yes ❑ No N/A Metropolitan Water Reference Company Name: nistrict of Southern CA Reference Name/Title & Position: Richard Lin, Plant Engineer Reference Phone Number: (626) 203-6729 Reference Contact E-mail: RLin@mwdh2o.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct o the best of my knowledge. Proposer's Signature: BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ELPM Revised 2/10/20 86 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Water Treatment Plants Upgrades Program, Los Angeles, CA Dr. Burbano served as Deputy Program Manager for the upgrades of the Jensen and Weymouth Water Treatment Plants (WTPs), which are owned an operated by the Metropolitan Water District of Southern California, the largest wholesaler in the region. The program included the analysis of scope, budget, quality, and resources to complete the timely delivery of multiple infrastructure upgrades at these WTPs, which are among the largest in the U.S. Additionally, Dr. Burbano served as Project Manager of three projects of this Program, as indicated below: Design, Construction, and Long -Term Testing of Filter Modifications for the Weymouth Water Treatment Plant La Verne, California Dr. Burbano served as Project Manager for this project for the 520 mgd Weymouth WTP, which involved a complete retrofit of filters that operated with almost no changes for over 50 years, which exhibited performance issues such as low filtration rates, reduced run times, and significant media loss. Dr. Burbano managed an extensive evaluation of filter alternatives to define suitable process modifications to address these issues (e.g., alternative media arrangements, replacing original troughs and underdrains with improved commercial products, and testing trough -less filters). Based on this analysis, Dr. Burbano later managed the final design and engineering services during construction of the modified filters, as well as during the long-term testing of these filters at full-scale capacity. Engineering Services for the Construction of Thickeners #5 and #6 at the Jensen Water Treatment Plant I Granada Hills, California Dr. Burbano served as Project Manager of this project to improve solids handling at the 750 mgd Jensen WTP, one of the largest in the US. Dr. Burbano oversaw the completion of all phases of this project, including coordination between Metropolitan staff and the contractor, progress meetings, processing of requests for information, and submittals with civil, structural, electrical and instrumentation technical leads, contracts with subcontractors, budget monitoring, and invoicing. After a 18-month construction period, the project met all the schedule, budget, and quality targets, the plant increased its solids handling capacity by 50%, and was able to thicken the solids either in batch or continuous mode. Predesign of New Solids Handling Facilities for the Jensen Water Treatment Plant I Granada Hills, California Dr. Burbano served as Project Manager for this predesign of the new solids handling facilities for Metropolitan's 750 mgd Jensen WTP. The new facilities were intended to reliably handle a solids production of 40 dry tons per day (dtpd) (i.e., belt presses for 28 dtpd and onsite lagoons for the remaining 12 dtpd). The facilities included four 2-meter/3- belt presses to dewater the thickened solids, two new 12,000-gallon mechanically mixed equalization tanks, and a belt press feed pump station with 4-duty and one stand-by pumps equipped with variable frequency drives (VFD) to allow flows between 150 to 350 gpm and a maximum total discharge head of 40 feet. The belt presses were housed in a building, along with the conveyor system, polymer feed tanks, polymer feed pumps, electrical and control systems, workstation, and storage area. The design included polymer mixing, storage and feed facilities, cake pile facilities and all related utilities. Dr. Burbano managed all aspects of project delivery and provided technical support on solids handling equipment calculations and lagoon sizing. Reset RFQ-ELPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 87 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: Advanced Mine Wastewater Treatment Program, Cerro Corona Mine, Cajamarca, Peru Name(s) and Role(s) of Lead PgM working on this Reference Project: Arturo Burbano, PhD, PE, PMP - Program Manager Reference Project Description: Project and Construction Management Program/Project Management, Design, Permitting, Procurement and Bid Support, Scope of Services Provided: and Engineering Services During Construction Compensation for Services: $ 750K Project Start Date: 2 / 12 Project Completion Date: 12/ 14 Project Construction Cost: $ 1.6M Const. Start Date: 9/ 13 Const. Completion Date: 6/ 14 Lead PgM's Company Name: MWH (now part of Stantec) Company's Contact Name: Jose Rozas Lead PgM's Title/Position: Principal Engineer Company's Contact Phone Number: +51 971854906 Company's Contact Facsimile Number: +51 971854906 Company's Contact E-mail: jose.rozas@stantec.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: 34 months If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? ❑■ Yes ❑ No N/A Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? Gold Fields La Cima Reference Company Name: s A A Reference Name/Title & Position: Javier Gutierrez, Special Studies Manager Reference Phone Number: +51 976581832 * Yes ❑ No N/A * Yes ❑ No N/A ■❑ Yes ❑ No N/A Reference Contact E-mail: Javier.Gutierrez@goldfields.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct o the best of my knowledge. Proposer's Signature: BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ELPM Revised 2/10/20 88 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Advanced Mine Wastewater Treatment Program for the Cerro Corona Mine I Gold Fields La Cima S.A.A I Cajamarca, Peru Dr. Burbano served as Program Manager & Chiel of Engineering for the Advanced Mine Wastewater Treatment (AMWT) Program for the Cerro Corona Mine, one of the most important copper mines in Peru, located in the Andes Mountain Range at an elevation of over 12,000 ft. This program included the water management planning for the mine, and subsequently the engineering design of advanced wastewater treatment plants (AWTPs) to treat mine wastewater from the tailings dam and other mine structures for beneficial reuse and/or discharge to the environment. The largest AWTPs was intended to prevent overflow discharges of tailings dam water by treating excess water volumes contained in the dam as result of stormwater runoff collected during heavy rain events. To meet this objective, this AWTP was designed to produce 180-L/s (4.1 mgd) of effluent with water quality meeting the stringent limits defined by the Peruvian environmental regulation for discharge to the environment. Considering tailings water is highly alkaline and contains significant amounts of calcium, sulfates, heavy metals, and other inorganic contaminants, this AWTP included complex technologies such as reverse osmosis, high-performance softening, pH control, water conditioning, and RO brine handling and disposal. A second AWTP of smaller capacity was intended to process heap leach wastewater, a highly alkaline waste stream loaded with high concentrations of heavy metals. This waste stream required advanced treatment to produce effluent to be reused as process water for the flotation process for copper ore concentration, thereby reducing the need for fresh water and maintaining a positive water balance in the plant. Dr. Burbano managed the AMWT Program by leading multidisciplinary teams based on the US and Peru, which evaluated the water quality of the source water and its seasonal variations, prepared water/salinity balances for the tailings and heap leach sources and designed robust and effective AWTPs for each application after completing a pilot testing phase. Dr. Burbano also conducted QA/QC review of process drawings and calculations, coordinated the timely production of discipline drawings, technical specifications, provided procurement and bid support for equipment/contractor selection, and coordinated the preparation of cost estimates. Dr. Burbano led all program meetings, including multiple in -person bilingual progress meetings with Gold Fields staff at the mine site, Cajamarca and Lima offices, and conference calls with mining specialists from Peru, Chile, Canada, Switzerland, South Africa, and the US. Reset RFQ-ELPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 89 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: CD.2.27 WASD CDWWTP Oxygen Production Facility - Stormwater Facilities, Miami, FL Name(s) and Role(s) of Lead PgM working on this Reference Project: Arturo Burbano, PhD, PE, PMP - Task Project Manager Reference Project Description: Project and Construction Management Scope of Services Provided: Design, Permitting, and Engineering Services During Construction Compensation for Services: $ 100K Project Construction Cost: $ 3.5M Lead PgM's Company Name: GHD Lead PgM's Title/Position: Project Manager / Vice President Company's Contact Facsimile Number: (813) 971-3882 Project Start Date: 6 / 17 Project Completion Date: 1 / 19 Const. Start Date: 2 / 18 Const. Completion Date: 6 / 18 Company's Contact Name: Matt Trzcinski Company's Contact Phone Number: (813) 990-9200 Company's Contact E-mail: Matthew.Trzcinski©ghd.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: 20 months If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? Reference Company Name: Wade Trim Reference Phone Number: (954) 410-9677 ❑■ Yes ❑■ Yes ❑■ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No ❑ No N/A N/A N/A N/A Reference Name/Title & Position: Jim Penkosky, Senior Project Manager Reference Contact E-mail: jenkosky@wadetrim.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor ct o the best of my knowledge. Proposer's Signature: BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ELPM Revised 2/10/20 90 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). CD2.27 Central District Wastewater Treatment Plant (CDWWTP) Oxygen Production Facility - Design and Permitting of Supporting Stormwater Facilities I Miami Dade Water and Sewer Department (WASD) I Miami, Florida Dr. Liu' uui`iu sci ‘mu uS r uje t Manager, successfully completing the project ahead of schedule and under budget, while also meeting all the required quality standards Dr. Burbano served as Project Manager for a Subtask of Consent Decree Project No. CD2.27, which consisted of the Design -Build (D-B) of a new Pure Oxygen Production Facility at WASD's CDWWTP. Dr. Burbano served as a Subconsultant of the D-B Team, and managed the conceptual and detailed design, permitting, and construction support services of the stormwater facilities supporting the Pure Oxygen facility. The D-B team was led by PCL Construction in coordination with Wade Trim as Engineer of Record. Dr. Burbano managed the design team through completion of the following tasks included in the scope of work: • Review of project documents and other references, including the overall Stormwater Master Plan for the CDWWTP • Site visits to identify data gaps • Preparation of stormwater model for the site to verify whether the existing system could accommodate the additional estimated flows • Development of alternative design approaches to accommodate additional estimated flows • Development of drawings and specifications for 30%, 60%, 90%, and 100% completion level of the selected solution • Permitting support Reset 10 0 10 0 60 SPT VERSUS DEPTH Np •VAWE 30 90 SO LO 70 SO 90 1O0 110 SAND no J-Fr;EN[ -T84 i&5 LIMESTONE [MIAMI LIMESTONE FORMATION' FORT THOMPSON SAND FORMATION (INTERMEDIATE LIMESTONE LAYERS{ TORT TI{o1MP*N ESEONE FORMATION IIIMERNTEDIM RFQ-ELPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 91 Qualifications of Key Personnel Form RFQ-QKP Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Key Personnel: George Joyce PMP, PE, ASQ CMQ/OE PMP (422787) Years of Related License No.: FL PE (65170) Experience: 27 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Municipal Government Infrastructure Services Key Personnel Employer: Black & Veatch Key Personnel Office Address: 3405 W Dr. MLK Jr Blvd Ste 125, Tampa, FL 33607 Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: 21 5 0 Design/Build: 1 CM -at -Risk: 0 Federal Government: Name of Projects: - State/County/Municipal: 16 N/A ❑ Residential/Residential High -Rise: 1 LEED/Green Globe Certified: 0 Office: 0 Other (specify): Mixed -Use: 1 Retail: 1 List previous historical facility restoration/preservation projects: Over his 27 years of experience, Mr. Joyce has managed all stages of project delivery for a variety of infrastructure projects, including water, wastewater, water reuse roadways, land development, and stormwater applications for municipal, industrial, private, and federal clients. His program experience includes management of planning, design, procurement, construction, and commissioning of water infrastructure. Some of his main projects include: Consent Decree Program establishment at WASD's Central District Wastewater Treatment Plant (CDWWTP), St. Petersburg, SFWMD, Hillsborough County, Tampa, and other municipalities across Florida. The scope of some of these projects involved restoration/preservation of buildings and structures. By signing below, Prime Consultant certifies that the information contained in Form RFQ-QKP is accurate and correct. Prime Consultant further c I l.,s that it is aware that if the City determines that any of the information is incorrect or false the City may at its Ole iscretion reject the Response as non -responsive By: May 13, 2020 Signature of Authorized Officer Date Rafael E. Frias III, P.E. Associate Vice President Printed Name Title RFQ-QKP Revised 7/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 92 George Joyce, PMP, PE, ASQ CMQ/OE Senior Program Manager Mr. Joyce is a Program Management/Construction Management leader with Black & Veatch. He is a Senior Program Manager/Project Manager/Construction Manager with 27 years of experience in the infrastructure market. Mr. Joyce has extensive experience with all stages of project delivery for a variety of infrastructure projects, including water, wastewater, water reuse roadways, land development, and stormwater applications for municipal, industrial, private, and federal clients. His program experience includes management of planning, design, procurement, construction, and commissioning of water infrastructure. Mr. Joyce has proven experience leading groups of construction managers and inspectors during the construction phase of infrastructure projects in a Program. PROJECT EXPERIENCE Consent Decree (CD) Program I Miami -Dade Water and Sewer Department (WASD) Miami, Florida (2015-2016) Project Director. Mr. Joyce served as MWH's Director of Project Management, Quality, and Risk Management for the Government and Infrastructure Operation during the Consent Decree Program establishment at WASD's Central District Wastewater Treatment Plant (CDWWTP). This effort included the analysis of contract terms and conditions, PM and project technical lead resource management, risk register preparation, change & issue register, scope, budget and resources to complete the simultaneous delivery of CD projects under the required targets of quality, schedule and budget. Mr. Joyce worked in close coordination with WASD and the CD Program's Project Manager/Construction Manager (PMCM) entity to ensure the compliance of the aforementioned CD targets. Additionally, Mr. Joyce served as Project Manager of two CD projects included in this program, specifically CD 2.15. Consent Decree (CD) Program I Miami -Dade Water and Sewer Department (WASD) CD2.15 Digesters Renewal, Central District Plant 2, Cluster 1 I Miami, Florida (2015- 2016) Project Manager. Project Manager for the detail design of the $29M upgrade of the digesters for the 143 mgd Central District Wastewater Treatment Plant (CDWWTP). The objective of this Consent Decree (CD) project was to upgrade the digesters, and replace the sludge transfer and recirculation pumps, sludge heating, and gas handling system, as well as a new electrical building and power distribution. This project includes process design, mechanical model in BIM (Revit 2015), equipment selection and specification for all operational units, including pumps, blowers, tank covers, mixers, flares, etc., to optimize the operation of the digesters. Mr. Joyce coordinated the execution of this project with technical leads as well as other projects that were being executed simultaneously and interrelated with this one. Mr. Joyce managed a 30+ multidisciplinary team of engineers and subconsultants during the detail design, permitting and bidding phases (general contractor and equipment pre -purchase. The design was completed under an extremely accelerated schedule stipulated by the Consent Decree, which required the mobilization of numerous additional engineering resources to accelerate design production and optimized QA/QC procedures including deliverable review charrettes using 3D visualization tools. OFFICE LOCATION Miami, FL EDUCATION MS, Engineering and Environmental Management, Air Force Institute of Technology BS Civil Engineering, United States Air Force Academy, 1992 PROFESSIONAL REGISTRATIONS PE — FL, #65170 PE — CA, #C60023 PMP — #422787 PROFESSIONAL ASSOCIATIONS Member of the American Water Works Association (AWWA) Water Environment Federation (WEF) American Society of Quality Certified Manager of Quality & Organizational Excellence. Project Management Institute (PMI) YEAR CAREER STARTED 1993 YEAR STARTED WITH B&V 2018 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 93 Consent Decree (CD) Program I Miami -Dade Water and Sewer Department (WASD) I CD2.15 Digesters Renewal, Central District Plant 2, Cluster 4 I Miami, Florida (2015-2016) Project Manager. Project Manager Project Manager for the detail design of the upgrades to the 143 mgd Central District Wastewater Treatment Plant (CDWWTP). Mr. Joyce managed the team throughout completion of this project involving the upgrade of digesters, sludge transfer and recirculation pumps, sludge heating, and gas handling system. This project included process design, mechanical model in BIM (Revit 2015), equipment selection and specification for all operational units, including pumps, blowers, tank covers, mixers, flares, etc., to optimize the operation of the digesters. Mr. Joyce coordinated the execution of this project with technical leads as well as other projects that are being executed simultaneously and are interrelated with this one including leading all detailed design phases of the project, including production of 30%, 60%, and three 100% design deliverables (not -for -construction, permit -ready, and bid -ready), engineering services during construction (ESDC) and bid support. Mr. Joyce also managed the required permitting coordination with the City of Miami Building Department, Miami -Dade Department of Regulatory and Economic Resources (DERM) and Florida Department of Environmental Protection (FDEP). Utility Extension Program Manager, City of Cape Coral I Cape Coral, Florida (2005-2011) Program Manager. This nine-year, $1 billion utility and facility program for the City of Cape Coral, FL, included 700 miles of pipeline, 34 pump stations, three water reclamation facilities, and a reverse osmosis water treatment plant. Mr. Joyce was responsible for delivering the utility extension portion of the program involving the replacement of shallow groundwater wells and septic tanks with new potable water, sanitary sewer, forcemain, reclaim water and stormwater improvements city-wide. With the utility installation, a complete roadway replacement was also included in the program. These services were performed under a Program Manager At -Risk Model involving 100% design, bidding, and construction. UEP-10 Southwest 6/7 Utility Extension Design, Construction Manager, Cape Coral, Cape Coral, Florida (2008-2010) Project Manager. Project Manager responsible for the 100% design and bidding services for this water and reclaimed water distribution and sanitary sewer collection systems project. This fast track design completed twice the area of work three months ahead of schedule, allowing seamless transition of subcontractors from one phase of construction to the next, and reducing mobilization costs for the client. The SW 6/7 project consisted of approximately 270,000 LF of potable water main, 340,000 LF of reclaimed water main, and 300,000 LF of gravity sewer pipe, including all appurtenances, services, and general construction items. All of these amounted to a total construction cost of approximately $68M. Mr. Joyce developed detailed plans and profile construction drawings covering approximately 63 miles of roadway alignments, as well as project - specific specifications and standards details. This design extended utilities to approximately 6,200 parcels and provided potable water, reclaimed water, and sewer service to residents in roughly a 4-square-mile area of the City. W-8 Transmission Pipeline and Pumping Stations, Program Manager at Risk Services, City of Cape Coral, Florida (2009-2010) Project Manager. Project Manager Project Manager who led engineering and contract document preparation for bidding preconstruction services during the design and construction bidding phases. The project included 70,000 feet of wastewater and reclaimed water transmission pipelines (6 to 36 inches in diameter) and two 5,200-gpm peak -hour -flow pump stations with associated stand-by generators and odor control. The project also included designing approximately 105,000 feet of water transmission pipelines (8 to 42 inches in diameter) to connect new production wells and treatment facilities with the existing and expanded infrastructure. His initial responsibilities included site selection for pump stations and transmission alignment routing; engineering design services; cost estimate preparation, including preparation of quantities for bid schedule; and management of geotechnical and surveying subcontract services. Mr. Joyce also provided engineering services during construction. UEP-5 Southwest 5 Utility Extension Design, Program Manager at Risk Services, City of Cape Coral, FL (2007-2010) Project Manager. Mr. Joyce was responsible for the design of approximately 125 miles of roadway, water, reclaimed water and gravity sewer, force mains, and 11 lift stations. The design involved deliverables at the 30%, 50%, 75%, 90%, through to bid preparation for $60M in construction and preconstruction services that included public outreach. Engineering services provided during construction included: submittal evaluations, RFI processing, change order evaluation, as -built review, and record drawing production. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 94 Ron DeSantis, Governor FBPE FLORIDA BOARD OF PROFESSIONALENGINEERS STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES :i we: JOYCE, GEORGE P. II �•;,'� ' 216 23RD AVE SE V ST PETERSBURG FL 33705 LICENSE NUMBER: PE65170 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. anagt .cntproject THIS IS TO CERTIFY THAT ure George P Joyce HAS BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVING AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS HEREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® IN TESTIMONY WHEREOF, WE HAVE SUBSCRIBED OUR SIGNATURES UNDER THE SEAL OF THE INSTITUTE Tony Appleby Chair, Board of Directors Suni1 Freshers President and Chief Executive Officer PMP® Number: 422787 PMP® Original Grant Date: 25 July 2006 PMP® Expiration Date: 24 July 2022 PM Project Management .. Institute. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 95 City of Miami, Department of Procurement Experience of the Sr. Program Manager Reference Form - RFQ-ESPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the proposed SPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the proposed SPgM) Reference Project Name/Address: Digesters Renewal, Central District Plant 2 , Cluster 1 - MDWASD, Miami, FL Name and Role of SPgM working on this Reference Project: George Joyce, PE, PMP - Senior Project Manager Reference Project Description: One of a portfolio of upgrade projects simultaneously executed at Central Plant Scope of Services Provided: Upgrade of digesters, sludge transfer and recirculation pumps, and new electrical building Compensation for Services: $ 1.3M Project Start Date: 4 /15 Project Construction Cost: $ 15.5M Project Completion Date: 4 / 16 Const. Start Date: 6 / 16 Const. Completion Date: 12 / 18 SPgM's Company Name: MWH (now part of Stantec) SPgM's Title/Position Principal Engineer Company's Contact Name: David Socha, PE, PMP Company's Contact Phone Number: (813) 335-0150 Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: 17 months If "No," was the SPgM at fault/did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the SPgM provide Project Management Services? Did the SPgM provide Construction Management Services? Was the SPgM responsive to the Project Owner? Was the SPgM timely in its reviews and submittals? ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A Reference Company Name:Miami-Dade WASD Reference Name/Title & Position: James Ferguson, Sr. Project Manager Reference Phone Number: (786) 552-8756 Reference Contact E-mail: James.Ferguson@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor Proposer's Signature: ct o the best of my knowledge. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ESPM Revised 2/10/20 96 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 11 ern Digesters Renewal, Central District Plant 2 , Cluster 1 I Miami -Dade Water and Sewer Department (WASD) I Miami, Florida Mr. Joyce served as Project Manager for this project involving the upgrade of digesters, sludge transfer and recirculation pumps, sludge heating, and gas handling system, as well as a new electrical building and power distribution. Mr. Joyce managed two Digester Rehabilitation projects simultaneously along with other upgrade projects at Miami Dade's Central District Plant. This project includes process design, mechanical model in BIM (Revit 2015), equipment selection and specification for all operational units, including pumps, blowers, tank covers, mixers, flares, etc., to optimize the operation of the digesters. Mr. Joyce coordinated the execution of this project with technical leads as well as other projects that are being executed simultaneously and are interrelated with this one. This project was part of the $66M program over five years for the Miami -Dade Water and Sewer Department. RFQ-ESPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 97 City of Miami, Department of Procurement Experience of the Sr. Program Manager Reference Form - RFQ-ESPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the proposed SPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the proposed SPgM) Reference Project Name/Address: Downtown Watermain Replacement Project Ph I & Ph II, St. Petersburg, FL Name and Role of SPgM working on this Reference Project: George Joyce, PE, PMP - Senior Project Manager Reference Project Description: Replacement of 4,100 LF of potable water pipeline and roadway downtown St. Petersburg Scope of Services Provided: Survey, SUE, geotechnical borings, 100% utility design, bidding, construction oversight Compensation for Services: $ 178K Project Start Date: 1 /17 Project Construction Cost: $ 1.75M Const. Start Date: 12/ 18 SPgM's Company Name: George F. Young, Inc. Company's Contact Name: Bill Kent Project Completion Date: 7/ 19 Const. Completion Date: 7 / 19 SPgM's Title/Position_ Sr. Vice President/ Business Unit Leader Company's Contact Phone Number: (727) 641-7343 Project Completed on Time and within Budget: n Yes n No Project Duration: 31 months If "No," was the SPgM at fault/did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the SPgM provide Project Management Services? Did the SPgM provide Construction Management Services? Was the SPgM responsive to the Project Owner? Was the SPgM timely in its reviews and submittals? ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A Reference Company Name:City of St Petersburg Reference Name/Title & Position: David Abbaspour, PE/Project Manager Reference Phone Number: (727) 421-9959 Reference Contact E-mail:david.abbaspour@stpete.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor Proposer's Signature: ct o the best of my knowledge. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ESPM Revised 2/10/20 98 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Downtown Watermain Replacement Project Phase I & Phase II, St. Petersburg, FL Mr. Joyce served as Project Manager for engineering, survey, subsurface utility engineering (SUE), geotechnical investigation, 100% design, permitting, bidding services, record drawings, and construction oversight under the City's as -needed services contract. The Downtown Watermain Replacement project was one of three concurrent projects under this contract that Mr. Joyce managed as the Project Manager. The City identified aging water main infrastructure approaching the end of its service life that was in need of replacement. The limits of the potable water main replacement extended from 3rd Street S. along Central Avenue to Beach Drive, from 3rd Street N. and 1st Avenue N. along First Avenue N. to 1st Street N, and from the intersection of 2nd St. N and Central avenue along 2nd street N. to 2nd Avenue N., which represented approximately 4,100 LF of pipeline ranging from 8" to 12" in diameter. Replacement of the water mains avoided pending emergency repairs in the heavily trafficked downtown corridor and construction was done on the utilities and roadway replacement at a time to take advantage of road closures associated with private downtown developments in the vicinity, minimizing impacts to the local businesses. Current and future anticipated demands were considered in the water supply replacement project. RFQ-ESPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 99 City of Miami, Department of Procurement Experience of the Sr. Program Manager Reference Form - RFQ-ESPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the proposed SPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the proposed SPgM) Reference Project Name/Address: Gulf Boulevard Hotel District Pumping Stations, St Pete Beach, FL Name and Role of SPgM working on this Reference Project: George Joyce, PE, PMP - Senior Project Manager Reference Project Description: Alleviate SSOs, design, and construction oversight for three new pumping stations Scope of Services Provided: Survey, SUE, geotechnical borings, 100`)/0utility design, bidding, permitting Compensation for Services: $ 277K Project Start Date: 8 /17 Project Completion Date: 7/ 19 Project Construction Cost: $ 3.4M Const. Start Date: 8/ 20 Const. Completion Date: 8 /21 SPgM's Company Name: George F. Young, Inc. Company's Contact Name: Bill Kent SPgM's Title/Position_ Sr. Vice President/ Business Unit Leader Company's Contact Phone Number: (727) 641-7343 Project Completed on Time and within Budget: n Yes n No Project Duration: 31 months If "No," was the SPgM at fault/did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the SPgM provide Project Management Services? Did the SPgM provide Construction Management Services? Was the SPgM responsive to the Project Owner? Was the SPgM timely in its reviews and submittals? ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A ■❑ Yes ❑ No N/A Reference Company Name:City of St Petersburg Reference Name/Title & Position: Brett Warner, PE/Project Manager Reference Phone Number: (727) 363-9254 Reference Contact E-mail: bwarner©stpetebeach.org PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and cor Proposer's Signature: ct o the best of my knowledge. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services RFQ-ESPM Revised 2/10/20 100 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Gulf Boulevard Hotel District Pumping Stations, St. Petersburg, FL Mr. Joyce served as Project Manager for engineering, survey, subsurface utility engineering (SUE), geotechnical investigation, 100% design, permitting, bidding services, record drawings, and construction oversight under the City's as -needed services contract. As part of the City's Continuing Services Contract, Mr. Joyce and his staff designed and permitted three new lift stations on Gulf Boulevard in the Hotel District Service Area of St Pete Beach. The project included design of 3,200 Lf of 6-inch forcemain including HDD sections across Gulf Boulevard in the FDOT right of way and 190 LF of 8-inch gravity main to new wet wells along with roadway replacement and coordination with two other consulting firms with interrelated infrastructure connections. RFQ-ESPM Revised 2/10/20 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 101 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Ricardo Vieira, PE Charles Moseley Coral Gables/Jacksonville, FL Project Manager FL (73166) Coral Gables, FL Project Manager Abbie Wilson, PE (Moffatt & Nichol) Miami, FL Richard Burgess, PE (BCC) Miami, FL Francisco Alonso, PE (T.Y. Lin) Coral Gables, FL Steven Pynes, AIA (BA) Miami, FL Project Manager FL (76900) Project Manager FL (54774) Project Manager FL (66918) Project Manager FL (AR96445) RFQ-QSC Revised 7/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 102 Ricardo Vieira, P.E. PRE -CONSTRUCTION MANAGEMENT- PROJECT MANAGER - CIVIL/ENVIRONMENTAL/STORMWATER Ricardo Vieira is a Project Director for Black & Veatch's South Florida operations, with more than 20 years of experience in Civil Engineering. Ricardo has published many National and International papers. He is experienced in leading and completing program management, design management, project management, and task management for water, wastewater, reclaimed, and storm -water transmission and conveyance projects. Experience includes preparing and leading multiple preliminary engineering reports, construction documents, design -build criteria packages, design specifications and plans; permitting, operations and maintenance manuals, project tracking and management. His experience brings together all elements of the design process into a single coordinated effort. Experience also includes the design of roadway improvements, storm drainage systems, site development projects, and modeling and transient analysis. PROJECT EXPERIENCE Florida Keys Aqueduct Authority (FKAA) I Islamorada 30-inch Water Main Replacement; 2018 -2018 Project Manager. Design services for the route analysis of approximately five miles of new 36-inch water main, to serve as a replacement to the existing failing 30-inch ductile iron water main in Islamorada. The routing included evaluations of existing and proposed easements and FDOT crossings, site review, municipal jurisdiction / permit and special requirements, environmental considerations, design criteria, pipe material, installation and constructability. Project total value: $67,000 Client Address: 1100 Kennedy Drive Key West, FL 33040 Client Contact: Jolynn Reynolds, joreynolds@fkaa.com, (305) 295-2141 Florida Keys Aqueduct Authority (FKAA) I Kermit H. Lewin Seawater Desalination Facility (KHLSDF Stock Island RO Facility) Facility Plan and Cost Estimate; 2018 -2019 Project Manager. Planning and conceptual design for the KHLSDF Stock Island RO Facility. Services included assessment of existing facility and consideration of its building codes and standards compliance; the review of water demands tributary to the KHLSDF to determine optimal plant size; assessment of facility operational mode and power supply; and a lifecycle costs (capital and operating) and non -economic factors for 2,3,4,6,9 and 12 mgd capacity scenarios to better determine the optimal and cost- effective approach for the KHLSDF Stock Island RO Facility. Project total value: $210,000 Client Address: 1100 Kennedy Drive Key West, FL 33040 Client Contact: Jolynn Reynolds, joreynolds@fkaa.com, (305) 295-2141 OFFICE LOCATION Coral Gables, FL EDUCATION BS, Civil Engineering, Universidad Central de Venezuela, 1998 PROFESSIONAL REGISTRATION PE — 2011, FL, 73166 PROFESSIONAL ASSOCIATIONS American Society of Civil Engineers/Underground Engineering & Surveying magazine Editorial Board Member American Society of Civil Engineers/ASCE Miami Dade / UESI Chair American Society of Civil Engineers/ ASCE Palm Beach /FAU Practitioner / Advisor /Committee Chair YEAR CAREER STARTED 1998 YEAR STARTED WITH B&V 2016 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 103 Broward County I Regional Wastewater Master Plan; Pompano Beach, FL 12019 - Ongoing Project Manager. Black & Veatch was selected to help the County prioritize capital funds to improve the transmission system. Using a risk -based approach to rehabilitate, repair or replace aging components in the system, the scope of work includes: Hydraulic modeling, Modeling to evaluate the potential for hydraulic transients in the NRWWS and identify needed improvements, Identifying rehabilitation and repair projects based on physical condition assessments to restore, update, and increase the capacities of the master pump stations, Prioritizing based on risk future improvements to the system's pipeline network, Developing a comprehensive Capital Improvement Plan (CIP) to identify the need for asset inspection, upgrade, and replacement, Preparing an Emergency Response Plan to include the location of critical infrastructure, and procedural detail. Project total value: $750,000 Client Address: 115 South Andrews Avenue, Room 212, Fort Lauderdale, FL 33301 Client Contact: Jeremy Seiden, JSEIDEN@broward.org, (954) 831-0799 JEA I Progressive Design -Build Services for the Water Purification Demonstration Facility' 2020-Ongoing Project Manager. Design and construction of a 1 mgd demonstration scale facility based around membrane -based treatment fully expandable to a future full-scale commercial implementation, currently estimated to be 10 mgd. The demonstration phase also includes a permanent pilot scale system separate from the demonstration scale capacity for additional testing. The treated water must meet applicable water quality standards including primary and secondary drinking water standards, potable reuse regulations and address the removal of currently unregulated compounds. The facility will utilize state-of-the-art controls and instrumentation. The demonstration facility will have a visitor experience/education center and execution of the public communication plan to accommodate anticipated thousands of visitors each year. The visitor experience/education center will be accessible for tours for attendees such as JEA employees, elected officials, community leaders, students, regulatory agency employees, engineers and plant operators from other utilities. The center will include a training area suitable for at least 50 water professionals or students at one time. Project total value: $20,000,000 Client Address: 21 West Church Street, Jacksonville, Florida 32202 Client Contact: Ryan Popko, popkrr@jea.com, (904) 665-8516 Sea Coast Utilities I Lucity EAMS Implementation; Palm Beach Gardens, FL 1 2018-Ongoing Project Manager. Implementation of Lucity/Central Squared EAMS system, migration of assets from legacy CMMS, use existing data entry forms provided by Authority staff to develop new forms within Lucity, providing departmental staff with user training, and ongoing support. Project total value: $60,000 Client Address: 4200 Hood Road, Palm Beach Gardens, FL 33410 Client Contact: Brandon Selle, bselle@sua.com, (561) 627-2900 ext. 316 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 104 T Ron DeSantis, Governor r fr -__ f 7J: ,; S#' FBPE •„._,, " "~. ! :rJ,4>' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ,r .mi alp- *• s I�r `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS 1 rhm " VIEIRA, y YF• IV %S *i f ''': PEMBROKE 5u LICENSE .:'-' 06* -`, lei 1481 a RICARDO LACOSTA NUMBER: j." PINES kyfifaSL�+irk ! JOSE DR E FL 33027 �, # f PE73166 � Or ., +; iR • .e4.• EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com ■. -10:74n 1 '�o : t Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Charles J. Moseley PRE -CONSTRUCTION MANAGEMENT- PROJECT MANAGER - CIVIL/ENVIRONMENTAL/STORMWATER Mr. Moseley is an experienced Program Manager and infrastructure industry executive adept at addressing client priorities, organizational planning, financial management, process development and construction oversight. He has worked all phases of program execution, from program conceptualization with the client to program mobilization & implementation, contract completion and performance evaluation. He contributes more than twenty-five years of international experience leading multi -disciplinary teams in diverse industries including international supply chain management, information & communications technology, as well as power, transport, water, and wastewater infrastructure development. PROJECT EXPERIENCE North Miami Beach Water 1 Capital Improvement Program Management Support 1 2020 — Ongoing Program Manager. Black & Veatch was recently selected to provide providing capital improvement program management (PM) support and staff augmentation services for NMB Water's CIP (Program). Mr. Moseley provides business and strategic planning leadership for the provision of PM Services encompassing planning support, design management, construction project management, field inspection services, project controls, administration and compliance monitoring of funds or other related professional services for identified projects and program -wide management. As Program Manager, Mr. Moseley is accountable for all aspects of delivery of B&V's services under this contract; adherence to contract requirements, budgets and schedules; and full client satisfaction with B&V's services. The Program is in early stages of execution. Project total value: $114M in construction value / $11M in B&V fee (est.) Client Address: 17050 NE 19th Ave, North Miami Beach, FL 33162 Client Contact: NMB Water Director Jafeth Baez, Jafeth.Baez@citynmb.com, +1.305.662.9283. PROJECT EXPERIENCE SFWMD 1 C43 West Basin Storage Reservoir Civil Works Project) Ft. Myers, FL 1 2019- Ongoing Project Manager. Mr. Moseley provides business leadership for the provision of Engineering During Construction services to the South Florida Management District for the construction of the C43 West Basin Storage Reservoir. This $550M project will construct the Package 4 Civil Works construction project including an earthfill dam with an internal soil bentonite wall, seepage management features, soil cement lining of the interior, five structures through the embankment, a perimeter canal with six water control structures and three bridges, and a small irrigation pump station. Project total value: $550M in construction value / $9.3M in B&V fee Client Address: 3301 Gun Club Road, West Palm Beach, FL 33406 Client Contact: SFWMD Project Manager Joe Albers, jalbers@sfwmd.gov, +1.561.682.2591. OFFICE LOCATION Coral Springs, FL EDUCATION Bachelor of Arts, English Literature (prestigious Top 10 Program nationwide), Supported by additional coursework in Economics, History, Psychology, Philosophy, Linguistics, Sociology and Political Science, UCLA, 2003 YEAR CAREER STARTED 1994 YEAR STARTED WITH B&V 2011 RELEVANT TRAINING Project Management— MWH Americas, Inc. CM Professional Practice — CMAA CM Project Management — CMAA CM Contract Management — CMAA CM Cost Management — CMAA CM Quality Management — CMAA CM Time Management — CMAA CM Value Engineering — CMAA CM Safety Training — CMAA Geo-MIS and Data Quality Reporting Standards & Compliance— USAID BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 106 FEMA I FEMA-4339-DR-PR; Puerto Rico (island wide) 12018-2018 Task Order Director. Mr. Moseley led the fast -track provision of B&V implementation support of FEMA's Public Assistance Program by providing architect —engineer, consultant, and other related professional services to FEMA through a $2.5 million task order with Prime Contractor NISTAC E. Despite operating with just a few days' notice, he successfully recruited and assembled teams of professionals from across B&V to provide full-time programmatic and technical support in the field for FEMA-4339-DR-PR, Hurricane Maria. Project total value: $2.4M in B&V fee Client Address: NISTAC E LLC c/o URS Group, P.O. Box 201088, Austin, TX 78720 Client Contact: NISTAC Program Manager, jamie.rivera@aecom.com, +1.240.543.7902. FEMA I FEMA-4332-DR-TX; Tarrant County, TX 12018-2018 Task Order Director. Mr. Moseley led the fast -track provision of B&V support of FEMA's Public Assistance Program by providing architect —engineer, consultant, and other related professional services through Prime Contractor NISTAC E. Mr. Moseley led implementation of this $500,000 task order. Mr. Moseley was assigned this task to help improve staff performance and enhance achievement of client objectives while providing full-time programmatic and technical support of FEMA-4339-DR-TX, Hurricane Harvey. Project total value: $1.1M in B&V fee Client Address: NISTAC E LLC c/o URS Group, P.O. Box 201088, Austin, TX 78720 Client Contact: NISTAC Program Manager, jamie.rivera@aecom.com, +1.240.543.7902. USAID I Infrastructure Needs Program II; West Bank & Gaza 12011-2014 Acting + Deputy Program Director. Mr. Moseley negotiated with Israeli Defense Forces and Palestinian Authority officials, provided planning support directly to the U.S. Government and led B&V operational delivery of Owner's Engineer / Program Management of the $700 million Infrastructure Needs Program II (INP II) and the $300 million Local Construction Program (LCP). These programs support U.S. foreign policy objectives to develop critical human infrastructure designed to increase and improve Palestinian access to basic services. Directly responsible for 35+ direct reports and operational leadership of a 200+ person program team that led oversight of more than 30 concurrent transport, water and wastewater infrastructure projects each year. Project total value: $150M in B&V fee Client Address: USAID WEST BANK/GAZA, American Embassy, 71 HaYarkon Street, Tel Aviv, 63903 Israel Client Contact: Tony Rantissi COTR, trantissi@usaid.gov, +972.50.526.7731. USAID I Infrastructure Needs Program I; West Bank & Gaza 12008-2011 Acting + Deputy Program Director. Mr. Moseley negotiated with Israeli Defense Forces and Palestinian Authority officials, provided planning support directly to the U.S. Government and led Prime Contractor's operational delivery of Owner's Engineer / Program Management of the $300 million Infrastructure Needs Program (INP I). Designed the program to support U.S. foreign policy objectives to develop critical human infrastructure designed to increase and improve Palestinian access to basic services. With a 98% Palestinian team, actively managed program, and subcontractor teams in concert with Home Office design engineers to set-up program and design 3 major water systems and 10 schools to tender -ready status within 6 weeks of landing in -country. Project total value: $75M in A-E fee Client Address: USAID WEST BANK/GAZA, American Embassy, 71 HaYarkon Street, Tel Aviv, 63903 Israel Client Contact: Tony Rantissi COTR, trantissi@usaid.gov, +972.50.526.7731 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 107 EDUCATION BS, Ocean Engineering, Florida Institute of Technology, 2006 REGISTRATION Professional Engineer: Florida, #76900, 2014 CERTIFICATIONS Coastal Engineering Manual Shoreline Protection Manual AutoCAD Civil 3D Microstation Geopack HEC-RAS ASAD, ICPR, ArcGIS, SMS, STW AVE, CEDAS, ACES, SLOSH EXPERIENCE Abbie Wilson is a registered professional engineer with over 13 years of expertise in drainage and coastal engineering projects including: comprehensive drainage reports, detailed designs, preparation of plans for drainage of small roadways to major interstates, dredging, ecosystem restoration, and shoreline protection. Ms. Wilson has experience working for both public and private clients and is well -versed in performing Bridge Hydraulics Studies and developing specification packages. She has extensive experience with permitting through the South Florida Water Management District, U.S. Army Corps of Engineers, U.S. Coast Guard, Miami -Dade and Broward Counties, as well as with Special Drainage Districts such as the South Broward Drainage District. REPRESENTATIVE PROJECT EXPERIENCE Project Title: Spring Garden Pointe Park Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Project engineer involved in the construction administration of a 360 linear foot seawall replacement and new kayak launch ramp at this City of Miami public park located along the Miami River. Supported the City of Miami during the construction phase by responding to RFIs and performing site visits. Project Start and End Date: 01/2017 - Current Total Project Value: $1.39 million Project Title: North Bay Village Seawall Design Criteria Client Name: North Bay Village as subconsultant to EAC Consulting Client Contact Info: Mike Adeife, 305-265-5471, madeife@eacconsult.com, 5959 Blue Lagoon Drive, Suite 410, Miami, FL 33126 Description of Work: Ms. Wilson is the Project Manager for the development of the Island - wide Seawall Design Criteria Package for North Bay Village. This project develops the minimum criteria for new and restored seawalls to be designed and constructed to throughout the Village on both public and private properties utilizing resilient and innovative designs. Seawalls play a vital role in the protection of North Bay Village. The island community was constructed on reclaimed land in the 1940s and is greatly susceptible to Sea Level Rise and wave action. The project provides a basis for code development to facilitate overall resiliency and coastal defense throughout the Village. Project Start and End Date: 02/2020 - Current Total Project Value: $50,000 Project Title: North Bay Village Island Walk Design Criteria Client Name: North Bay Village as subconsultant to EAC Consulting Client Contact Info: Mike Adeife, 305-265-5471, madeife@eacconsult.com, 5959 Blue Lagoon Drive, Suite 410, Miami, FL 33126 Description of Work: Ms. Wilson is the Project Manager for the development of design criteria for the Island Walk project in North Bay Village. This project will develop the criteria required for a new multi -use pathway extending approximately 3,000 linear feet along the northeast shoreline of the Village to enhance waterfront access and development. Under this BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 108 project, Ms. Wilson will also aid the Village in grant applications from the Florida Inland Navigation District. Project Start and End Date: 02/2020 - Current Total Project Value: $50,000 EXPERIENCE PRIOR TO MOFFATT & NICHOL Project Title: Shorecrest Drainage Feasibility Study Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: This is a drainage feasibility study to examine the effects of sea level rise on a low-lying coastal community within the City of Miami. Through the use of detailed surveys and 1 D/2D modeling, the impacts of sea -level rise, including the most recent King Tide events, in conjunction with design storms are being quantified and possible solutions evaluated. Short-term, mid -range, and long-range solutions will be evaluated for both immediate flooding reduction and long-term viability and the most cost-effective solutions presented to the City for consideration in future design. Ms. Wilson was a Project Engineer for this project performing drainage analysis, hydraulic and hydrologic modeling and technical writing for the report. Project Start and End Date: 2018-2019 Total Project Value: $130,000 (consultant fees) Project Title: District -Wide Drainage Design & Plans Review Consultant Services Client Name: Florida Department of Transportation Client Contact Info: Mario Dominguez, 305-470-5482, Mario.Dominuez@dot.state.fl.us, 1000 NW 111th Avenue, Miami, FL 33172 Description of Work: Ms. Wilson was a Project Engineer for the District -wide Drainage Design & Plans Review Consultant Services contract. She was involved all aspects of drainage analysis, plus design and permit review services including: retrofitting existing drainage systems, permit compliance, hydrologic/hydraulic modeling, bridge hydraulics, scour analyses, retention/detention pond, exfiltration trench, drainage well analysis and design, drainage feasibility studies, analysis and design of drainage Push Button projects, and urban & rural drainage system analysis and design. Ms. Wilson was also responsible for plans reviews to document compliance with FDOT standards. She has also worked on the Exfiltration Trench Design Handbook and ICPR Applications Manual to standardize analyses and designs of drainage system performed by all Consultants working for FDOT District 6. As part of the current and past Districtwide Drainage Design & Plans Review Consultant Services contracts, Ms. Wilson has successfully completed numerous task work orders. Project Start and End Date: 2014-2019 Total Project Value: $1.5 million (consultant fees) BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 109 Ron DeSantis, Governor Halsey Beshears, Secretary T V4 Florida '4' A f�ti• r�y'. ,,,..„ r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 4f eir,---- Amp. -----:.---- V— 7= law— tf— ---=-1111Mk WILSON, ABBIE ELIZABETH _... 3925 SW 61ST AVE '� w y — MIAMI_ FL 33155 � .1.i Mb.2 - of i . � I, '/ R .1.-..- ,• • 1 LICENSE NUMBER: PE76900 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com ■ •1: ■ Do not alter this document in any form. i9 This is your license. It is unlawful for anyone other than the licensee to use this document. �• .off k Richard H. Burgess, PE Project Manager Mr. Burgess is part of BCC's Miami Highway Division and has more than 27 years of Roadway Design and Project Management experience. Areas of expertise include major and minor design projects for FDOT, County governments, and various other agencies and municipalities throughout the State and include numerous transportation projects from large roadway design to small intersection improvements. Extensive familiarity with Florida design standards, procedures, practices, and guidelines. Mr. Burgess' highway background focuses on urban arterials and secondary roadway geometry, vertical alignment, utility relocations, Temporary Traffic Control (TTC), signing & pavement marking (SPM) and is proficient of FDOT plans production including specifications and digital delivery. Project Experience City of Miami - Design Criteria Package for Repair and Reconstruction of Citywide Roads (RFQ #18-19-016); Miami, FL; Client: City of Miami; Reference: Achmed Valdes, 305-416-1620, avaldes@miamigov.com; 444 SW 2nd Ave Miami, FL, 33130; Design Fee: $381,446.48; Project Duration: 2019 to Ongoing — This City of Miami project may include, but is not limited to, developing a Design Criteria Package that addresses drainage improvements, stormwater modeling, reconstruction, milling and resurfacing, sidewalks, Americans with Disabilities Act (ADA) compliant ramps, curbs and/or gutters, pavement markings and striping, roadway signage, utility coordination, and limited landscaping services. The Scope of Services also include surveying, geotechnical investigations and testing, and related services necessary for the preparation of the Design Criteria Package for a variety of different streets and intersections located throughout the City of Miami that are currently in very poor conditions and require reconstruction and/or repairs. Project Role: Project Manager. City of Miami SW Streetscape; Miami, FL; Client: City of Miami; Reference: Aida Curtis, (305) 442-1774; aida@curtisrogers.com; 444 SW 2nd Ave Miami, FL, 33130; Design fee: $50,569.38; Project Duration: 2019 to 2020 (Est.) — This City of Miami SW Streetscape project involves the identification of opportunities for additional landscape plantings within the southwest portion of the City of Miami through modifications to current facilities, including the addition of medians, reduction of lane widths, construction of bulb outs, removal of parking, and even removal of travel lanes. Project Role: Project Manager. City of Doral Continuing Professional Services (RFQ No.: 2014-24) —TWO #3 NW 102nd Avenue Improvements; Doral, FL; Client: City of Doral; Reference: Eugene Collins-Bonfill, PE, (305) 593- 6740; Eugene.Collings@cityofdoral.com; 8401 NW 53rd Terrace, Doral, FL 33166; Length: 0.5 miles; Project Design fee: $180,000; Project Duration: 2016 to 2019 — Project encompasses the design of roadway improvements to NW 102nd Avenue from NW 66th Street to NW 74th Street. Previously NW 102nd Avenue within the project limits was a single lane dirt road. The construction plans provide a three -lane typical section within the 50 feet of currently available Right -of -Way. In order to construct the proposed improvements, coordination Miami -Dade County was required to dedicate land from the adjacent parcels. Because the project is adjacent to the Miami -Dade Resources Recovery Facility landfill, an Environmental Site Assessment (ESA) was required. Project Role: Project Manager and Engineer -of -Record. Village of Virginia Gardens Continuing Services Contract — TWO #1 Bicycle & Pedestrian Improvements & Ludlam Canal pathway Improvements; Miami -Dade, FL; Client: Village of Virginia Gardens; Reference: Butch Martin, (305) 871-6104; bmartin@virginiagardens-fl.gov; 6498 NW 38th Terrace, Virginia Gardens, FL 33166; Length: 0.8 miles; Design fee: $165,000; Project Duration: 2018 to present — Project encompasses the design of pedestrian facilities improvements along NW 67th Avenue, NW 38th Street and NW 37th Street. Including extending a Shared Use Path along the south side of NW 38th Street. The roadway improvements included milling and resurfacing, and minor drainage. As part of this project a traffic study was completed to obtain approval from Miami -Dade County to make NW 67th Avenue one-way within the project limits. As FDOT is providing Local Agency Program (LAP) construction funding, coordination and plans approval are per FDOT LAP guidelines. Project Role: Project Manager and Engineer -of -Record. Design -Build Services for the Installation of a 48-inch Diameter Transmission Main for "Area N" (Contract No. DB14-WASD-03); Miami, FL; Client: Miami -Dade Water and Sewer Department; Reference: Juan Muniz, (305) 592-7283; jmuniz@apcte.com; 3071 SW 38th Ave, Miami, FL 33146; Length: 6.7 miles; Design fee: $ 400,000.00; Project Duration: 2015 to Ongoing — Design -Build services for the Years of Experience 27 Years of Post Registration Experience 20 Work History BCC Engineering, LLC (Miami) 2018 — Present FR Aleman & Associates, Inc. 2012 — 2018 URS Corp / Washington 2005 — 2012 Tetra Tech, Inc 2003 - 2005 Craven Thompson 1997- 2003 Carnahan Proctor 1995 —1997 David Plummer 1992 —1995 Education MS in Civil Engineering, 1991 Florida International University BS in Civil Engineering, 1988 Florida International University Registration Professional Engineer Florida No. 54774, 1999 engineering BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 111 Richard H. Burgess, PE Roadway Project Manager installation of a 48-inch diameter transmission main to connect to the departments new 36-inch diameter water transmission main project at SW 152nd Street and SW 127th Avenue. Project Role: Sr. Project Engineer for Traffic Control Plans. Districtwide Miscellaneous PE Design Consultant (FPN# 250605-2-32-06, Contract No. C9T13); Miami -Dade County, FL; Client: FDOT District 6; Reference: Ivette Funtanellas, PE, (305) 470 5270, Ivette.Funtanellas@dot.state.fl.us; 1000 NW 111th Ave, Miami, FL 33172; Length: nla; Project Duration: 2017-Present; Contract Amount: $1.5 million (over 5 years). — BCC Engineering works as a Subconsultant to GOAL Associates Inc.; Contact: Geoffrey Lamptey PE, (786) 600-3350, geoffrey.lamptey@goaleng.com. • TWO No. 3: State Road No. 826 Various Ramps at SR 924 and 1-75. FPID: 441833-1-52-01; Construction Contract No. E6L72. Design fee: $130,145.09 — 3R Project involving pavement rehabilitation on three ramps within the SR 826 —1-75 interchange totaling 0.4 miles in length. The scope also includes signing and marking improvements, as well as upgrades to roadside bafflers. Project Role: Project Manager. Districtwide Resurfacing Program Scoping Report and Support Services; Miami -Dade County, FL; Client: FDOT District 6; Reference: Hong Benitez, PE, (305) 470-5219; hong.benitez@dot.state.fl.us; 1000 NW 111th Ave, Miami, FL 33172; Design fee: $780,000; Project Duration 2014 to 2018 — This contract involves providing scoping reports for the District's Pavement Resurfacing Program on a Task Work Order (TWO) basis. Sample Task included but not limited to 3R Pavement Restoration Assessment Reports. A total of 11 scoping reports were provided to the District under this contract. Project Role: Project Manager and Engineer -of -Record. Districtwide Push -Button Contract for Traffic Engineering, Roadway Design & Structural Analysis; Miami -Dade County, FL; Client: FDOT District 6; Reference: Eithel M. Sierra, PE, (305) 592-1283; emsierra@apcte.com; 1000 NW 111th Ave, Miami, FL 33172; Design Fee: $67,000; Project Duration 2013 to 2018 — The scope of work includes minor design services for various districtwide traffic operations push-button improvements assigned as individual TWO. Task assigned included pedestrian signal timing improvements, S&PM improvements and Supplemental Signal enhancements. Project Role: Engineer -of -Record. Lyons Road from S of C-14 canal to Sawgrass Expressway; Broward County, FL; Client: FDOT District 4; Reference: Brad Salisbury, PE, (954) 777-4160; brad.salisbury@dot.state.fl.us; 3400 W Commercial Blvd, Fort Lauderdale, FL 33309; Length: 4.9 miles; Design Fee: $810,000; Project Duration: 2016 to 2018 — The project is an off -system MPO Bicycle and Sidewalk Mobility project that requires widening of the existing pavement between 4 and 7 feet to accommodate bike lanes. The corridor is classified as an urban principal arterial approximately 4.9 miles in length, within the City of Coconut Creek from South of the C-14 Canal to SR 869/Sawgrass Expressway in Broward County. Project scope includes the submittal of Traffic Control Plans, and Quality Control reviews of roadway geometry to support the in-house design team, as well as utility coordination, signing & pavement markings (S&PM), signalization, lighting, and surveying. Project Role: Engineer of Record (EOR) for the S&PM. SR 845/Powerline Road 3R; Broward County, FL; Client: FDOT District 4; Reference: Thuc Le, PE, (954) 777-4552; thuc.le@dot.state.fl.us; 3400 W Commercial Blvd, Fort Lauderdale, FL 33309; Length: 1.23 miles; Design Fee: $295,000; Project Duration: 2012 to 2016 — This 1.23-mile corridor is classified as urban other principal arterial, traversing within the City of Fort Lauderdale, between north of SR 838/Sunrise Boulevard to north of NW 19th Street in Broward County. The existing typical section consists of six 11 feet. wide travel lanes typically separated by a 15.5 foot raised median with a posted speed limit of 40 MPH. The project included coordination with the City for a Complete Street lane reduction to accommodate bike lanes. Project Role: Project Manager and Engineer -of -Record. MDX Work Program No. 83629 — Reconstruction of the NW 87th Avenue Interchange at SR 836; Miami -Dade County, FL; Client: Miami - Dade Expressway Authority (MDX)/A&P Consulting Transportation Engineers (APCTE); Reference: (GEC PM) Gil Portela, PE, (305) 551-8100 (HNTB)/(786) 252-2457; portela@HNTB.com; 3790 NW 21st St, Miami, FL 33142; Contract Amount: $5.6 million; Design Fee $2.2 million; Length: 1.5 miles; Project Duration: 2012 to Ongoing — The project consists of the reconstruction of the SR 836 Interchange at NW 87th Avenue, including the reconstruction of the SR 836 mainline for approximately 1.5 miles, reconstruction of NW 12th Street for approximately 0.6 mile, and the widening of NW 87th Avenue in the vicinity of the interchange. The project includes the construction of seven new bridges, including replacement of mainline bridges, a new flyover bridge, noise walls, mechanically stabilized earth (MSE) walls, lighting, drainage, landscaping, etc. BCC Engineering responsibilities include the initial development of the roadway geometry (horizontal, vertical, cross section, etc.) along with development of 50% roadway plans, full development of Traffic Control Plans (TCPs), and the design of four of the project bridges. Project Role: Sr. Project Engineer for TCP. Transportation Statistics Support #1 Contract; Miami -Dade County, FL; Client: FDOT District 6; Reference: Neil Lyn, (305) 470- 5373, neil.lyn@dot.state.fl.us; 1000 NW 111th Ave, Miami, FL 33172; Design Fee: $355,000;Project Duration: 2012 to 2017 — The project consist of conducting and completing numerous Project Traffic Forecasting 18 Kip ESAL Reports, PTMS designs, traffic data collection, and other tasks for FDOT 6. The reports included the identification of deficient pavement segments following the State Material Office's Flexible Pavement Condition Survey Handbook guidelines. Mr. Burgess served as Sr. Transportation Engineer on various task such as the D6 2015 Ramps and Pavement Condition Survey and completed over 4018 KIP ESAL Reports. Project Role: Engineer -of -Record. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 112 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY f rd A f�ti• ,,,,__.., I s•!i .e r�y'. Florida r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BURGESS, RICHARD HYLTON wc111,. 13121 MUSTANG TRL SW RANCHES _ FL 33330 -1 4. +fir % Ial . F .i e_/ ii R s ' I — . • 1 LICENSE NUMBER: PE54774 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com • • • .$ • Do not alter this document in any form. :off This is your license. It is unlawful for anyone other than the licensee to use this document. ■' - Francisco Alonso, PE Project Manager Mr. Alonso has 17 years of experience in management, planning, design, permitting and construction of municipal engineering projects that include site & roadway Civil engineering, facility design & permitting, water and sewer design and permitting, storm -water master planning, storm -water design and permitting, traffic calming, and general roadway design. In addition, he has provided professional engineering services for clients such as the FDOT, SFWMD, FDEP, Monroe County, and as a consultant managing capital projects for various municipalities including the City of Miami, the City of South Miami, Miami Shores Village, the City of Sweetwater, the City of North Miami and the City of West Miami where T.Y. Lin International (TYLI) serves as the City Engineer and Building Official. City of Miami General Engineering Contracts, Miami, FL. Project Manager and Lead Civil Engineer. For the 17 years of his career, Mr. Alonso has provided professional engineering services and project management for a myriad of projects totaling over $50M under the firm's Miscellaneous Civil and Coastal Engineering Contracts with the City of Miami. Mr. Alonso has also acted as the firm's Principal in Charge on TYLI's Miscellaneous MEP, Structural, and Environmental Professional Services Contracts. Mr. Alonso's project experience with the City of Miami have ranged from horizontal roadway improvements and reconfigurations, stormwater drainage projects as well as vertical projects involving design and permitting. Some specific key projects include: • Mary Brickell Village Drainage and Roadway Improvements Project and Pump Station • Lummus Park Improvements — Baywalk and Dock/Seawall Upgrades • Albert Pallott Park Shoreline Restoration, Baywalk and Seawall Replacement • Brickell Bay Drive Baywalk Improvements • Brickell Bay Drive Traffic Calming Improvements • Brickell Avenue Shared Use Path and Median Upgrades — SE 15th Street to 25th Street • Brickell Avenue Roadway Improvements — SE 5th Street to SE 15th Street • Morningside Park Dock Replacement • Overtown Greenway Phase I and II • NW 6th Street and 25th Avenue Roadway and Drainage Improvements • NW 62nd Street Roadway and Median Improvements • NW 14th Street Health District Roadway Improvements • NW 8th and 14th Court Roadway and Drainage Improvements • SW 16thAve, 17thStreet, and 17thTerrace Roadway and Drainage Improvements • Virginia Key Shoreline Restoration, Seawall Replacement and Kayak Launch • Virginia Key Composting Facility Weigh Station Project • Legion Park Boat ramp, Seawall, and shoreline improvements • Bayfront Park Electrical Improvements • Dinner Key Marina Harbormaster Trailer • Dinner Key Moring Field Dinghy Dock • Dinner Key Regatta Launch Facility and Hoist • Miami Marine Stadium Boat Ramp Improvements • Annual FEMA PDM Application Preparation • Durham Terrace Drainage Improvements Project • Fairlawn Phase III and Tamiami Storm Sewer Improvements • Fairlawn Storm Sewer Improvements — Phase IIB • Flagami / West End Storm Sewer Improvements and Pump Stations — Phase II • NW 35thStreet Roadway Improvements • Site Assessment and CAP and Park Improvements, Southside Park City of Miami, Jose Lago, PE: (305) 416-1252. Dates: 2002-Ongloing. Fees: $5 Million. Construction Cost: $50 Million TYLIN INTERNATIONAL YEARS OF EXPERIENCE 17 PROFESSIONAL REGISTRATIONS Professional Civil Engineer FL #66918 Building Code Administrator FL #BU1870 EDUCATION BS in Mechanical Engineering, University of Miami, 2002 PROFESSIONAL AFFILIATIONS Florida Engineering Society (FES) Project Master Plan Improvements BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 114 Francisco Alonso, PE City of West Miami — Citywide Capital Program Management, West Miami, FL City Engineer/Building Official Mr. Alonso's firm TYLI has serves as the City Engineer managing the City's Capital Program since 1998. Mr. Alonso has worked on this contract since 2002 in the capacity of designer, engineer, and since 2010 has served as Lead Engineer in charge of the firms responsibilities as City Engineer and as the Building Official. Said responsibilities include: • Administrative oversight and charge of the City's Building Department (which is managed by TYLI) • Plan Review and Inspection for the City's Public Works and Zoning Department, where Mr. Alonso has served as the lead reviewer. • Miscellaneous Design Phase Services for work within the Right -of -Way • Miscellaneous Construction Administration Services on City Projects Under this contract, Mr. Alonso has been involved as the engineer -of -record on the Four Citywide Drainage Improvement Project phases (including 2 major stormwater pump stations), several water main improvement projects, sewer pump station retrofits, as well as the Project Manager for various facility projects including the design, permitting, and construction administration of the City's Recreational Facility and various improvement projects at City Hall and the Police Department. City of West Miami, Juan Pena (305) 226-4214 Dates: 2002-Ongloing. Fees: $5 Million. Construction Cost: $30 Million Mary Brickell Village Roadway and Drainage Improvements- Miami, FL. Project Manager. Master -planning, design, and post -design phase services for the reconstruction of the Mary Brickell Village interior streets including a major reconfiguring of the drainage system and new pump station serving the entire neighborhood. Extensive coordination with Miami -Dade County Public Works' Staff. Public involvement was also a major component. City of Miami, Orlando Misas (305) 416.1038. Dates: 07/2010-ongoing. Fees: $0.3 Million. Construction Cost: $4 Million. Brickell Avenue Sidewalk and Median Improvements (8th to 25th Street), Miami, FL. Project Manager. The City of Miami Capital Improvement project included the planning, design, and post -design phase services for the expansion of the shared -use path along the eastern sidewalk of the 1-mile highway corridor, SR-5 (Brickell Avenue). Several alignment and material alternatives for the walkway were studied and finally implemented as part of the City's initiative to provided wide walkable and bike -able spaces for its residents. In addition to the shared -use paths, the project included landscape architecture for the complete replanting of the 1-mile-long median along the stretch of road. Public involvement was also a major component. City of Miami, Capital Improvements Dept., John de Pazos: (305) 416-1094. Dates: 01/2013-12/2014. Fees: $100K.Construction Cost: $1.2 Million. SR 5/Brickell Avenue (from South of SE 25 Road to SE 4 Street), Miami, FL. Engineer of Record. Project consisted of the design, permitting, and construction phase services for the pavement reconstruction of 1.7 miles of an existing four -lane divided highway on SR 5 (Brickell Avenue). Work included concrete pavement design, maintenance of traffic, access management, lighting, signalization and a complete overhaul of the outdated Drainage System including a new 50CFS pump station with a new outfall to Biscayne Bay. FDOT D6, Judy Solaun-Gonzalez (305) 470.5100 (No longer with FDOT). Dates: 2008-2013. Fees: $0.9 Million. Construction Cost: $9.8 Million. Relocation of Atlantic Boulevard at Higgs Beach Park, Key West, FL. Project Manager/Engineer of Record. Design and environmental permitting for the relocation of Atlantic Blvd though Higgs Beach Park including the park reconfiguration and coastal elements implementing the Higg's Beach Masterplan. In addition, it included a new robust drainage system consisting of exfiltration trenches and on -site retention along raising the project roadway nearly 3' in some cases to account for Sea Level Rise on this critical Coastal Project for the County . Monroe County, Judith Clarke: (305) 295-4329. Dates: 06/2014-Ongoing, Fees: $600K. Construction Cost: $3.5 Million. Flagami-West End Storm Sewer Improvements, Miami, FL. Lead Design Engineer Mr. Alonso served as lead design engineer and later as the project manager for the storm -water master planning, and design of the Neighborhood Drainage Improvements to alleviate extreme flood prone areas. Regulatory agency coordination included SFWMD, DERM, FDOT, and Miami -Dade County as well as participation in the C-4 Technical Advisory group to the SFWMD. Mr. Alonso developed a joint hydrodynamic Model of the City's system in combination with the City of West Miami's system as the basis for the design improvements. Mr. Alonso served as the lead design engineer for the improvements including modifications to the existing drainage system, design of a robust storm water collection system with nearly 5 miles storm sewers, four Storm - Water Pump Stations (3 triplex, 1 duplex) ranging in size from 30 cfs to 100 cfs, with structural BMP's and over 1 mile of 48" to 84" force mains with direct discharge to the C-4 Canal. The Project was completed on time and on budget with FEMA HMGP funds and the system has been successfully in operation since 2010. City of Miami, Jose Lago, PE: (305) 416-1252. Dates: 2003-2010. Fees: $1.5 Million. Construction Cost: $15 Million BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 115 T Ron DeSantis, Governor r fr -__ 9 f 7J: ,p; S#' F B PE il�,l" .' :rJ,4>' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES �,r f s III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS ALONSO, t 1 VP 411' +% ! % i 12850 MIAMI *{ a; FRANCISCO N , CALUSA - � . JAVIER CLUB DR FL 33186 �' id inglo, -.l t. f LICENSE NUMBER: PE66918 rti CIThis . EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. is your license. It is unlawful for anyone other than the licensee to use this document. EDUCATION Bachelor of Architecture, University of Oregon REGISTRATION Registered Architect, State of Florida, Reg. No. AR96445 Registered Interior Designer, State of Florida, Reg. No. ID6557 Registered Architect, State of New York, Reg. No. 020876-1 Florida State Certified Uniform Building Code Inspector AFFILIATIONS American Institute of Architects: Mem ber 1999-Present Miami Center for Architecture and Design: Historic Architectural Tour Guide, 2016-Present National Fire Protection Association, Member 2005- Present Miami Design Preservation League: Board Chairman, 2014-2018 Board of Directors, 1998-2018 Art Deco Weekend Chairman, 2002-2014, Historic District Tour Guide, 1993-2018 Steven J. Pynes, AIA Project Manager Professional Experience Steve Pynes is a Registered Architect with over 35 years of professional experience in the design, management and construction of large, complex projects. His varied career has included, airport terminals, race car tracks, schools, municipal buildings, private airline lounges and automatic people mover systems. He is based in Miami but has also lived and worked in New York City and Chicago. His project experience encompasses; marketing, program development, program management, owner's representative, master planning, client coordination, consultant coordination, design, specifications, design criteria, construction documents, permitting, bidding, construction administration, services during construction, project punch lists, commissioning and project close-out. PROJECT EXPERIENCE OFF EMBASSAIR FBO TERMINAL AND HANGARS Client Name: Embassair Group, USA, Inc. Client Address (City/State): Miami Beach, Florida Client Contact: Frank Devaux, 786.747.2779 Project Cost: $25 Million Project Start: 05/2019 Project Completed: 09/2021 Project Manager. A new 100,000 SF Fixed Base Operator Terminal and Hangar at Miami-Opa-Locka Executive Airport in an unincorporated portion of Miami -Dade County, adjacent to the City of Opa-Locka, Florida. The facility is for a private company that caters to corporate clients with an emphasis on privacy. The project is located on the south side of the airport in an undeveloped section of the airfield. The project includes; site development, drainage, a new taxiway to an existing runway, a fuel farm, a pump station, a private apron and two hangars on either side of a two-story terminal. The project is one continuous "boomerang -shaped" building with a contiguous sloped standing seam roof. Scope of Services includes, Architecture, Structural Engineering, MEPFP Engineering, Civil Engineering, Cost Estimating, Life Safety and Code Analysis. Tasks include, programming, design, cost estimating, construction documents, bidding, permitting, construction administration, commissioning and project close-out. MIA EMPLOYEE PARKING GARAGE - DESIGN CRITERIA PACKAGE Client Name: Miami -Dade Aviation Department Client Address (City/State): Miami, Florida Client Contact: Felix Pereira, 305.869.1622 fpereira@miami-airport.com Project Cost: $65 Million Project Start: 01/2020 Project Completed: 09/2023 Project Manager. BA is the Design Criteria Professional for the Aviation Department. We are designing a DCP package for bidding to Design/Build contractors. The project is a new 2,200 space parking garage for MDAD employees in the airport central core area. The garage will be seven -stories interconnected with adjacent garages, elevated roadway and terminal via a series of bridges and ramps. The project is planned as a poured -in -place concrete structure with a stainless steel mesh "skin" on the exterior walls. Issues requiring extra attention include; Maintenance of Traffic for construction and for a functioning garage, Park Smart sustainability program, parking guidance system, telecommunications systems, elevator cores, wayfinding signage and access control. MIA SATELLITE E APM REPLACEMENT, MIAMI, FLORIDA Client Name: Miami -Dade Aviation Department Client Address (City/State): Miami, Florida Client Contact: Pedro Hernandez, 305.876.7928 Project Cost: $45 Million Project Start: 01 /2014 Project Completed: 06/2017 Projects Architect / owners Representative. BA's Construction Services Team was responsible for overseeing the fixed- facilities design, construction inspection activities of this $49 million design -build project to replace the existing automated people mover serving the Satellite E terminal at MIA. Scope included code review, drawing review and construction observation to assure the Miami Dade Aviation Department that the Design/Build team was providing the product defined in the Design Criteria Package. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 117 TOWN OF MEDLEY CONTINUING SERVICES CONSULTANT Client Name: The Town of Medley Project Cost: $1 Million Client Address (City/State): Medley, Florida Project Start: 05/2014 Client Contact: Jose E Corzo 305.934.6986 Project Completed: 09/2017 Project Manager. BA was retained by the Town of Medley to provide professional architectural/planning and engineering services for various projects. Owner's Representative services for the renovation and expansion of police facilities at Town Hall. Owner's Representative services for upgrades to public services facilities. Master Planning and Design Criteria services for community pool and park located on the Miami River. Site Planning and Programming services for a new Police Department Headquarters and Public Services Facilities Operations Center MIAMI INTERNATIONAL AIRPORT (MIA) D30 AMERICAN AIRLINES FLAGSHIP LOUNGE, MIAMI, FLORIDA Client Name: American Airlines Project Cost: $18 Million Client Address (City/State): Miami, Florida Project Start: 2016 Client Contact: Carlos Cuervo, Project Completed: 08/2017 305.870.3212, carlos.cuervo©aa.com Project Manager. A 27,000-SF premier services first class lounge for American Airlines at MIA in North Terminal Concourse D. Spaces include: 445 seats, reception, business lounge, main lounge, TV lounge, quiet lounge, and a new food service concept Flagship First Dining full service restaurant -style kitchen, showers, restrooms, and six (6) serveries. Design services from Concept through Construction Documents including identifying new square footage to add to project footprint, lighting design and complete FF&E selections and specifications. MIAMI INTERNATIONAL AIRPORT (MIA) NORTH TERMINAL DEVELOPMENT: B-C INFILL, MIAMI, FLORIDA Client Name: Miami - Dade Aviation Department Project Cost: $75 Million Client Address (City/State): Miami, Florida Project Start: 2001 Client Contact: Enrique Perez, Project Completed: 2012 eperez©miami-airport.com, 305.869.3659 Project Manager. Responsible for the development of design, construction documents and construction administration for a $200 million portion of the North Terminal for American Airlines at MIA a $2 billion Capital Improvement Program. The project was divided into four main packages of drawings: demolition/temporary construction/ apron work, shell construction, interior finish -out of passenger areas, interior finish -out of airline flight ops and flight services areas. Accountable for all team coordination with BA consultants, as well as coordination with over 40 projects that make up the North Terminal Development Program. Additional services included over 80 miscellaneous projects. MIAMI INTERNATIONAL AIRPORT (MIA) D21 BRITISH AIRWAYS LOUNGE, MIAMI, FLORIDA Client Name: British Airways, PLC Project Cost: $10 Million Client Address (City/State): Miami, Florida Project Start: 2012 Client Contact: Peter Vahala, 212.716.0360, Project Completed: 12/2016 peter.vahala@ba.com Project Manager. BA performed a feasibility study of two sites for British Airways to locate a new lounge in the North Terminal of Miami International Airport (MIA). BA then provided Architectural and Engineering services for a 13,000-SF Lounge to accommodate 250 passengers. The new lounge project is divided into two packages to expedite the construction to meet an aggressive schedule. First an Airside Improvements package to extend an elevator up one level and add a stair to provide access to the third level from the concourse level entrance. Second is the Lounge interior design which includes, reception lobby, lounge seating, TV lounge, business center, deli area with cyber counter, full service kitchen, restrooms, showers, and a private First Class Lounge. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 118 T Ron DeSantis, Governor : i V4 A f� ti• r�y'. DEPARTMENT BOARD THE PROVISIONS OF OF ARCHITECT ta( pir Vil BUSINESS ARCHITECTURE OF PYNES, lir 171 MIAMI STATE HEREIN CHAPTER STEVEN 4581 POST BEACH Vli 4±0 ; ft, 4,4,T,* t '.,4. OF AND — FLORIDA IS 481, AVENUE ' + PROFESSIONAL LICENSED L -.-'-- & FLORIDA FL - INTERIOR JAM a; II! 33140^I , - --- # eV UNDER 'Pi „t Halsey Beshears, Secretary REGULATION DESIGN THE STATUTES ES . i R i R . Florida r .- ekt ■ e 1 'iitip . T R aill. . } - o . . This is your license. [ LICENSE NUMBER: AR96445 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is unlawful for anyone other than the licensee to use this document. City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Tom Raihl, PE Daniel Torres, PE William Garcia, PE (BCC) Jose Nessi (T.Y. Lin) Saul Suarez, RA (BA) New York, NY Construction Manager FL (81489) Coral Gables, FL Construction Manager FL (88899) Miami, FL Construction Manager FL (56781) Coral Gables, FL Construction Manager _ Miami, FL Construction Manager FL (AR0006878) RFQ-QSC Revised 7/31/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 120 Tom E. Raihl, P.E. CONSTRUCTION MANAGEMENT - CONSTRUCTION MANAGER - CIVIL/ENVIRONMENTAL/STORMWATER Mr. Raihl has worked for 32 years in the New York Environmental Industry as everything from a Construction Inspector through Construction Manager. Also worked on the Design side starting as a Design Engineer through Design Manager. Tom has worked on projects of varying sizes, ranging in value from $30M to $450M. PROJECT EXPERIENCE New York City Department of Environmental Protection (NYC DEP) I MET-JOC-CM; New York City, NYC 2016-2018 Construction Program Manager. Oversaw the Contract for the installation of 650 water meters, backflow preventers, and AMR's at New York City Housing Authority (NYCHA) facilities in New York. Project had multiple crews, inspectors, City agencies, and over 2,000 permits. Mr. Raihl was responsible for day-to-day staff management, hiring, and project stakeholder interface. Project total value: $33M Client Address: 59-17 Junction Boulevard, 4t" Floor, Flushing, NY 11373 Client Contact: Kevin Ellenwood, kevine@dep.nyc.gov, (718) 595-6240 Anne Arundel County I Cox Creek WRF Upgrade CM Contract; Orchard Beach, MD 2016-Present Construction Program Manager. Construction Manager in charge of the final Start -Up and Closeout of the $200M Upgrade to the Cox Creek WRF. Mr. Raihl was responsible for staff management and coordination of start-up, commissioning, and driving closeout of this $120M project. The plant was converted to a Mixed Liquor Membrane Filtration Facility with BNR capability. One of the first full sized Mixed Liquor Membrane Filtration Facilities in the region. Project total value: $120M Client Address: 2666 Riva Road Annapolis, MD 21401 Client Contact: Bruce Wright, pwwrig5l@aacounty.org, 410.222.7560 New York City Department of Environmental Protection I City Wide Contract 3A; New York, NY 12014-2016 Construction Manager. Mr. Raihl led the execution phase for multiple construction projects under a $10M task order. In this role, Mr. Raihl wrote work orders, managed staffing, interfaced with the clients, and served as the Construction Manager on multiple Contracts for miscellaneous water and wastewater construction projects across New York City. Project total value: $10M Client Address: 59-17 Junction Boulevard, 4th Floor, Flushing, NY 11373 Client Contact: Chris Martell, cmartell@dep.nyc.gov, 212-860-9325 New York City Department of Environmental Protection I Third Water Tunnel Contract TCM-52; Manhattan, NY 12012-2016 Construction Manager. This $220M project provides major clean water infrastructure providing additional capacity and redundancy for the potable water supply in Manhattan. This project provided for installation and activation of large diameter OFFICE LOCATION New York, NY EDUCATION BS, Marine Engineering, Diesel and High -Pressure Steam Power Systems, US Merchant Marine Academy, 1982 PROFESSIONAL REGISTRATION PE (Environmental) — 2016, FL, 81489 PE (Environmental) — 2016, CT, 0031723 PE (Mechanical) — 1992, NY, 068940 Certified Construction Manager (2458), Construction Managers Association of America, 2016 PROFESSIONAL ASSOCIATIONS Water Environment Federation - Operations Challenge Judge American Water Works Association New York Water Environment Association YEAR CAREER STARTED 1982 YEAR STARTED WITH B&V 2016 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 121 piping, mechanical, HVAC electrical and process telemetry equipment at ten locations in New York City in the Borough of Manhattan. This significant and historic public works project required coordination and collaboration with local and state agencies as well as local business community members. Mr. Raihl was responsible for all construction, start-up, and commissioning of on the Third City Water Tunnel in Manhattan and had responsibility for up to 170 construction personnel during the start-up phase. This successful project was the culmination of a series of projects going back over 60 years to bring additional fresh water into Manhattan from the NYC reservoir system. Project total value: $220M Client Address: 59-17 Junction Boulevard, 4th Floor, Flushing, NY 11373 Client Contact: John McCluskey, Jmccluskey@dep.nyc.gov, (718) 595 6947 New York City Department of Environmental Protection I Jamaica WPCP BNR Upgrade; Queens, NY 12011-2012 Construction Manager. Mr. Raihl had overall responsibility for multiple Contracts and Resident Engineers for a $100M+ upgrade to the Jamaica WPCP. Specific duties included staffing, progress reporting, schedule review, Contractor payment processing, and leading meetings with the client. The construction management team was responsible for supervising construction, applications engineering, commissioning, and startup activities on this multi -disciplinary project in which the Jamaica WPCP was converted to a step -feed BNR process. The project included complete demo and replacement of the plant process air system, install of new motor control centers, and extensive excavation and integration of a new SCADA system. Numerous facility outages and in -plant diversions were necessary. Project total value: $100M Client Address: 59-17 Junction Boulevard, 4th Floor, Flushing, NY 11373 Client Contact: Kevin Clark, kclarke@dep.nyc.gov, (718) 595-5995 New York City Department of Environmental Protection I Manhattan Pump Station Contract 40; Manhattan, NY 12005- 2011 Construction Manager and Resident Engineer. Responsible for all aspects of design coordination through construction for the 400 mgd Manhattan Pump Station including coordination with 17 different City Agencies, private entities, and utilities for NYCs largest Pump Station that happens to be built on a 100'X200' footprint with a grade school, a day care center, a church, the City's largest power transformer yard, and high rise apartment buildings immediately adjacent to the project. The Contract required the installation of a new 6MW Diesel Powered Interim Emergency Power System; installation of new permanent 10MW Gas Turbine Emergency Power System; installation of 5-2,500 HP mixed flow impeller Main Sewage Pumps, Installation of a completely new structure above ground while keeping all existing facilities fully operational; installation of a new 5kV power distribution system; installation of new screening equipment; and installation of new ventilation and controlled environment electrical rooms. Project total value: $300M Client Address: 59-17 Junction Boulevard, 4th Floor, Flushing, NY 11373 Client Contact: Ken Moriarty; NYC DEP. 718. 595. 5604. kmoriarty@dep.nyc.gov BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 122 d Nor 11G2111011111 Search for a Lrceneee Apply for a Louense View Application Status Fcrid Exoro Inlertnateon Fele a Complaint AB&T Delinquent Invoice & Activity LOI Search DBPR ONLINE SERVICES IktylIt Del.flls Licensee Information Name: Main Address: COoltr License, Mailing: COUnty: L ICOMOLOCINfin: RAISE, THOMAS EDWARD. (Printery Md..) 106 SOUTH 6TH STREET NEW HYDE PARK New Wiek 11010 OUT OF STATE 106 SOUTH SIXTH STREET NEW HYDE PARK NY 11010 OUT OF STATE WS, AM I OA License Information License Type: Sank: License Number Status: Ll,enellre Date: Expires: Professional Engineer Oral Engineer BleBe CurrentAntive DAM/ 21316 62/ 28 /1011 Sped& Ouolfrications ▪ nviroornentAl Qualification EhlectIve 06/22/2016 lair of rt..64 iqtrarb vf Jrafrssintuil 3ngittn$ Thomas Edward Raihl • •••••,, ..•••• ,•••,/ tevra." r'ir• #Af7"4,0tiwe,vi f.Plbet t• ,,,,, ref' .,1t3y11;16.1,4svrei/ 11;..7... 0.1.1.6VY ir4/2641.4",,, 214"."'11/4";'./ • . :74;1,4.4 •frtur, I/14 r .."7 1: ?TO, `P rr-Ree-lrialy eft &Mr 7rAyief:rt EJF ov.# Moir4fl by. !Ai, 1:0 +4, et; Ayer- i 14 fineriewqjr:+r,14,01 ?II Jai(/' hrhflii./.. ;1 Jerraota ed, pp te.A.F.1 02;.• ..e • 4,(., e9e 219/ L • ' 1 Arthwif- thtF apE A'netexiisaiin BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 123 Daniel Torres, PE CONSTRUCTION MANAGEMENT —CONSTRUCTION MANAGER — CIVIL/ENVIRONMENTAL/STORMWATER Eng. Torres is an experienced engineer in the Project & Construction Management field with services provided to the Pharmaceutical, Commercial, Residential, Aviation, Water, Wastewater and Government markets. A Professional that manage goals as milestones on a life project. Hardworking, detail and result oriented, highly motivated and enthusiastic team player with excellent leadership capabilities and strong work ethic who would take any opportunity to engage on a deeper understanding of the challenges, make decisions and steer the team on the proper direction. PROJECT EXPERIENCE FEMA; Nationwide Infrastructure Support Technical Assistance Consultants; Puerto Rico; 2018-2020 Project Specialist - Black & Veatch. Lead the Technical Group on performing Site Assessments, provide Recommendations and develop Cost Estimates and Projects Scope as part of the Nationwide Infrastructure Support Technical Assistance Consultants (NISTAC)supporting FEMA's Recovery and Reconstruction efforts across Puerto Rico. Project Role: Technical Assistance/Construction Manager Client Address: Guaynabo, PR Client Contact: Jose Gonzalez, PE; jose.gonzalez@fema.dhs.govL202- 716-8835 AbbVie Puerto Rico Ltd.; 20MW CHP Cogeneration; Barceloneta, Puerto Rico; 2017-2018 Construction Manager - CMA Architects & Engineers, LLC. Lead the execution of the CSA works in order to retrofit existing and construction of new facilities to accommodate the installation of two 10 MW CH P Cogeneration System for AbbVie Plant Complex in Barceloneta, PR. Project Total Value: $40M Client Contact: Antonio Bon; antonio.bon@abbvie.com; 787-970-1800 AbbVie Puerto Rico Ltd.; AbbVie Operational Expansion; Barceloneta, Puerto Rico; 2016-2018 Project Engineer - CMA Architects and Engineers. Lead the A/E Field Services for the operational expansion projects for AbbVie Pharmaceutical Plant in Barceloneta, PR. Work included existing facilities assessments, retrofit of existing and construction of new buildings and infrastructure in order to increase the facilities capabilities and incorporate new production line. Projects Total Value: $25M (Construction) Client Contact: Edwin Martinez; Edwin.martinez@abbvie.com; 787-970- 1800 Expertise: Change Order; Compliance; Construction; Disaster Response/Recovery; Inspection; Management; Oversight; Project Control; Quality; Supervision; Wastewater; Water Office Location Coral Gables, FL Education Bachelor of Science, Civil Engineering, Polytechnic University of Puerto Rico, 2003, Puerto Rico Professional Registration License, Daniel Torres De La Torre, Civil, #88899, Florida, United States, 2020 License, Daniel Torres De La Torre, Civil, #20621, Not Applicable, Puerto Rico, 2006 Total Years of Experience 13 Black & Veatch Years of Experience 2 Professional Associations Puerto Rico Engineers & Surveyors College - Member Puerto Rico Civil Engineers Institute - Member Language Capabilities English Spanish BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 124 PR National Guard; Gurabo Readiness Center; Gurabo, Puerto Rico; 2018 Resident Engineer - CMA Architects & Engineers, LLC. Lead the On Site Field Management as Owner's Representative on the Construction of a two stories 70,000 SF Multipurpose Building. Oversight the Quality Control, Change Management, Project Control, EHS and Permits compliance, and coordination of works between Contractor, Owner and Stakeholders. Project Total Value: $20M (Construction) Client Contact: Yasmara Rios; yasmara.rios2.nfg@mail.mil; 787-289- 1400 Puerto Rico Aqueduct and Sewer Authority; Capital Improvement Program; Sabana Grande, Puerto Rico; 2014-2016 Resident Engineer - Eng. Miguel A. Bonilla. Lead to the On Field Inspection Team on the construction of a new Water Distribution System for the Municipality of Sabana Grande, PR Project Total Value: $2M (Construction) Client Contact: Jose J. Rivera, PE; jose.rivera3@acueductospr.com; 787-999-1717 Tubman Centers; Mall of San Juan; San Juan, Puerto Rico; 2013-2014 Project Engineer - Eng. Miguel A. Bonilla (MAB Group). Lead the Project Team for the Permitting and Inspection of the Development and Construction of a 626,000 sq. ft. Commercial facilities. Project Total Value: $475M Client Address: San Juan, PR Eli Lilly; Lilly Caribe Humalog Operational Expansion; Carolina, Puerto Rico; 2013-2014 Project Engineer - Eng. Miguel A. Bonilla. Lead the Project Team for the Assessment, Permitting and Inspection of Operational Expansion of the Lilly's Carolina Pharmaceutical Plant. Project Total Value: $20M (Construction) Client Address: Carolina, PR Puerto Rico Aqueduct & Sewer Authority (PRASA); Capital Improvement Program; Puerto Rico; 2010-2013 Construction Manager - CDM Smith. Lead the Construction Services for the execution of multiple Water and Wastewater Projects as part of PRASA's Capital Improvement Program Projects Total Value: $500M Client Address: San Juan, PR Client Contact: Jose J. Rivera, PE; jose.rivera3@acueductospr.com; 787-999-1717 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 125 T Ron DeSantis, Governor fr __ 7J: ,p; S#' FBPE . il�" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES • •��,r f s III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS TORRES ', *;11,� NA*- 354 ESTANCIAS PONCE DE JUAN ' LA H - TORE, CINTRON DEL GOLF PR - ea' 00730 le1S---111:1 ST DANIEL �- ,fir hab - R , • ?i f LICENSE NUMBER: PE88899 • •*Sr ■ i •o �. � • . . EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. William Garcia, PE Construction Manager Mr. Garcia has 24 years of overall experience with the last 18 years specializing in Construction Engineering and Inspection (CEI). Mr. Garcia has worked as a Senior Project Engineer/Project Engineer on various roadway and bridge construction projects with an aggregate dollar value of over $200 million. Mr. Garcia is responsible for overseeing the construction operations, administration, management, quality assurance, and monthly and final estimates of the projects. Duties have included supervision of CEI teams with several subconsultants. Mr. Garcia's experience also includes all facets of roadway design and land development including plans production, engineering reports, cost estimates, coordination with all technical disciplines, local and state permit acquisition and processing Project Experience NW 74th Street Traffic Signals at NW 102nd Avenue and NW 97th Avenue; Miami -Dade County, FL; Client: City of Doral, FL; Reference: Carlos Arroyo; (305) 593-6740; carlos.arroyo@cityofdoral.com; 8401 NW 53rd Terrace, Doral, FL 33166; Cost: $155,528.25; Project Duration: 10/2019 to 4/2020 (Est.) — Senior Inspector for the installation of new traffic signalization at the NW 74th Street / NW 97th Avenue and NW 74th Street / NW 102nd Avenue intersections. Included maintenance of traffic; asphalt milling and resurfacing; signalization; signage; concrete curb, gutter, sidewalk and pedestrian ramps. Extensive coordination with the City of Doral Public Works Department, the Engineer of Record, FP&L and Miami -Dade County Traffic Signals. Project Cost $853,000.00. Project Role: CEI Services Manager. NW 102nd Avenue Improvements from NW 66th Street to NW 74th Street; Miami -Dade County, FL; Client: City of Doral, FL; Reference: Carlos Arroyo; (305) 593-6740; carlos.arroyo@cityofdoral.com; 8401 NW 53rd Terrace, Doral, FL 33166; Cost: $95,264.80; Project Duration: 2/2019 to 11/2019 (Est.) — Senior Inspector for the widening and reconstruction of NW 102nd Avenue. Included maintenance of traffic; roadway widening and reconstruction; asphalt milling, resurfacing and overbuild; drainage; lighting; signalization; signage; concrete curb, gutter, sidewalk and pedestrian ramps. Extensive coordination with the City of Doral Public Works Department, the Engineer of Record, FP&L and Miami -Dade County Traffic Signals. Project Cost $2.7 million. Project Role: CEI Services Manager. CEI Services for the NW 38th Avenue Improvements; Lauderhill, FL; Client: City of Lauderhill; Reference: J. Martin Cala, PE; 954-730-3055, jmcala@lauderhill-fl.gov; 5581 W. Oakland Park Blvd., Lauderhill, FL 33133; Project Cost: $150,000. Project Duration: 2020 to 2021 (Est.) — CEI Services for the reconstruction of NW 38th Avenue from NW 15th Street to NW 19th Street in the City of Lauderhill, FL. Project aims to modify the roadway to a pedestrian friendly and event -driven destination with improvements including colored and patterned concrete sidewalks, stamped asphalt crosswalks, landscaping, decorative lighting, vendor kiosks, and modern outdoor furniture. Other improvements include roadway reconstruction, drainage, concrete flat work, new water main, and irrigation.Project Role: CEI Services Manager. Widening of the HEFT (Homestead Extension Florida Turnpike) from SW 72nd Street to Bird Road; FPID 427146-1-52-01; Miami -Dade County, FL; Client: Florida's Turnpike Enterprise (FTE); Reference: Ken Hudson, (954) 934-1134; ken.hudson@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Project Cost: $55 million; Project Duration: 2014 to 6/2020 (Est.) — Widening the HEFT to three general purpose and two express lanes in each direction. Project included replacing the mainline toll facilities with a new AET Toll Gantry south of SW 60th Street Canal, a new northbound two lane exit ramp bridge to Bird Road, reconstruction of SW 117th Avenue between SW 4900 Block and Bird Road to add a third northbound lane, widening of Bird Road from SW 119th Court to SW 122nd Avenue, widening of four existing bridges, and the demolition of one bridge and the Northbound Bird Road Toll Plaza Building. Other activities include MSE/sound wall construction; roadway widening and reconstruction; asphalt milling, resurfacing and overbuild; drainage; lighting; ITS fiber and devices; signalization; signage; water main relocation for MDWASD under a JPA. Extensive coordination with FTE's Office of Tolls, Facilities, Traffic Management Center and PIO, Kendall Regional Medical Center, FDOT District 6, and Miami -Dade County Traffic Signals. $55 million Design -Build c Engineer. Years of Experience 24 Years of Post Registration Experience 19 Work History BCC Engineering, LLC (Miami) 2008 — Present Consul -Tech Construction Management, Inc. 1996 — 2008 Metric Engineering, Inc. 1994 — 2001 Education BS in Civil Engineering, 1996 Florida International University Registration Professional Engineer Florida No. 56781, 2001 Certifications CTQP ID No. G620-920-72- 387-0 CTQP Quality Control Manager CTQP MSE Wall Inspector CBT CTQP Auger Cast Pile CBT Critical Structures Construction Issues Course ATSSA Advanced Maintenance of Traffic Troxler Nuclear Gauge Safety Training FDEP Stormwater, Erosion and Sedimentation Control Inspector FDOT Tier 1 Illicit Discharge Detection and Elimination Training engineering ontract. Project Role: Senior Project BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 127 William Garcia, PE 2 Director of Construction Construction of Ramps from Campbell Drive to Northbound HEFT; FPID 435462-1-52-01; Miami -Dade County, FL; Client: Florida's Turnpike Enterprise; Reference: Jaime Gomez, (954) 934-1131; jaime.gomez@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Project Cost: $15 million; Project Involvement: 2016 to 5/2019 — Widening of the HEFT at the Campbell Drive (SW 312th Street) Interchange. Includes a new one -lane northbound HEFT on -ramp from westbound Campbell Drive, widening the existing single -lane southbound HEFT off -ramp to two lanes, widening the HEFT to accommodate new acceleration and deceleration lanes to the ramps, milling and resurfacing, guardrail, lighting, drainage improvements, ITS devices, and new signing and pavement markings. Replacement of all existing bridge railings and new pre -cast (post -and -panel) sound walls throughout the project. Campbell Drive improvements include utility relocations, widening, milling and resurfacing, signalization, signing, pavement markings and concrete sidewalks. Extensive coordination with FTE Traffic Management Center and PIO, The City of Homestead, and Miami -Dade County Traffic Signals. $15 million Design -Build contract. Project Role: Senior Project Engineer. All Electronic Tolling (AET) Phase 4A; FPID 415462-2-52-01; Miami -Dade and Broward Counties, FL; Client: Florida's Turnpike Enterprise; Reference: Jaime Gomez, (954) 934-1131; jaime.gomez@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Project Cost: $20 million; Project Duration: 2012 to 2015 — Conversion of the Golden Glades Mainline Toll Plaza on the Turnpike Mainline Spur to an AET facility. Cash collection was removed and tolling shifted to a new Signature Gantry Toll Equipment Structure and pre -fabricated toll equipment building. Improvements included complete demolition of the existing toll plaza, roadway reconstruction, and asphalt milling, resurfacing, and overbuild to straighten the mainline alignment. The project also widened the existing Northbound HEFT to Northbound Turnpike Mainline ramp to two lanes and constructed a new tolled two-lane Southbound Mainline Turnpike to Westbound Hollywood Boulevard Off -Ramp. Structural improvements included drilled shaft foundations for the Signature Gantry and ten overhead truss and cantilevered sign structures, a 2,100-foot long MSE wall for the new Off -Ramp, and a 180-foot long 24-inch diameter jack and bore beneath the Mainline Turnpike. Roadway widening and reconstruction activities at all three sites include: earthwork construction; asphalt milling, resurfacing and overbuild; drainage including numerous large drainage structures with 48-inch and 54-inch diameter piping; lighting; ITS fiber and devices; signalization; and signage. Extensive coordination with FTE's Office of Tolls, Facilities, Traffic Management Center, Toll Plaza Managers and Regional Manager, FDOT District 4, and Broward County Traffic Engineering. $20 million construction contract. Project Role: Senior Project Engineer. HEFT NW 12th Street Interchange Improvement; FIN 427687-1-52-01; Miami -Dade County, FL; Client: Florida's Turnpike Enterprise; Contact: William Sears, PE, (954) 975-4855; william.sears@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Cost: $550,000; Project Duration: 2013 — Widening of the southbound HEFT to NW 12th Street Off -Ramp. Improvements including roadway widening, drainage, milling and resurfacing, concrete drilled shafts, curb and gutter, sidewalks, lighting, signage, pavement markings and signalization. Extensive coordination with FTE's Traffic Management Center and MDC Traffic Signals. $550,000 construction contract. Project Role: Senior Project Engineer. HEFT AET Phase 1, 2, & 3; FPID 417544-1-52-01, 406096-4-52-01, 417547-1-52-01; Miami -Dade and Broward Counties, FL; Client: Florida's Turnpike Enterprise; Reference: William Sears, PE, (954) 975-4855; william.sears@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Cost: $63 million; Project Duration: 2009 to 2012 — AET conversion of the four Mainline Toll Plazas at Bird Road, Homestead, Okeechobee Road, and Miramar plus 26 Ramp Toll Plazas on the 47-mile long HEFT. Improvements included demolition of the existing canopy, support columns and concrete islands, widening of the HEFT between Bird Road and SR 836, widening and overbuild to correct alignment at the plazas, pre -fabricated toll equipment buildings and steel tri-cord gantry structures for AET tolling, overhead truss and cantilevered sign structures, drainage and signalization. Improvements to toll plaza facilities included complete demolition of several plazas and modification to others including tolling, electrical, mechanical, and other utility upgrades, removal of toll booths and other tolling equipment, and modifications to the access tunnels. Extensive coordination with FTE's Office of Tolls, Facilities, Traffic Management Center, Toll Plaza Managers, FDOT Districts 4 & 6, Miami -Dade County Traffic Signals and Broward County Traffic Engineering. Two Design -Build contracts totaling $63 million. Project Role: Senior Project Engineer. Modification of the Bird Road and Homestead Toll Plazas to Open Road Tolling (ORT); FPID 422817-1-52-01, 422816-1-52-01; Miami - Dade County, FL; Client: Florida's Turnpike Enterprise; Reference: William Sears, PE, (954) 975-4855; william.sears@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Cost: $15 million; Project Duration: 2007 to 2008 — Conversion of the Bird Road and Homestead Toll Plazas to ORT by reconstructing the existing SunPass lanes to high-speed tolling lanes. Improvements included the demolition of the existing canopy, support columns and concrete islands, asphalt widening and overbuild to correct alignment, steel mono -tube gantry structures for ORT tolling equipment, overhead truss and cantilevered sign structures, and drainage. Improvements to toll plaza facilities included modification of the electrical, mechanical, and other utility systems, removal of toll booths and other tolling equipment, and modifications to the access tunnels. Extensive coordination with FTE Office of Tolls, Toll Plaza Managers and Regional Manager, Traffic Management Center, and PIO. $15 million Design -Build contract with "No Excuse Bonuses" of $800,000 and maximum incentive of $100,000. 2008 AASHTO Regional Award for On -Time Delivery and finalist for the national AASHTO America's Transportation Award. Project Role: Senior Project Engineer. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 128 T Ron DeSantis, Governor f: 9„ k w „..„ 'e DEPARTMENT BOARD THE PROFESSIONAL PROVISIONS STATE OF BUSINESS OF PROFESSIONAL ENGINEER OF CHAPTER jr- id-7:7274Cfr---AINP•IF OF AND FLORIDA HEREIN 471, WI PROFESSIONAL FLORIDA LLIAM IS ENGINEERS LICENSED Halsey UNDER STATUTES • k1 ' Beshears, Secretary REGULATION THE Florida r rIII t8rGARCIA, 7804 SW 146TH COURT MIAMI e ,:,;. FL 331830000 -1 41:". 17:1Zijittlrlik Ae'r ---- ' a; II: , - -.- .ttrid i gi %a dF F rs - d-..- • 1 LICENSE NUMBER: PE56781 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com • en • AL i 41 ■ • , Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Jose Nessi Construction Manager Mr. Nessi has over 40 years of experience in every aspect of construction management. His experience encompasses small and large-scale water resource projects, water and wastewater, roadway, municipal drainage, and vertical building projects. His expertise includes negotiating contracts with governmental agencies and private developers. As a Senior member of TYLI's Federal Facility Line of Business, Mr. Nessi is well versed in the implementation of federally funded and specifically FEMA funded programs. ARRA Roadway Improvements, CEI Services and LAP Compliance, Village of Miami Shores, FL. Construction Management Services, Projects included milling approximately 22,790 square yards of existing pavement, laying 1,567 tons of Superpave Asphalt Concrete and placing appropriate traffic pavement markings and retrofitting ramps with detectable warning surfaces to meet ADA requirements. As a consultant to the Village, TYLI was responsible to ensure that the "shovel ready" milling and resurfacing project complied with the LAP requirements of this ARRA grant funded project. These included ensuring that the construction checklist was met prior to procurement, onsite CEI services, and ensuring that the contractor met all the requirements of the LAP during construction. Extensive coordination with FDOT D6 LAP compliance staff. Village of Miami Shores, Scott Davis, (305) 470-5100. Dates: 2017-2018. Fees: $400,000. Construction Cost: $3.5M SW 114th Avenue Roadway Enhancement Projects, ARRA-CEI Services, Sweetwater, FL. Construction Management Services. Projects included asphalt overlay between 7th Terrace and W. Flagler Street as well as associated repairs to existing pavement markings. In addition, the corridor was improved to meet ADA standards through the implementation of sidewalk repairs and retrofits of detectable warning surfaces at all curb ramps along the corridor. Extensive coordination with FDOT D6 LAP compliance staff was required. City of Sweetwater, Eric Gomez: (305) 221-0411. Dates: 2014-2015. Fees: $47,000. Construction Cost: $500, 000 SFWMD, General Engineering and Professional Services, Construction Management Services, West Palm Beach, FL. Mr. Nessi served as Contract Project Manager under this contract. Specific task work orders under that contract included: TYLIN INTERNATIONAL YEARS OF EXPERIENCE 40 EDUCATION BS, Economics Sciences, Business Administration, Accounting Construction Management, University of Buenos Aires, 1969 • Compartment C Pump Station G-508: construction of a 1,630-cfs pump station as part of a new 8,800-acre Storm Treatment Area (STA) on Compartment C. • Pump Station S-331 Pump Station Repowering, Automation and Gearbox Replacement: Replacement of existing 255 hp diesel engines for all three pumps, refurbishment of gearbox for all three pumps as well as RIO cabinets for remote operations • Dredging Lake Trafford Phase I and II: Provide restoration of water quality to Lake Trafford by removing approximately 800,000 CY of sediment from near shore areas around the lake. • Storm Treatment Area 5 Maintenance: Dredging of Canal L3 from the north boundary line of STA 5-1 to the south boundary line of STA 5-2 (Deerfence Road Bridge) and north and south Spreader Canals for STAs 5-1 and 5-2. South Florida Water Management District, Jerry Flynn (561) 682-6080 Dates: 22009-2017. Fees: $7 Million. Construction Cost: $98 Million BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 130 Jose Nessi City of West Miami — Citywide Capital Program Management, West Miami, FL City Construction Management Services. TYLI has serves as the City Engineer managing the City's Capital Program since 1998. Mr. Alonso has worked on this contract since 2002 in the capacity of designer, engineer, and since 2010 has served as Lead Engineer in charge of the firms responsibilities as City Engineer and as the Building Official. Said responsibilities include: • Administrative oversight and charge of the City's Building Department (which is managed by TYLI) • Plan Review and Inspection for the City's Public Works and Zoning Department, where Mr. Alonso has served as the lead reviewer. • Miscellaneous Design Phase Services for work within the Right -of -Way • Miscellaneous Construction Administration Services on City Projects Under this contract, Mr. Alonso has been involved as the engineer -of -record on the Four Citywide Drainage Improvement Project phases (including 2 major stormwater pump stations), several water main improvement projects, sewer pump station retrofits, as well as the Project Manager for various facility projects including the design, permitting, and construction administration of the City's Recreational Facility and various improvement projects at City Hall and the Police Department. City of West Miami, Juan Pena (305) 226-4214 Dates: 2002-Ongloing. Fees: $5 Million. Construction Cost: $30 Million West Miami Citywide Traffic Calming Improvements, West Miami, FL. Construction Management This TAP Grant Funded project (administered through LAP) was for the design and construction administration of the roadway reconfiguration and improvement project for the implementation of the Citywide Traffic Calming masterplan including 18 traffic circles. Mr. Alonso assisted the City in securing the TAP grant funding, was the Engineer of Record, and managed the Construction Administration/LAP Compliance team. City of West Miami, Public Works Director, Juan Pena: (305) 266-4214 Dates: 2017-2018. Fees: $400,000. Construction Cost: $3.5M Miami Dade County, Program/Construction Management, FEMA Division of Restoration & Mitigation (DORM) Program, FL. Construction Management. Mr. Nessi was Program Manager for Miami -Dade County's storm water improvements and county -managed canal dredging projects under the FEMA Division of Restoration & Mitigation (DORM) program. The project objective involved dredging secondary canals to accommodate stormwater volumes and increasing the percolation capacity of current storm drainage systems to minimize flooding impacts. Mr. Nessi oversaw 14 engineering consultants conducting storm water design and 15 construction contractors. Mr. Nessi was responsible for verifying cost estimates, obtaining construction permits, overseeing improvements construction at storm -affected sites, and managing close- out phases under FEMA guidelines. Mr. Nessi also supervised the initial topographic and bathymetric survey of 5 secondary canals to determine the feasibility of future dredging operations based upon canal depth, bottom morphology and sediment volume. Miami -Dade County Public Works, Leo Salgueiro (305) 372-6875 Dates: 2003-2007. Fees: $35 Million. Construction Cost: $20 Million BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 131 EDUCATION Bachelor of Architecture, University of Florida, 1973 REGISTRATION Registered Architect, State of Florida, 6878 Certified General Contractor, Florida Construction Industry Licensing Board, 013330 Saul Suarez, RA Construction Manager Professional Experience Saul Suarez has over 47 years of architectural design and construction experience on a wide variety of multifaceted projects. He is particularly adept in the design of ports and major cruise line terminals, hospitality, residential and multi-use/commercial facilities and components; projects for which he successfully integrates various forms of transportation, terminal operations, concession spaces and a variety of other uses. He manages multi -disciplinary projects, teams and sub -consultants, supervising them from initial design phase through to documentation and construction administration. PROJECT EXPERIENCE MIAMI SPRINGS SENIOR CENTER, MIAMI SPRINGS, FLORIDA Client Name: City of Miami Springs Client Address (City/State): Miami Springs, Florida Client Contact: William Alonso, 305.805.5010 alonsow@miamisprings-fl.gov Project Cost: $6 Million Project Start: 05/2019 Project Completed: 05/2020 The new Miami Springs Senior Center is a one-story 11,250 square feet building designed to promote an enhanced quality of life for a diverse population of older adults who reside in the Miami Springs community. When designing this project, safety was key. The Senior Center accommodates the pedestrian traffic flow between the existing ballfield and the existing playground area used by the new Senior Center bathroom facility. Through the new 11,250-SF Senior Center, the department is able to provide a comprehensive and coordinated system of services for local residents to include: congregate meals, home -delivered meals, nutrition education and counseling, health and wellness activities, recreation, transportation, adult education, screening and assessment, advocacy, and information and referral assistance. PORT EVERGLADES, CRUISE TERMINAL 25 INTERIOR RENOVATIONS, FORT LAUDERDALE, FLORIDA Client Name: Port Everglades Client Address (City/State): Ft. Lauderdale, Florida Client Contact: Israel Rozental, 954.468.0198 irozental@broward.org Project Cost: $100 Million Project Start: 2017 Project Completed: 2018 Construction Manager for interior refurbishing of cruise terminal, including addition of 15,000-sf for baggage and a 20,000-sf canopy. The fast -track terminal project complied with all county and life safety codes as well as with the Americans with Disabilities Act (ADA). JOSEPH CALEB CENTER TOWER AND PARKING GARAGE Client Name: Miami -Dade County Internal Project Cost: Parking Garage $9.6 M Services Department Building Remodeling $9.2 Million Client Address (City/State): Miami, Florida Project Start: Parking Garage 2014 Building Remodeling: 2017 Client Contact: Francisco Suarez, 305.375.1112 fsuarez@miamidade.gov Project Completed: Garage 2017 Building Remodeling 2019 Bermello Ajamil & Partners, Inc. (BA) was retained by Miami -Dade County to provide the architectural, interior design and landscape architectural services for the remodeling of the existing Joseph Caleb Center Tower and a new parking garage facility. Parking Garage - Design, construction documentation and construction administration services for a new 150,000 sf parking garage including 2 floors of covered parking and open roof level parking containing 329 parking spaces that will services all of the occupants and visitors of the Joseph Caleb Center Facility. Also included in this scope of work is the remodeling of an existing surface parking lot. Building Remodeling - Design, construction documentation and construction administration services for the remodeling of approximately 27,000 sf of existing office space in the Joseph Caleb Center Tower. Ground BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 132 floor improvements include a new ADA compliant entrance and entrance canopy, enclosing and air conditioning of existing atrium space, new offices for the Clerk of Court, State Attorney, Building Security, upgrade of existing building elevators, a new secure elevator and parking area for the judges and ADA improvementstoexistingbathroomfacilities.TheSecondfloorimprovementsincludenewcourtrooms,judicial offices, domestic violence offices, support spaces for these areas, and ADA upgrades to existing bathroom facilities. Also incl uded as part of this project is the remodeling of an existing surface parking lot for 100 vehicles. PORTMIAMI CRUISE TERMINAL A FOR RCCL, MIAMI, FLORIDA Client Name: Royal Caribbean Cruise Lines Client Address (City/State): Miami, Florida Client Contact: Miguel Reyna, 305.539.6492 mreyna@rccl.com Project Cost: $143.1 Million Project Start: 06/2015 Project Completed: 1 1 /2018 BA was commissioned by RCCL as the Architect of Record for the new Cruise Terminal A at PorfMiami. Terminal A houses an angular, glass center and a connected parking garage with about 1,000 parking spaces at the northeastern side of the port. The goal of the project was to give passengers an optimal arrival experience, offer a backdrop of a captivating destination, and provide an ease of movement from curbside to ship. When seen from the ocean, the alluring design of Terminal A resembles the shape of a crown, and from the side it resembles an "M," representing Miami. The 170,000- SF state-of-the-art terminal sits on a l0-acre site and will be home to the first Oasis -class ships ever to dock in Miami. Set to achieve LEED Silver certification, the building design utilizes an open floor plan and features energy -efficient glazing, which enhances arrivals with generous views of the passing cruise ships and the ocean. In addition, rainwater collection systems are used for cooling and irrigation, and aluminum fins provide ventilation in the parking structure. PORT MIAMI PARKING GARAGE CRUISE SHIP TERMINAL `K' Client Name: PortMiami / Royal Caribbean Cruise Lines Client Address (City/State): Miami, Florida Client Contact: Dennis Thaddeus F. Smith, 786.621.9000 Project Cost: $51.1 Millions Project Start: 07/2019 Project Completed: 05/2020 The Bermello, Ajamil & Partners (BA) Architectural and Engineering Firm provided the Design, Permitting, Project Management and Construction Administration Services to this Fast -Track / Design -Build Project for PorfMiami and Royal Caribbean Cruise Lines (RCCL) in order to develop and occupy an urgent and much needed Parking Garage Facilities within the RCCL Campus at PortMiami. The Project consisted of a Precast Concrete Structure, in order to facilitate the Overall Schedule and Construction Budget to house a total of 2,205 Vehicles, in a 11 Story Parking Deck Structure, that stands 136 feet above grade, with a total of 645,354 Sq. Ft. The BA Team provided the Architectural and Landscape Design and Improvements, as well as, the Multidisciplinary Coordination Requirements from the beginning of this MiamiDade County Competition. Pursuant to BA's assistance to Turner Construction and the Balance of the Design Team, BA also coordinated and lead the much needed Permitting Activities for this Project through a fairly New Concierge Program initiated by the MiamiDade County and Govemment Agencies, in order to Expedite the Process for Important County Projects, which first provided a Foundation Permit, followed by the Master Permit. This Project is about to be successfully completed for PortMiami and RCCL, with an anticipated Temporary Certificate of Occupancy (TCO) by this coming May 22nd and Certificate of Occupancy (CO) by June 23rd, 2020. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 133 1/14/2020 DBPR - SUAREZ, SAUL G, Architect 1:06:47 PM 1/14/2020 Licensee Details Licensee Information Name: Main Address: County: License Mailing: LicenseLocation: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Alternate Names SUAREZ, SAUL G (Primary Name) 2601 S BAYSHORE DR 10TH FLOOR MIAMI Florida 33133 DADE Architect Architect AR0006878 Current,Active 12/01/1992 02/28/2021 Qualification Effective View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. htt fX J&AnNIjEDSTiEfeiiea1 4fcWirmen Wtia.a1y$n10' i Yt 1eE9otari'BR716segtraateepp330$66ites 1341/1 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Dennis Trupka, RA, NCARB Kansas City, MO Architects FL (AR94845) Dennis Blashke, AIA, NCARB (T.Y. Lin) Coral Gables, FL Architects FL (AR96968) James Bowers, AIA, NCARB, LEED AP (BA) Miami, FL Architects FL (AR94133) Sergio Pendas, AIA, LEED AP (BA) Miami, FL Architects FL (AR0013943) Kirk Olney, RLA (BA) Miami, FL Architects FL (LA0001705) RFQ-QSC Revised 7/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 135 Dennis Trupka, R.A. PRE -CONSTRUCTION MANAGEMENT - ARCHITECT - ADMINISTRATION/PUBLIC VERTICAL FACILITIES Mr. Trupka is a design architect for laboratories and infrastructure facilities. His experience as a project architect and a design architect includes 40 years of design of municipal and commercial buildings. He has been involved in programming, design, construction drawings, specification writing, finish selections, construction observation, and facility assessments. PROJECT EXPERIENCE WaterOne of Johnson County; Hansen Water Treatment Ozone Facility; Kansas City, Kansas 1 2015 - 2019 Project Architect. Mr. Trupka designed the two buildings for the new ozone facility at the existing plant designed by Black and Veatch in the 1980s. This was the twelfth project Mr. Trupka has designed for this client. The project included a 15,000 square foot ozone generation building and a 2,200 square foot dissolution and destruct building. The masonry building has a hazardous occupancy and required fire rated - walls and a fire sprinkler system. Project total value: $36,360,000 Client Address: 7601 Holliday Drive, Kansas City, Kansas 66106 Client Contact: Michelle Wirth (Director of Water Production), mwirth@waterone.org, 913-895-5821 Cape Fear Public Utility Authority; Sweeney Water Treatment Plan GAC Contactor Addition; Wilmington, North Carolina 12018 - Currently under construction Project Architect. Mr. Trupka was the lead architect for the two story 19,000 square foot masonry and concrete building. The project design had a fast track schedule. Two sides of the building abut the plant addition Mr. Trupka designed in 2007. The GAC building required special code consideration due to its connection to the sprawling plant. Because of the humid interior environment, the building was designed with masonry walls and precast roof panels. The projected settlement of the structure required extensive expansion joints. Mr. Trupka is currently handling the architectural construction phase services for the project. Project total value: $35,915,000 Client Address: 1833 N 5th Avenue, Wilmington, NC 28401 Client Contact: Craig Wilson (Project Manager), Craig.Wilson@cfpua.org, (910) 332-6474 Specialization: Design Architect for Laboratory, Water and Wastewater Projects Office Location Kansas City, MO Education BA, Architecture, Kansas State University, 1980 Professional Registration R.A.- Florida (#AR94845) Connecticut, Idaho, Indiana, Iowa, Kansas, Missouri, Nevada, New Jersey, New York, North Carolina, North Dakota, Ohio, Pennsylvania, West Virginia Professional Associations National Council of Architectural Registration Boards College of Architects and Landscape Architects of Puerto Rico Year Career Started 1979 Year Started with B&V 1990 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 136 City of Lawrence; Wakarusa River Wastewater Treatment Plant; Lawrence, Kansas 12015-2018 Project Architect. Mr. Trupka was the lead architect for the five process buildings on this green -field site. The buildings included Headworks, Chemical Feed & Storage, Final Sludge PS, UV Disinfection, and Solids Thickening. All buildings are a brick and stone exterior and the interior walls are maintenance -free glazed block. The Headworks Building has a concrete frame and the other buildings have load bearing masonry walls. Project total value: $62,000,000 Client Address: Municipal Services & Operations 1 City of Lawrence, KS, PO Box 708, Lawrence, KS 66044 Client Contact: Melinda K. Harger (Assistant Director), mharger@lawrenceks.org, (785) 832-7880 City of Durham; Brown Water Treatment Plant Upgrade and Expansion; Durham, NC 1 2010 - 2020 Project Architect. Designed a two-story administration building to meet LEED Sliver certification. The contemporary building with "green" design concepts will elevate the utilities' public image. The building will make use of a unique energy efficient wall construction, natural light, a roof garden, a highly reflective roof, water reuse, high efficiency lighting, and water source heat pumps. The project also includes a new chemical building, a filter building expansion, and an operations building remodel. Project total value: $65,146,000 Client Address: 1615 Infinity Rd, Durham, NC 27712 Client Contact: Tom Lucas (Brown WTP ORC), Tom.Lucas@durhamnc.gov, 919-560-4362, ext. 35332 MWD of Southern California I Greg Ave Pressure Control Structure; Los Angeles, CA 1 2015 - 2020 Project Architect. Mr. Trupka is the lead architect for the New Control Building. The 2,300 square foot building will be built on a very tight site. The masonry building has a low-key appearance with a steel framed flat roof. Project total value: $20,000,000 Client Address: 7550 Greg Avenue, Sun Valley, CA 91352 Client Contact: Motamedi,Kamyar (Senior Project Manager), kmotamedi@mwdh2o.com, (213) 217-6581 Irvine Ranch Water District I Michelson Water Recycling Plant Biosolids and Energy Recovery Facility; Irvine, CA 1 2010 - 2020 Project Architect. Mr. Trupka was the lead architect on the design of the solids handling facility and the digester complex estimated to be a $100 million -dollar project. The solids handling is a two-story building housing both process areas and personnel areas. The personnel spaces include a laboratory, a control room, restrooms, locker rooms, and a break room. The building houses centrifuges, a dryer, and a truck load -out facility. The digester complex includes a digester building, three egg digesters, a 70-foot-tall access tower, and access bridges to the egg digesters. All structures have a high-tech appearance with exteriors of masonry and metal panels. Mr. Trupka is currently the lead architect for the Construction Phase Services. Project total value: $183,000,000 Client Address: 13600 Sand Canyon Ave, Irvine, CA 92618 Client Contact: Scott Toland (Senior Engineer), toland@irwd.com, (949) 453-5703 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 137 V4 w Ron DeSantis, Governor Halsey Beshears, Secretary d Florida r: T i :III k STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES tf - 4f eir,--'44111161 - ---== V- 7= ..14144- ---= -AIM TRUPKA, w , 8Ir. 1 DENNIS JAMES 5508 MONROVIA \:" 5 HAWNEE KS 66216 I + 4. ... — #d.Or J_ if [ LICENSE NUMBER: AR94845 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com • Do not alter this document in any form. S■ AIM:AN Y This is your license. It is unlawful for anyone other than the licensee to use this document. _ Io . ■ t Dennis Blaschke, AIA, NCARB Architect Mr. Blaschke has nearly 25 years of practice leadership experience, including project and client management, architectural design, technical detailing and specifying, and construction contract administration. In addition to representing his profession on State and Local AIA Boards for over 20 years, his project portfolio includes numerous AIA design awards and several large projects with a value in excess of $50 Million. As a Senior Design Architect & Planner, Mr. Blaschke has proven leadership in client and consultant collaboration, including coordinating in-house engineering teams on multiple diverse project types and sectors. By focusing on achieving client satisfaction and shared goals, he has been an important team leader on many transportation, industrial, educational, commercial, resort, and housing facilities for both the public (federal, state, and municipal) and private sectors. Mr. Blaschke's unique training in city and regional planning and architectural history, in addition to a focus on sustainable environmental design, make him an exceptional team member who can focus on all aspects of design from visioning to master planning to architectural details and articulation. Mr. Blaschke has spoken internationally on historic architecture of the White House, often leads community charrettes and public involvement exercises, and has served a Guest Speaker for topics such as architectural practice and business ethics. Mr. Blaschke currently serves as the Practice Manager of Facilities Architecture at T.Y. Lin International. New South Olive Tennis Center, City of West Palm Beach, West Palm Beach, FL Mr. Blaschke was Project Architect/Designer, responsible for preparing Bid Documents for the LEED Silver targeted $1.2M new, 4,000-square-foot Tennis Center, the 2,000- square -foot Amenities Building, and the Demolition of the old Tennis Center.at the South Olive Community Center & Park. The work included master planning, site design, LEED sustainable design, and architectural design management. City of West Palm Beach, Kevin Volbrecht, PE, 561-494-1091, Dates: 2018/2020, $295,000 Fee/ $2,100, 000 Construction Cost Relocation & Renovation of Fire Station #9, City of West Palm Beach, West Palm Beach, C' Mr. Blaschke was the Project Architect/Designer, responsible for preparing Bid Documents for the $800K renovation and relocation of an existing relocatable fire station to a new 8-acre site, including master planning, site design, and architectural design management. City of West Palm Beach, Kevin Volbrecht, PE, 561-494-1091, Dates: 2018/2020, $130, 000 Fee Entercom Miami Headquarters, City of Miami, Miami, FL, Mr. Blaschke was the Project Architect, responsible for preparing Construction documents and Construction Administration for a 24,000 sf three-story renovation of a local existing gutted warehouse into a radio station, assembly performance space, and general offices. Entercom, Robert Santarsiero, 954-612-4557, Dates: 2018/2020, $83,000 Fer Arbetter's Renovation & Site Planning, City of Miami, Miami, FL Mr. Blaschke was the Project Architect/Planner, responsible for preparing Zoning Site Plan & renovation Documents for the expansion of the existing Arbetter's restaurant on Bird Road. Ewng Amstein & lehr, LLP, Miguel Diaz de la Portilla, 305-428-4543, Dates: 2019/2020, $3,200 Fee TYLIN INTERNATIONAL YEARS OF EXPERIENCE 25 PROFESSIONAL REGISTRATIONS Registered Architect: FL#AR96968, GA, SC NCARB Certified EDUCATION Master of Architecture, Clemson University, 2000 Master of City and Regional Planning (MCRP), Clemson University, 2000 Travelling Fellowship, Charles E. Daniel Center for Building Research & Urban Studies in Genoa, Italy; Clemson University, 1996 Bachelor of Environmental Design (BED), Texas A&M University, 1994 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 139 Dennis Blaschke, AIA, NCARB Flamingo Visitor Center Concept & Visioning at Everglades National Park, National Park Service, Florida Bay, Flamingo, FL. Mr. Blaschke was Project Architect/ Planner/Designer for this project. In this capacity, he led a Community and Park Management Charrette, Project Visioning, Project Programming, Title I Concept Design, and the completion of a Concept Design Vision Book which summarized all design concepts, construction phasing, and construction cost estimates for the demolition and complete renovation of the original 17,000-square-foot historic Mission 66 building, into a renovated $6 Million LEED® Silver Visitor Center. Mr. Blaschke performed conditions assessment to identify known deficiencies, as well as as - built documents and historic structures report. He coordinated site design concepts for the visitor's center area. A visioning workshop was held with NPS staff and strategic partners to determine master planning, program requirements, and goals of Visitor's Center at "New Flamingo", in order to provide relevance and meaning to the next generations of visitors. Contemporary, multi -purpose interpretive spaces were designed within the historic building envelope. National Park Service, Dates: 2015/2017, $39,000 Fee, $6, 500, 000 Est Construction Costs Requirements Documents for Repair and Renovation of Three Buildings, USACE, Mobile District, Homestead Air Reserve Base, FL. A Project Architect/Planner/ Designer, Mr. Blaschke was responsible for preparing RFP documents for the $6.5 Million renovation of multiple buildings across the installation. US Army Corps of Engineers, Dates: 2012/2015, $238,000 Fee, $6,400,000 Construction Costs Mixed -Use Urban Housing, Retail, & Parking Garage Project, McAlister Development Corporation, City of Charleston, College of Charleston, Historic District, Charleston, SC, Mr. Blaschke served as Project Architect under the Principal -In - Charge, leading a large team for an RFP Response and throughout the entire design and construction process. From RFP to CO in 13 months, led the master planning process, program development, conceptual and schematic design, City architectural review proposals, consultant coordination, quality assurance, construction detailing, and performed Construction Contract Administration for the Public -Private Partnership. The 400,000-square-foot project's scope included 3 primary structures in a mixed -use urban design. A seven -story, 448-bed student dormitory over a 24,000-square-foot student cafeteria comprised the southern building. The northern building contained a five -story, 198 3-, 4-, and 5-bedroom apartment building over 20,000 square feet of high -end retail, with a six -story, 600-car parking garage between the buildings. McAlister Development Corporation, 2007-2011, $1, 300, 000 Fee, $62, 000, 000 Construction Cost BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 140 Ron DeSantis, Governor Halsey Beshears, Secretary T k V4 w Florida r rIII STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES BLASCHKE, DENNIS LLOYD JR 1873 PALMETTO ISLE DRIVE 29466 ,,,,„ l MOUNT PLEASANT SC-L .,.. wl!.F Cry"? --,--. -----.... ‘,7,„ .......4 % 4.... dcli.V ti....-- .; fi -.i e _ •► + [ LICENSE NUMBER: AR96968 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com • • ■ Do not alter this document in any form. I�• . :o : t This is your license. It is unlawful for anyone other than the licensee to use this document. • EDUCATION Master of Architecture, New School of Architecture and Design, 2002 Bachelor of Architecture, ITESO University, 2000 REGISTRATION Registered Architect, State of Florida, Reg. No. AR94133 Registered Interior Design, State of Florida, Reg. No. ID6662 Registered Architect, Mexico, Reg. No. 3285630 NCARB Certification LEED Accredited Professional James R. Bowers, AIA, NCARB, LEED AP Architect Professional Experience James R. Bowers is a Florida -registered architect with more than 20 years of architectural experience with a variety of project types. His past experience includes maritime cruise terminals, as well as mixed - use residential developments, lower and higher education, corporate and transportation projects for both public and private clients. Mr. Bowers has extensive experience in project management, design, document coordination, construction administration and construction management, in addition to code and specification research. PROJECT EXPERIENCE ST. THOMAS UNIVERSITY - GUS MACHADO SCHOOL OF BUSINESS Client Name: Saint Thomas University Client Address (City/State): Miami Gardens, Florida Client Contact: Janine "Gigi" Laudisio, 305.628.6796 jaudisio@stu.edu Project Cost: $15 Million Project Start: 8/2015 (Design services) Project Completed: 08/2020 The new home of the Gus Machado School of Business includes a state-of-the-art classroom building, the Business School Administration Building and the Center for Career Development Designed by Bermello Ajamil & Partners, Inc., this twenty-first century complex is a "campus within a campus" that will reflect the modern workplace, have an open architecture, utilize multi -purpose spaces and combine a robust technology infrastructure with the functionalities needed to learn real life business practices. It will offer a first-class business education in a first-class environment, and will allow the Gus Machado School of Business to continue to grow and produce tomorrow's leaders in business and industry. DOLPHIN PARK AND RIDE STATION MASTER PLAN Client Name: MDX (Miami Dade Expressway Authority) Client Address (City/State): Miami, Florida Project Cost: $9 Million Project Start: 2017 Project Completed: 2019 Client Contact: Juan Toledo, 305.637.3277 jtoledo@mdxway.com BA with HNTB on the basis -of -design for a design -build package for a park & ride facility in Doral close to the Dolphin Mall. The site is located on approximately 15 acres of publicly -owned land on NW l2th Street, west of the Turnpike and east of NW 122nd Avenue in Miami -Dade County. The Dolphin Park & Ride station will support: MDT's SR-836 Express Bus project, other Express Bus routes, a future commuter rail service, and provide a potential terminus or stop for several local bus routes serving the nearby cities of Sweetwater and Doral as wet as the Dolphin Mall. BA prepared the architectural and landscape architectural design for the buildings, including the bus canopy. HIGHLANDS PARK & COMMUNITY CENTER Client Name: City of Deerfield Beach Client Address (City/State): Deerfield Beach, Florida Client Contact: Dean Payne, 954.427.3343, Dpayne@deerfield-beach.com Project Cost: $1 Million Project Start: 12/2013 Project Completed: 2015 Design of a new 3,500 SF Community Center which was inserted into the existing 2.16 acre triangular park. The main multi- purpose space can be divided into (2) two separate spaces that accommodate a variety of uses at the same time. The facility has a dedicated service area for catering. Site improvements include additional landscaping, new sidewalks to the building (main entry / front and a separate service / back of house) and new shade over the existing playground area. The building is designed to accommodate emergency operation communications for the community before, during and after a hurricane. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 142 NORWEGIAN CRUISE LINE'S TERMINAL B AT PORTMIAMI Client Name: Norwegian Cruise Lines Holdings Project Cost: $239 Million Client Address (City/State): Miami, Florida Project Start: 02/2018 Client Contact: Alicia Cuervo, 786.295.8922 Project Completed: 10/2020 Terminal B will accommodate ships of up to 5,000 passengers, and feature new technology to support faster and more efficient embarkation and disembarkation processes, as well as expedited security screening and luggage check -in. The project will also feature a new parking garage with valet parking area with direct access to the terminal and lounge. The project will be constructed to LEED Gold standards, focusing on innovation in design and terminal operation to create a platform that will optimize energy performance, indoor air quality, water efficiencies and maximize the use of local materials and resources. The modern terminal design draws inspiration from a nautilus, with a spiraled and multi -level facade opening up to grand ocean views. Innovative lighting, inviting indoor and outdoor waiting areas, and other guest -centric elements will enhance the overall passenger experience in what will surely be a gem in Miami's skyline. PORTMIAMI CRUISE TERMINAL V VIRGIN, MIAMI, FLORIDA Client Name: PortMiami Client Address (City/State): Miami, Florida Client Contact: Elizabeth Ogden, 305.347.5521 Elizabeth.Ogden©miamidade.gov BA with Suffolk construction is the design -build team and Architect of Record for the Cruise Terminal V, Terminal located at the Port of Miami. This state-of-the-art facility consists of approximately 130,000 square feet of cruise operational space. This three level facility is design for 3,000 passenger capacity and provides expansive areas to enhance passenger satisfaction both on embark and debark. The Scarlet Lady will be the vessel berthing at this facility. Project Cost: $239 Million Project Start: 01/2020 Project Completed: 10/2020 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 143 T Ron DeSantis, Governor Halsey Beshears, Secretary f: i 9„ 'e A f�ti• r�y'. Florida r DEPARTMENT BOARD THE PROVISIONS OF BUSINESS OF ARCHITECTURE ARCHITECT i M STATE HEREIN OF CHAPTER BOWERS,JAMES OF FLORIDA AND IS 481, PROFESSIONAL LICENSED & FLORIDA INTERIOR UNDER THE STATUTES Rk'' REGULATION DESIGN w 2841 SW 82ND WAY ifssei 1A. . , _..,. DAVIE , _ ,;:� FL 33328 �' 4. • [ LICENSE NUMBER: AR94133 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com •LLI I.• : - al � 4 : t Do not alter this document in any form. This isyour license. It is unlawful for anyone other than the licensee to use this document. Y EDUCATION Bachelor of Architecture, University of Miami, 1987 Associate of Arts, Miami -Dade Community College, 1983 REGISTRATION Registered Architect, State of Florida, Reg. No. AR0013943 Registered Interior Designer, State of Florida, Reg. No. ID5349 LEED Accredited Professional Sergio Pendas, AIA, LEED AP Professional Experience With more than 33 years of experience in all facets of Architectural Design, Construction Administration, and Project Management, Sergio Pendas understands the entire design process, and ensures proper resources and continued support. Mr. Pendas has worked as a Project Manager and Project Architect on multiple projects. His responsibilities include Fee Proposals, Consultant Contracts, Project Planning, Project Development, Construction Documents, Construction Administration, Engineering Coordination, Scheduling, Specifications, Computer Aided Design Drafting, and Building Information Modeling. PROJECT EXPERIENCE MIAMI INTERNATIONAL AIRPORT EMPLOYEE PARKING GARAGE 6 Client Name: Miami Dade Aviation Department Client Address (City/State): Miami, Florida Project Cost: $85 Million Project Start: 05/2012 Client Contact: Jose Requejo, 305.869.3303 Project Completed: 08/2012 JRequejo©miami-airport.com BA was selected as the Design Criteria Professional for a new Employee Parking Garage located at Miami International Airport. The new 895,000 GSF parking garage will be located on an existing surface lot across from the south terminal and will have 7 levels of parking accommodating a total of 2,058 vehicles. The new garage will connect to the existing adjacent Flamingo garage at each level through vehicular bridges located along the west facade. The project is being designed to meet ParkSmart Silver Certification. Architect LAKE STEVENS SPLASH PAD MIAMI DADE COUNTY PARKS, RECREATION AND OPEN SPACES Client Name: Miami Dade County Parks Recration and Open Spaces Project Cost: $1 .7 Million Client Address (City/State): Miami, Florida Project Start: 2020 Client Contact: Jose A. Gonzalez, 305.755.7866 Project Completed: Ongoing Jose.Gonzalez54miamidade.gov Project Architect. BA is providing professional design services to develop a park and children's splash pad on a vacant parcel located in the City of Miami Gardens. The Park is approximately 5.6 acres and will include: a Splash pad with play equipment and peripheral security fencing; restroom building with pump facilities for the splash pad; parking area; walking paths (lighted) throughout the park; and a Picnic shelter. SHENANDOAH PARK POOL FACILITY* Client Name: City of Miami Client Address (City/State): Miami, Florida Client Contact: Jose Caldeia, 305.416.1290 jcal deira©m iam igov.com Project Cost: $7.5 Million Project Start: 09/2017 Project Completed: Ongoing Project Manager. The City of Miami needed to replace the aging existing Pool and Pool facility at Shenandoah Park. The scope of work included a new 6,700 GSF swimming pool facility with men's and women's bathrooms, showers, locker rooms, a pump room/pool storage room, lifeguard office/ first aid room, as well as a 50-meter Long Course competition pool with eight swimming lanes. The project also included general park enhancements to improve existing park amenities such as walkways, basketball courts, a new exercise equipment area, and a new multi -purpose field (soccer). The project was designed to meet LEED Silver Certification. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 145 MIAMI DADE POLICE ACADEMY* Client Name: Miami Dade County Project Cost: $4 Million Client Address (City/State): Miami, Florida Project Start: 03/2017 Client Contact: Michael Fishkind, 954.315.7020 Project Completed: 2019 mfishkind©dstephenson.com Project Manager. A new one-story, 15,400 GSF training facility with offices and conference room located at the existing Miami Dade Public Safety Training Institute campus. The academy consisted of 6 training classrooms with seating for 40 students each. The facility also included private offices, conference room, open office area, and breakroom. The project was designed to meet LEED Silver Certification. PLANTATION FIRE STATION NO.1 REPLACEMENT* Client Name: City of Plantation Project Cost: $6 Million Client Address (City/State): PLantation, Florida Project Start: 2018 Client Contact: Judy McBride, 954.585.2360 Project Completed: Ongoing jmc bride@plantation.org Project Manager. A new one-story, 15,000 GSF fire station to replace the existing Fire Station No.1, the city's oldest fire station. The new "state-of-the-art" fire station includes 4 apparatus bays and will accommodate increased staffing and new operational needs. The facility will have a training room, dayroom, fitness center, and private dorm rooms for the first responders. *Projects prior to BA BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 146 - T Ron DeSantis, Governor Halsey Beshears, Secretary °r _ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES • • Florida •a y*. irizi4j *.. •• 1, .` PEN M 1223 IAM Y DAS, SERGIO SW 18TH I t f1fa. L;fri STREET FL 33145 :k. f �—i + ,�. Vhabi tom.. * *e f LICENSE NUMBER: AR0013943 ■! t} • ...■ unij ,`' o. , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. EDUCATION Bachelor of Science in Landscape Architecture, The Ohio State University, Columbus, Ohio 1995 REGISTRATION FL License No. LA0001705 Kirk J. Olney, RLA Professional Experience Mr. Olney is a Registered Florida Landscape Architect with extensive experience in managing landscape architectural and multi -disciplinary design, production and construction projects. Most of his career has been focused on the public realm providing his experience on the design and implementation of parks, streetscapes and roadway landscape design. Areas of practice include master planning, conceptual and detailed design, the production and management of construction documents, preparation of construction contract documents and construction services. Management experience includes scope of services preparation and negotiation, office management, scheduling and managing staff time, tracking utilization and project organization. Mr. Olney also has experience preparing and submitting applications to regulatory agencies and responding to comments accordingly to obtain required permits. His special area of interest and expertise is the use of tropical and subtropical plant material. PROJECT EXPERIENCE MIAMI SPRINGS SENIOR CENTER, MIAMI SPRINGS, FLORIDA Client Name: City of Miami Springs Client Address (City/State): Miami Springs, Florida Client Contact: William Alonso, 305.805.5010 alonsow©miamisprings-fl.gov Landscape Architect Project Cost: $6 Million Project Start: 05/2019 Project Completed: 05/2020 Landscape Architect. The new Miami Springs Senior Center is a one-story 11,250 square feet building designed to promote an enhanced quality of life for a diverse population of older adults who reside in the Miami Springs community. When designing this project, safety was key. The Senior Center accommodates the pedestrian traffic flow between the existing ballfield and the existing playground area used by the new Senior Center bathroom facility. Through the new 11,250-SF Senior Center, the department is able to provide a comprehensive and coordinated system of services for local residents to include: congregate meals, home -delivered meals, nutrition education and counseling, health and wellness activities, recreation, transportation, adult education, screening and assessment, advocacy, and information and referral assistance. SULLIVAN PARK Client Name: City of Deerfield Beach Client Address (City/State): Deerfield Beach, Florida Client Contact: Kris Mory, 954.480.4317 kmory©deerfield-beach.com Project Cost: $4.5 Million Project Start: 2013 (Design) Project Completed: 2017 (Construction) Through its Community Redevelopment Agency (CRA), the City of Deerfield Beach worked with BA to convert the historic 3-acre park from an underutilized waterfront setting into an irresistible community attraction with breathtaking views of the Intracoastal Waterway. Features of the redesigned park include a waterfront pedestrian promenade, a colorful mosaic splash playground, a day marina, floating docks, picnic areas and restrooms. Mr. Olney led the planning and design of the park redevelopment. He worked with City staff on the preparation of the development review documents and tracked and addressed comments and requested changes. He assisted the City with the logistics and contractibility oversight of an Art in Public Places installation and worked with an urban forester specializing in tree Arbor Dividing System for the relocation of an offsite specimen tree. Mr. Olney led the efforts during the design, construction document preparation and construction. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 148 AMELIA EARHART PARK & COMMUNITY CENTER, HIALEAH, FLORIDA Client Name: Miami Dade County Parks and Recreation Client Address (City/State): Miami, Florida Client Contact: Mahe Brunet 305.755.7852 mahe.brunet@miamidade.gov Landscape Architect. Amelia Earhart Park is a 515 acre regional suburban park located in north central Miami -Dade County and offers a number of recreational actives such as bike trails, water sports, skateboarding, fishing and a farm village and petting zoo. As a part of an expansion to better serve the community, BA is designing a 30,000 square feet state-of-the-art intergenerational community center that includes: four (4) lighted, natural turf soccer fields with covered bleachers, an extensive pedestrian pathway system with mile markers, site furniture, a restroom for the mountain bike facility and rehabilitation an existing maintenance building. BA is also providing design solutions, preparing construction drawings and providing bidding and construction administration to Miami -Dade County Parks, Recreation and Open Space Department. Project Cost: $13.2 Million Project Start: 2017 Project Completed: Ongoing TRUMAN WATERFRONT PARK, KEY WEST, FLORIDA Client Name: City of Key West Project Cost: $23 Million Client Address (City/State): Key West, Florida Project Start: 2014 Client Contact: Greg Veliz, 305 809-3879 Project Completed: 2018 gveliz©cityofkeywestfl.gov Senior Landscape Architect. BA is overseeing a multi- disciplinary team including architecture, civil engineering, environmental engineering and MEP engineering. Mr. Olney collaborated on the associated design and oversaw the development of construction drawings for hardscape paving, hardscape furniture, landscape and irrigation. Worked closely with the City's urban forestor to meet their strict tree preservation and mitigation requirements. Prepared and coordinated preparation of bidding documents including request for proposal, bid form, project description and technical specifications. Managed and coordinated design team during construction which included submittals, RFI's, substantial completion walkthrough and punchlist preparation, as-builts and project close out. DOWNTOWN DORAL TRIANGLE, DORAL, FL Client Name: City of Doral Project Cost: $7,500,000 Client Address (City/State): Doral, Florida Project Start: 12/2017 Client Contact: Lazaro Quintero, Project Completed: Ongoing 305.593.6600 x 5002 Lazaro.Quintero@cityofdoral.com BA prepared Strategic Plan and a Master Plan of the Channelside Properties owned by Port Tampa ay. The plan's aim was to maximize the land utilization of the Port of Tampa lands by creating an active and commercially successful waterfront in consonance with a waterfront park, cruise and other waterborne transportation activities, creating value for both the Port and the City overall. The Port Tampa Bay project would be the second major mixed -use development proposal in an area south of downtown Tampa. BA is proud to be recognized as "one of the best urban waterfront planners in the world" by Paul Anderson, CEO of Port Tampa Bay. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 149 j :�I� -' T Ron DeSantis, Governor Halsey Beshears, Secretary °r _ l:t M �,•s>, STATE OF FLORIDA Florida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES : ! `OLNEY y 6'- 14 Our HOLLYWOODl;t 1410 SHERIDAN KIRK UNIT _ •- JEFFER' I-16 STREET FL p r 33020 • f� f f LICENSE NUMBER: LA0001705 • • NAL■ ,.. ' :o: EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Olena Lytvyn, PE Coral Gables, FL Civil FL (82696) Mike McGee, PE Fort Myers, FL Civil FL (44055) Shari Ramirez, ENV SP, TTCP (BCC) Miami, FL Civil FL (73078) Jose Lopez, PE, PMP (BA) Miami, FL Civil FL (39555) Tim Blankenship, PE (Moffatt & Nichol) Miami, FL Civil/Coastal FL (55910) Colin Henderson, ENV SP (T.Y. Lin) Coral Gables, FL Civil/Coastal - Brad Vanlandingham, PE Orlando, FL Structural FL (44795) Christian Aquino, PE (BCC) Tampa, FL Structural FL (74647) Nicole Pauly, PE (Moffatt & Nichol) Tampa, FL Structural FL (78638) David Russell, PE, LEED AP (T.Y. Lin) Coral Gables, FL MEP FL (42062) RFQ-QSC Revised 7/31/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 151 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Enrique Sosa, PE (T.Y. Lin) Coral Gables, FL MEP FL (53885) Charles Harbin, PE (T.Y. Lin) Coral Gables, FL MEP FL (11916) RFQ-QSC Revised 7/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 152 Olena Lytvyn, P.E. PRE -CONSTRUCTION MANAGEMENT - CIVIL ENGINEER Ms. Lytvyn has eight years of experience in civil engineering designs, including composing preliminary engineering reports, route analysis, pipeline design of various sizes, developing cost estimates and inspections. PROJECT EXPERIENCE Miami -Dade Water and Sewer Department 1 72-inch Force Main Design Build Criteria Package; Miami, FL 12013-2016 Civil Engineer. Ms. Lytvyn assisted in the feasibility study for a Pipeline Rehabilitation/Replacement for Miami -Dade County WASD. The scope of the project required recommendations for a pipeline rehabilitation method(s), preparation of the Design -Build Criteria Package for the selected alternative, assisting the County during selection process of contractor, and providing compliance reviews and support services during the design and construction phases of the replacement/ rehabilitation of the 72- inch force main Interceptor, approximately 3.5 miles long. Additionally, Ms. Lytvyn assisted in the review of proposed construction drawings, design calculation, and shop drawings to ensure compliance with WASD standards and the Design -Criteria Package. Project total value: Construction $16.7M Client Address: 3071 SW 38th Ave, Miami, FL Client Contact: Eduardo Luis, PE, emlui0l@miamidade.gov, (786) 268-5374 Miami -Dade Water and Sewer Department I SL-2.1; Miami, FL 12017-2018 Civil Engineer. As an Engineering Manager, Ms. Lytvyn was responsible for managing the project team and coordinating the execution of design of 12,600 ft. of 60-inch PCCP force main. Ms. Lytvyn was responsible for the horizontal and vertical alignment. Special elements of this project include conventional open cut installation within a narrow road right-of-way along and several trenchless crossings to cross water body and a Florida Department of Transportation road right-of-way. Project total value: $1.2M Client Address: 3071 SW 38th Ave, Miami, FL Client Contact: James Ferguson, PE, James.Ferguson@miamidade.gov, 786-268-5250 Florida Keys Aqueduct Authority (FKAA) I Islamorada 30-inch Water Main Replacement; 2018 -2018 Civil Engineer. Design services for the route analysis of approximately five miles of new 36-inch water main, to serve as a replacement to the existing failing 30-inch ductile iron water main in Islamorada. The routing included evaluations of existing and proposed easements and FDOT crossings, site review, municipal jurisdiction / permit and special requirements, environmental considerations, design criteria, pipe material, installation and constructability Project total value: $67,000 Client Address: 1100 Kennedy Drive Key West, FL 33040 Client Contact: Jolynn Reynolds, joreynolds@fkaa.com, (305) 295-2141 OFFICE LOCATION Coral Gables, FL EDUCATION BS, Civil and Environmental Engineering, Florida State University, 2012 PROFESSIONAL REGISTRATION PE — 2017, FL, 82696 PROFESSIONAL ASSOCIATIONS American Water Works Association American Society of Civil Engineers YEAR CAREER STARTED 2012 YEAR STARTED WITH B&V 2017 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 153 Miami -Dade Water and Sewer Department 1 54-inch Condition Assessment Carbon Fiber Repairs; Miami, FL 12014-2017 Civil Engineer. Ms. Lytvyn prepared a condition assessment report for a 54-inch carbon fiber repairs located along Red Road Ave that transfers water from the John E. Preston Treatment Plant to the City of Hialeah and other areas of North Miami - Dade County. She performed limited manned entry assessments of the pipeline's internal condition over a 3-year period. The condition assessment portion included the following tasks: visual inspection of carbon fiber repairs and soundings to asses existing conditions, identify deficiencies. Ms. Lytvyn worked with WASD, CFRP design engineers and manufacturers to develop an appropriate approach for rehabilitating the observed deficiencies of line. Project total value: $300k Client Address: 3071 SW 38th Ave, Miami, FL Client Contact: Peter Jelonek, PE, Peter.Jelonek@miamidade.gov, 786-552-8117 Broward County I Regional Wastewater Master Plan; Broward County, FL 1 2019-Present Civil Engineer. As an Engineering Manager, Ms. Lytvyn is responsible for the project execution oversight and management of the project team. The project includes a risk -based asset prioritization approach to identify critical wastewater assets to properly prioritize capital funds for the cost-effective rehabilitation, repair or replacement of aging infrastructure. Project consists of hydraulic and transient modeling, force main condition assessment technology evaluation and implementation plan. Project total value: $750k Client Address: 2555 West Copans Road, Pompano Beach, FL Client Contact: Jeremy Seiden, PE, JSEIDEN@broward.org, 954-831-0799 Miami -Dade Water and Sewer Department I Prioritization of Water System; Miami, FL 12014-2016 Civil Engineer. Ms. Lytvyn served as a Project Engineer in establishing a comprehensive infrastructure assessment and replacement program for Miami -Dade water transmission and distribution system. Ms. Lytvyn reviewed and analyzed past condition assessment reports of large diameter water mains as well as various environmental and social conditions. Ms. Lytvyn then developed a prioritization criterion, assigning different values to each factor considered in the consequence/likelihood of failure matrix, taking into account Miami-Dade's need. She was then responsible for providing appropriate recommendations on the replacement/rehabilitation/monitoring of the large diameter transmission mains with corresponding cost estimates. Ms. Lytvyn assisted in the preparation and presentation to the client of prioritization report. Project total value: $575k Client Address: 3071 SW 38th Ave, Miami, FL Client Contact: Peter Jelonek, PE, Peter.Jelonek@miamidade.gov, 786-552-8117 Miami -Dade Water and Sewer Department I NWWF Lime Residual Disposal FDEP ERP Permitting, Modeling Support and Pipeline Design; Miami, FL 1 2018-Present Civil Engineer. Ms. Lytvyn served as an Engineer Manager in providing support in obtaining an Environmental Resource Permit from FDEP for a 66-acre lagoon to serve as a disposal site for lime residuals generated from the Hialeah and Preston Water Treatment Plants. Ms. Lytvyn was also the engineer of record for the design of two 16-inch pipeline extensions to convey the lime residuals to the new disposal site. The new pipelines had to cross an existing 96-inch raw water main as well as a canal reservation. The new site has adequate capacity for 100 years. Project total value: $360k Client Address: 3071 SW 38th Ave, Miami, FL Client Contact: Virginia Walsh, PG, PhD, Virginia.Walsh@miamidade.gov, 786-552-8266 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 154 T Ron DeSantis, Governor fr __ 7J: ,.; S#' FBPE . il�" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES , f ,, r f I 141# 1 = III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS i t'" 6III 4 IF ni. r i i' LYTVYN ji f OLENA � s 11 �' iV 186 SE 12TH TERRACE ram ti _ - #2208 (;.. : 0 MIAMI Ir+ FL 33131 * * *R i M' Rf r �• �Ni I f LICENSE NUMBER: PE82696 • • ■ • 4 '• .o ' • ", : t EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. J. Mike McGee, P.E., BCEE PRE -CONSTRUCTION MANAGEMENT - CIVIL ENGINEER Over 28 years of experience in process design, contract administration, and construction management activities with water treatment plants, water distribution systems, reclaimed water distribution systems, pumping stations and storage facilities, wastewater treatment plants, and wastewater collection systems in the United States. Recognized technical expert in horizontal directional drilling (HDD) and has successfully designed, permitted, and supported construction of over 80 HDD's in Florida over the past 15 years. City of Fort Myers I East Booster Pump Station; Fort Myers, FL 1 2018-Ongoing Civil Engineer. Led all aspects of process mechanical detailed design for this new East Booster Pump Station water storage tank and booster pump station facility. Site investigations were performed on this challenging 1.07-acre undeveloped City parcel, and a preliminary design report was completed and the size for the tank was determined to be 2.5 MG for this new 4 mgd capacity potable water pump station. The tank was originally designed to be a pre -stressed concrete water storage tank, although the City has decided to go forward with a customized, low -profile cast -in -place tank that is more suitable considering this tank will be located close to a residential community. The booster pump station will include 3 vertical turbine pumps that will provide a firm peak hour pumping capacity of 2,858 GPM. The electrical building has been sized to ensure the electrical equipment and VFD's are protected, and the design also includes an emergency generator. The design is progressing and a CMAR Contractor has been selected and construction is scheduled to begin in July 2020. Project total value: Approx $5.5M Client Address: 2200 Second Street, Fort Myers, FL 33902 Client Contact: Nicole Monahan, P.E., nmonahan@cityftmyers.com, 239-321-7459 City of Fort Myers I Central AWWTP Trunk Main Replacement; Fort Myers, FL 12014- 2019 Lead Design Engineer. Led all aspects of detailed design, permitting, and construction phase services for this $23M sanitary sewer trunk main replacement project which involved construction of over 9,500 LF of 42- and 36-inch gravity sewer piping and 61 large diameter manholes, one upsized master wastewater lift station with VFD's rated for over 3,300 gpm; over 2,900 LF of 36-inch wastewater force main piping; over 6,900 LF of new 12- and 8-inch potable water piping transmission mains. The capacity of the upsized sanitary sewer trunk main is for up to 10.7 mgd of dry season flows that will be redirected to the Central AWWTP from the South WWTP to maximize reuse during the dry season, including the anticipated future flows from various Downtown Redevelopment projects. Project also included two separate 36-inch diameter wastewater force main directional bores under the Seminole Gulf Railroad along Palm Avenue and Market Street, as well as 24-inch CIPP liner rehabilitation of a portion of 24- inch sanitary sewer main. The pipeline construction phases are complete, and construction continues with the master LS under phase 3 of this CMAR project. Project total value: Approx $23M Client Address: 2200 Second Street, Fort Myers, FL 33902 Client Contact: Nicole Monahan, P.E., nmonahan@cityftmyers.com, 239-321-7459 OFFICE LOCATION Fort Myers, FL EDUCATION MS, Civil Engineering, Environmental, Auburn University BS, Mechanical Engineering, United States Naval Academy PROFESSIONAL REGISTRATION PE —1991, FL, #44055 BCEE — 2016, DE, #16- 20003 PROFESSIONAL ASSOCIATIONS Peace River Engineering Society - Past President (2015) Water Environment Federation American Water Works Association YEAR CAREER STARTED 1991 YEAR STARTED WITH B&V 2018 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 156 Lee County Utilities I Pinewoods Master Pump Station; Estero, FL 12015-2018 Lead Design Engineer. Led all aspects of final design, permitting, and construction engineering inspection services for the Pinewoods Master Pump Station that completed construction and was placed in service in November 2018 for repumping of raw wastewater from most of new residential developments along the Corkscrew Road area of southern Lee County. This large $1.6M triplex master wastewater lift station was constructed at the LCU Pinewoods WTP site and was dedicated to LCU. This 12-foot diameter 25-foot deep master lift station includes three 105hp submersible wastewater pumps rated for approximately 2,000 gpm each and equipped with VFD's as well as a submersible wetwell mixer. Design incorporated various features for LCU including odor control, emergency generator, electrical building, and pump flow and wetwell level controls and associated instrumentation and SCADA. Project total value: Approx $1.8MM Client Address: 1500 Monroe Street, Fort Myers, FL 33901 Client Contact: Nathan Beals, PMP, NBeals@leegov.com, 239-533-8157 Florida Keys Aqueduct Authority I Ocean Reef 16-inch High Pressure Transmission Main Replacement; Key Largo, FL 12015- 2017 Lead Design Engineer. Led all aspects of the design, permitting, bidding, and construction phase engineering support services of the $1.9M FKAA Ocean Reef 16-inch High Pressure Transmission Main Replacement Project. This potable water transmission main replacement included 12,400 LF of 16-inch PVC transmission main rated for 300 psig to replace the failing ductile iron transmission main along highway C-905 serving the Ocean Reef and Angler's Club communities in Key Largo. Design included creative restrained joint and unique tie-in provisions to minimize downtime during construction to a single six -hour shutdown period. Design also included two stainless steel master metering and pressure reducing facilities enclosed in a new meter building. Project total value: Approx $2.1MM Client Address: 1100 Kennedy Drive, Key West, FL 33040 Client Contact: Jolynn Reynolds, P.E., joreynolds@fkaa.com, 305-295-2142 Collier County I NCWRF Irrigation Quality Pumping Station; Naples, FL 12015-2016 Lead Design Engineer. NCWRF Irrigation Quality (IQ) Pumping Station preliminary design that will ultimately distribute 100% of the future (2020) planned reuse capacity of the County's NCWRF. Maximum pumping capacity of 64 mgd at 100 psi will be achieved using eight 400 hp pumps each having 5,555 gpm capacity. Preliminary design included pumps with VFDs for flow and pressure control, and creative intake bays and fine screens to ensure reliable pumping from the shallow reuse ponds which have historically been plagued with algae. The design included provisions for improving the storage ponds circulation and water quality and included screening and pressure filtration on the pump discharge to remove algae as the source water is stored in shallow open ponds. The design also included standby power systems, an electrical building for power distribution and I&C integration with the County's reclaimed water supply system. In a related project to reduce the demands on the existing NCWRF IQ Pump Station and to lower energy costs, led all aspects of the related NCWRF Pelican Marsh Interconnect pipeline project that entailed design and construction phase engineering services of a 24" gravity pipeline interconnect to transfer up to 2.5 mgd of reuse water directly from the lined IQ Pond 5 at the NCWRF to the adjacent lined Pelican Marsh IQ storage pond. Project total value: Approx $13M Client Address: 3339 Tamiami Trail East, Suite 303, Naples, FL 34112-5361 Client Contact: Craig Pajer, P.E., Craig.Pajer@colliercountyfl.gov, 239-252-2554 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 157 T Ron DeSantis, Governor Halsey Beshears, Secretary i V4 ,.s k w Florida r:III DEPARTMENT OF BOARD THE PROFESSIONAL PROVISIONS ItAllil,. - 4' MCGEE, STATE BUSINESS OF OF .;-1---" 4.41"V: 495 PORT PROFESSIONAL ENGINEER CHAPTER ,. JAMES RAVENSWOOD CHARLOTTE OF AND iv- HEREIN ---;7/4; I-117:- FLORIDA PROFESSIONAL 471, IS FLORIDA -7`..- MICHAEL FL ENGINEERS LICENSED - :010- -. BLVD 33954 STATUTES REGULATION UNDER THE „�r i al ��. F .i e_� R s - 0. J_ ■ .' • • ti ■ This is license. 1 LICENSE NUMBER: PE44055 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is for than the licensee to this document. . :o. your unlawful anyone other use Shari Ramirez, PE, ENV SP, TTCP Civil Engineer Mrs. Shari Ramirez, P.E., ENV SP, TTCP is a Civil Senior Engineer with over 15 years of experience in design, permitting, bidding and construction of engineering projects. She has lead and been engineer of record for several civil infrastructure, site development, transportation, aviation, stormwater, wastewater, water and reuse projects. Shari utilizes the latest innovative technology in the industry including ArcGIS, AutoCAD Civil 3D, ICPR4, BoreAid and WaterGEMS. She is a certified Envision Sustainability Professional and Temporary Traffic Control Professional, dedicated to engineering resilience infrastructure and safety. Project Experience Design -Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area (Phase A); Miami, FL; Client: Miami -Dade Water and Sewer Department; Reference: Nelson A. Cespedes, nelson.cespedes@miamidade.gov; 3071 SW 38th Ave, Miami, FL 33146; Cost Amount: $8 million; Length: 39,000 linear feet of 8-inch DIP Water Mains and 1,100 linear feet of 6-inch DIP Water Mains; Project Duration: 2015 to 2017 — Mrs. Ramirez was the Project Engineer responsible for the design, permitting and construction administration services of water mains installation. Including 761 water service conversions from rear of property to front of property and approximately 1,160 water services within right of way. The project consisted of the replacement of the existing undersized and deteriorated water mains to improve system pressure and provide fire flow protection for the Shenandoah Area (Phase A) located between SW 27 Avenue to SW 17 Avenue from SW 16 Street to SW 8 Street in the City of Miami. The project included pavement milling and resurfacing, marking and signage. Permitting was coordinated with Miami -Dade County Public Works, City of Miami, FDOT, WASD, RER and DOH. Golf Village Infrastructure Improvements (FM No. 0190046.00) ; Sunrise, FL; Client: City of Sunrise Utilities Department; Reference: Luisa Fernanda Arbelaez, PE, PMP, (954) 888-6009, larbelaez@sunrisefl.gov; 777 Sawgrass Corporate Parkway Sunrise, FL 33325; Estimated Cost: $18 million; 53,000 Water Mains and 7,000 linear feet of Force Mains; Project Duration: April 2019 to Ongoing — Mrs. Ramirez is the Engineer of Record/ Senior Engineer responsible for water modeling engineering analysis, design, permitting and bidding services for the installation of water mains, force mains and stormwater infrastructure. The Project is located in the City of Sunrise, Broward County and bounded by N. University Drive (State Road), to the west by N Pine Island Road (County Road), to the south by SW 20th CT and to the north by NW 29th Street. The improvements involve design of water mains replacements of aging 6-inch to 12-inch PVC and asbestos pipes, upsizing existing 2-inch through 4-inch water mains, 6-inch through 10-inch asbestos force main replacement, and design of exfiltration trenches to address localized flooding areas. A Basis of Design Report will be prepared to present the decision, assumption, and design parameters to develop 100% construction documents for the project. Perform reviews of existing GIS files, as-builts, topographic survey and geotechnical reports; provide utility coordination and evaluate existing conditions utilizing WaterGEMS Model. Prepare permit application package for jurisdictional agencies and provide bidding assistance. Bonaventure Water Service Line and Water Main Replacement (FM No. 0171231.07); Sunrise, FL; Client: City of Sunrise Utilities Department; Reference: Luisa Fernanda Arbelaez, PE, PMP, (954) 888-6009, larbelaez@sunrisefl.gov; 777 Sawgrass Corporate Parkway Sunrise, FL 33325; Estimated Cost: $3 million; 535 Water Services Replacement; Project Duration: 1/2019 to Ongoing — Mrs. Ramirez is the Engineer of Record/ Senior Engineer for the design, permitting and bidding services for the replacement of approximately 535 water service lines and upsizing the existing 2-inch to 4-inch water mains in the City of Weston within the Bonaventure Community. The project limits are form Saddle Club Rd to SW 5 Way from SW 169 Terr to Lake Tree Dr The City of Sunrise owns and maintains the public water services and public water mains located within this project. The project will consist of the installation of new realigned 1-inch water services from the existing or proposed water mains to the existing water meter, milling and resurfacing of the streets, sodding, concrete sidewalk and driveway restoration. Upgrade Sewage Pump Station 1002 (FM No. 0140631.0A); Homestead, FL; Client: Miami -Dade Water and Sewer Department; Years of Experience 15 Years of Post Registration Experience 8 Work History BCC Engineering (Miami) 2018 — Present D&B Engineers and Architects 2017 — 2018 EAC Consulting, Inc. 2005 — 2017 Education BS in Civil Engineering, 2005 Florida International University Registration Professional Engineer Florida No. 73078, 2011 New York No. 100799, 2019 Certification ISI, Envision Sustainability- Professional FDOT, Temporary Traffic - Control- Advanced OSHA, 10-hr Construction - Safety and Health Streamline Technologies, - ICPR3 Training Autodesk, AutoCAD Civil 3D - Training Membership Florida Engineering Society Miami Chapter Secretary 2019-2020 engineering: BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 159 Shari Ramirez, PE, ENV SP, TTCP 2 Senior Civil Project Engineer Reference: Tania Fernandez, (305) 592-7283, tfemandez@apcte.com; 3071 SW 38th Ave, Miami, FL 33146; Estimated Cost: $650,000; Pump Size: 34 Horse Power Submersible Pumps; Project Duration: October 2018 to Ongoing — Mrs. Ramirez is the Senior Engineer for the design, permitting, bidding and construction services to upgrade sewage PS 1002 with rehabilitation to existing wet well, two new 34 HP submersible pumps, new valve vault, new electric control panel and electrical equipment, 6-inch and 8-inch pipes and fittings, fencing and site restoration. The project obtained permitting review and approvals by WASD, Miami -Dade Public Works, RER and Miami -Dade Building Dept. Design -Build Services for the Installation of a 48-inch Diameter Transmission Water Main for "Area N" (Contract No. DB14-WASD- 03); Miami, FL; Client: Miami -Dade Water and Sewer Department; Reference: Juan Muniz, (305) 592-7283, jmuniz@apcte.com; 3071 SW 38th Ave, Miami, FL 33146; Cost Amount: $64 million, Length: 6.7 miles; Project Duration: October 2018 to Ongoing — Mrs. Ramirez is the Senior Engineer providing quality control and quality assurance review. The project involves the installation of a 48-inch diameter Prestressed Concrete Cylinder Pipe (PCCP) Transmission Water Main along SW 117th Avenue from SW 152nd Street to entry Pit of Micro - tunneling Section. The 48-inch PCCP diameter Transmission Water Main is to connect to WASD's new 36-inch diameter Transmission Water Main project located at SW 152nd Street and SW 127th Avenue. Installation of 12-inch DIP Water Main & Service Reconnection on SW 268 ST from West of SW 139 Ave to East of SW 123 PL (FM No. 0160621.01); Homestead, FL; Client: Miami -Dade Water & Sewer Department; Reference: Jose A. Diaz, (786) 552-4383, jose.diaz@miamidade.gov; 3071 SW 38th Ave, Miami, FL 33146; Estimated Cost: $1.7 million; Length: 9,213 linear feet; Project Duration: October 2018 to Ongoing — Mrs. Ramirez is the Senior Engineer for the design, permitting, bidding and construction services for water mains installation along SW 268 ST, in the City of Homestead. The project consists of 4-inch to 12-inch DIP water mains installation to replace existing cast iron and asbestos pipes. Including service reconnections, fire hydrant removal and replacement, trench restoration, pavement restoration, pavement markings and asbestos pipe removal. The water mains will be installed in conjunction with SW 268 ST roadway and drainage improvements project. This project is being coordinated with multiple ongoing projects within the same project corridor with WASD, Dept. of Transportation & Public Works and Tumpike. Phase I Environmental Site Assessment (ESA) Services for the African Museum of Arts and Culture Property; Miami Gardens, FL; Client: HBC Engineering; Reference: Thomas Fox, P.G., (516) 364-9890; tfox@db-eng.com; 8935 NW 35th Ln Suite 201, Dora!, FL 33172; Design Fee: $5K; Area: 0.77 Acres ; Project Duration: 7/2018 to 8/2018 — Mrs. Ramirez served as the Project Engineer assisting in the environmental services to prepare a Phase I ESA in accordance with ASTM standards for the African Museum of Arts and Culture Property. The project is located at 20780 NW 32nd Ave in Miami Gardens, Florida. Scope involved data gathering, conducting a review of available historical records, site reconnaissance and interviews. A final report was prepared with the findings of the assessment. Water Main Replacement Program Project (No. 16-5137); Hollywood, FL; Client: City of Hollywood Department of Public Utilities; Reference: Clece Aurelus, (954) 921-3930, caurelus@hollywoodfl.org; 1621 N 14th Ave, Hollywood, FL 33020; Cost: $8 million; Length: 60,000 linear feet, 4-inch to 8-inch PVC (C900) Water Mains; Project Duration: 3/2017 to 10/2017 — Mrs. Ramirez was the Engineer of Record/ Project Engineer responsible for the design of the replacement and upgrades of 4-inch through 8-inch PVC (C-900) water mains in the neighborhoods within Johnson ST to Taft St from 56 AVE to FL Turnpike and between Hollywood Blvd to Johnson St from SR 7 to FL Turnpike. The water main improvements were necessary due to the age, frequent repairs and material of the existing pipes. The estimated total length of pipe to be installed in this project was 60,000 linear feet of water mains. In addition, the relocation of the existing meter from back to the front of both residential and commercial properties, reconnection of existing meters as well as compliance with jurisdictional agencies and fire safety requirements. The project also included utility trench restoration, milling and resurfacing, pavement marking and signage, permitting coordination with FDOT, FDEP and Broward County. Palmer Park South Parking Lot Drainage Improvements; South Miami, FL; Client: City of South Miami; Reference: Aurelio Carmenates, (305) 403-2072, acarmenates@southmiamifl.gov; 6130 Sunset Dr, South Miami, FL 33143; Cost: $60,870; Project Duration: 2017 to October 2017 — Mrs. Ramirez was the Engineer of Record/ Project Engineer responsible for the design of the reconstruction of Palmer Park's south parking lot and installation of new French drain system to attenuate existing flooding. Palmer Park is located at 6100 SW 67 AVE in Miami - Dade County. The Park's entrance to the baseball fields floods due to clay erosion and deficiency of drainage infrastructure. The design considered existing historical flow from adjacent properties contributing to runoff accumulation during storm events and provided erosion control solutions. West Parking Lot Reconstruction, Broward College Central Campus; Davie, FL; Client: Broward College; Reference: Mark Griffin, (954) 201-6361, mgrifrin@broward.edu; 3501 SW, Davie Rd, Davie, FL 33314; Estimated Cost: $1.2 million; Project Duration: 2016 to 2017 — Mrs. Ramirez was the Engineer of Record / Project Engineer responsible for the design of the reconstruction of the College's west parking lot located adjacent to College Avenue and SW 30 ST. The parking lot area to be improve consisted of raising the existing grades, modifying the perimeter roadway alignment, new pavement, new drainage system, landscape and lighting. The drainage infrastructure included French drain system meeting the required pre-treatment volume and ultimately discharging to the College surface water management system as permitted by SFWMD and CBWCD. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 160 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY s•!i 'e Florida r f rNE I „_,., STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES )It i RAM I REZ, SHARI J. M ti w 10970 SW 142 LANE 4 A y , M IAM I ,; FL 33176 R 4. +fir / ii ty 411111PfifaL; �� �• f t t % rs — F d-..- • 1 LICENSE NUMBER: PE73078 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com ■ ■ Do not alter this document in any form. x : F• = ' o : This is your license. It is unlawful for anyone other than the licensee to use this document. • - ; t EDUCATION Master of Business Administration in Environmental, Florida Atlantic University, 2000 Master of Environmental and Urban Systems, Florida Atlantic University, 1984 Bachelor of Civil Engineering - Hydraulics, Florida International University, 1980 REGISTRATION Registered Engineer, State of Florida, Reg. No. 39555 Project Manager Professional, Reg. No. 34108 PROFESSIONAL AFFILIATIONS Member of the Broward County Technical Advisory Committee to the Water Advisory Board and County Commission Vice -Chair of Broward County Surface Water Coordination Committee Florida Association of Professional Engineers American Society of Civil Engineers Jose L. Lopez, PE, PMP Professional Experience Civil Engineer Jose L. Lopez has over 30 years of in-depth experience in civil and environmental engineering including project management, stormwater management and flood control, water and wastewater supply, watershed management, resiliency and climate change, sea level rise, seawater intrusion, emergency management, best management practice for water quality improvement, as well as Biscayne Bay and Everglades restoration. PROJECT EXPERIENCE COCOPLUM BEACH EROSION STUDY, NOURISHMENT AND ENVIRONMENTAL PERMITTING Client Name: City of Marathon Client Address (City/State): City of Marathon, Florida Client Contact: Carlos A. Solis, 305.289.5008 solisc@ci.marathon.fl.us Project Cost: $120,000 Project Start: 9/2016 Project Completed: Ongoing Under contract with the City of Marathon, Mr. Jose L. Lopez was Project Manager responsible for the preparation of a conceptual design for shoreline stabilization and the conceptual design was analyzed relative to the effectiveness of stabilizing and enhancing the beach area as well as to potential adverse impacts to adjacent areas and future beach management practices. Results from the coastal engineering analysis were also used as basis of the evaluation. Potential long-term shoreline changes was assessed and various designs were evaluated through an iterative process in order to optimize the design. As Project Manager, BA team also assisted the City in preparing and processing a Florida Department of Environmental Protection (FDEP) Coastal Construction Control Line (CCCL) Permit Application, requesting authorization to comply with a $150,000 grant for the Coco Plum beach nourishment project. This contract also included preparing the construction drawings including a construction baseline, fill template and material specifications, cross -sections, and details. LAKESIDE PARK IMPROVEMENTS AND HEALTH FACILITY MASTER PLAN Client Name: Town of Medley Client Address (City/State): Town of Medley, Florida Client Contact: Jorge E. Corzo, 305.887.9541 Ext. 143 jcorzo@townofinedley.com Project Cost: $120,000 Project Start: 09/2016 Project Completed: Ongoing Mr. Lopez was Project Manager responsible for the design and preparation of construction documents for site improvements associated with the Lakeside Park in the Town of Medley. Engineering services included the design of site grading, storm sewer, erosion control and wetland mitigation for approval by regulatory agencies, demolition and soil removal plans within the design of additional parking spaces including handicapped spaces and sidewalks to meet ADA requirements, fence relocation, lighting, security cameras, landscaping, traffic study and circulation improvements. Building improvements also included structural evaluation of the building and interior design. BA was also responsible for the preparation of an architectural master plan for a Health Related Facility to be contracted as a design/ build project by the Town or Medley. PORT EVERGLADES WATER MAIN EVALUATION -LEAD AND COOPER EXCEEDANCE IN WATERMAIN CORROSION CONTROL STUDY Client Name: Port Everglades Client Address (City/State): Fort Lauderdale, Florida Client Contact: John Foglesong, jfoglesong@broward.org Project Cost: $300,000 Project Start: 03/2017 Project Completed: Ongoing Mr. Jose L. Lopez, was the Project Manager responsible to manage a corrosion control study including coordination of sampling and analysis of water quality conditions in Port Everglades, Broward County, water distribution pipe network, the review and monitor of a hydraulic model of the Port water pipe network to determine possible locations of stagnant water within the water system and prepare a report and Standard Operation Procedures (SOP) for corrosion control operational changes and treatment improvements to reduce water corrosion potential with an opinion of cost for the improvements that are evaluated. Mr. Lopez was also a team member responsible to coordinate with the Health Department request to be in compliance as required by EPA regulations. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 162 PORT EVERGLADES MASTER PLAN 2018 UPDATE- ENVIRONMENTAL EVALUATION Client Name: Port Everglades Client Address (City/State): Fort Lauderdale, Florida Client Contact: Erik Neugaard, 954.468.0164 eneugaard©broward.org Project Cost: $600,000 Project Start: 01/2019 Project Completed: 03/2020 As part of the environmental evaluation to be part of the Port Everglades Master Plan 2018 update, Mr. Lopez managed the BA team in charge to review existing and future more stringent environmental requirements by Federal, State and local regulatory agencies governing sustainability, resiliency and sea level rise as part of the Preliminary Design Report. These regulations are critical in the design of utilities, surface water management, and other infrastructures associated for the new facilities at Port Everglades. BA prepared a Preliminary Design Report and developed detailed requirements, permit schedule and compliance for recommended designs and locations considering sustainability, resiliency and climate change as outlined by the Broward County, SFWMD, FDEP, City of Fort Lauderdale, City of Hollywood and other regulatory agencies for new facilities in Port Everglades. CITY OF MARATHON - COASTAL RESILIENCY, ADAPTATION PLAN AND OUTREACH PLAN Client Name: City of Marathon Client Address (City/State): Marathon, Florida Client Contact: George Garrett, 305-289-41 1 1 garrettg@ci.marathon.fl.us Project Cost: $50,000 Project Start: 01/2019 Project Completed: 06/2019 BA was contracted by the City of Marathon, under their Florida Resilient Coastlines Program. Under this contract Mr. Lopez was the Project Manager in charge for the preparation of 3D maps and several adaptation alternatives as part of their Adaption Action Plan, to review and upgrade of the current City Policies and Regulations to continue maintaining surface water management and flood damage prevention in compliance with 2015 Peril of Flood and to prepare an outreach plan with educational material and stakeholder meetings to educate local residents and elected officials. ARCH CREEK DRAINAGE BASIN - PUBLIC OUTREACH METHODOLOGY Client Name: Miami -Dade Department of Regulatory and Economic Resources (RER) Office of Resilience Client Address (City/State): Miami, Florida Client Contact: Jim Murley, 305.375.4811 1786.719.9155 ames.murley©miamidade.gov Project Cost: $20,000 Project Start: 05/2018 Project Completed: 08/2018 Mr. Lopez was the Project Manager and civil engineer for a project with Miami -Dade Department of Regulatory and Economic Resources (RER) Office of Resilience to pilot an outreach methodology for potential use in future Adaptation Action Areas and to provide technical and outreach services to get input from local residents on proposed flood resilient solutions for the Arch Creek Drainage Basin in Miami - Dade. Under this contract, BA prepared a brief educational presentation for use in the public meeting and collaborate on images that represent five different flood resiliency/adaptation solutions for the Arch Creek Drainage Basin area, including green infrastructure, living shorelines, sea walls/berms, flood pumps, and raised streets/buildings. BA staff also prepared promotional flyers in English, Spanish and Creole, a meeting agenda, PowerPoint presentation, proposed flood resiliency/adaptation alternatives, and polling survey using pairwise comparison. Upon completion of the Public Meeting, BA prepared a final report including the same survey and brief educational material presented at the Public Meeting for online response by local residents. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 163 T Ron DeSantis, Governor Halsey Beshears, Secretary : i V4 ,.s :III k w Florida pr DEPARTMENT BOARD THE PROFESSIONAL PROVISIONS OF BUSINESS OF OF _4,4 '" STATE PROFESSIONAL ENGINEER CHAPTER -OMNI LOPEZ, -r--=;L. OF AND FLORIDA PROFESSIONAL HEREIN 471, JOSS FLORIDA . IS LICENSED LUIS'� ENGINEERS UNDER STATUTES - REGULATION THE ii...i.r 1661 NW 98TH AVE PLANTATION FL 333220000 two t ;� of ; V • ' •rVic • w. ; , �o Z. • � This is your license. 1 LICENSE NUMBER: PE39555 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is unlawful for anyone other than the licensee to use this document. THIS IS TO CERTIFY THAT Jose Luis Lopez HAS BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVING AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS HEREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® IN TESTIMONY WHEREOF, WE HAVE SUBSCRIBED OUR SIGNATURES UNDER THE SEAL OF THE INSTITUTE Mark Dicks hair, Board of Directors Mark A. Langley • President and ChiefChiefE*ecut1veOfficer PMP® Number 34108 P�MP® Original Grant Date 11 June 2001 PAP° Expiration Date 10 June 2020 A A I Project Management Institute JIM moffott & nichol Timothy K. Blankenship, P.E. Coastal/Civil Engineer EDUCATION ME, Coastal Engineering, Old Dominion University, 1994 BS, Civil Engineering, Old Dominion University, 1992 REGISTRATION Professional Engineer, Florida, 55910, 2000 Professional Engineer, Virginia, 0402032214,1999 AFFILIATIONS American Society of Civil Engineers, Miami -Dade Branch, Past President American Society of Civil Engineers, COPRI Marinas 2020 Committee American Society of Civil Engineers, Florida Section, Report Card on Florida Infrastructure Committee on Coastal Areas EXPERIENCE Mr. Blankenship has 26 years of experience with waterfront/marina, port infrastructure, and coastal engineering consulting projects throughout the U.S., Caribbean and Central America. He has completed numerous coastal and waterfront projects, and services have ranged from due diligence, planning, and feasibility studies, through engineering design, environmental permitting and construction administration. He has evaluated resiliency and Sea Level Rise for many local projects and provided consulting for stormwater management plans. These projects have included adaptive measures such as raising sites, installation of Tideflex valves for stormwater outfalls, living shorelines, and raising of seawalls. Mr. Blankenship has managed waterfront projects through multiple contracts with the City of Miami since 2004. Currently he is project manager for the Miscellaneous Marine/Coastal Engineering contract with the City. Mr. Blankenship has extensive experience working on the shorelines and urban waterfront areas of Biscayne Bay throughout Miami -Dade County. These projects have ranged from marinas to shoreline stabilization and public space enhancement. He recently provided technical guidance to the U.S. Army Corps of Engineers for the Miami -Dade County Back Bay Coastal Storm Risk Management. He participated with the City of Miami, Downtown Development Authority and the Urban Land Institute (ULI) in their Advisory Services panel that addressed design, policy and financing roadmap for addressing waterfront resilience and mitigating the effects of sea level rise along Biscayne Bay and the Miami River. REPRESENTATIVE PROJECT EXPERIENCE Project Title: Spring Garden Park Waterfront Improvements Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq a@,miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Project manager for the design of 250 linear feet of bulkhead replacement along with a kayak launch. Project Start and End Date: 01/2017 - Current Total Project Value: $1.39M Project Title: Alice Wainwright Park Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq a@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Principal engineer for engineering design and environmental permitting of bay walk and seawall redevelopment. Project Start and End Date: 11/2017 - Current Total Project Value $4.3M BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 166 /1 g Timothy K. Blankenship, P.E. Coastal/Civil Engineer Project Title: Dinner Key Marina Client Name: City of Miami Client Contact Info: Jose Caldeira, 305-416-1290, jaldeira@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Project manager as Design Criteria Professional (DCP) for the post hurricane Irma restoration of the 582-slip marina. Project Start and End Date: 6/2018 - Current Total Project Value: $22M Project Title: Miami Beach Citywide Stormwater Master Planning Client Name: City of Miami Beach, as subconsultant to CDM Smith Client Contact Info: Ignacio Lizama, 305-389-4652, lizamail@cdmsmith.com, 800 Brickell Avenue, Suite 500, Miami, FL 33130 Description of Work: Project engineer for evaluating Sea Level Rise and boundary conditions for discharge outfalls. Project Start and End Date: 2012-2013 Total Project Value: N/A Project Title: FEC Slip Fill Feasibility Report Client Name: City of Miami Client Contact Info: Hector Badia, 305-416-1236, cavasquez@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Project Manager for the initial evaluation of the existing site conditions and conceptual design for shoreline stabilization and possible backfilling of the Florida East Coast Railway slip to create waterfront recreational space. Preliminary indications are that the probability of obtaining the environmental permits through federal, state, and local agencies is low. The project faces other technical and financial considerations. Project Start and End Date: 6/2019 — 7/2019 Total Project Value: $50K (consulting fees) Project Title: West Avenue Improvements Client Name: CES Consultants Client Contact Info: David Hoot, 561-289-9170, dhoot@cesconsult.com, 880 SW 145th Avenue, Suite 106, Pembroke Pines, FL Description of Work: Design of waterfront improvements for 120,000-gpm pump station for stormwater management along the public bay walk as part of $52M neighborhood resiliency improvement project. Project Start and End Date: 7/2017 - Current Total Project Value: $52 million Project Title: Little Haiti Cultural Center Client Name: City of Miami, as subconsultant to Zyscovich Architects Client Contact Info: Suria Yaffar, 305-528-1624, suria@zyscovich.com, 100 N Biscayne Blvd., 27th Floor, Miami, FL Description of Work: Project engineer who provided site/civil engineering for a 1.5-acre site development with cultural center and theater. Services included paving, grading, and stormwater design. Street Improvements were designed along with three parking lots totaling 180 spaces. Project Start and End Date: 2008-2010 Total Project Value: $500K BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 167 T Ron DeSantis, Governor Halsey Beshears, Secretary f: V4 III k w Florid'e r DEPARTMENT BOARD THE PROFESSIONAL PROVISIONS BLANKENSHIP, OF tpi — w 4 x�; 4f 1,.. il.. SKEY BUSINESS OF OF eir,--'--- * STATE ENGINEER OM& "-minim,: N. PROFESSIONAL CHAPTER - 77 BISCAYN ----::::11—___ CRANDON OF AND HEREIN 471, UNIT E .7 f I / FLORIDA 7= TIMOTHY 6C ., 1 L; PROFESSIONAL Ally-- BLVD. -. Jf14 IS FLORIDA - FL 33149 _ �-• f ENGINEERS LICENSED -= +: - STATUTES : * KING + +; f UNDER REGULATION THE • • ...$ :o. • This is your license. 1 LICENSE NUMBER: PE55910 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is unlawful for anyone other than the licensee to use this document. Colin Henderson, ENV SP Civil/Coastal Mr. Henderson has 31 years of experience providing environmental services. He has extensive experience in the planning, design, and construction administration of civil and environmental projects. His work encompasses project management, preparation of assessment and remediation reports, biological monitoring, and compliance. He is experienced in construction oversight and coordinating with regulatory agencies and is proficient at obtaining environmental permits for mitigation and construction projects. Miscellaneous Marine and Coastal Engineering Services. Project Manager. Services under this contract included studies, design, construction documents and construction administration for marine and coastal engineering -related projects under task order assignments. Projects include performance of benthic resource surveys, structural inspections, and permit acquisition and authorizations from USACE, NMFS, USCG, FDEP, FWC, and Miami Dade County DERM. Some of the tasks arising from this contract include: • Albert Pallot Park Shoreline Restoration and kayak launch • Virginia Key Seawall and Boat Ramp Restoration • Virginia Key Marina Seagrass Survey • Dinner Key Marina Floating Dinghy Dock • Dinner Key Regatta Launch & Floating Dock • Marine Stadium Mangrove Restoration • Legion Park Boat Ramp and Dock Replacement City of Miami, 444 NW 2nd Avenue, Miami, FL 33128., Contact Name: Giraldo Marquez: (305) 416-1245. Dates: 2012-Ongoing. Fees: $1.5 Million. Construction Cost: Not Applicable. City of Miami General Environmental Engineering Consultant, Miami, FL. Project Manager. Mr. Henderson is responsible for specialized quick response tasks for the City of Miami. Services have included water quality monitoring, contamination assessments and corrective actions, and community impact evaluations. Some of the tasks included: • Wagner Creek TMDL Monitoring • Billy Rolle Domino Park Contamination Assessment • Southside Park Contamination Assessment • Jose Marti Park Engineering Control Plan City of Miami, 444 NW 2nd Avenue, Miami, FL 33128., Contact Name: Jeovanny Rodriguez (305) 416-1225. Dates: 2014-Ongoing. Fees: $1 Million. Construction Cost: Not Applicable. Venetian Causeway Rehabilitation Design -Build, Miami, FL. Lead Environmental Engineer. Environmental engineer responsible for the permitting associated with the complete demolition and replacement of the westernmost 731 feet of the existing Venetian Causeway bridge from Miami's mainland to the outer islands. The replacement bridge replicated the existing architecture of the current structure, which is listed on the National Register of Historic Places (NRHP), and required development of a Memorandum of Agreement with the State Division of Historic Resources (DHR) and preparation of the Historic American Engineering Record (HAER) to be documented with National Parks Service. Miami -Dade Public Works/GLF Construction, 80 SW 8th St., Miami, FL 33130, Bill Junkin, PE: (305) 372-5228. Dates: 2014-2017.Fees: $1.25 Million. Construction Cost: $12.4 Million. TYLIN INTERNATIONAL YEARS OF EXPERIENCE 30 PROFESSIONAL REGISTRATIONS ENVISION Sustainability Professional OSHA Hazardous Materials Site Safety Supervisor and Hazardous Materials Emergency Responder DOT HM-181 Hazardous Materials Handling FDOT Water Quality Impact Evaluation FDEP Qualified Stormwater Management Inspector EDUCATION MS in Environmental Engineering, Florida International University, 2000 BS in Wildlife and Fisheries Biology, University of California, Davis, 1986 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 169 Colin Henderson, ENV SP Miami -Dade Parks, Recreation and Open Spaces, Miami, Florida. Providing in-house environmental services, assisting the Department of Parks, Recreation and Open Spaces (PROS) with solid waste and contaminated soil issues at county parks. Responsibilities have included coordination with RER and RER contractors in the implementation of annual monitoring, site assessments, and corrective action plans and the review of studies and report. Projects have included Ludlam Trail NEPA Studies, FPL Linear Park Assessment and Permitting, Chapman Field Park site assessment, Larry and Penny Thompson Park site assessment and limited source removal, Miami Zoo limited source removal, Amelia Earhart Park solid waste removal, and Colonial Drive Park site remediation. Miami -Dade PROS, 111 NW 1st St, Miami, FL 33128 Angel Trujillo, Tel: (305) 7557927. Dates: 2015-on-going. Fees: $578, 000. Construction Cost: $N/A Environmental Oversight and Engineering Support, Miami River Maintenance Dredging, US Army Corps of Engineers (USACE), Miami, FL. Senior Environmental Engineer. Provided environmental and engineering support for the maintenance dredging of the lower 5.5 miles of the Miami River. Responsibilities included review of environmental and community impacts as well as coordination with State and local agencies to accommodate dredging while minimizing impacts to the surrounding environment. Coordinated environmental permit/plan requirements with the USACE, FDEP and Miami - Dade DERM and was involved in monitoring water quality and impacts to endangered species. This portion of the Miami River is within the Biscayne Bay Aquatic Preserve and the dredging and disposal operations were conducted according to stringent environmental standards. Dredge material removed from the river underwent a sand separation and dewatering process to reclaim "clean" sand for beneficial reuse. US Army Corp of Engineers/CF Bean, Ancil Taylor (504) 587-8700. Dates: 02/2004-07/2007. Fees: $829K, Construction: $75M. Districtwide Project Development and Environmental Support, FL. Project Manager. Mr. Henderson was responsible for this districtwide multitask assignment to provide support to FDOT in developing and reviewing engineering and environmental documents, such as corridor studies, feasibility studies, and conceptual designs. Projects have included the Henry Kinney Pedestrian/Bicycle Crossing over the New River Feasibility Study, Peter Cobb Bridge Benthic Survey and Endangered Species Assessment, Linton Boulevard Interchange Environmental Support, and SIS Facilities Impact Tracking Tool development, as well as providing in-house personnel to assist FDOT. FDOT D4, 3400 West Commercial Blvd., Fort Lauderdale, FL 33309. Contact Name: Fernando Ascanio: (954)777-4665. Dates: 2015-2020. Fees: $1.5 Million. Construction Cost: Not Applicable. I-3951SR 836 from Midtown Interchange/I-95 to US 41/SR A1A MacArthur Causeway Bridge, Miami, FL. Environmental Technical Advisor. TYLI is providing preliminary engineering and owner's representative services for the new improvements to the I-395/1-95/SR836 corridor in downtown Miami, an $800 million design -build -finance reconstruction project. As part of the Technical Advisory team, Mr. Henderson assisted in the development of the environmental specifications for environmental permitting, contamination, water quality, and noise and vibration, as well as review of technical proposals. He is currently providing technical review of NEPA re-evaluations and design plans prepared by the design -build team. FDOT District 6, 1000 NW 111 th Ave., Miami, FL. Auraliz (Lola) Benitez: (305) 470-5471 Dates: 2011-2024 (Est.) Fees: $9.3M. Construction Cost: $800M. Port of Miami Tunnel P3, FDOT District 6, Miami, FL. Technical Advisor. Senior Environmental Engineer. Responsible for environmental review, permitting and environmental compliance, including presenting to adjacent community to address noise concerns. The Tunnel traveled under sensitive port buildings where TBM vibrations were a concern during construction. He also assisted in the tracking of the procurement schedule and development of Memorandum of Understandings between FDOT, the City, and County regarding utilities, R-O-W, and O&M. FDOT District 6, 1000 NW 111 th Ave., Miami, FL. Jacqueline D. Sequeira, P.E.: (305) 640-7432 Dates: 2006-2011 (Est.) Fees: $1.14M. Construction Cost: $1.5B. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 170 Bradley Vanlandingham, P.E. PRE -CONSTRUCTION MANAGEMENT - STRUCTURAL ENGINEER Mr. Vanlandingham has extensive experience designing a variety of projects including water and wastewater treatment plants, solid waste transfer stations, laboratories, and power stations. Some of his key assignments have included: Engineering Manager for preliminary and final designs, permitting, and bid phase services for the $62M upgrade to Orange County Utilities South Water Reclamation facility; Engineering Manager for multiple water supply facilities for utilities in Central Florida; and Engineering Manager for the design and construction of a $27M solid waste transfer in Palm Beach County. PROJECT EXPERIENCE Miami -Dade WASD Electrical Distribution Building & Ocean Outfall Legislation Projects, Miami FL Engineering Manager. Responsible for preliminary and final design, permitting, bidding, and construction phase services. Black & Veatch was contracted by the Miami -Dade County Water and Sewer Department (WASD) to provide engineering services for the design, permitting, and bid phase services of a new Electrical Distribution Building 3 (EDB3) at the South District Wastewater Treatment Plant. The SDWWTP is a 112.5 mgd average, secondary wastewater treatment plant that serves industrial as well as residential users in Miami -Dade County. The SDWWTP utilizes an activated sludge treatment process with high purity oxygen for liquid treatment and an anaerobic digestion system for handling the sludge produced from the liquid treatment process. Design work at EDB 3 includes all related disciplines including: Civil/ Sitework/ Architectural/Building Mechanical (HVAC) Building Mechanical (Plumbing)/Building Mechanical (Fire Protection)/Instrumentation and Controls/Process Mechanical and the air permitting for new generators at EDB 3 and EDB 2. Project total value: Construction cost: $279M, Fee $21.5 Client Address: 3071 SW 38th Ave, Miami, FL 33146 Client Contact: James Ferguson, jferg@miamidade.gov, (786) 268-5250 Orange County I Meadow Woods Water Supply Facility Modifications; Orlando, FL 2010-2015 Project Engineer. Responsible for preliminary design, bidding, permitting and construction phase services. Project included decommissioning a water treatment plant and converting it into a reclaimed water storage and booster pumping station. The two existing wells were retrofitted with new pumps and discharge piping to connect them to a newly constructed raw water main to convey water to the Southern Regional water treatment facility, and a well house was constructed at each well. The two 1 MG ground storage tanks (GST's) and High Service Pump Building (HSPB) were converted for service as a reclaimed water storage and booster pumping station. New VFD's were provided for the high service pumps. A 16" reclaimed water main crossing the site was connected to the two ground storage tanks in order to fill them during times of low system demand. The existing high service pump discharge was disconnected from the potable system and re -connected to the reclaimed water main to allow water stored in the GST's to be pumped back into the system to meet peak demands. Project total value: Construction cost: $2.3M, Fee $330,000 Client Address: 9150 Curry Ford Road, Orlando, FL 32839 Client Contact: Mark Ikeler, MarkC.lkeler@ocfl.net, (407) 254-9705 OFFICE LOCATION Orlando, Florida EDUCATION BS, Civil Engineering, Rose-Hulman Institute of Technology, 1985 PROFESSIONAL REGISTRATION PE —1991, FL, #44795 PROFESSIONAL ASSOCIATIONS American Water Works Association Water Environment Federation YEAR CAREER STARTED 1986 YEAR STARTED WITH B&V 1986 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 171 Orange County Utilities I South Water Reclamation Facility; Orlando, FL 12009- Ongoing Engineering Manager. Responsible for preliminary and final design, permitting, bidding, and construction phase services. The South WRF Phase V Improvements project provides process upgrades to increase plant capacity from 43 mgd to 56 mgd AADF. Upgrades to the plant include conversion of a rectangular clarifier to a step feed BNR basin, new internal recycle pumping system and replacement of the air diffusers for an existing BNR basin, new blower building with three 800 hp blowers, and a new 165 ft. diameter secondary clarifier. Other unit process upgrades include new bar screens, screenings compactors, vortex grit removal equipment, cloth disk filters, expansion of chlorine contact basin, and two new 10 MG reclaimed water storage tanks. Sludge system improvements include new gravity belt thickeners, new centrifuges to replace existing belt presses, new sludge feed pumps, thickened sludge pumps, cake pumps, and polymer pumps. Project total value: Construction cost: $66M, Fee $8M Client Address: 9150 Curry Ford Road, Orlando, FL 32839 Client Contact: Alan Gay, Alan.Gay@ocfl.net, (407) 254-9724 Orange County Utilities I South WRF Digester Cover Replacement; Orlando, FL 12010-2015 Engineering Manager. Project included replacement of four floating steel gas holder overs on anaerobic digesters and conversion of the existing digester gas system to beneficial reuse. Two of the digester covers were replaced with floating steel covers and two with fixed concrete domes. Digester gas storage was increased to allow the gas to be utilized as fuel in the boilers to limit current use of natural gas. Project included developing procurement documents for floating cover pre- purchase, which was fast -tracked to take advantage of available grant money. Also provided an operations manual for plant staff describing the design intent, gas operating pressures, and associated equipment cut sheets. Project total value: Construction cost: $3.2M, Fee $400,000 Client Address: 9150 Curry Ford Road, Orlando, FL 32839 Client Contact: Alan Gay, Alan.Gay@ocfl.net, (407) 254-9724 Mount Pleasant Waterworks, Rifle Range Road WWTP, Mount Pleasant, SC Project Engineer. Mr. Vanlandingham served as Project Engineer performing final design for the improvements by developing biddable construction documents including drawings and specifications. Responsible for the preparation of permit applications to obtain all necessary permits including the SCDHEC wastewater construction permit for the capacity increase from 6.0 mgd to 9.2 mgd Annual Average Daily Flow, the SCDHEC Environmental Resource Permit for constructing stormwater management facilities, and the building permit through the Town of Mount Pleasant. The project comprised expanding a domestic wastewater treatment facility by 3.2 mgd. Scope included the construction of an influent forcemain, influent pump station with coarse screen and a duplex wetwell, a headworks facility including new fine screening, grit removal and flow metering, conversion of two existing aeration basin carousels to Equalization Basins, equipped with jet mixing equipment and water cannons; conversion of two existing anoxic basins to sludge storage equipped with coarse bubble aeration equipment and a feed pump; three new Anoxic/Aeration Basins equipped with large and fine bubble mixing equipment and mixed liquor pumps, Chlorine Contact Basin, a new Blower Bldg. and new Dewatering Bldg. to house high speed aeration turbo blowers, new belt filter presses, polymer feed system, anoxic basin mixing, conversion of the existing dewatering building to provide a second floor storage area; a Power Distribution Center to house the new paralleling switchgear and main switchboard; new Electrical Bldg., replacement of the electrical gear in existing Control Building, replacement of the PLC in existing Control Building, modifications to the existing Secondary Clarifier Splitter Box, installation of new NaOCI chemical feed pumps, Odor Control modifications, new Septage Receiving facility, a new Plant Service Water system, a new Plant Drain Pump Station, relocation of two existing generators with adequate space for a future generator, installation of a new main utility transformer, and improvements to existing effluent forcemain. Project total value: Construction cost: $50M, Fee $10M Client Address: 1619 Rifle Range Road, Mount Pleasant, SC, 29464 Client Contact: Tom Wright, tomwright@mpwonline.com, (843) 971-7504 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 172 T Ron DeSantis, Governor fr __ 7J: g S#' FBPE . il�" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ��,r ` — f.� t .- , P •F i—.. n'i. III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS 1 ! „•� f % . S�ri, �' r 10:)1 VANLANDINGHAM, t VP '� lb %% 411'yr4420 ORLANDO w 4 1% __,:a:A- SEAWATER -71 II Ai STREET FL Or 32812 f BRAD W. .% f LICENSE NUMBER: PE44795 • ' '.. 4. 4. ■ , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Christian Aquino, PE Structural Engineer Mr. Aquino has 13 years of experience and currently serves as Director of the Building Structures Departmen During this time, he has been involved in design development through construction administration for a variety of project types in the private and public sector throughout Florida such as residential (single and multi- family), commercial, mixed -use, waste/waste water treatment, municipal, institutional, parks and recreation, and highway (sign structures and bridges). Mr. Aquino also has experience in repair and rehabilitation projects using conventional and innovative solutions. His Master's thesis focused on concrete rehabilitation of damaged and structurally deficient concrete bridge girders using carbon fiber. Mr. Aquino has also performed in -situ load tests on balconies to determine any structural deficiencies and repair needs. Project Experience Coral Pine Park Tennis Center; Miami, FL; Client: Stonehenge Construction; 13100 SW 128th St, Miami, FL 33186; Reference: Manny Quintana, (786) 258-4137; mquintana@shc-us.com; Design Fee: $7,700.00; Project Duration: 2016 to 2017 — BCC Engineering provided Structural Engineering services which included Construction Documents, Construction Administration, and Structural Construction Inspections for an approximate 800 square foot tennis center building and pavilions, children's playground area and concrete entry plaza. The principal components include a tennis center building/ pavilion, water fountain, children's playground area, concrete entry plaza, landscaping, septic tank and drain field, replacement of water supply line, demolition of existing concession center, irrigation system, and re -purposing of existing restroom to be a custodial closet. Project Role: Project Manager and Engineer -of -Record. Miami Beach Lummus Park; Miami Beach, FL; Client: Stonehenge Construction; 13100 SW 128th St, Miami, FL 33186; Reference: Manny Quintana, (786) 258-4137; mquintana@shc-us.com; Design Fee: $15,100.00; Project Duration: 2017 to 2018 — BCC Engineering provided structural design services to upgrade the wellness circuit in Lummus Park. The equipment consists of a 20-foot steel container. Since the site is in a historic district, a submittal of the proposed work was submitted to the Historical Preservation Board as required. Upon approval from the Historical Preservation Board, BCC prepared, signed and sealed calculations demonstrating whether the proposed equipment required foundations/soil anchors to resist Category 5 wind loads. Structural plans and details for foundations/soil anchors a wind calculation that illustrated stability of the equipment was submitted for building department review and approval. Project Role: Project Manager and Engineer -of -Record for the structural design. Polo Park; Miami Beach, FL; Client: City of Miami Beach; Reference: Elizabeth Estevez, (305) 673- 7272; elizabethestevez@miamibeachfl.gov; 1700 Convention Center Dr, Miami Beach, FL 33139; Design Fee: $22,845.34; Project Duration: 6/2019 to 8/2019 — Polo Park is located in the City of Miami Beach between N Michigan Ave and Meridian Ave at W 42nd St. The project involves minor redevelopment of site features such as regrading of the baseball field and surrounding areas, installation of new baseball backstop and fencing, new sidewalk along the outer edge of the entire park. BCC assisted in producing construction documents in order to process for permitting through various agencies. Project Role: Project Manager. Senator Villas — Design Build; Miami -Dade County, FL; Client: Stonehenge Construction; 13100 SW 128th St, Miami, FL 33186; Manny Quintana, (786) 258-4137; mquintana@shc-us.com; Design Fee: $68,000.00; Project Duration: 2017 to 2018 — The Senator Villas Project is a highly anticipated 23-Unit affordable senior living facility, a template for future projects to come as our "Baby Boomer" generation ages. The 20,000 square foot building will be designated for the elderly (62 years and older), with a mix of studio, 1-bedroom, and 2-bedroom units. Amenities such as elevators, exterior balconies, patios, and public common areas are designed for an open -space senior lifestyle community. All areas in the facility will be accessible to persons with disabilities, a vital component of the design. The new building will accommodate 27 parking spaces and sustainable building measures will provide long term savings of maintenance costs and energy efficiency. Other improvements include site preparations for a new bus shelter as well as landscaping and sidewalk improvements on the north side of Bird Road. Project Role: Project Manager and Engineer -of -Record Brisas del Rio; Miami, FL; Client: Modis Architects; Reference: No Fernandez, (786) 879-8882; ivof@modisacrhitects.com: 955 SW 75th Ave, Miami, FL 33155; Design Fees: $59,200.00; Project Duration: 2018 to 2020 (est.) — Design and development of a 13-story midrise affordable housing project which includes surface parking, resident amenities and 168 resident units comprised of studio units and one t. • Years of Experience 13 Years of Post Registration Experience 7 Work History BCC Engineering (Miami) 2014 — Present UNITED Engineering, Inc. 2011 — 2014 BCC Engineering 2006 — 2011 Education MS Civil Engineering, 2008 University of Miami BS Civil Engineering, 2007 University of Miami Registration Professional Engineer Florida No. 74647, 2012 Professional Affiliations American Society of Civil Engineers (ASCE) Florida Structural Engineers Association (FSEA) engineerinn BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 174 Christian Aquino, PE 2 Project Manager — Building Structures bedroom/one bathroom units located at NW 7th Street and 13th Avenue, Miami, FL. Additional site features include landscape, sidewalk improvements, fencing/screening and decorative paving at selected areas. The building is also designed to be LEED Certified. BCC is providing structural design services, construction administration and threshold inspections. Project Role: Project Manager and Engineer -of -Record. Georgian Gardens; West Palm Beach, FL; Client: Modis Architects; Reference: Ivo Fernandez, (786) 879-8882; ivof@modisacrhitects.com: 955 SW 75th Ave, Miami, FL 33155; Design Fees: $29,600.00; Project Duration: 2018 to 2019 — Design and development of a 4-story elderly housing project which includes surface parking, resident amenities and 87 resident units comprised of one bedroom/one bathroom and 2 bedrooms/2-bathroom units located at 4330 Community Drive, West Palm Beach, FL 33409. Additional site features include landscape, sidewalk improvements, fencing/screening and decorative paving at selected areas. The building is also designed to be LEED Certified. BCC is provided structural design services and construction administration. Project Role: Project Manager and Engineer - of -Record. Gallery at River Park; Miami, FL; Client: Modis Architects; Reference: Ivo Fernandez, (786) 879-8882; ivof@modisacrhitects.com: 955 SW 75th Ave, Miami, FL 33155; Design Fees: $93,000.00; Project Duration: 2018 to 2020 (est.) — Design and development of a 11-story midrise mixed -income housing project which includes surface parking, resident amenities and 150 affordable and work -force housing units comprised of Live/Work units, one bedroom/one bathroom and 2 bedrooms/2 bathroom units located at NW 7th Street & NW 13th Avenue, Miami, FL 33125. Additional site features include landscape, sidewalk improvements, fencing/screening and decorative paving at selected areas. The building is also designed to be LEED Certified. BCC is providing structural design services, construction administration and threshold inspections. Project Role: Project Manager and Engineer -of -Record. Miami Women's Club Seawall and Baywalk (Project No. B-30731) — Miscellaneous Civil Engineering Services Contract; Miami, FL; Client: City of Miami Department of Capital Improvements Program; Reference: Orlando Misas, (305) 416-1038; OMisas@miamigov.com; 444 SW 2nd Ave, Miami, FL 33130; Length: 234 feet; Cost: $400,000; Project Duration: 2011 to 2014 — Task Work Order from Miscellaneous Civil Engineering Services Contract. The project consists of Seawall improvements and the new construction of a proposed walkway along the back of the Miami Women's Club, 1737 North Bayshore Drive. Project Role: Project Engineer. Fleet Management Seawall Assessment & Repair; Miami Beach, FL; Client: City of Miami Beach; Reference: David Gomez, (305) 673- 7071; DavidGomez@miamibeachfl.gov; 1700 Convention Center Dr, Miami Beach, FL 33139; Design Fees: $53,232.95; Project Duration: 2017 to 2018 — The Fleet Management Facility is located on Terminal Island. The rear of the building is adjacent to Government Cut and has an existing steel sheet pile seawall of approximately 200'. The existing seawall was designed with tie backs that extended into the existing building. The existing concrete walkway between the building and seawall had significant settlement and had a segment that collapsed. BCC Engineering was requested to assess the existing conditions and upon our assessment from land and water, it was determined that the soil beneath the walkway had completely washed away. The existing steel sheet pile had completely weathered away along the waterline for the entire length of the seawall which allowed for washout of the soil. Damage to the existing building wall was also encountered. Based on our field assessment and report, it was recommended a new seawall be immediately constructed. BCC provided structural design, construction administration, and CEI services for a new king pile seawall. The seawall was installed immediately in front of the exist seawall and had a maximum pile depth of 63'. The seawall was constructed with additional, sacrificial steel thickness, and additional coatings for increased service life. Project Role: Project Manager and EOR. San Marco Island Drainage Improvements — Civil Engineering Services for Roadway Projects (RFQ No. 06-07-039); Miami, FL; Client: City of Miami; Reference: Jose L. Lago, PE, (305) 416-1252; jlago@miamigov.com; 444 SW 2nd Ave Miami, FL, 33130; Design Fees: $421,435.36; Project Duration: 2009 to 2014 — Project involved the drainage analysis and re -design of the drainage system to resolve flooding issues associated with the Island. The drainage design included drainage calculations, hydrologic/hydraulic modeling and development of the drainage design plans. The analysis consisted of performing hydraulic calculations for different alternatives for the existing conditions and post conditions using ADICPR; water quality and water quantity permitting calculations; and pre -development and post -development drainage modeling. In addition, extensive coordination and permitting with Miami -Dade County Department of Environmental Resources Management (DERM) and field investigations were performed to identify existing conditions and topographic surveys provided. Project Role: Structural Project Engineer responsible for the design of the pump station structure, valve box structure and generator/fuel tank foundation. Project Role: Project Engineer. MD WASD Miscellaneous Pump Stations; Miami -Dade County, FL; Client: Miami -Dade Water and Sewer Department (M- DWASD)/Milian, Swain & Associates, Inc.; Reference: (APCTE), Julio Menache, (305) 441-0123, jmenache@milianswain.com; 3071 SW 38th Ave, Miami, FL 33146; Design Fees: $155,086.67; Project Duration: 2014 to Present — Project includes the rehabilitation of nineteen sewage pump stations to comply with a consent decree with the United States Environmental Protection Agency. Typical project scope consists of either replacing an entire wet well or replacing the top slab of an existing wet well, providing a new precast concrete valve vault, providing slabs on grade for equipment, providing chain link fences, providing aluminum access platforms for equipment and providing retaining walls at changes in elevation. Project Role: Structural PM. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 175 - Ron DeSantis, Governor r fr -__ f 7J: ,; S#' FBPE il�,l" .' :rJ,4>' STATE OF FLORIDA III `I FLORIDA BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES _ • f �0,, r • a I + _ —, —• Y JJ i i iesi.)::, • AQUINO, 'A 4.� J�ii�b . HIALEAH *�i * 5"` LICENSE CHRISTIA PO BOX ky/q..t.L NUMBER: 4946 FL s1" PE74647 33014 k. # t* 1;6 , -r`j �a N , * 4,101. +; *e in ■ F• , +off ■ EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. EDUCATION MSCE, Civil Engineering, University of South Florida, 2010 BSCE, Civil Engineering, University of South Florida, 2010 REGISTRATION Professional Engineer: Florida, #78638, 2014 EXPERIENCE Ms. Pauly is a structural engineer with ten years of experience in the planning and design of marinas, ports, and other waterfront facilities. She has provided planning and engineering services for a wide variety of waterfront projects in Florida and the Caribbean with a special focus on marina and site planning for small craft marinas, superyacht marinas, and recreational parks. Ms. Pauly's experience includes project management, concept development and master planning, site planning, field assessments, repair of existing facilities, and the design and construction of new marina and port facilities. REPRESENTATIVE PROJECT EXPERIENCE Project Title: Alice Wainwright Park Shoreline Improvements Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq@miamiqov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Project Manager and lead Structural Engineer for a waterfront park redevelopment at the 15-Acre Alice Wainwright Park located on Biscayne Bay. The project scope includes the permitting, design, and construction of approximately 1150 linear feet of bulkhead replacement and 33,000 square feet of pervious, compacted gravel baywalk with landscaping, hardscaping, drainage improvements, and lighting. The top of bulkhead and adjacent grade is being raised by approximately 2.5' to provide flood and wave protection for the baywalk and existing park. Backfill will be placed in order to raise site grade elevations to accommodate the development of the Baywalk and to develop new stormwater drainage swales. Project Start and End Date: 11/2017 — Current Total Project Value: $4.3M Project Title: Dinner Key North Mooring Field Client Name: City of Miami Client Contact Info: Andrew Schimmel, 305-416-1457, aschimmel@miamiqov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Project manager responsible for the planning, permitting, design, and construction services of a 25-slip City managed mooring field in Biscayne Bay to address the City's concerns with derelict vessels in the basin. In addition to the mooring buoys, the project included aids to navigation and vessel exclusion zones to protect the seagrass in shallow waters from prop scour. Assisted the City during bid and construction phase of project. Project Start and End Date: 06/2016 — 03/2020 Total Project Value: $300,000 Project Title: RMK Merrill -Stevens North Yard Client Name: RMK Merrill -Stevens Client Contact Info: Ibrahim Guldiken, 305-324-5211, ibrahim@rmkms.com, 881 NW 13th Avenue, Miami, FL 33125 Description of Work: Structural Engineerforthe permitting, design, and construction support of a new multi -phase shiplift facility along the Miami River, designed to accommodate Mega Yacht vessels up to 230 feet in length. Served as the lead engineer for the horizontal works which included structural, civil, mechanical, electrical, and plumbing as well as coordination BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 177 with the vertical components, shiplift vendor, end users, and City of Miami. The new shipyard supports vessels on three upland transfer berths and three additional wet slips. Design components included approximately 1,000 linear feet of steel king pile and sheet pile bulkhead along the perimeter of the shiplift basin and along the river, mooring dolphin and catwalk structures, pile supported hoist platforms, fender piles, upland transfer berths with multi -directional rail grid, building foundations, and associated civil works. The project construction is scheduled for completion in Summer 2020. Project Start and End Date: 04/2015 — Current Total Project Value: $30M Project Title: Spring Garden Pointe Park Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithng@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Structural Engineer involved in the design of a 360 linear foot seawall replacement and new kayak launch ramp at this City of Miami public park located along the Miami River. Prepared permitting drawings and construction documents for two phases of construction and actively supporting the City of Miami during the construction phase. Project Start and End Date: 01/2017 — Current Total Project Value: $1.39M Project Title: St. Petersburg Municipal Marina Client Name: City of St. Petersburg Client Contact Info: Richard Herrman, P.E., 727-893-7852, rick.herrman@stpete.org, P.O. Box 2842, St. Petersburg, FL 33731 Description of Work: Project Manager and Structural Engineer for several projects related to the City's 640-slip Municipal Marina including inspection and repair of the existing marina structures as well as preparation of a marina master plan to replace the marina's deteriorating structures with a new state-of-the-art floating dock marina. Performed a series of above water inspections at the marina beginning in 2015 to assess the condition of the existing marina structures and prepared condition assessment reports following the inspections with repair/ replacement recommendations and estimated repair costs. Construction drawings were prepared for two separate projects address short-term repairs for dock structures and overwater building structural foundations in critical condition until the marina master plan can be implemented. Project Start and End Date: 06/2015 — 05/2020 Total Project Value: $2.3M Project Title: Dinner Key Marina Client Name: City of Miami Client Contact Info: Jose Caldeira, 305-416-1290, jcaldeira@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Structural Engineer involved in the field investigations at Dinner Key Marina following Hurricane Irma to assess the damage to the marina following the storm. Following the field investigations, involvement included preparation of a design criteria package (DCP) for design/build with technical specifications and conceptual drawings defining the type and extents of the marina structural repairs as well as programming for the utilities that included shore power, plumbing, fire protection, communications, security, and sewage pump -out. Project Start and End Date: 06/2018 - Current Total Project Value: $22 million BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 178 T Ron DeSantis, Governor fr __ 7J: ,.; S#' FBPE . il�" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES , f, r f I 141# 1 = III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS 1 *- 6141Noi A WA '� .' IF / • _ F' .-tea PAULY, ' TAM 4� :h,�i 501 KNIGHTS PA�r�` ~ - az� NICOLE UNIT1317 RUN - a ,1 ��;�—. FL 33602 � MATE% AVEll%. " -:Y �.�� —�— % 1,0 * * if - N f LICENSE NUMBER: PE78638 ■ •� ■ . x �o '� ■ ', t EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. David Russell Jr., PE, LEED® AP Senior Mechanical Engineer Mr. Russell is a Senior Mechanical Engineer with over 38 years of diverse mechanical engineering experience in energy performance contracting, facility improvements (commercial/industrial), and power/energy fields. He has been responsible for various assignments including energy conservation, renewable systems, building automation systems performance contracting, master planning, engineering, construction management, facilities hardening, commissioning, and high-energy piping condition assessment. Mr. Russell's extensive experience includes projects for state and local governments, utilities, international airports, federal agencies, and educational facilities. Stock Island Detention Center & Sheriffs Administration Building HVAC Systems Improvements. Project Manager. The project consisted of a chiller plant retrofit for a Detention facility and a chiller plant retrofit for the Sheriffs Administration Building in Florida's Monroe County. These two buildings are located in the same site on College Road, Key West. The proposed changes and improvements involved the conversion of the existing chilled water primary -secondary flow loop systems to integrated chilled water primary variable flow systems, including Chillers replacement and cooling tower of the Sheriffs administration building replacement, together with the specification of new chilled water and condenser water pumps for both complexes. Furthermore, 3 Air handler units were replaced in the Detention facility and the roof top Air handler Unit of the Sheriff's Administration building. All equipment controls, valves accessories and pipes were adjusted and/or replaced to accommodate for the new equipment layout, connections and dimensions. Monroe County 1100 Simonton Street, Key West, FL., Judith Clarke, PE: (305) 305-295-4329. Dates-2017/2021. Fee: $90, 000, Construction Cost: $750, 000 South Terminal Complex Phase 1-Greater Orlando Aviation Authority (GOAA). Mechanical Engineer. TYLI is serving as the Ground Service Equipment (GSE) Specialty Engineering for Phase 1 of the $2.1B South Terminal Program at Orlando International Airport (MCO). Phase 1 includes the design of GSE for 16 contact gates. The scope includes eight narrow body gates, six wide -body gates, (two PBBs each) and two jumbo gates (three PBBs each) with a total of 26 new PBBs. The design includes the PBBs, PBB foundations, PCA handling units, Point -of -Use 400 Hz GPUs, Service Transport Units, and the Central PCA Plant to service the PBBs. Additional scope elements include aircraft layout, pavement markings and a GSE Facility that provides vehicular fueling, trash compactors for international and domestic waste, and a triturator station for aircraft blue water. TYLI's services include design and construction administration for the above scope. Mr. Russell designed the new pre -conditioned air (PCA) system distribution system to cool the aircraft for the new South Terminal project. The design included new PCA AHUs for nineteen (19) gates, glycol distribution piping, and oversaw the design of the two central chiller plants. Responsibilities included preparing design deliverables, coordination of quality control process, permitting and construction administration for the work. Greater Orlando Aviation Authority- 1 Jeff Fuqua Blvd, Orlando, FL 32827-HNTB. Juan Carlos Arteaga, AIA: (407) 805-0355. Dates-2017/2021. Total Value-: $42.1 Billion TYLIN INTERNATIONAL YEARS OF EXPERIENCE 38 PROFESSIONAL REGISTRATIONS Professional Engineer, Mechanical SC #28556 AL #30163 AR #14784 CA #34776 FL #42062 LEED Accredited Professional EDUCATION BS in Mechanical Engineering, California Polytechnic State University, San Luis Obispo, 1980 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 180 David Russell Jr., PE, LEED® AP FPLS MIA Project Performance Contract/Energy Audits - HVAC Upgrades, Miami International Airport (MIA). Lead Mechanical Engineer. The scope of work is to provide energy audits, energy analysis and design documents for the replacement of chillers, pumps, cooling towers, controls and air handling units (AHUs) at Cargo Buildings 700-702, chiller plant 720, cargo buildings 706-708, chiller plant 707, cargo building 716, chiller plant 721, chiller plant 3090, building 3090, central chiller plant east, Term inal D-E-F skyride AHUs, Concourse G chiller plant and Concourse H headhouse AHUs. The project included new air handling units (AHUs), cooling towers, chillers (ranging from 70 tons to 2500 tons), piping and pumps. Mr. Russell conducted/directed HVAC energy audits, energy analysis and HVAC designs for upgrades/replacement of chillers, pumps, cooling towers, controls and air handling units (AHUs) at Cargo Buildings 700-702, chiller plant 720, cargo buildings 706-708, chiller plant 707, cargo building 716, chiller plant 721, chiller plant 3090, building 3090, central chiller plant east, Terminal D-E-F skyride AHUs, Concourse G chiller plant and Concourse H headhouse AHUs. The project included new air handling units (AHUs), cooling towers, chillers (ranging from 70 tons to 2500 tons), piping and pumps. FPL Services LLC. 4200 W Flagler St, Miami, FL 33134, Robert Palahunik: (561) 310-6951. Dates-2016-/2020. Total Value-: $40 Million CCI Alliance/TVA, Fort Campbell Preliminary Assessment Utility Energy Services Contract, Kentucky. Lead Mechanical Engineer. Responsible for preliminary energy audit of 50 plus buildings (over 700,000 SF). CCI Alliance, 526 Western Ave, Virginia, Jeff Tourigny: (207) 485-6703, Dates: 2016/2016, Total Value: $40, 000 City of Miami, Performance Contract/Energy Audit for Compliance with American Society of Heating, Refrigerating and Air -Conditioning Engineers Requirements. Lead Mechanical Engineer. City wide energy improvements including lighting retrofits, HVAC equipment upgrades and commissioning, and evaluation of water conservation, energy management control/building automation system upgrades, and solar PV system. Mr. Russell was responsible for the development and engineering manager for ASHRAE level 3 energy audit for multiple facilities, which led to a construction task order, and measurement and verification for ten years. The project included lighting retrofits, HVAC equipment upgrades and commissioning, and evaluation of water conservation, energy management control/building automation system upgrades, and solar PV system. Also, managed measurement and verification activities. City of Miami, FPL Services LLC. 4200 W Flagler St, Miami, FL 33134 Jeff Tourigny: (207) 485- 6703, Dates: 2010/2011, Total Value: $1,000,000 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 181 T Ron DeSantis, Governor Halsey Beshears, Secretary f: V4 k w '4' Florida r rIII DEPARTMENT BOARD THE PROFESSIONAL PROVISIONS OF hi RUSSELL w 1. BUSINESS OF �....-. . , s OF FORT STATE ENGINEER artgaiiiii* .. PROFESSIONAL CHAPTER JR, 2400 OF AND • S. PIERCE FLORIDA PROFESSIONAL HEREIN 471, a DAVID OCEAN C416 , IS FLORIDA DR FL 34949 LICENSED HAROLD ENGINEERS STATUTES : R • ; REGULATION UNDER THE ■ f.. . . {"� . . LI : ■ . 2Do 1 LICENSE NUMBER: PE42062 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com not alter this document in any form. o. , This is your license. It is unlawful for anyone other than the licensee to use this document. Enrique Sosa Jr., PE Electrical / Lighting Engineer Mr. Sosa has over 27 years of experience in the planning, design and construction inspection phase services of complex electrical systems for major infrastructure improvement projects including extensive lighting, fire protection, and highly specialized electrical systems design for unique facilities and associated security systems. SR 836 Operational, Capacity and Interchange Improvements from West of 57th Avenue to 17 Avenue, Miami -Dade County, FL. Electrical Engineer/EOR for Lighting. SR 836 is a major east -west corridor in Miami and is the gateway for drivers to and from Miami International Airport. TYLI was the lead designer for this project to add lanes and provide capacity -related improvements to a 4.89-mile segment of limited -access expressway. TYLI's design team developed several innovative Alternate Technical Concepts that were approved by the Owner and allowed the Contractor to submit a competitive bid and a very aggressive schedule. One approved ATC involved the design and construction of two diverging diamond interchanges (DDIs) at the NW 27th Avenue and the NW 57th Avenue interchanges, among the first in Florida. TYLI was responsible for all roadway and drainage design elements and the design of 31 bridges at 25 locations along the corridor. Mr. Sosa was the FOR for the roadway lighting design and was also responsible for the design of the electrical infrastructure required for three new gantry tolling facilities. Miami -Dade Expressway Authority, 3790 NW 21st St., Miami, Florida 33142, Juan Toledo: (305) 637-3277, ext. 2115. Dates: 2015-2019. Fees: $7.8 Million. Construction Cost: $149.5 Million. Overtown Greenway, NW 7th Avenue to NW 3RD Street, Miami -Dade County, FL. Electrical Engineer. Project included full conversion from a blighted two-lane service road to a beautiful single lane pedestrian and cyclist -oriented greenway with high -end hardscape, landscape, lighting, and site furnishings. Full roadway reconstruction and drainage modifications were required, as well as extensive coordination with FDOT, MDCPS, MDC, MDT, CRA, DERM, and community stakeholders. Mr. Sosa was responsible for the street and ornamental lighting design including calculations, power distribution design and electrical circuit calculations. City of Miami, 444 SW 2nd Ave., Miami, FL 33130. Jose Lago: (305) 416-1252. Dates: 2010-2016. Fees: $300K. Construction Cost: $2.5 Million. I-395/SR 836 from Midtown Interchange/I-95 to US 411SR A1A MacArthur Causeway Bridge, Miami -Dade County, FL. Electrical Engineer. This design -build -finance involves developing conceptual plans, a Request for Proposal design criteria package, and an aesthetics manual for the complete reconstruction of the 1-395 Corridor, a large, complex, limited -access roadway in downtown Miami. The new corridor will connect downtown Miami to 1-95 and provide direct access to the PortMiami Tunnel and will include a signature bridge. In the current design phase, TYLI staff is acting as an extension of FDOT staff, providing oversight of the contractors' design to assure compliance with FDOT and industry standards. Mr. Sosa is heading the review of the roadway lighting, bridge aesthetic lighting, grounding and lighting protection designs. FDOT District 6, 1000 NW 111th Ave., Miami, FL. Auraliz (Lola) Benitez: (305) 470-5471 Dates: 2011-2024 (Est.) Fees: $9.3M. Construction Cost: $800M. Relocation of Atlantic Boulevard and Higgs Beach Restoration, Key West, FL. Electrical Engineer. Design and environmental permits for the relocation of Atlantic Blvd. as well as the park and coastal elements by implementing the Higg's Beach Masterplan. In addition, it included additional task to assist the County with the replenishment of the sandy beach involving the placement of sand above and below mean high water. Services include managing the regulatory permitting process, design needed to support the permit, and construction phase engineering services in accordance to acceptable industry standards. Monroe County, Ray Sanders: (305) 292-4427. Dates: 2014-Ongoing, Fees: $250K. Construction Cost: $3 Million. TYLIN INTERNATIONAL YEARS OF EXPERIENCE 27 PROFESSIONAL REGISTRATIONS Professional Engineer FL #53885 EDUCATION Master Level Courses, Biomedical Engineering, University of Miami, 1994 MS in Nuclear Engineering, North Carolina State University, 1993 BS in Electrical Engineering, Florida International University, 1986 BS in Nuclear Engineering, University of Florida, 1983 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 183 Enrique Sosa, PE Roadway Improvements along NW 74 Street from NW 87 Avenue to SR-826, Miami, FL. Electrical Engineer. Work consisted of widening the existing road from a five -lane to a six -lane divided roadway, reducing the width of the existing media to accommodate bicycle facilities, providing sidewalks, curb & gutter, a storm drainage system, pavement markings and signing, traffic signalization, roadway lighting, sound barrier walls on both sides of the roadway, and a landscaping with irrigation. Miami Dade County DTPW, 111 NW 1st St., Miami, FL 33128. Alvaro Castro (305) 375-2796, Dates: 2016-2017. Fees: $92,412. Construction Cost: $$11 Million. Mary Brickell Village Roadway and Drainage Improvements- Miami, FL. Electrical Engineer. Master -planning, design, and post -design phase services for the reconstruction of the Mary Brickell Village interior streets including a major reconfiguring of the drainage system and new pump station serving the entire neighborhood. Extensive coordination with Miami -Dade County Public Works' Staff. Public involvement was also a major component. City of Miami, Orlando Misas (305) 416.1038. Dates: 07/2010-ongoing. Fees: $0.3 Million. Construction Cost: $4 Million. SR 5/Brickell Avenue (from South of SE 25 Road to SE 4 Street), Miami, FL. ElectricalEngineer. Project consisted of the design, permitting, and construction phase services for the pavement reconstruction of 1.7 miles of an existing four -lane divided highway on SR 5 (Brickell Avenue). Work included concrete pavement design, maintenance of traffic, access management, lighting, signalization and a complete overhaul of the outdated Drainage System including a new 50CFS pump station with a new outfall to Biscayne Bay. FDOT D6, Judy Solaun-Gonzalez (305) 470.5100 (No longer with FDOT). Dates: 2008-2013. Fees: $0.9 Million. Construction Cost: $9.8 Million. Stock Island Detention Center & Sheriff's Administration Building HVAC Systems Improvements. Electrical Engineer. The project consisted of a chiller plant retrofit for a Detention facility and a chiller plant retrofit for the Sheriffs Administration Building in Florida's Monroe County. These two buildings are located in the same site on College Road, Key West. The proposed changes and improvements involved the conversion of the existing chilled water primary -secondary flow loop systems to integrated chilled water primary variable flow systems, including Chillers replacement and cooling tower of the Sheriffs administration building replacement, together with the specification of new chilled water and condenser water pumps for both complexes. Furthermore, 3 Air handler units were replaced in the Detention facility and the roof top Air handler Unit of the Sheriffs Administration building. All equipment controls, valves accessories and pipes were adjusted and/or replaced to accommodate for the new equipment layout, connections and dimensions. Monroe County 1100 Simonton Street, Key West, FL., Judith Clarke, PE: (305) 305-295-4329. Dates-2017/2021. Fee: $90, 000, Construction Cost: $750, 000 Veterans Expressway (SR 589). Electrical Engineer. The Veterans Expressway (SR 589) is a four -lane, limited access north -south toll road that extends approximately 12 miles from the Courtney Campbell causeway (SR 60) west of Tampa International Airport (TPA) to the Suncoast Parkway. The project consisted of widening the existing 4-lane to an 8-lane highway. The design -build team of SEMA Construction, Inc. and TYLI was selected to provide capacity, operational and safety improvements for a 1.7-mile section of the Veterans Expressway, originally constructed as a four -lane divided tolled expressway. FTE is currently widening the entire 15-mile Veterans Expressway corridor to an eight -lane, divided tolled expressway and converting the tolling system to All Electronic Tolling (AET) on both the ramps and mainline. Mr. Sosa was responsible for the design of the new roadway lighting system, which included new power service centers and three bridges. The new installation was protected from the effects of lightning and short circuits using surge suppressors and ground rods and interconnecting grounding conductors. Activities included: • Designed new lighting system for three bridges and for all widened roadway • Point -by -point photometric calculations over all the project's lighted roadways and bridges • Delivered drawings, specification, quantities, and technical reports; • Responsible for quality control per the design quality management plan Florida's Turnpike Enterprise, Hillsborough County, Thomas V. Neyer, PE (407) 264-3447. Dates-2014-2016. Fee: $4M Construction Cost: $42M BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 184 Ron DeSantis, Governor Halsey Beshears, Secretary 9„ 'e Florida !, r T SZO, ,,,,.._,i : ,.s A f�ti• r�y'. „,.., STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER , —4-eir-=--010140. ----=1-„,,,,..45. -, 471, FLORIDA STATUTES ..-- _ — — SOSA ENRIQUE ' JRk'� + 4 3931SW2NDTERR. 4 M IAM I ,; FL 331344 4 I +fir If t 15 t 3 ., :+ - .i 1a * R ty fifa.L� % rs — �� �• f t t F d-. • 1 LICENSE NUMBER: PE53885 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com • e • • ' ' $ :' Do not alter this document in any form. '� This is your license. It is unlawful for anyone other than the licensee to use this document. • .o. r Charles Harbin III, PE Mechanical Engineer Mr. Harbin has nearly 50 years of engineering experience and is responsible for design of military civil works projects and coordination with other disciplines. He assumes an active role in the selection of the project team, prepares and administers project budgets and schedules for projects under his supervision, and may also assist in the evaluation and selection of project contractors. He has a working knowledge of the latest editions of NFPA 99 and 101, ASHRAE, ASME standard, ANSI standards, ASTM, UBC and UL ratings. Mr. Harbin maintains relationships with clients during the study, design, and construction phases of a project, and continues contact following completion. His technical expertise includes mechanical design, plumbing and fire protection and military facilities. USPS Lynchburg, VA. P&DC, HVAC Systems and Electrical Upgrades, Construction Inspection Services -Mechanical Engineering. Scope: Replacement of HVAC system and electrical distribution systems for 138,000 sq ft. former mail processing facility originally built in 1976. Existing hydronic heating and cooling systems were replaced with new HVAC system consisted of new large rooftop air conditioning units. Work included design and CA services. USPS 3300 Odd Fellows Rd. Lynchburg, Va. P&DC, Julio Oliva: (678) 442-6024, Dates: 2018-On-going. Project Value: $ Project Value: $ 5M South Carolina Aeronautical Training Center Master Plan & Concept Design for Trident Technical College, North Charleston, SC -Construction Inspection Services -Mechanical Engineering. Senior Mechanical Engineer for north main campus Master Plan, Building Programming, and Concept Design for a new 225,000-sf building targeting LEED® Silver. Provided feasibility study for Central Energy Plant (CEP) which included lifecycle costs for stand- alone heating and cooling systems. Phase II includes Value Engineering options and features 165,921 sf of main education building, 7,353 for Central Energy Plant (CEP), and 2,024 sf for the paint hangar. This project will be a sustainable design, utilizing Green Globes guiding principles. S. C. Aeronautical Center, Trident Technical College, North Charleston, SC Bldg 430, 7000 Rivers Avenue, Charleston, SC 29406, Scott Poelker,: (843) 574-6198, . Dates: 2018-2019. Project Value: $ 58, 000, 000 Chiller Replacement, U.S. Postal Service, Columbia, SC. Construction Inspection Services -Mechanical Engineering. The project was for the replacement design and construction management agent support for a new chiller plant due to the existing equipment nearing its useful life. The controls systems associated with the equipment was also upgraded to bring it to compatibility with the existing and recently upgraded controls in the rest of the facility. USPS Columbia, P&DC, Chiller Replacement. US Postal Service 841 Polo Rd B, Columbia, SC 29223, Julio Oliva, (678) 442-6024, Dates: 2014-2016. Project Value: $ 3,000,000 Boiler Upgrade, U.S. Postal Service (USPS), Columbia, SC. Construction Inspection Services -Mechanical Engineering. The project was for the mechanical design and construction administration services for the Boiler and Controls replacement. Construction administrative services included attendance at a pre -proposal meeting, progress meetings, pre -final meeting, and final meeting; issuance of addendums if required; observation of the work -in -progress and generation of field reports; processing of contractor's pay requests and proposed change orders; generating a punch list and finalize and process close out documents/submittals. TYLIN INTERNATIONAL YEARS OF EXPERIENCE 50 PROFESSIONAL REGISTRATIONS Professional Civil Engineer SC #11916 EDUCATION BS in Mechanical Engineering, Clemson University, 1969 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 186 Charles Harbin III, PE US Postal Service 841 Polo Rd B, Columbia, SC 29223„ Rowena Vasquez, (336) 605-3547, Dates: 2016-2018. Project Value: $ 1,000,000 U.S. Postal Service (USPS) West Columbia P&DC Facility Workroom Renovations, West Columbia, SC. Construction Inspection Services -Mechanical Engineering. Mechanical Engineer. Provided design services for renovations to allow extensions to the facilities Automated Parcel Bundle Sorter (APBS) machines. Provided design documents, drawings, specs, and cost estimates. In 400,000sf building, three (3) 400-ton state-of-the-art magnetic bearing chillers with variable frequency drives on all pumps; 2 run simultaneously at 30,000 RFM. Magnetic bearings reduce friction and run at 10% load. Advantages include lowering the footprint of the mechanical system in a confined space. Tubes were pulled without moving the air dryers in the mechanical room. This system allows more room for maneuverability during future maintenance. Additionally, noise of operation was significantly reduced. US Postal Service1535 Platt Springs Rd. West Columbia, SC P&D, Rowena Vasquez, (336) 605-3547, Dates: 2016-2019. Project Value: $ 2,000,000 Design -Build of Unified Security Forces Operations Facility I McGuire Air Force Base, Burling County, New Jersey Mechanical Engineer provided electrical design for proposed $6.6 Million design -build, 21,000-square foot, two-story Unified Security Forces Operations Facility contracted through USACE Philadelphia to provide engineering design services for McGuire AFB, New Jersey. The project is administered through the USACE New York District. Energy analysis related to this new building took geothermal, cogeneration, and solar energy sources into consideration. This facility was designed to achieve LEED® Silver Certification. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 187 Print this page Board: Engineers and Land Surveyors C H A R D E S fhiil A N DY H A R B I N 1514 CANDLEWOOD DR MT PLEASANT, SC 29464 Business Phone: 843-991-9231 License number: 11916 License type: Engineering Classification(s) ENGINEER CATEGORYA Status: Active First Issue Date: 01 261193 Expiration: 06/3012020 Board Public Action History: View Orders rk Ores Found View Other License for this Person BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 188 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Kevin Cevallos, PE Louis Vitone Coral Gables, FL CEI Specialist FL (87466) Rochester, NY CEI Specialist Brian Shaw, PE (Moffatt & Nichol) Tampa, FL Anthony Lomonico (BCC) Miami, FL Alejandro Salas, PE (T.Y. Lin) CEI Specialist FL (84768) CEI Specialist - See (1) below Coral Gables, FL CEI Specialist FL (74789) (1) FDOT Certs CTQP - Earthwork Construction Inspection, Level 1 & 2 CTQP - Concrete Field Technician, Level 1 & 2 CTQP - Asphalt Paving Technician, Level 1 & 2 CTQP - Final Estimates, Level 1 Final Estimates — Level 1 CTQP QC Manager CTQP Pile Driving Inspection HAZMAT - Nuclear Gauge Safety Training MOT - Intermediate Maintenance of Traffic MSE Walls & Auger Cast Pile RFQ-QSC Revised 7/31/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 189 Kevin Cevallos, P.E. CONSTRUCTION MANAGEMENT - CEI SERVICES SPECIALISTS - CIVIL/ENVIRONMENTAL/STORMWATER Mr. Cevallos is a Design Engineer and Construction Inspector with experience and knowledge of water and wastewater systems. Mr. Cevallos has served as design engineer on several civil engineering projects, including water and wastewater treatment plant facilities design and infrastructure design. PROJECT EXPERIENCE South Florida Water Management District I C43 Reservoir Engineering During Construction Project; Florida 1 2019-Ongoing Civil Engineer and Construction Inspector. Mr. Cevallos is participating in Engineering during construction activities for the South Florida Water Management District (District) construction of the C43 West Basin Storage Reservoir Civil Works Project. This project will construct the Package 4 Civil Works construction project including an earthfill dam with an internal soil bentonite wall, seepage management features, soil cement lining of the interior, five structures through the embankment, a perimeter canal with six water control structures and 3 bridges, and a small irrigation pump station. Mr. Cevallos is leading the coordination of responding to shop drawings submittals, Requests for Information (RFIs), and Requests for Clarification (RFCs). Project total value: $9M Client Address: 3301 Gun Club Road, West Palm Beach, FL 33406 Client Contact: Joseph Albers, PE, jalbers@sfwmd.gov, (954) 304-6211 Broward County Water and Wastewater Services I Regional Wastewater Master Plan; Broward County Florida 12019-2020 Design Engineer. Mr. Cevallos participated in field investigations for potential aging infrastructure in order to properly prioritize capital funds for the cost-effective rehabilitation, repair or replacement of such infrastructure with a risk -based asset prioritization approach to identify critical assets. The Field Reconnaissance survey of the force mains and Master Pump Stations were completed to determine how to deploy the potential inspection technologies. The reconnaissance helped determine possible access issues, allowed shutdown times, safety considerations, and other logistics related to the condition assessment effort. Project total value: $750K Client Address: 2555 West Copans Road, Pompano Beach, Florida 33069 Client Contact: Jeremy Seiden, P.E., BCEE, PMP, JSEIDEN@broward.org, (954) 831-0799 City of Clearwater I American Water Infrastructure Act — Risk and Resilience Report; Florida 12019-2020 Design Engineer. The America's Water Infrastructure Act of 2018 (AWIA) introduced a new requirement for water systems serving populations of more than 3,300 to conduct a Risk and Resilience Assessment (RRA). Mr. Cevallos participated in reviewing existing information and identifying assessments / plans that would be incorporated into the RRA. While identifying gaps against RRA requirements, Mr. Cevallos also identified additional risks to the quality and reliability of water service including people, process, technology, and data related risks. OFFICE LOCATION Coral Gables, FL EDUCATION BS, Civil Engineering, University of Florida - Gainesville, 2014 MS, Environmental Engineering, University of Florida -Gainesville, 2019 PROFESSIONAL REGISTRATION PE — 2019, FL, 87466 YEAR CAREER STARTED 2014 YEAR STARTED WITH B&V 2014 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 190 Mr. Cevallos then completed risk and resilience assessment against natural hazards of concern and physical security, as well as assessed cybersecurity of electronic, computer and automated systems. Project total value: $100K Client Address: 1650 N Arcturas Ave, Bldg C I Clearwater, FL 133765-1945 Client Contact: Glenn Daniel, Glenn.Daniel@myClearwater.com, 727.562.4960 x7249 Broward County Water and Wastewater Services I B&C Bank Clarifier Rehabilitation; Broward County, Florida 12018-2019 Design Engineer and Construction Inspector. As part of the implementation of a general engineering services for wastewater contract, Mr. Cevallos is participating in construction phase services during the construction of the B&C clarifier banks at Broward County Water and Wastewater Service's North Regional Wastewater Treatment Plant. The work includes technical submittal review, management of RFIs, construction inspections and reporting, and client construction meetings. Project total value: $250K Client Address: 2555 West Copans Road, Pompano Beach, Florida 33069 Client Contact: Oscar M. Asgar, OASGAR@broward.org, (954) 831-0983 City of Deerfield Beach I Accelator Rehabilitation; Deerfield Beach, Florida 12017-2018 Design Engineer and Construction Inspector. Mr. Cevallos participated in the design during rehabilitation of the 7.5 mgd accelator treatment equipment used for lime softening at the water treatment plant (WTP) located in Deerfield Beach, FL. The design includes a full rehabilitation in order to address corrosion and deterioration on the accelator. Design responsibilities include development of a bid package, including technical specifications and a drawing package for the City to use in the procurement process. Project total value: $25K Client Address: 200 Goolsby Blvd, Deerfield Beach, FL 33442 Client Contact: Allen Fathi, afathi@deerfield-beach.com, (954) 420-5521 Broward County Water and Wastewater Services I Wetwell Refurbishment at Pump Stations 452, 458, and 460; Broward County, Florida 12016-2017 Design Engineer and Construction Inspector. As part of the implementation of the General Engineering Services for Wastewater contract, Mr. Cevallos has participated in the design and construction phase services during the construction of the Wetwell Refurbishment at Pump Stations 452, 458, and 460. The work includes daily construction inspections and reporting, management of submittals/RFIs, client construction meetings, and possible change order requests. Project total value: $141K Client Address: 2555 West Copans Road, Pompano Beach, Florida 33069 Client Contact: Carlos A. Garcia, P.E., PMP, CBGARCIA@broward.org, (954) 831-0920 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 191 T Ron DeSantis, Governor r fr -__ f 7J: ,; S#' FBPE il�,l" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ..,�,r f s = III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS • ! •/ • _ a ''-'" : *' . WAIN: 0' i ,1 ; CEVALLOS, f li osir gi * 939 SAVANNAH WESTON 4.0..:.„-e.•.:.--.,ri AO�, i; LICENSE KEVIN ter NUMBER: J.:, FALLS t. L. ; ALEXANDER FL #: i::..p ' r i il. PE87466 33327 DRIVE - 7•1141. to • .::fi +' f ., / ■ �' ■ .:$■ : I0 . t EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Lou J. Vitone CONSTRUCTION MANAGEMENT - CEI SERVICES SPECIALISTS - CIVIL/ENVIRONMENTAL/STORMWATER Mr. Vitone has more than 30 years' experience in design and construction management of water and wastewater projects in New York City and in New Jersey. His experience includes designing, inspecting and managing projects that included wastewater pump stations, force mains, chemical feed systems and instrumentation. He was the lead inspector for NYCDEP City Tunnel No. 3 at ten riser shafts. Most recently he was lead inspector for NYCDEP Water Meter Installation project which included more than 500 installations. New York City Department of Environmental Protection (NYCDEP) I City Tunnel No. 3, Phase 2 at 10 Shafts in Manhattan; New York City, NY 12011-2016 Mechanical/Civil Inspector. Functioned as lead inspector for mechanical completion of City Tunnel No. 3, Phase 2 at 10 Shafts in Manhattan. Inspected the installation and testing of Riser Valves, 48-inch and 36-inch stainless steel pipe, metal seated and rubber seated butterfly valves, submersible pumps and controls, riser valve controls, ventilation fans, dehumidifiers, electric heaters, duct work, structural steel, gratings, ladders and small diameter pipe in various Shafts. Also provided inspection for Activation of all Shafts. Provided Resident Engineer with quantities for payments, assisted with preparation of punch lists, Article 16 and Article 44 lists. Project total value: $192M Client Address: 59-17 Junction Blvd, Flushing, NY 11368 Client Contact: John McCluskey, NY 11368, jmccluskey@dep.nyc.gov, 917-613-3693 City of Fort Myers 1 Lime Sludge Removal Project; Fort Myers, FL 1 2018-2019 Site Quality Control Supervisor. Resident project representative for removal of approximately 29,000 cubic yards of lime residuals that the City disposed of in the early 1960s. Project total value: $2.1M Client Address: City of Ft. Myers, 2200 Second Street, Fort Myers, Florida 33902 Client Contact: Richard Thompson, P.E., RThompson@cityftmyers.com, (239) 321-7630 Miami -Dade Water and Sewer Department I Tertiary Filtration Filter Plant; Miami, FL 2018 Site Quality Control Supervisor. Resident project representative for installation of 3 pilot filtration systems to test three tertiary filtration systems at the Central District Wastewater Plant. Project total value: $1M Client Address: 3071 SW 38th Ave, Miami, FL 33146 Client Contact: James Ferguson, jferg@miamidade.gov, (786) 268-5250 OFFICE LOCATION Rochester, New York EDUCATION BS, Chemical Engineering, Manhattan College, 1986 PROFESSIONAL ASSOCIATIONS New Jersey Water Environment Association YEAR CAREER STARTED 1987 YEAR STARTED WITH B&V 2016 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 193 Metropolitan St. Louis Sewer District I Maline Creek CSO BP 051 & 052 Local Storage Facility; St. Louis, MO 12018 QC Supervisor. Perform daily inspections, check on quality of work, report to Resident Engineer, prepare daily reports, assist Resident Engineer as needed. Project total value: $88M Client Address: 2350 Market Street, St. Louis, MO Client Contact: Allen Muehller, afmueh@stlmsd.com, (314) 768-6239 New York City Department of Environmental Protection I New York City Housing Authority (NYCHA) Water Metering; New York City, NY 12016-2018 Site Quality Control Supervisor. Functioned as Lead Inspector for meter installations at various New York City Housing Authorities (NYCHA). Coordinate installation between contactor, NYCHA and NYCDEP while working with inspectors to ensure meters are installed per plans, specs and local codes. Daily inspection reports were completed by each inspector at all locations. Project total value: $35M Client Address: 59-17 Junction Blvd, Flushing, NY 11368 Client Contact: Kevin Ellenwood, Kevine@dep.nyc.gov, 917-635-0438 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 194 EDUCATION MS, Civil Engineering, University of Illinois at Urbana - Champaign, 2010 BS, Civil Engineering, University of Illinois at Urbana -Champaign, 2009 REGISTRATION Professional Engineer: Florida, #84768, 2018 Louisiana, #PE0038290, 2013 CERTIFICATIONS FHWA-NHI-130055: Safety Inspection of In -Service Bridges, 2014 DCBC Restricted Surface Supplied Diver ADCI Entry Level Tender/Diver Current First -Aid, CPR, and Emergency 02 EM 385 1-1 OSHA 30 ACCESS CREDENTIALS TWIC (Transportation Worker Identification Credential) — US Department of Homeland Security EXPERIENCE As a waterfront structural engineer, Mr. Shaw provides inspection, planning, analysis, design, and construction documents for repair, rehabilitation, and modernization of waterfront facilities. His experience includes marinas, urban waterfronts, dredged material containment facilities, and airports. In addition, he has experience involving facilities for energy and bulk products, naval support, and container handling. As a professional diver, Mr. Shaw participates in underwater inspections completed by the firm, including experience at waterfront facilities and bridges. • Project management • Foundations and retaining structures • Structural analysis, design, and inspection • Development of concept, plans, technical specifications, cost estimates, and construction schedules • Construction support services REPRESENTATIVE PROJECT EXPERIENCE Project Title: Alice Wainwright Park Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Structural engineer for a waterfront park redevelopment at the 15-acre Alice Wainwright Park located on Biscayne Bay. The project scope includes the permitting, design, and construction of approximately 1150 linear feet of bulkhead replacement and 33,000 square feet of pervious, compacted gravel baywalk with landscaping, hardscaping, drainage improvements, and lighting. The top of bulkhead and adjacent grade is being raised by approximately 2.5' to provide flood and wave protection for the baywalk and existing park. Backfill will be placed in order to raise site grade elevations to accommodate the development of the Baywalk and to develop new stormwater drainage swales. Project Start and End Date: 11/2017 - Current Total Project Value: $4.3 million Project Title: RMK Merrill -Stevens North Yard Client Name: RMK Merrill -Stevens Client Contact Info: Ibrahim Guldiken, 305-324-5211, ibrahim@rmkms.com, 881 NW 13th Avenue, Miami, FL 33125 Description of Work: Structural engineer for the design, and construction support of a new shiplift facility along the Miami River, designed to accommodate Mega Yacht vessels up to 230 feet in length. The facility will support vessels on three upland transfer berths and three additional wet slips. Design components include approximately 1,000 linear feet of steel king pile and sheet pile bulkhead along the perimeter of the shiplift basin and along the river, BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 195 mooring dolphin and catwalk structures, pile supported hoist platforms, fender piles, upland transfer berths with multi -directional rail grid, building foundations, and associated civil works. The project includes raising the site by approximately 4 feet to accommodate the FEMA base flood elevation for the Miami River. Project Start and End Date: Total Project Value: $30 million Project Title: Spring Garden Pointe Park Client Name: City of Miami Client Contact Info: Keith Ng, 305-416-1298, keithnq@miamigov.com, 444 SW 2nd Avenue, Miami, FL 33130 Description of Work: Structural engineer involved in the design of a 360 linear foot seawall replacement and new kayak launch ramp at this City of Miami public park located along the Miami River. Prepared permitting drawings and construction documents for two phases of construction and supported the City of Miami during the construction phase. Project Start and End Date: 01/2017 - Current Total Project Value: $1.39 million Project Title: Dry Dock Recapitalization (N69450-16-D-0100), Naval Submarine Base Kings Bay Georgia Client Name: Burns & McDonnell Client Contact Info: Mike Brengel, 757-819-9718, mibrendel@burnsmcd.com Description of Work: Project manager and waterfront structural engineer. Project included inspection and condition assessment of existing dry dock, planning report, and detailed design for substructure rehabilitation and overhaul of the floating caisson gate. (2018-2020 — professional services; 2020-2023 — construction (est). Estimated construction value $500M) Project Start and End Date: 2018 - Current Total Project Value: $600 million Project Title: Inspection and Design of Repairs at Poseidon Wharf (N69450-13-D-009, TO 22) Client Name: BRPH Client Contact Info: Diana Cheung, 321-421-1658, dcheunq@brph.com Description of Work: Waterfront structural engineer and inspector. Project included rehabilitation of 1,200 linear feet of pile supported wharf used for vessel retrofit and munitions loading, as well as associated access bridges, sheet pile retaining wall, utilities, and appurtenances. Mr. Shaw's responsibilities included inspection, condition assessment, wharf capacity evaluation, and preparation of condition assessment report identifying needed repairs, providing alternatives with cost estimates, and recommending repairs with a construction phasing plan. (2018 — professional services; 2019 — construction (est). Contract value — $790,000) Project Start and End Date: 2018 - Current Total Project Value: $20 million BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 196 T Ron DeSantis, Governor r fr -__ f 7J: ,p; S#' FBPE il�,l" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES t ,r * III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS 1 SHAW, ', '' ! lil. .-ems. . : 1y{Q 501 TAM PA-��r+ BRIAN KNIGHTS .. UNIT 1317 RUN FL look. EDWARDe AVE �— .. y.h ac 33602.' ah d ,fir N.•* r _ _ LICENSE NUMBER: PE84768 ■ �.- ■i a ■ % . , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Anthony Lomonico Senior Inspector Mr. Lomonico has over 30 years of experience in construction management, CEI and quality control for all aspects of highway, bridge and infrastructure projects. Diverse materials testing experience includes 5 years as a FDOT employee for the District 4 & 6 Materials Office. In addition, he has served as a consultant CEI Inspector, Senior Inspector, and Contract Support Specialist on roadway, bridge, and airport improvement projects. His most recent experience is as a Senior Inspector on Florida's Turnpike Enterprise's Campbell Drive project. A licensed General Contractor and prime on various infrastructure and housing projects and rental developments. Hands-on inspection experience includes roadway subgrade and bases; earthwork/embankment density testing; asphalt paving; concrete sampling and testing; drainage structures; utility adjustments; signing and pavement markings; monitoring maintenance of traffic installations; and knowledgeable of acceptance and verification testing requirements. Mr. Lomonico is well versed in the requirements established by FDOT Specifications, Final Estimates, and the Construction Project Administration Manual (CPAM) Project Experience NW 74th Street Traffic Signals at NW 102nd Avenue and NW 97th Avenue; Miami -Dade County, FL; Client: City of Doral, FL; Reference: Carlos Arroyo; (305) 593-6740; carlos.arroyo@cityofdoral.com; 8401 NW 53rd Terrace, Doral, FL 33166; Cost: $155,528.25; Project Duration: 10/2019 to 4/2020 (Est.) — Senior Inspector for the installation of new traffic signalization at the NW 74th Street / NW 97th Avenue and NW 74th Street / NW 102nd Avenue intersections. Included maintenance of traffic; asphalt milling and resurfacing; signalization; signage; concrete curb, gutter, sidewalk and pedestrian ramps. Extensive coordination with the City of Doral Public Works Department, the Engineer of Record, FP&L and Miami -Dade County Traffic Signals. Project Cost $853,000.00. Project Role: Senior Inspector. NW 102nd Avenue Improvements from NW 66th Street to NW 74th Street; Miami -Dade County, FL; Client: City of Doral, FL; Reference: Carlos Arroyo; (305) 593-6740; carlos.arroyo@cityofdoral.com; 8401 NW 53rd Terrace, Doral, FL 33166; Cost:$95,264.80; Project Duration: 2/2019 to 11/2019 (Est.) — Senior Inspector for the widening and reconstruction of NW 102nd Avenue. Included maintenance of traffic; roadway widening and reconstruction; asphalt milling, resurfacing and overbuild; drainage; lighting; signalization; signage; concrete curb, gutter, sidewalk and pedestrian ramps. Extensive coordination with the City of Doral Public Works Department, the Engineer of Record, FP&L and Miami -Dade County Traffic Signals. Project Cost $2.7 million. Project Role: Senior Inspector. Construction of Ramps from Campbell Drive to Northbound HEFT (SR 821), MP 2, Design -Build; Miami -Dade County, FL; FPID #435462-1-52-01; Client: Florida's Turnpike Enterprise; Reference: Jaime Gomez, (954) 934-1131; Jaime.gomez@dot.state.fl.us; 65 Florida's Turnpike, Pompano Beach, FL 33069; Cost:$2,981,441.00; Project Duration: 9/2018 to 3/2019 (Est.) — Senior Inspector for the widening of the HEFT Mainline at the Campbell Drive (SW 312th Street) Interchange. This project includes a new one -lane northbound HEFT on -ramp from westbound Campbell Drive, widening the existing single -lane southbound HEFT off -ramp to two lanes, widening the Mainline HEFT to accommodate new acceleration and deceleration lanes to the ramps, milling & resurfacing, replacement of cable barriers with guardrail, roadway lighting, drainage improvements, ITS modifications and new signing and pavement markings including two new cantilevered sign structures. Structural improvements include replacement of all existing bridge railing bafflers and new pre -cast (post -and - panel) sound walls throughout the project. Campbell Drive improvements include widening, milling & resurfacing, new signal mast arms, signing & pavement markings and new concrete sidewalks. Extensive coordination with FTE Traffic Management Center, FTE Public Information Office, City of Homestead, and Miami -Dade County. Low -Bid Design Build, Project Cost $14.9 million. Project Role: Senior Inspector. 1-75 Express Lanes Segments A & B — Design -Build (FM Nos. 421707-3-1-52-01, 421707-2-52-01, 421707-8-52-01); Miami -Dade and Broward Counties, FL; Client: FDOT District 4, FDOT District 6 and Florida's Turnpike Enterprise; Reference: Paul Lampley, PE, (954) 845-9550; paul.lampley@dot.state.fl.us; 3400 W Commercial Blvd, Fort Lauderdale, FL 33309; Length: 3.052 miles; Cost: $234 Million; Project Duration: 2015 to 2017 — Widening of 1-75 for the Years of Experience 30 Work History BCC Engineering, LLC (Miami) 2018 — Present Mehta Engineering, Inc. 2014 — 2017 Metric Engineering, Inc. 2012 — 2014 Lomonico Contracting, Inc. 2003 — 2012 FDOT Districts 4 & 6 1990 -1995 Education Broward Community College 2016 South Florida State College 2010 Florida State Fire College 1986 Manatee Community College 1993 Certifications CTQP - Earthwork Construction Inspection, Level 1 & 2 CTQP - Concrete Field Technician, Level 1 & 2 CTQP - Asphalt Paving Technician, Level 1 & 2 CTQP - Final Estimates, Level 1 Final Estimates — Level 1 CTQP QC Manager CTQP Pile Driving Inspection HAZMAT - Nuclear Gauge Safety Training MOT - Intermediate Maintenance of Traffic MSE Walls & Auger Cast Pile engineering BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 198 Anthony Lomonico 2 Senior Inspector construction of new Express Lanes from NW 170th Street to south of Miramar Parkway including new ingress and egress points. Project requires the reconstruction of the I-75/Homestead Extension of Florida's Turnpike (HEFT) interchange to include 15 bridges to accommodate Express Lanes connections and implement new movements. Other project highlights include: Reconstruction of the I- 75/Miami Gardens Drive Interchange; replacement of the existing Bass Creek Road bridge deck; ITS improvements including fiber optic trunk line, CCTV cameras and Dynamic Message Signs; toll equipment gantries for the tolled HEFT movements; pre -cast noise walls with auger -cast foundations; asphalt milling, resurfacing and overbuild; drainage; roadway lighting; overhead sign structures; signing and pavement markings; traffic signalization and landscaping. Extensive coordination with three FDOT Districts, multiple municipalities and multiple communities. Inspector trainee duties included inspection of MOT, earthwork and sound wall installations and documenting contractor activities. $234 million Design -Build contract. Project Role: Senior Inspector Registration CTQP ID # L55201866 Qualified Stormwater Management Inspector # 29752 General Contractor Certified License # CGC 1505073 Roofing license # CCC1327160 SR 80 Labelle; 408286-6-52-01, 408286-5-52-01; Client: FDOT District 1; Reference: Tim Hendrix, PE, (239) 656-7800; 1107 Cromwell Ave, Rocky Hill, CT 06067; Cost: $58 million; Project Duration: 06/2017 to 12/2017 —a new construction of eleven miles of roadway including embankment, base, asphalt, turnouts, access roads, ponds, bridges, and box culverts. Analysis of designs, drawings, scopes of work, and proposals in the field. Scheduling of inspections, testing, and quality control with materials and methods. Project Role: Senior Inspector. SR 301 and SR 121/34th Street (FPID No 430554-1-52-01, 430547-1-52-01); Gainesville, FL; Client: FDOT District 2; Reference: Kevin Brown, PE, (386) 758-3722; 1109 South Marion Avenue, Lake City, Florida 32025-5874; Cost: $12 Million; Project Duration: 2014 to 2015 — Certified materials, supervised asphalt reports and placement of construction materials, reviewed and checked MOT devices and procedures, coordinated with FDOT, sub -consultants, in response to field changes and payment certification. Worked with and managed field inspector's/engineer trainees, in reference to operations including reviewing daily reports, as -built and quantities for field operation. Project Role: Senior Inspector. SR 80 Widening Project from Birchwood Parkway to Dalton Lane (FPID No 408286-3-52-01); FDOT District 1; Reference: Tim Hendrix, PE, (239) 656-7800; 801 N. Broadway Ave. Bartow, Florida 33830; Length: 5.5 miles; Cost: $14.7 million; Project Duration: 2012 to 2014 — This $14.7 million project involves approximately 5.5 miles of roadway from an existing two-lane rural section to a four -lane urban typical section. My responsibilities included inspection of drainage; roadway; sidewalks/ADA improvements; curb & gutter; utility adjustments; milling and asphalt paving operations, MOT and signing and pavement markings. widening and paved shoulders, reconstruction side slope embankments, full depth reconstruction, milling and resurfacing including ramps. Responsibilities have included structural concrete testing for bridges, earthwork inspection and verification testing, drainage, subgrade, and roadway inspection, as well as, monitoring compliance with erosion control and permitted turbidity requirements. FDOT Project Manager: Tim Hendrix, (239) 656-7800. $14.7 million construction contract. Project Role: Inspector. SR 826 (Palmetto Expressway) at NW 58th Street Widening and Resurfacing (FPID No 249651-1-52-01); Client: FDOT District 6; Contact: Mikhail Dubrovsky, (305) 470-7400; 1000 NW 111th Ave, Miami, FL 33172; Cost: $15 million; Project Duration: 2000 to 2001 — Senior Roadway Inspector for roadway and bridge widening and reconstruction. Responsibilities include daily inspection of contractor's activities, and documentation of said activities. Responsible for the daily inspection of all soil erosion control devices, drainage, earthwork, lighting, signalization, micro -tunneling RCP under Palmetto Expressway and coordination with the District's Environmental Consultant. Responsible for the supervision of five roadway inspectors. Truman Avenue and Whitehead Project; Key West, FL; Client: FDOT District 6; Contact: Mikhail Dubrovsky, (305) 470-7400; 1000 NW 111th Ave, Miami, FL 33172; Length: 2 miles; Cost: $1,219,000; Project Duration: 1995 to 1996 — This project involved construction of a two-mile section of roadway at Key West Mile Marker 1. Responsibilities included inspection of earthwork, drainage wells, 15", 30", and 48" RCP storm drainage pipes, conflict structures, 56" wells, MOT, record keeping and documentation along with public safety in a heavy tourist section. I surveyed public property including encroachments from the private sector and commercial sector that encountered easement adjustments affecting ADA sidewalks and driveways. Project Role: Concrete and earthwork inspector. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 199 Alejandro Salas, PE Structural Engineer -Inspections Mr. Salas has over 25 years of professional experience in industrial, commercial, and residential structural projects. He has designed steel and reinforced concrete structures, worked on pre- cast concrete structures, masonry walls and steel joists. He has been responsible for field inspection of concrete and steel structures, conducted structural analysis and submitted contract documents. His expertise also includes wind load analysis, lateral stability analysis and roof strap analysis. Mr. Salas has worked in projects for county and state authorities, universities, hospitals, and transportation departments, among others, including structural work for Miami's port and airport facilities. His versatility and proactive attitude allow him to address and resolve work situations. West Miami Recreational Facility, West Miami, FL. Structural Engineer Project Engineer responsible for the structural design and site inspection of a new 5000 sf recreational center within the City park. City of West Miami Juan Pena, (305) 266-4214, 2018, Const. $1.5M-Fee: $100,000 City Hall Remodeling and Addition, West Miami, FL. Structural Engineer Project Engineer responsible for the structural site inspections for the remodeling and addition design for the City Hall, including a new exterior CBS wall for an office which was formerly a fire station. City of West Miami Juan Pena, (305) 266-4214, 2018, Const. $800,000-Fee: $100,000 City of Miami, Capital Improvements Program, FL Structural Engineer. Mr. Salas was responsible for wood deck design. retaining wall design, concrete deck design, boat hoist foundation and field inspections. Some of the tasks included: • Morningside Park (Miami) -Jose Caldeira, 305-416-1290 • Southside Park (Miami) -Keith Ng, 305-416-1298 • Dinner Key Marina (Coconut Grove) -Nelson Cuadras, 305-416-1254 Dates: 2018-2019, Value: $1.2M (Est.) Monroe County, Public Works/Engineering Division, FL. Structural Engineer. Mr. Salas was responsible for the racquetball court design, masonry wall design wall foundation design, covered shelter foundation design and structural site inspections. Monroe County, Judith Clarke: (305) 295-4329, Dates: 2017, Const. $800,000-Fee: $100,000 Oleta River State Park Campground, Fort Lauderdale, FL. Structural Engineer The project was for the design and permitting of this park improvement project consisting of 30 recreational vehicle sites, 10 tent camping sites, and two new bathhouses. The project also has a 1/2- mile paved entrance roadway, new water mains, sanitary sewer pump station, and site amenities to serve the campground. FDEP CB Hewitt, (850) 245-2798, Dates: 2015-2018, Const. TBD-Fee: $90,000 TYLIN INTERNATIONAL YEARS OF EXPERIENCE 25 PROFESSIONAL REGISTRATIONS Professional Engineer, Florida, #74789 EDUCATION BS in Civil (Structural) Engineering, Universidad Central de Venezuela, 1994 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 200 T Ron DeSantis, Governor r fr -__ f 7J: ,.; S#' FBPE "~. il��,l" = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES r ,r — f s III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS 1 (''-t;'I ISALAS, yA la, *.. IF 4j�,1 -` 5r ALEJANDRO 6500 SW MIAMI Y t I/& 72ND L;fr+ir FL ST. 33143 ,., • f �� air& �.`Iwo .. ., : i *R f LICENSE NUMBER: PE74789 ■ F • 4 1;5113: T. ■ • o. • EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Black & Veatch Corporation Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) REQUIRED PERSONNEL Danny Chadwick, CPE Kansas City, MO Marcello D'Andrea, PE (BCC) Miami, FL Cost Estimator FL (1.4-000832-0811) Cost Estimator FL (78421) Roberto Santiago, PE Orlando, FL Scheduler FL (83928) RFQ-QSC Revised 7/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 202 Danny Chadwick, CPE CONSTRUCTION MANAGEMENT- COST ESTIMATOR Mr. Chadwick has extensive experience in managing and estimating new construction and renovations from concept to completion. He is proficient in construction document development, interpretation, and has developed and implemented budgets; organized subcontractors and ensured cost-effective materials procurement; and negotiated subcontracts and material contracts. Mr. Chadwick can coordinate all aspects of projects including bid preparation/analysis for site development and building construction. PROJECT EXPERIENCE SWA Palm Beach County; Waste to Energy; West Palm Beach, FL; 2011 - 2015 Project Estimator. Responsible for the structural and architectural estimating for this contract. Project was design build based on the owner's parameters. Role included attending various meetings to present cost estimates to the stakeholders on varying design concepts and provide cost insight for proposed design changes. The facility has the operational capacity for solid waste processing of 3,000 tons per day. The 3,000 tons per day is achieved utilizing 3 solid waste process lines. The project consisted of the processing building, ash management building, maintenance building, educational facility building and a skybridge walkway that facilities a walking tour of the processing building. Project total value: $120M Client Address: 7501 North Jog Road, West Palm Beach, FL 33412 Client Contact: Ramana Kari, rkari@swa.org, 561-640-4000 Orlando International Airport; South Terminal APM Station/Garage C; Orlando, FL, 2015 — 2017 Lead Project Estimator/Budget Development. Responsible for leading the estimating staff to develop the budget for the South Terminal APM/Garage C complex from concept through 90% budget effort. After budget development led the estimating team as the on -site liaison for Orlando International Airport through Cost Management Inc. to track project scope and develop estimates for said scope. Additionally, reviewed and prepared reconciliation change request estimates submitted by contractors and sub- contractors. Project total value: $1.2B Client Address: 158 Terra Mango Loop, Suite B, Orlando, FL 32835 Client Contact: Ganesh Jaiwon., BCEE, PMP, gj@cminc.biz, 407-293-4168 Bedford Regional Water Authority; Smith Mountain Lake WTP & Pipeline; Bedford Va. 2016 — 2018 Project Estimator. Estimated cost and helped prepare the GMP for $23 million water treatment plant, pump station and 23-mile pipe line. Project total value: $23M Client Address: 1723 Falling Creek Road, Bedford, VA Client Contact: Brian Key, b.key@brwa.com, 540-586-6091 OFFICE LOCATION Kansas City, MO EDUCATION BS, Construction Technology, Murray State University PROFESSIONAL REGISTRATION Certified Professional Estimator, #1.4-000832- 0811, Florida Certified General Contractor License, 2011 YEAR CAREER STARTED 1977 YEAR STARTED WITH B&V 1977 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 203 American Society of Professional Estimators ?'his is to certify that Danny Chadwick, CFI .ifaving given satisfactory evidence of the necessary qualifications as required 6y the Cert f ing Body of the American Society of Professional -Estimators has achieved the highest fever of recognition as a Certfled Professiona(Estimatvr qn the Disc Aline of General Estimating Knowledge 1.4 General Construction Certification Committee Chairman Melvin D. Cowen, CPE National President CPE Number 1.4-000832-0811 CPE Original Grant Date 24 August 2011 Cycle End Date 12/31/2020 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 204 Marcello D'Andrea, PE Estimator Mr. D'Andrea has 26 years of construction experience specializing in the area of Construction Engineering and Inspection (CEI) on various Florida Department of Transportation (FDOT) and Municipalities. Additionally, Mr. D'Andrea has over five years of commercial diving experience performing underwater construction, maintenance, and inspection of piers, pipelines, pilings, and underwater cooling systems for energy plant generators. Mr. D'Andrea is completing his assignment as CSS on the Campbell Drive Interchange Improvement project where he also assisted the Project Administrator coordinating contractor activities, management of the CEI inspectors, field inspections, and coordinating with local agencies and businesses. Project Experience UAZ 124 — Bid Pack 2; Broward County, FL; Client: Broward County Water & Wastewater Services; 2555 W Copans Rd, Pompano Beach, FL 33069Reference: Carlton Harris, Project Manager, (954) 831-0907; charris@broward.org; Project Cost: $10 million Project Duration: 11/2010 to 01/2012 — Senior Inspector providing Construction Engineering and Inspection services for this project involving sewage system installation, water main installation, road reconstruction and neighborhood beautification. Project Role: Engineering Inspector / Estimator. NW 21st Avenue from NW 19th Street to Oakland Park Boulevard; Broward County, FL; Client: Broward County Highway Construction & Engineering Division; 1 N University Dr, Plantation, FL 33324; Reference: (Broward County PM) David Huizenga, (954) 577-4597; dhuizenga@broward.org; Project Cost: $8.5 million; Project Duration: 0812009 to 01/2011 — Engineering Inspector providing CEI services for this project involving the reconstruction of the existing three -lane facility, including new bike lanes, sidewalks, 8-inch ductile iron (DIP) water main, 6-inch force main, drainage system, street lighting, upgrading of the signalization system, landscaping, irrigation system and pavement markings. Project Role: Engineering Inspector/ Estimator. Pine Island Road (Oakland Park Boulevard to Commercial Boulevard); Broward County, FL; Client: Broward County Highway Construction & Engineering Division; 1 N University Dr, Plantation, FL 33324; Reference: (Broward County PM) Waleed El Eid, (954) 577-4558; weleid@broward.org; Project Cost: $17.2 million; Project Duration: 11/2008 to 0712009 — As an Engineering Inspector, provided CEI services for the reconstruction and widening of 2.0 miles of a major north -south arterial in Broward County. Project scope included new drainage system, street lighting, signalization, and asphaltic concrete pavement. Project Role: Engineering Inspector/ Estimator. Sheridan Street (NW 196th Avenue to NW 172nd Avenue); Broward County, FL; Client: Broward County Highway Construction & Engineering Division; 1 N University Dr, Plantation, FL 33324; Reference: (Broward County PM) Waleed El Eid, (954) 577-4558; weleid@broward.org; Project Cost: $7.7 million; Project Duration: 01/2007 to 12/2008 — Roadway Inspector providing CEI services for the reconstruction of 2.1 miles of Sheridan Street, from west of NW 196th Avenue to east of NW 172nd Avenue in western Broward County. Inspected earthwork, drainage, asphalt paving, traffic signals, street lighting, signing and pavement markings and prepared daily construction reports, in addition to maintaining the density logbook. Project Role: Roadway Inspector / Estimator. Sunrise Boulevard (Hiatus Road to Pines Island Road); Broward County, FL; Client: Broward County Highway Construction & Engineering Division; 1 N University Dr, Plantation, FL 33324; Reference: (Broward County PM) Waleed El Eid, (954) 577-4558; weleid@broward.org; Project Cost: $11 million; Project Duration: 06/2007 to 10/2008 — Roadway Inspector providing CEI services for the widening, milling and resurfacing of 1.75 miles of Sunrise Boulevard, from Hiatus Road to Pines Island Road. Duties included roadway inspection to ensure conformance with the plans and specifications, quality assurance, quantity computation for interim and final estimates, and preparation of daily construction reports and weekly summary of construction activities. Project Role: Roadway Inspector / Estimator. AET Phase 5C, Turnpike Mainline, North of Sawgrass Expressway to South of Lantana Toll Plaza (FPID 429339-4-52-01); Palm Beach County, FL; Client: Florida's Turnpike Enterprise; 65 Florida's Turnpike, Pompano Beach, FL 33069; Reference: Jaime Gomez, (954) 934-1131; jaime.gomez@dot.state.fl.us; Project Involvement: 7/2019 to Present — Project Administrator for • Years of Experience 26 Years of Post Registration Experience 5 Work History BCC Engineering, LLC (Miami) 2013 — Present EAC Consulting, Inc. 2008 — 2012 Diving Technologies Ltd. 1999 — 2004 Nadine Isaacs Architects 1994 —1999 Education BS Civil Engineering, 2007 Florida Atlantic University Registration Professional Engineer Florida No. 78421, 2015 Certifications CTQP Training ID No. D536544762610 IMSA Traffic Signal Technician — Level I CTQP Asphalt Paving — Level 2 CTQP Concrete Field Technician — Level 1 & 2 CTQP Earthwork Inspection — Level 1 & 2 CTQP Final Estimate — Level 1 &2 CTQP QC Manager CTQP Pile Driving Inspection CTQP Drilled Shaft Inspection CTQP MSE Wall Inspector CBT CTQP Augercast Pile Inspector CBT Nuclear Safety Certification ACI Concrete Field Testing Technician — Grade 1 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 205 Marcello D'Andrea, PE 2 Contract Support Specialist the AET Phase 5C Cashless Implementation project. This project includes the complete Cashless conversion of the Tumpike Mainline to an All Electronic Toll (AET) collection system. The overall AET conversion scope includes: milling and resurfacing, road widening including base work, drainage improvements, concrete barrier wall, curb & gutter, lighting, highway signing, guardrail, ITS facilities, toll facilities and other incidental construction on SR 91 (Turnpike Mainline) from North of Sawgrass Expressway (MP 75) to South of Lantana Toll Plaza (MP 88) for 13 miles in Palm Beach County. Conventional Low -Bid, Project Cost $19.5 million. Project Role: Project Administrator / Estimator. AET Phase 5A, Tumpike Mainline, 1-595 to South of Lantana Toll Plaza (FPID 429339-1-52-01); Broward & Palm Beach Counties, FL; Client: Florida's Turnpike Enterprise; 65 Florida's Turnpike, Pompano Beach, FL 33069; Reference: Jaime Gomez, (954) 934-1131; jaime.gomez@dot.state.fl.us; Project Involvement: 7/2019 to Present — Project Administrator for the AET Phase 5A Cashless Implementation project. This project includes the complete Cashless conversion of the Turnpike Mainline to an All Electronic Toll (AET) collection system. The overall AET conversion scope includes: milling and resurfacing, road widening including base work, drainage improvements, concrete barrier wall, curb & gutter, lighting, highway signing, guardrail, ITS facilities, toll facilities and other incidental construction on SR 91 (Turnpike Mainline) from 1-595 (MP 54) to South of Lantana Toll Plaza (MP 88) for 34 miles in Broward & Palm Beach Counties. Conventional Low -Bid, Project Cost $20.5 million. Project Role: Project Administrator Engineering Inspector / Estimator. Construction of Ramps from Campbell Drive to Northbound HEFT (FPID 435462-1-52-01); Miami -Dade County, FL; Client: Florida's Turnpike Enterprise; 65 Florida's Turnpike, Pompano Beach, FL 33069; Reference: Jaime Gomez, (954) 934-1131; jaime.gomez@dot.state.fl.us; Project Involvement: 10/2016 to 05/2019 — Contract Support Specialist for the widening of the Homestead Extension of Florida's Turnpike (HEFT) Mainline at the Campbell Drive (SW 312th Street) Interchange. This project includes a new one -lane northbound HEFT on -ramp from westbound Campbell Drive, widening the existing single -lane southbound HEFT off -ramp to two lanes, widening the Mainline HEFT to accommodate new acceleration and deceleration lanes to the ramps, milling and resurfacing, replacement of cable bafflers with guardrail, roadway lighting, drainage improvements, Intelligent Transportation System (ITS) modifications and new signing and pavement markings including two new cantilevered sign structures. Structural improvements include replacement of all existing bridge railing barriers and new pre -cast (post -and -panel) sound walls throughout the project. Campbell Drive improvements include widening, milling and resurfacing, new signal mast arms, signing and pavement markings and new concrete sidewalks. Extensive coordination with FTE Traffic Management Center and P10, The City of Homestead, and Miami -Dade County Traffic Signals. Low -Bid Design Build, Project Cost $15 million. Project Role: Contract Support Specialist Engineering Inspector/ Estimator. Widen HEFT from SW 216th Street to North of Eureka Drive; Miami -Dade County, FL; Client: Florida's Turnpike Enterprise; 65 Florida's Turnpike, Pompano Beach, FL 33069; Reference: Pacifico Castillo, (954) 444-8050; pacifico.castillo@dot.state.fl.us; Project Involvement: 12/2014 to 07/2016 — Roadway/Bridge Senior Inspector on the 2.404-mile long widening of the HEFT Mainline from SW 216th Street (Hainlin Mills Drive) to SW 184th Street (Eureka Drive). Improvements include mainline roadway widening (earthwork and asphalt pavement), stormwater drainage, the construction of one new bridge, the widening of 11 existing bridges, traffic signalization, roadway lighting, Intelligent Transportation Systems (ITS), and overhead truss and cantilever sign structures. Inspection and documentation duties include pile driving; reinforcement, forms and concrete placements for spread footings, pile caps, columns, pedestals, and pier protection walls; earthwork; density log book; roadway lighting; signalization; and ITS. Project Cost: $40.9 million. Project Role: Senior Roadway/Bridge Senior Inspector Engineering Inspector / Estimator. All Electronic Tolling Phase 4A (FPID 415462-2-62-01; Contract C-9704); Miami -Dade and Broward Counties, FL; Client: Florida's Turnpike Enterprise; 65 Florida's Tumpike, Pompano Beach, FL 33069 Reference: Jaime Gomez, (954) 934-1131; jaime.gomez@dot.state.fl.us; Project Involvement: 07/2013 to 12/2014 — Senior Roadway Inspector provided inspection services for the conversion of the Golden Glades Mainline Toll Plaza on the Tumpike Mainline Spur to an AET facility. Cash collection was removed and tolling shifted to a new Signature Gantry Toll Equipment Structure and pre -fabricated toll equipment building. Improvements included complete demolition of the existing toll plaza, roadway reconstruction, and asphalt milling, resurfacing, and overbuild to straighten the mainline alignment. The project also widened the existing Northbound HEFT to Northbound Turnpike Mainline ramp to two lanes and constructed a new tolled two- lane Southbound Mainline Turnpike to Westbound Hollywood Boulevard Off -Ramp. Structural improvements included drilled shaft foundations for the Signature Gantry and ten overhead truss and cantilevered sign structures, a 2,100-foot long MSE wall for the new Off -Ramp, and a 180- foot long 24-inch diameter jack and bore beneath the Mainline Turnpike. Roadway widening and reconstruction activities at all three sites include: earthwork construction; asphalt milling, resurfacing and overbuild; drainage including numerous large drainage structures with 48-inch and 54- inch diameter piping; lighting; ITS fiber and devices; signalization; and signage. Extensive coordination with FTE's Office of Tolls, Facilities, Traffic Management Center, Toll Plaza Managers and Regional Manager, FDOT District 4, and Broward County Traffic Engineering Project Cost: $20 million. Project Role: Senior Roadway Inspector Engineering Inspector / Estimator. BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 206 T Ron DeSantis, Governor r fr -__ f 7J: L. S#' FBPE il�,l" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES �e,r .� III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS R RR et/ 1'01 Di.N 'w vit*;ll,'' DREA, PALMETTO 17600 . MARCELLO SW BAY 91ST a r� AVE. FL 3315 DAVI ` w �, 0 R R ' DE . ,•� • f LICENSE NUMBER: PE78421 • • r� ■ o. , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Roberto Santiago, P.E. CONSTRUCTION MANAGEMENT -SCHEDULER Roberto Santiago is a Professional Engineer certified by the Puerto Rico Department of State and the Florida Board of Professional Engineers with 13 years of experience. He has a Bachelor of Science in Civil Engineering from the University of Puerto Rico at Mayaguez, a university accredited by the Middle States Commission on Higher Education. Throughout his career he has worked on a wide range of water resource projects, solar energy and housing projects. His first four years of experience were mainly in construction. He has acquired relevant experience in the pre -construction process as an employee of one of the top Architecture, Engineering, and Planning firms in Puerto Rico. However, his experience covers the complete life cycle of projects. As a Civil Engineer at Black & Veatch his main objective is to deliver projects with the required quality, with the least amount of resources, in the least amount of time and in the safest way, which, at the end of the equation, converts into the least amount of investment and higher client satisfaction. PROJECT EXPERIENCE Puerto Rico Aqueduct and Sewer Authority I Capital Improvement Program Management 12010 — 2015 Project Scheduler. Served as the Owner's project CPM Scheduler. Role included evaluating the baseline CPM schedules, updating CPM schedules, and time impact analysis on the CPM schedules submitted by the construction contractors to ensure that they are in compliance with the requirements of the Contract General Conditions. He developed the Construction Progress S-Curve and Earned Value templates used for Project Key Performance Index (SPIs and CPIs) reporting. Service is provided to the Capital Improvement Projects of the Puerto Rico Aqueduct and Sewer Authority's Infrastructure Division. Project total value: $250M Client Address: 604 Avenida Barbosa, Edif. Sergio Cuevas Bustamante, Hato Rey PR Client Contact: Jose J. Rivera, PE, jose.rivera3@acueductospr.com, 787-717-88-58 Miami Dade Water and Sewer Department I ST-2D SWWTP Electrical Distribution Building 3 12017 — Present Project Scheduler. Lead Project Scheduler in charge of the preparation of the Baseline Resource Loaded Schedule, S Curve and subsequent Monthly Progress Schedule updates. Monthly Progress Schedule updates included calculation of Earned Value, Schedule Performance Index, Cost Performance Index and Earned Value projections. Role also included re -baseline and re -distribution of earned value when contract amendments were incorporated. Project total value: $9.82M Client Address: 3071 SW 38th Avenue Miami, Florida Client Contact: James Ferguson, James.Ferguson@miamidade.gov, 786-552-8756 Miami Dade Water and Sewer Department I SL-2.1 Design and Permitting of SP-1 Transmission Force Main Phase 3 12017-2018 Project Scheduler. Lead Project Scheduler in charge of the preparation of the Baseline Resource Loaded Schedule, S Curve and subsequent Monthly Progress Schedule updates. Monthly Progress Schedule updates included calculation of Earned Value, OFFICE LOCATION Orlando, FL EDUCATION BS, Civil Engineering, University of Puerto Rico Mayaguez Campus, 2006, Puerto Rico (U.S.) PROFESSIONAL REGISTRATION PE — 2017, FL, 83928 PE — 2011, PR (U.S.), 22520 PROFESSIONAL ASSOCIATIONS College of Engineers and Land Surveyors of Puerto Rico Florida Board of Professional Engineers YEAR CAREER STARTED 2006 YEAR STARTED WITH B&V 2014 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 208 Schedule Performance Index, Cost Performance Index and Earned Value projections. Role also included re -baseline and re- distribution of earned value when contract amendments were incorporated. Project total value: $1.83M Client Address: 3071 SW 38th Avenue Miami, Florida Client Contact: James Ferguson, James.Ferguson@miamidade.gov, 786-552-8756 Miami Dade Water and Sewer Department 1 CT-2 CDWWTP Tertiary Filtration Pilot Test and Effluent Pump Station Evaluation 1 2018 — 2019 Project Scheduler. Lead Project Scheduler in charge of the preparation of the Baseline Resource Loaded Schedule, S Curve and subsequent Monthly Progress Schedule updates. Monthly Progress Schedule updates included calculation of Earned Value, Schedule Performance Index, Cost Performance Index and Earned Value projections. Role also included re -baseline and re -distribution of earned value when contract amendments were incorporated. Project total value: $1.2M Client Address: 3071 SW 38th Avenue Miami, Florida Client Contact: James Ferguson, James.Ferguson@miamidade.gov, 786-552-8756 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 209 T Ron DeSantis, Governor Halsey Beshears, Secretary dr: i V4 A f�ti• r�y'. Florida DEPARTMENT OF BUSINESS BOARD THE PROFESSIONAL PROVISIONS tf — 4f eir,--'44111161 SANTIAGO, ii OF OF W STATE I ENGINEER N OF AND PROFESSIONAL HEREIN CHAPTER - "=---- V— 13244 LONGACRE D E RM E RE FLORIDA PROFESSIONAL 471, 7= ..14144- ROBERTO _ FLORIDA FL IS DR ENGINEERS LICENSED - --= 34786 REGULATION UNDER THE STATUTES —4411.11L A. -R f. i R II .f I t ir � al �-aft.. F .i e_1 R R s — • 1 LICENSE NUMBER: PE83928 , • . L 1 .4. EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com • ' Do not alter this document in any form. y • . ' al . • • This is your license. It is unlawful for anyone other than the licensee to use this document. City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / Subcontractors BCC Engineering Miami, FL T.Y. Lin International Group Black & Veatch Corporation Office Location (City, Scope of Work License No. State) See (1) below CA7184 N/A Coral Gables, FL See (2) below CA2O17 N/A See (3) below CA63O4 N/A See (4) below CA4877 N/A See (5) below N/A N/A Certification(s) Bermello Ajamil & Partners Miami, FL Moffatt & Nichol Miami, FL Corvias Group Lanham, MD (1) Roadways; Public Safety; Sea -Level Rise, and Flood Prevention. (2) Public Safety; Affordable Housing; Roadways. (3) Parks and Cultural Facilities; Public Safety; Affordable Housing; and Public Relations. (4) Sea -Level Rise and Flood Prevention; and Roadways. of Work 15 15 15 10 5 (5) Workforce Development Programs; Capital Structure and Leverage Program; Sources of Matching Funds; and Community -Based Partnerships. RFQ-QSC Revised 7/31/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 211 PROPOSED TEAM ORGANIZATION CITY OF VIAVI Principal Rafael Frias III, PE Lead Program Manager Arturo Burbano, PhD, PE, PMP Senior Program Manager George Joyce, PE, PMP PRE -CONSTRUCTION MANAGEMENT PROJECT MANAGERS Civil/Environmental/ Stormwater/Sea Level Rise Ricardo Vieira, PE Charles Moseley Abbie Wilson, PE 0 Roadway/Right of Ways/ Traffic Control Richard Burgess, PE 0 Francisco Alonso, PE 0 Parks & Recreation/Administration/ Public Vertical Facilities Steven Pynes, AIA 0 ARCHITECTS Administration/Public Vertical Facilities Dennis Trupka, RA, NCARB Dennis Blashke, AIA, NCARB 0 James Bowers, AIA, NCARB, LEED AP 0 Sergio Pendas, AIA, LEED AP 0 CIVIL, STRUCTURAL, AND MEP ENGINEERS Parks & Recreation Kirk Olney, RLA 0 Civil Coastal/Civil Olena Lytvyn, PE Tim Blankenship, PE 0 Mike McGee, PE Colin Henderson, ENV SP 0 Jose Lopez, PE, PMP 0 Shari Ramirez, PE, ENV SP, TTCP 0 Structural Brad Vanlandingham, PE Christian Aquino, PE 0 Nicole Pauly, PE 0 MEP David Russell, PE, LEED AP 0 Enrique Sosa, PE 0 Charles Harbin, PE 0 CONSTRUCTION MANAGEMENT CONSTRUCTION MANAGERS Civil/Environmental/ Stormwater/Sea Level Rise Tom Raihl, PE Daniel Torres, PE Roadway/Right of Ways/ Traffic Control William Garcia, PE 0 Jose Nessi 0 Parks & Recreation/Administration/ Public Vertical Facilities Saul Suarez, RA 0 CEI SERVICES SPECIALISTS Civil/Environmental/ Stormwater/Sea Level Rise Kevin Cevallos, PE Louis Vitone Brian Shaw, PE 0 COST ESTIMATOR AND SCHEDULER Cost Estimator Danny Chadwick, CPE Marcello D'Andrea, PE 0 ADDITIONAL RESOURCES AND SPECIALISTS Constructability Joe Stromwall, PE Value Engineering James Sullivan, RA, NCARB, ENV SP Walt Reigner, PE Mark Wilson, PE Governmental & Historic Facilities James Sullivan, RA, NCARB, ENV SP Regulatory Permitting Steve King, PE Code Requirements/Miami 21 Olena Lytvyn, PE Pipelines & Trenchless Technologies Ricardo Vieira, PE Hydrology & Hydraulics/Stormwater Modeling/Water Quality Noosha Mahmoudi, PhD, PE Beth Quinlan Community Based Partnerships Greg Canito 0 Bruce Allender Public Relations Tere Garcia 0 Resiliency & Adaption Specialist Lynette Cardoch, PhD 0 Environmental, Health &Safety Hollie Medlin, CSP Graphic Designer/CAD/GIS Matt Deeken Brian Lendt Roadway/Right of Ways/ Traffic Control Anthony Lomonico 0 Parks & Recreation/Administration/ Public Vertical Facilities Alejandro Salas, PE 0 Scheduler Roberto Santiago, PE SUBCONSULTANT KEY O BCC Engineering O T.Y. Lin International Group O Bermello Ajamil & Partners 0 Moffatt & Nichol © Corvias Group BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 212 B. Design Philosophy and Technical Capabilities Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.B of the RFQ. Additional pages may be added as necessary. PHILOSOPHY & PROCESS The City of Miami will benefit from Black & Veatch's proven experience supporting municipalities in the delivery of CIPs through staff augmentation services by having access to a team that will seamlessly integrate with City staff and always look after the best interests of the City. Black & Veatch is excited to partner with the City of Miami and engage our best project and construction management professionals from project planning through commissioning. Our Design Philosophy and Process are based on a commitment to provide the City with professionals that will serve as an extension of City staff to successfully deliver it's CIP. For this, we will provide the City with technical resources that have relevant experience delivering projects similar to the ones the City will deliver under this Program. Our design philosophy is based on partnership; we stand for quality engineering, integrity, and doing our best for our Clients. The design philosophy and process that will be followed by our program management team focuses on providing the City the following technical support in three key phases: • Pre -Construction - ensures projects meet their required technical criteria. • Construction - ensures projects are completed according to construction and CIP schedule and with minimum change orders. • Post -Construction - ensures successful closure, startup, and documentation of projects. PRE -CONSTRUCTION The Pre -Construction phase involves the technical support required during the entire life cycle of a design project, from concept through completion and bidding, to ensure that each project will be designed according to the required design criteria and City expectations. This phase will provide the City with Safety, Quality, Operations Perspective, Innovation, Optimization, and Sustainability for environmental compliance and optimum project performance, as illustrated in the Components of Every Project figure on the following page. RFQ-DPP Revised 3/22/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 213 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.13 of the RFQ. Additional pages may be added as necessary. Designs that result in consistent environmental permitting compliance by staying ahead of regulations. Optimization of Operations Q We will not only get it right, but we'll also optimize the Utility's operations. Sustainable Planning and Design CI Sustainable designs that provide "tipple -bottom line" benefits — Envision. 0 Prevention T rough Design COMPONENTS OF EVERY PROJECT Designs with O&M hazards in mind to ensure safety of operators. CI Design for Operations Designs that are operator - friendly, facilitate maintenance and minimize complexity. 0 Beyond BIM Utilize BIM (3D Models of Projects) to improve project quality, efficiency and risk. 0 Robust Quality Management System An ISO 9001-compliant QMS that promotes consistent design, construction and commissioning quality. Prevention through Design (PtD) - This includes consideration of design elements for enhanced operational safety of facilities. The Black & Veatch PtD process will provide the City with a systematic assessment of potential operational and maintenance (O&M) hazards, and develops cost effective hazard mitigation plans that can be applied by designers during the design process, thereby decreasing the cost of operations and increasing the safety performance over the life of the project. Design for Operations - We never forget that the project does not end once design is finalized or even when a facility is constructed. For a project to be successful, the operators must be able to work with the system as intended without having to deal with operational difficulties or reliability issues. Thus, we have developed an approach to facilitate designs that are operator -friendly, maximizing maintainability and operability while minimizing unnecessary complexity. Value Engineering and Constructability reviews are performed to increase technical performance, operational efficiencies and resilience, reduce construction and life -cycle cost, and ensure the infrastructure are constructable, as designed. Beyond BIM: Black & Veatch BIM+ - Building Information Modeling (BIM) is the process of creating and using digital models for design, construction, and operation of projects. Over the last decade, Black & Veatch has customized a BIM process to support the unique design aspects of infrastructure facilities. RFQ-DPP Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 214 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.B of the RFQ. Additional pages may be added as necessary. Black & Veatch's BIM+ approach combines the people, technology, and innovative design processes required to address the City's unique needs and concerns. BIM+ is fully integrated into the design process and the source of our design deliverables. This approach allows us to share and leverage information at each stage of a project, improving project quality, efficiency, and reducing risk. A Robust Quality Management System (QMS) — The Black & Veatch QMS, based on ISO 9001:2008 Quality Management System Requirements, addresses all elements of the standard to consistently achieve City requirements as well as the codes, standards, contracts, drawings, and objectives that are applicable to the project. The QMS directs, controls, and monitors our business processes, including the engineering, procurement, construction, and commissioning services we'll deliver to the City. Our QMS is documented in an interactive online manual referenced by all team members and includes detailed policies, processes, procedures, and work instructions to foster a common understanding of work expectations. The QMS also provides feedback for continual improvement of our operational processes and project execution. Sustainable Planning and Design — Each step of the way, Black & Veatch is committed to evaluating planning and design decision -making to provide energy -efficient and sustainable solutions that are justifiable across a "triple bottom line" (TBL) of life -cycle economics, people, and the environment. TBL benefits: people, environment, and financials. Permitting Assistance — Black & Veatch's permitting and regulatory compliance services provide a comprehensive approach to achieving compliance with all City projects delivered under this Program. We look at current regulations specific to each federal, state, and local agency (including Miami 21) and also monitor legislative and judicial developments that may impact the way projects may be impacted or reviewed by agencies. CONSTRUCTION The Construction phase starts when the bid is awarded and the City releases the Notice to Proceed to the contractor. Construction brings unique challenges requiring a specific set of skills to execute, coordinate, and drive Program projects to completion. The Black & Veatch team provides the City with technical experts who understand how projects will be built and construction management professionals to effectively handle potential issues during construction and startup. The City of Miami will benefit from Black & Veatch's extensive experience designing and constructing infrastructure projects, our lessons learned managing construction projects, and our focus on Critical Success Factors, illustrated in the figure on the following page. RFQ-DPP Revised 3/22/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 215 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.B of the RFQ. Additional pages may be added as necessary. Project Management • Communication; CM will take a hands-on role for project management. • Efficiency; Our team has completed many similar projects and we know how to manage project delivery. • Urgency; Close-out activities will start on day one of construction. • 111 Communication/ EHS Management Scope Management Risk Management Responsiveness • Black & Veatch's • Our CA & CM's are • Utilize the Risk register • Effective corporate commitment to committed to "knowing the to track, identify, and communication is the safety is a differentiator. contract documents better mitigating risks. cornerstone to a well -run Our safety record is than the Contractor". • Use the Risk project. reflective of our strong • Effective schedule Management Plan to • Clear expectations for safety culture management is a strong mitigate negative and roles and responsibilities • Health & Safety of our cost management tool. maximize positive impacts. outlined in the PMP employees and Project • Our professionals are • Communicate changes in • Team members is the single familiar and adept with status to the Cityin a clear, Black & Veatch is an highest priority. p e-Builder certified partner Charlotte Water change concise, and timely fashion. and fully trained to manage • Identify safe and efficient management processes. • Track changes, update, PMIS work plans with critical • Advance project close and revise our CM Plan thinking and review out — During Construction • Bring lessons learned from performance EPC and Design -Build contracts to deliver safe, compliant, and operable facilities. Quality Management • Construction managers and inspectors understand their role is to protect the City from defects and deficiencies in the final work product. • CM team will regularly audit itself for QMP compliance. • Issue work off lists and non-conformance notifications as work is occurring • Hold Contractor(s) accountable to quality standards Schedule Management • Take active role in the review of each Contractor's baseline schedule. • Maintain record of owner versus contactor - caused delays. • Submit delay analysis, monthly, with the Project progress report. Budget Managemen • Independent cost and resource loaded CPM schedule will provide trends and forecasts to inform budget impacts. • We track, monitor, and report both risks and opportunities until closure. • Provide accurate engineer's estimates of construction costs and construction contract change orders packages to minimize review and processing times. • Inform the client of potential out of s ope work before it occurs. Operability • Early Partnering with Operations to understand constraints and build trust • Black & Veatch Operational Technology Group will coordinate Start-up • Construction Manager & inspectors have led many start-up efforts • • • • • • • BLACK & VEATCH CLAIM MANAGEMENT & MITIGATION Program Management Services for PRASA Black & Veatch's negotiations in the Design -Build Sludge Treatment System Improvements project: • Mitigated long standing Contractor claims • Achieved cost and time effective resolutions to all parties • Facilitated project continuation towards its regulatory compliance objectives. RFQ-DPP Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 216 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.13 of the RFQ. Additional pages may be added as necessary. These Critical Success Factors have been developed through years of design and construction management experience and guide our construction management activities. For example, for Anne Arundel County, Maryland, we are providing staff augmentation for construction management services on multiple ongoing projects with inspection and construction administration needs. A key to our success for this program has been our ability to provide experienced resources on demand and efficiently match our staffing levels to meet inconsistent demands of construction while managing the critical elements of effective construction management administration and inspection for the County. POST -CONSTRUCTION The Post -Construction phase starts upon a construction project achieving substantial completion and focuses on performing final construction, commissioning and project administration activities to successfully close all Program projects and turn them over to the City. The construction close out activities include the following: • Witnessing and documenting start-up, testing, and commissioning of individual components of an infrastructure project along with civil, structural, electrical, instrumentation and control, and mechanical examination of entire systems performance. • Obtaining all operational permits, certificate of equipment proper installation, and spare parts transfer, and recording of preventive maintenance forms upon completion of the testing, start-up, and commissioning of projects. • Assisting with the transfer of assets from the construction contractors to the City and coordinating for the beginning of any start-up activity by the contractor that may be required. • Coordinating and managing construction contract closeout activities, including final invoicing and claim reviews, release from insurance companies, notices of completion to regulatory and permitting agencies, releases from subcontractors, and any other document needed for closing. • Ensuring that all guarantees and warranties are obtained for all equipment and materials, and that they are properly transferred to the City. • Completing the Punch List and certifying projects Final Completion. "Tire Black & Veatch Leciiii loves wr at they do. It's very refreshing to see that every day when I visit a project, when I talk to them and when I meet with them. They are very passionate about their work, and they feel very important about being part of the PRASA team." - Former Executive Director of Infrastructure, PRASA RFQ-DPP Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 217 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.13 of the RFQ. Additional pages may be added as necessary. PROJECT UNDERSTANDING The City of Miami is in the process of delivering a large CIP of infrastructure projects in support of its Miami Forever Bond strategy. The strategy seeks to build a stronger and more resilient future for the City of Miami, alleviating existing and future risks to residents, while improving the economy, tourism, and the City's legacy. The Bond will fund a series of infrastructure projects that will transform the future of Miami by investing a total of $400 million in five key categories, which align with the City's most pressing needs: • Sea -Level Rise and Flood Prevention • Roadways • Parks and Cultural Facilities • Public Safety • Affordable Housing MIAMI FOREVER GENERAL OBLIGATION BOND To deliver these infrastructure projects, the City seeks a Program Manager to provide Citywide Program Management Support Services (CPMSS) that will manage, coordinate, and integrate multiple, concurrent projects, at specific stages from assignment through completion. The scope of services includes the following activities: • Program management consisting of project scoping, project/program scheduling, cost estimating, recommending optimal procurement strategies, and risk assessment. • Project initiation and program monitoring, controlling, and reporting. • Project/construction management throughout the project phases (planning, design, bidding, construction, closeout, and warranty related services. • Assisting the City with the procurement of architecture, engineering, and construction services. • Assisting the Office of Capital Improvements (OCI) in coordinating with outside agencies and construction inspection. • Providing professional and technical expertise, such as architectural and engineering services and construction administration, CADD operator, and construction inspector capabilities. • Providing program support services such as public relations, budgeting, permitting, and finance staff augmentation. • Performing value engineering and constructability reviews. Our proposed Design Philosophy and Processes will help ensure successful delivery of the required scope of services for this Program. RFQ-DPP Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 218 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.13 of the RFQ. Additional pages may be added as necessary. Miami Forever Bond The City is currently delivering Tranche 1 of the Miami Forever General Obligation Bond and is scheduled for emission of Tranches 2 and 3. Tranche 1 consists of implementing $329.5 million of infrastructure improvements, comprised of the following: • 29 localized projects • 6 citywide projects • 193 Sub -projects Tranche 2 is scheduled for emission during 2020 and consists of 35 projects valued at $70 million in the following infrastructure categories: • Park and Cultural Facilities • Public Safety • Affordable Housing Tranche 3 is currently under evaluation and its emission is scheduled for mid-2021. Tranche 3 will include infrastructure projects in the following categories: • Sea Level Rise and Flood Prevention • Roadways • Affordable Housing • Parks and Cultural Facilities Additional Capital Improvement Projects In addition to the Miami Forever Bond projects, OCI is currently delivering an additional 223 capital improvement projects, for a total of 252 projects ongoing. As the City prepares to for emission of Tranche 2, which comprises 35 projects, it will be delivering a total of 287 infrastructure projects. The current project delivery capacity of OCI is able to manage 162 of the 287 and, as a result, requires the support of a Program Management team to deliver the additional 125 infrastructure projects. The City will realize its vision of building a stronger, more resilient Miami by leveraging our team's comprehensive program management capabilities required to successfully deliver OCIs surplus of 125 infrastructure projects. We will do so by serving as an extension of OCI staff and always looking after the bests interests of the City. RFQ-DPP Revised 3/22/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 219 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.B of the RFQ. Additional pages may be added as necessary. CHALLENGES AND METHODOLOGY FOR RESOLUTION Common challenges encountered during the delivery of infrastructure programs and projects relate the following key management aspects: • Quality of resources to deliver the required scope of services • Quality of program deliverables • Program delivery performance • Level of communication To manage these challenges and provide resolution, Black & Veatch delivers its programs through a strong project delivery system supported by program management tools and services. A summary of program management challenges, tools we employ to provide resolution, and benefits to the City are provided in the table below. PROGRAM MANAGEMENT METHODOLOGY FOR RESOLUTION CHALLENGES BENEFITS TO THE CITY Ensuring Technical Excellence Delivering Projects on Schedule Delivering Projects on Budget • Engagement of Black & Veatch's global technical experts • Matching of Talent -to -Task for each City project • Leverage comprehensive capabilities of the team - Sea -Level Rise and Food Prevention, Roadways, Parks and Cultural Facilities, Public Safety, and Affordable Housing • Development of a resource -loaded Program schedule in Primavera P6 • Earned value reporting • Work breakdown structures • Proactive schedule management • Capital program forecasting • Value improvement programs - Community -Based Partnerships • Value engineering • Constructability reviews • Utilization of cost estimating database • Earned value reporting • Cost projections and cash flow • Access to world class engineering and construction resources in key project areas • High quality deliverables • Constructable projects • Access to a strategically - organized structure for the Program • Proactive planning and tracking all project events • Delivery of projects on schedule • Improved project quality and operating efficiencies • Cost accuracy • Value improvements • Proactive planned approach to cost controls • Project cost savings RFQ-DPP Revised 3/22/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 220 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.B of the RFQ. Additional pages may be added as necessary. • Black & Veatch's Quality Management System Providing Quality • QA/QC Definition Deliverables • QA/QC Manuals • QA/QC Reviews • Quality Field Inspections • High -quality deliverables • Long term durability and reliability of facilities • Improved quality of construction • Reduction in change orders • Fewer claims • Project controls and documentation Tracking and systems Documenting Projects • Documentation and program Management software - e-Builder • Rapid response to project issues and resolution • Increase City input and access to information • Information sharing for project stakeholders • No claims or litigation Proactive Communications • Collaborative information sharing • Web -based project management • Pubic information programs • Project data sharing • Increased project delivery value • Informed public • City Commission satisfaction • Quick resolution to project issues Communication is Key for Expedited Resolutions From experience, we have seen the wide-ranging benefits that a diverse team of professionals can deliver when they are empowered to communicate efficiently and work in concert toward a common goal. We will promote this concept by facilitating a partnering relationship with the Contractor and the City to maintain open and regular communications throughout the Program. For large or complex projects, this can be a formal partnering process or it can be more informal for smaller less complex assignments. Communication activities will include: • Initial team chartering with designers, construction management team, and OCI leadership to align project delivery, stimulate innovation, and encourage proactive thinking. • Conduct follow-up partnering sessions at regular intervals with construction contractors included when new bid packages are initiated and schedule regular construction progress meetings to review schedules and budgets to assess project status. • Implement and maintain e-Builder for efficient communications, correspondence, and access to project records. RFQ-DPP Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 221 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.13 of the RFQ. Additional pages may be added as necessary. e-Builder as a Program Management Tool for Resolutions The City has implemented e-Builder to manage the implementation of its capital projects. e-Builder will support the City in streamlining its existing processes in project and construction management with design professionals and contractors; providing a central platform to submit construction, design and compliance documents, as well as invoices and warranty documents. Black & Veatch has hands on experience with e-Builder, and has been administering Design and Construction projects through the e-Builder project management information system (PMIS) since 2003 when our Maryland client, WSSC (Washington Suburban Sanitary District), became the first utility to use e-Builder. Black & Veatch has entered into a partner agreement with e-Builder that provides advanced training to our experienced Document Controls staff on the implementation and customization of workflows and forms to facilitate efficient Program Management. All Black & Veatch team members proposed for this contract will receive e-Builder training and be familiar with e-Builder desktop and mobile interfaces. As the City of Miami continues to implement e-Builder to manage its CIP, Black & Veatch offers practical experience and familiarity with this system. We look forward to sharing our e-Builder lessons learned and will focus on key inputs such as approval authority and visibility for change management, construction budget, issue and risk management, access to plans, and specifications. Through our efforts partnering with the City, we expect OCI staff to get the most value out of e-Builder as the City integrates its use in project management operations. u r rr Qn lose, • ..,0.,••••• .u- a Fill Out Form Project Form Type: Author. Counter Neil. Prent LabanTest Engineer's Da.ty Report Paul Laban RFQ-DPP Revised 3/22/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 222 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. TECHNICAL CAPABILITIES & APPROACH The City will benefit from Black & Veatch's approach to Program management by successfully implementing a collective group of infrastructure projects delivered on time and within the Program's budget® Our Program management approach goes beyond the role of simple program oversight by helping the City deliver complete infrastructure solutions. We provide accountable program management professionals with proven experience meeting project challenges pro -actively and with excellent processes and tools. TECHNICAL CAPABILITIES As a leader in both the U.S. and world markets and one of the most diversified program managers, construction manager, and contractors in the industry, Black & Veatch offers a full spectrum of program and construction management services for the development of critical municipal infrastructure, including water, energy, telecommunications, and vertical infrastructure. Our seasoned professionals have extensive experience on capital programs of all sizes, complexity, and scope throughout the world. State-of-the-art technologies and world -class project management skills, combined with Black & Veatch's proven business consulting and industry -leading safety programs, help guarantee the City of Miami a Program delivered on schedule and within budget. We understand that each Program and client is unique, and that a "one -program -fits -all" approach never works. Therefore, Black & Veatch will customize our Program Management approach to the City's specific goal of building a stronger, more resilient future for Miami. We will work with the City to create the best blend of services, staffing and contractual delivery methods for every project. As each project develops, Black & Veatch will provide specialists to resolve issues that may arise, whether during concept through operation or startup. As an example, Black & Veatch is currently managing the following: • $5 billion in design -build, construction management and construction projects • $3 billion in construction management projects • 200 design-build/construction management and construction projects • 40 current construction management projects RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 223 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Black & Veatch's Program Management capabilities include the following: • Major Capital Program delivery from onset to completion • Staff augmentation for client support (manpower, technology, expertise, operations start-up, and O&M troubleshooting) • Management and technical concept design formulation • Pre -Construction design management dlack & Veatch is pleased to provide the City of Miami with a Program and Construction Management team that has the comprehensive technical capabilities required to successfully deliver all projects under this Program - both with horizontal and vertical infrastructure - and proven experience delivering projects for the City. Black & Veatch's Construction Management capabilities include: • As Agent or Advocate of the owner • As CM oversight for multiple projects • At Risk and For Fee • As bridging consultant for design -build project • CM Plus, which provides construction administration and project representation with a holistic approach to managing construction • Design/Build • As Contractor and full service provider • As bridging consultant for design -build delivery • Owner's Consultant For this Program, the City needs a combination of a Program Manager and Construction Manager to successfully implement its CIP, which comprises of the following critical City infrastructure: • Sea -Level Rise and Flood Prevention • Roadways • Parks and Cultural Facilities • Public Safety • Affordable Housing RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 224 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. PROJECT MANAGEMENT APPROACH The City of Miami will benefit from Black & Veatch's proven experience supporting municipalities in the delivery of CIPs through staff augmentation services by having access to a team that will seamlessly integrate with City staff and always look after the best interests of the City. Fast Start Mobilization We know from our evaluation of the City's 5-year CIP that OCI plans to implement a total of 416 projects and currently has the capacity to provide project management for 162 projects, resulting in the need for additional project management support for the implementation of the remaining 254 projects over the next five years. This is an robust CIP with an ambitious schedule and the City would benefit from Black & Veatch's focused, integrated Program management efforts for a rapid mobilization. Led by our Lead Program Manager, Dr. Arturo Burbano, PE, PMP, a Fast Start team will be designed to bring the best of Black & Veatch's experienced program management resources to initiate and pave the way for the successful management of the City's CIP. Our objective is to expedite mobilization, accelerate the execution of the City's CIP, and identify early risk factors, all while serving as a staff extension to the City and focusing on engaging with City staff to deliver immediate needs. Our Fast Start process establishes tools, procedures, ano efficiencies for successful management of the City's Program. FAST START MOBILIZATION Our Fast Start mobilization approach includes these four critical functions: O Program Administration. Setting up the Program's commercial management, Program procurement, communication/public relations, estimating, risk management, change management functions. Program Controls. Schedule, cost, and quality management functions supporting individual projects and the comprehensive program including use of earned value management processes. Program Management Information System. Establishing and maintaining communication, documentation, and data management seamlessly across all projects and integration with City systems. 045: Business Integration. Integration with City systems, projects, and operations such as asset management program and financial reporting and invoicing. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 225 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Once the Fast Start mobilization is complete, our Program Management approach transitions to projects validation and/or development, for the projects to then be managed through Pre -Construction (Planning, Design, and Procurement), Construction, and Post -Construction (Start up, Commissioning, and Close-out). Our Program Management approach is illustrated in the figure below. KEY INTEGRATED Program Management Organization SERVICES Technical Resources Administrative and Business Processes PLANNING/ CONSTRUCTION VALIDATION MANAGEMENT FAST -START DESIGN MOBILIZATION PROGRAM INITIATION AND DEVELOPMENT MANAGEMENT STARTUP/ COMMISSIONING/ O&M PROGRAM PROJECT DELIVERY Planning/Validation Black & Veatch's projects planning and validation starts with the end in mind, beginning with the City's latest scheduling of CIP project startups and working back through construction, procurement, and engineering. This helps ensure the overall sequence of work is performed in a timely and orderly manner. The overall goal of the planning and validation phase is to review and validate the CIP projects identified for implementation in the Program and to identify any new projects that may be required to meet specific goals and key milestones/activity dates that must be met as part of the updated Program schedule. We will baseline the Program using qualitative information and concepts identified during the City's previous planning efforts, including a thorough review of projects goals and requirements, such as flooding reduction, sea -level rise adaptation, transportation needs, maintaining levels of service of all City facilities, and public safety for stakeholders. The final deliverable of this phase is an updated, detailed schedule of activities for engineering, procurement, construction, and startup of projects sequenced utilizing the Critical Path Method (CPM) approach in Primavera P6 with the identification of resources required for the Program Management team to deliver all projects according to expectations of the City. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 226 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Capital Improvement Project Prioritization As part of the Planning/Validation phase, the Black & Veatch team will also leverage our Business Case Evaluation process to minimize long-term costs to the City, while maintaining required levels of service and mitigating unacceptable infrastructure risks. As we evaluate the City's CIP, Business Cases can be developed for each of the projects in the Program and run through a risk -weighted Capital Prioritization approach similar to the one illustrated in the following figure. CAPITAL IMPROVEMENT PROGRAM MANAGEMENT PLATFORM 410 HOLISTIC VISION COMPREHENSIVE ASSESSMENT INNOVATIVE • LUTIONS For each business case developed, we would then document assumptions for the identified project in a Program form that would include the following example data: • Project definition and workscope • Triple Bottom Line (TBL), Level of Service (LOS), or other non -financial scoring • Capital cost breakdown by year • O&M impact (before and after) • Revenue impact (if applicable) • Failure definition and data • Likelihood of failure • Consequence of failure As the final outcome of the CIP Prioritization step, the City will receive an optimized CIP that maximizes the benefit and risk reduction per dollar spent. The City will realize cost savings from Black & Veatch's integrated CIP planning and utilization of state-of-the-art tools by having access to optimized project alternatives for delivery under its Program. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 227 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Design Management The City of Miami will supplement its program management capabilities by retaining Black & Veatch to provide program management support and staff augmentation services for the delivery of its CIP in the Pre -construction and Construction stages of the projects. The Design Management phase of our program management approach comprises the design, permitting, preparation of contract documents for bidding, and bid -phase support services for all Program projects. Black & Veatch will provide the project management resources to assist the City in managing and successfully delivering its CIP. Additionally, the City may also require personnel for scheduling, cost estimating, and administrative support among others support functions. Black & Veatch will provide the following services to the City during the Design Management phase: • Program Management Support • Design Management • Pre -Construction Management • Permitting Management • Facilities Planning • Procurement Support Coordination Between Design Disciplines Our Project Management team will provide the City with the right level of coordination between all design disciplines involved in the CIP projects by following Black & Veatch's Project Workflow Model, which will provide definitive performance on the execution of design and construction documents. The Project Workflow Model, illustrated in the figure below, is an internal design process developed and refined for more than 25 years to establish a project framework to efficiently execute projects. The Project Workflow Model incorporates a BIM+ delivery approach, which enhances coordination among design disciplines and optimizes the design team's efficiency in the production of the design elements. 1. Starting the project off on the right foot, with the right goals in mind, provides the basis for success. 2. Develop a plan, consistent with the project needs and goals for completion of the work. Complete the work in accordance with the plan. _ 4. Verify that the work is being executed in accordance with the plan and the project needs. 5. Complete the work, verify that it was done according to plan and project needs, and document the results. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 228 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. TIMELY COMPLETION OF PROJECTS Our Lead Program Manager, Dr. Arturo Burbano, PE, PMP, and our Senior Program Manager, George Joyce, PE, PMP, will work directly with OCI staff to develop an approach that assigns accountability for budget and schedule compliance. We will develop a Program controls system, illustrated in the figure, that utilizes a project database to manage scope, schedule, and budget. This information will be fed into a Program dashboard that will be used to communicate projects progress with the City at a Program -level. COST 11 11 ES & ii SCOPE M SCHEDULE CONTROL e. QUALITY ASSURANCE ____.. ........ RESOURCE PLANNING & COMMUNICATIONS 6° DOCUMENT CONTROL (A? r-, in SAFETY RISK MANAGEMENT Real-time progress and quality reports will be available from a Program level and a project level. A system of deliverables will be presented to the City, with tracking tied to individual schedules, and level of effort described for all assignments, including construction and post -construction services. • • 09 09 Off' 0a` 0 0.94 2.00 1.00 SPI CPI EARNED / PLANNED ORIGINAL $+5%/ACTUAL $ PROJECT STATUS SCHEDULE PERFORMANCE COST PERFORMANCE 2.0 Project Progress Dashboard ^: 0 oo== =ID $76,047 Cost Certainty - Budget/Cost Control Our Program Management team will have access to an array of tools to facilitate tracking and management of project costs. For example, EcoSys is a newly- developed earned -value management - based system that enables the establishment of control accounts so that expenditures can be tracked and managed by task, work group (such as engineering discipline), projects, or overall Program. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 229 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. CONSTRUCTION MANAGEMENT During this phase, our Program Management team will support the City in implementing its CIP through construction and we will ensure the completion of all activities as required by OCI. Upon contract award, our Construction Managers will support the development of construction contract documents for the issuance of the Notice to Proceed to the selected contractor. Our team is structured to fully service the City with the management of contractors performance by strictly adhering to the construction contract documents, City policies, rules, procedures, standards, and project specifications. Our team also provide a wealth of expertise reviewing and ensuring adherence to contractor's quality assurance programs and administering construction contracts. For each construction project under this Program, our Construction Managers will establish a management plan to cover the following services: • Files/Document Management • Public Information Program • Contractor Schedule • Contractor's Progress Payments • RFI/CO/Claims Procedures • Performance Testing • Record Drawings • Material Testing • Special Inspections • Site Visits Our Construction Managers will also establish a process to complete the following activities for the Management of Submittals during construction: • Project Set-up • Addenda and Questionnaires • Project Information Sheet • List of Required Submittals • Time for Review • Submittal Instructions to Contractor • Submittal Routing List Set-up • Filing System Through the use of custom -designed database programs, we have a proven, efficient means to track the progression of record drawings and provide final inspections and reports. • Receiving and Processing of Submittals • Mark-up and Comment Procedures • Requests for Substitution In collaboration with OCI staff, each Construction Manager will coordinate services from the A/E designers to review shop drawings, provide engineering services during construction, prepare records drawings, and provide final inspections and reports. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 230 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. START UP/COMMISSIONING/OPERATIONS & MAINTENANCE Black & Veatch will support OCI after infrastructure projects are constructed and ready for commissioning. Our team will come to the City's constructed facilities to efficiently and effectively start up, commission, and operate the upgraded or newly constructed infrastructure. Some of the activities that we will perform, depending on the specific projects, may include: • Pre -commissioning, commissioning and start up procedures • Execution of full start up and commissioning scope procedures, turnover packages and startup schedule development • Start up and commissioning execution program • Outage planning, scheduling and coordination • Performance Testing, including Compliance Testing and Stress Testing • Operator Training • Hands-on operator training on the job and classroom, including CEU credit approval • Operations and maintenance startup procedures • Development of O&M manuals • Preparation of facility specific operations and maintenance manuals • Authoring Standard Operating Procedures (SOPs) • Operations Optimization • Process control optimization and troubleshooting • Onsite technical support for the completion of facility startup and commissioning • Troubleshooting Black & Veatch will be the interface between the Program Management team, engineering/design A/E firms and the City's OCI staff, providing tangible solutions to facilities facing operational difficulties, equipment failure, process upsets, staffing issues, or noncompliance concerns. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 231 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. QUALITY ASSURANCE/QUALITY CONTROL The City will realize time savings during project reviews and minimal need for revisions by having access to high -quality deliverables that will result from our ISO 9000-compliant quality management system and QA/QC plans. Black & Veatch employs a strict QA/QC program in alignment with the key principles of IS09000. QA/QC reviews will be conducted at key milestones, which support schedule and budget success through early identification of developing issues and avoiding rework. Black & Veatch's Quality Management System (QMS) is a company -wide documented system of planned processes and activities that facilitates the effective operation, planning, and control of our Quality Management program. QUALITY MANAGEMENT SYSTEM Company -wide QMS Level 1 Client management and technical delivery groups and specific service Company -wide or client management groups or specific service Level 4 BV Quality Manual Project Specific Quality Management Plans Quality Procedures Records Our QMS governance, which will be applied to each 1. Black & Veatch Quality Manual. The manual describes the scope of the QMS and outlines Black & Veatch's process to develop quality work products. 2. Project -Specific Quality Management Plan (QMP). The QMP will be tailored for each project, defining the quality processes applicable to the project characteristics. project under this contract, consist of four levels: 3. Quality Procedures to Execute the QMS. The Quality Manual includes quality procedures to execute the project -specific requirements. 4. Records. Black & Veatch retains all required project records documenting that both the City's contractual and our QMS requirements were fulfilled. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 232 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Our QMS is based on ISO 9001:2008 Quality Management System -Requirements and addresses all elements of the standards as well as any project - specific codes, contracts, drawings, and objectives. All of Program and Project Managers are familiar with Black & Veatch's QMS. Our robust, ISO 9001-compliant QA/QC system incorporates lessons learned from projects completed over the past 100 years, to facilitate quality deliverables to the City of Miami. Quality Assurance Our Quality Assurance program encompasses Engineering/Design, Procurement (if applicable), Construction/Construction Management, and Commissioning. Maintenance and improvement of the QMS are accomplished by four cornerstones: QMS Documentation, Quality Audits, Continuous Improvement, and QMS Management Review. Quality Audits Black & Veatch's Internal Quality Auditors perform planned, systematic audits to give our management team and OCI staff twofold assurance: that projects are being executed in accordance with quality plans, and the resultant products and services will meet specified requirements. Audit requirements come from industry standards, client contractual requirements, QMS compliance, and project -specific requirements. Audit follow-up actions, including corrective and preventive action, are tracked through to closure, and are reviewed and verified through subsequent audits. QUALITY PLANNING Quality Management System Standard Business Processes Quality Management Plan Project -Specific Quality Goals & Activities QUALITY CONTROL Engineering Design Check Deliverables & Calculations, Development of Turnover Packages Procurement Pre -qualify Key Vendors, Vendor Surveillance, Submittal Reviews Construction Pre -qualify Key Subcontractors, Material Testing, Startup Plan Commissioning Process and Operating Testing, Training/O&M Manuals, Performance Testing QUALITY ASSURANCE Feedback (Client, Audits, Quality Metrics) Continuous Improvement Activities RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 233 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. VALUE ENGINEERING Value Engineering (VE) reviews are an integral part of the Program Manager's overall responsibility for finding the most cost-efficient means of achieving the Program's objectives. Ideally, VE reviews will take place during preliminary design and early detailed -design phases to identify and optimize initial and life cycle costs, constructability, operability, and potential risks for each project reviewed. VE is a systematic approach for searching out high -cost areas in a design and arriving at the best balance among cost, performance, and reliability. Black & Veatch will perform a functional analysis for projects to justify each component and determine its functional requirements. For each project element, our team will define its function and classify it as primary (required) or secondary (not necessarily required). The secondary functions will be further classified as critical or not critical to performing the primary functions. After analyzing the major project elements, the VE team will analyze each of the items that comprise that major element in the same manner. The VE team will use this information to assess the worth (or least cost) to perform the function and identify high-cost/low- worth elements of the project. The VE team members will prepare alternate designs for consideration with comparisons of the original designs and proposed alternatives. Each alternative will be substantiated with written descriptions, sketches, basic design concepts, technical backup, discussion of the advantages and disadvantages, and a VE overall summary. Up to this point in the VE study, the primary emphasis is on the cost of each VE alternative. Using a weighted analysis, the VE team may analyze other pertinent factors including aesthetics, initial and operating costs, safety, maintainability, operational reliability, and other areas as needed. The VE team will prepare a summary of findings to discuss with the City, user, designer, program manager and the regulatory agencies, as appropriate. The VE team will present the rationale for each alternative, along with the background information used to form the idea. In addition, the VE team will work with the design team in accepting or rejecting alternatives in order to develop the best approach to the project design. The VE alternatives offered by the VE team to the design team will be complete and prepared in a timely manner so the design effort may continue uninterrupted. RFQ-TCA Revised 2/26/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 234 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. CAD AND PROGRAM MANAGEMENT TECHNOLOGIES BIM+ Lifecycle Design The Black & Veatch team has extensive CAD capabilities to support the City with the development of project concepts or the review of design submittals by City A/E consultants during the Pre -Construction, Construction, or Post-Construtcion phases of the Program. Our Team intends to use Building Information System Plus (BIM+) as the basis for the development of conceptual plans and designs reviews with OCI staff. BIM+ is a powerful tool that will give City staff a "real life" three-dimensional perspective of a proposed facility. The City will benefit from the utilization of BIM+ by better understanding design issues and proactively identifying solutions for improved designs. BIM+ will provide the following additional benefits: • 4D — A fourth scheduling dimension that helps identify the shortest possible schedule for each project activity, or component, and will provide input regarding construction duration, sequencing, and maintaining operation of the existing facilities. • 5D — A fifth cost control and estimating dimension to perform quantity takeoffs, providing rapid feedback on costs to facilitate design decisions and aid the value engineering process. • 6D — A sixth facilities management dimension that allows for linkage with City computerized maintenance management system (CMMS) system. This will provide OCI staff with efficient transfer of information from design to operations and asset management databases. Isometrics will be pulled from the model used in live 2D drawings to provide all stakeholders with a 3D perspective and proactively identify design solutions. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 235 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Program Management Information Systems Black & Veatch has experience implementing and managing a variety of Program Management Information Systems (PMIS) for communication, correspondence, and access to project records, including the City's PMIS, e-Builder. We have successfully integrated our planning, design, construction management, and post -construction activities with the e-Builder system. In addition, we can create project -specific dashboards to capture key metrics from any PMIS, financial reporting tool and scheduling tool. Web -based specialty dashboards can be accessed by all team members and City staff, on -demand, to track Program progress. Project Progress Dashboard: overview 0 ICI III Egg Egg ®©. Report Penal. Payrnento.. I EniM 155F $76,047 $753K Program dashboards will provide City staff and Officials with on - demand access to Program progress. Primavera 6.0 e-Builder Bluebeam CostWorks, Risk & Trend Registry • CPM Scheduling • Resource Tracking • Cash -flow Projections • Contract Administration • Document Control • Project Documentation • File System • Document Storage • Version Control • Estimating Software • Cost Tracking Systems • Risk Estimating System Pr.me cane,ay.s -gk c.. r. .. 00000 ra. p. 010 0 not, OMR QOM 0 Subcontracts E Purchase Oroer5 lllimYrp al..SaiLiarlr LmWYrW = limp Material Traclarig 0 OAu N mI sWwm• o s,w +.sau .0.. ,.� y�.d.-v r•.x.me a CLt_:ar, C'.l?.t,ns a E B0 rb 0.,..A0 bgasar .b 074 Ara. 11P, 11.61Y XNWe l 8 rb 0..10, E thasedx.4asan It Mu Onaki ww.. •0..10.. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 236 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. COMPLIANCE WITH INDUSTRY STANDARDS AND CODE REQUIREMENTS The City will implement projects that comply with regulations by leveraging our technical professionals knowledgeable of all applicable federal, state, and county regulations and industry standards, including Miami 21. The members of the Black & Veatch team have successfully delivered multiple similar Programs on time and within budget, meeting or exceeding the satisfaction and expectations of our Florida clients. As a result, our team has a strong familiarity with federal, state, and county guidelines. Our team's long history delivering services in South Florida provides us with the understanding and knowledge of the applicable requirements to execute Program projects based on the required local and State Guidelines. Our team is familiar and thoroughly understand the requirements of regulatory and governmental agencies, including Miami -Dade County - Department of Regulatory and Economic Resources (RER), Florida Department of Environmental Protection, South Florida Water Management District, Florida Department of Transportation, and the Miami 21 Zoning code, among others. Miami 21 Zoning Code Miami 21 establishes guidelines for all the design actions that will be undertaken by the projects to be delivered under the Program. The Program Management team will utilize these guidelines to form the basis for the formulation of projects under the Program. Miami 21 includes standards to promote economic development, historic preservation, parks and open spaces, arts and culture, and transportation. We will use the Zoning Code as a point of departure and tailor new guidelines for the Program Management team to address specific needs of a project under the Program, such as flood prevention projects as the City adapt to climate change and sea -level rise. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 237 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. EXPERIENCE WITH GOVERNMENTAL AND HISTORIC FACILITIES Black & Veatch understands the cultural significance and design limitations that must be considered when working at historical sites. Black & Veatch has provided architectural, engineering, and planning services for the preservation and maintenance of historic assets throughout the United States. Specialized knowledge is necessary for the design and construction of these special facilities. Black & Veatch is able to offer our structural and historic building preservation knowledge to the City of Miami to help ensure cost-effective structural evaluations, design, accurate cost estimates, and viable construction schedules. Black & Veatch has provided asset assessments for the National Park Service (NPS), including historical preservation, at well over 100 of the 390 parks in the NPS portfolio. We led a $130M multi -phase tunnel replacement program under historic downtown Charleston, South Carolina that involved an extensive cultural resource impact study to ensure minimization of the impact to historic structures. We have been entrusted by our clients to provide services such as security upgrades and risk assessments at the Mount Rushmore National Memorial and the St. Louis Arch. We also designed a communication data network for the Yosemite National Park. Black & Veatch provided engineering and architectural services for the renovation of the ten -story civil engineering building known as Mahan Hall at the U.S. Military Academy at West Point. The renovation included changes and modifications to the existing mechanical, electrical, and fire protection systems and general repair of some structural and architectural elements. Black & Veatch's services include the investigation, evaluation, design, and construction inspection. RFQ-TCA Revised 2/26/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 238 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. WORKFORCE DEVELOPMENT PROGRAMS; CAPITAL STRUCTURE AND LEVERAGE PROGRAM; SOURCES OF MATCHING FUNDS; AND COMMUNITY BASED PARTNERSHIPS Public/Private Partnerships (P3) have been in use for many decades as a way of delivering and financing a wide range of infrastructure projects and programs. As the need for stormwater improvement projects increase with sea -level rise and climate change adaptation, stormwater programs have matured to the extent that the P3 model has become a valuable to tool to consider in stormwater program financing. Public projects can gain necessary access to resources and capital and offer better economies of scale. They can include financing that is private, public, or a combination. The framework often includes greater local capacity development to participate in design -build (DB), design -build -operate -maintain (DBOM), design -build -finance -operate -maintain (DBFOM), and pay -for -performance models. Community -based Partnerships (CBPs) add a unique feature of having a commitment to social goals through setting robust requirements for local jobs and providing a platform for economic growth and revitalization associated with large-scale green infrastructure investments. Additionally, in this framework (based upon the military housing private investment model), the community benefits through the structure of the CBP to reinvest savings through efficiencies in implementation back into more 'greened' acres rather than simply taking the savings as profits realized. Interest in CBPs has been growing across the country, as there is recognition of the universal applicability of this approach. The community -based approach is particularly valuable where most stormwater initiatives involve the bundling of multiple projects of varying complexity. A CBP furthers both community engagement early in the process and helps deliver multi -benefit projects and programs upon which the community may place more value. It should be noted, however, that any model requires an underlying funding commitment to provide security for private sector partners to make upfront "at -risk" upfront investments. As suggested above, a CBP approach with thorough planning and outcome -based solutions would be helpful for the City of Miami in expediting the delivery of multiple flood prevention and sea -level rise projects while facilitating additional funding alternatives. Black & Veatch, together with our business partner Corvias, will leverage our proven experience implementing Community -Based Partnerships to provide the City of Miami with an expedited delivery of CIP projects that promote workforce development and access to alternative funding sources and working capital. RFQ-TCA Revised 2/26/19 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 239 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. The CBP model can be summarized in six stages: • Define Problem - Work with the City to diagnose the economic, environmental, infrastructure, and social challenges within the community. • Idea Development - We will develop ideas and solutions to solve the challenges identified. • Feasibility - Analyze the ideas developed to determine their feasibility and to set performance - based metrics that will be tied to the successful achievement of agreed upon objectives. • Plan - Plan the CBP with the City and the scope of work of the Program. • Execute - Execution of the CBP and scope of work. • Improve - Improve, expand, and maintain the work implemented under the CBP. During these stages we will utilize local companies and contractors to deliver a significant portion of project(s) and we would be responsible for meeting all performance -based metrics. Examples of performance based -metrics can include technical components such as on time and on -budget delivery as well as community and workforce development metrics. A CBP model can aggregate a wide variety of asset types on both public and private properties. This approach provides the opportunity for our team to underwrite the program and provide various sources of upfront and long-term capital, while delivering agreed community and workforce engagement goals that utilize the local and regional workforce, which may include MBE/WBE and SBE companies. The framework our team would follow for the CBP approach is provided in the figure below. Selection of CBP Partner CITY GOALS & VISION COMMUNITY & STAKEHOLDER INPUT PARTNERSHIP DEFINITION FUNDING STRATEGIES DEFINITION INDUSTRY EXPERIENCE& KNOWLEDGE INITIAL PROJECT SOURCING DEFINE LOCAL WORKFORCE & MENTOR PROTEGE PROGRAM Partnership Framework II FINALIZED PROGRAM GOALS PERFORMANCE METRICS PROJECT SOURCING PROCEDURE COMMUNITY INVOLVEMENT WORKFORCE DEV. METRICS PARTNERSHIP IMPLEMENTATION RISK TRANSFERRED TO PRIVATE PARTNER CONCEPTUAL DESIGN PROJECT DELIVERY CONTINUAL REPRIORITIZATION OF PROJECTS TO MAXIMIZE PROGRAM BENEFIT Project Certification • Constant feedback / adaptive management • Maximize program value (capture capacity and time) to meet program goals • Aggregation and standardization to create assembly -line mentality • Move from project focus to programmatic delivery BUILD AND IMPLEMENT WORKFORCE DEVELOPMENT AND MENTOR PROTEGE PROGRAMS RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 240 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: Black & Veatch Corporation In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. COMMUNITY SUPPORT AND ENGAGEMENT A robust community engagement process is critical to the success of any Program for two basic reasons: community members often do not understand how their infrastructure, such as stormwater and pollution prevention projects, is critical to their quality of life; and, with a ballot measure being the ultimate test of whether a funding initiative succeeds, informing and bringing the community along cannot be overlooked. • Start with "Why": What changes have caused the City to ask for support and funding? Focus on topics such as aging infrastructure whose upkeep has been long -deferred, local flooding that can be addressed, and environmental concerns that are important to the community. • Branding: Most communities are unaware to what an program does and why it is important. Branding will help get the message out to the community - preferably BEFORE it is time to ask for support in a funding initiative. • Public Opinion Survey: While an opinion survey is also incorporated into the "know your needs" section of the procedural track, it is an important community engagement tool. Opinion surveys can be done in multiple, iterative steps with early versions surveying for general community priorities (public safety, traffic, roads, and environmental issues) to help gage where concerns lie in the overall scheme of the Program. • Stakeholder Outreach: Gathering feedback from stakeholders and opinion leaders in the community early in the process is valuable. It helps when they know they can influence the direction the City moves before a potential funding measure is finalized. Continuing stakeholder involvement can reinforce and bolster that value. Public Relations Specialist TERE GARCIA (BERMELLO AJAMIL & PARTNERS) Tere Garcia has over 30 years of experience in the fields of planning, public participation, governmental and media relations. Twenty-five of those years have been spent specifically in the public involvement field concentrating on transportation and infrastructure projects. Ms. Garcia established all guidelines for public involvement for the Miami -Dade Expressway Authority (MDX) for all phases of the projects, from planning, design and construction. She established these guidelines following State guidelines but tailored to the rapid pace and fast delivery of MDX projects. She has also managed and led public involvement efforts for Miami-Dade's Planning and Environment Studies as well as led outreach for their main initiatives such as their Strategic Long Range Plan and the Five Year Work Program. RFQ-TCA Revised 2/26/19 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 241 waod •d2I ' SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ Information and Acknowledgement Form The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated March 6, 2020 Addendum No. 2, Dated March 25, 2020 Addendum No. 3, Dated April 10, 2020 Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, Submission Requirements. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: ■ Proposal Letter ■ Narrative ■ Qualifications of Proposer ■ Experience of the Proposer ■ Qualifications/Experience of the Lead Program Manager ■ Qualifications/Experience of the Sr. Program Manager ■ Qualifications/Experience of the Project Managers/Construction Managers ■ Qualifications/Experience of the Architects ■ Qualifications/Experience of the Civil, Structural, and MEP Engineers ■ Qualifications/Experience of the CEI Services Team Member ■ Qualifications/Experience of the Project Cost Estimator and Scheduler ■ Qualifications/Experience of the Sub -Consultants ■ Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: ■ Design Philosophy and Process ■ Technical Capabilities and Approach Citywide Program Management Support Services RFQ No. 19-20-019 31 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 242 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: • RFQ Proposal Forms (Section 6.0) • Information for Determining Joint Venture Eligibility - Form A (if applicable) • Business Tax Receipt(s)/Occupational License(s) for Proposer and all Sub- Consultant(s)/Sub-Contractor(s) • FDOT Notice of Qualifications (if applicable) 4. Lack of any other documentation/information/form requested in the RFQ document. Missing forms, unsigned forms, or forms signed by any individual, other than either the Proposer, Proposer's team members, and/or individuals personally attesting to the portrayed project experience will not be cured and shall deem a Proposal non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations/irregularities not listed above. Such minor deviations may be cured by the Proposer, at the sole discretion of the City. Material deviations/ irregularities cannot be waived by the City or cured by the Proposer. RFQ No. 19-20-019 I certify that any and all information contained in response to this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Black & Veatch Corporation Firm's Name 2121 Ponce De Leon Blvd, Suite 305, Coral Gables, FL 33134 Principal Business Address (954) 465-6872 Telephone (754) 229-3045 Fax FriasRE@bv.com E-mail address Rafael E. Frias III Name Associate Vi Title 411101,, Signature dent Citywide Program Management Support Services RFQ No. 19-20-019 32 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 243 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of , held on 20, the following resolution was duly passed and adopted: "RESOLVED, that, , as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20_ Secretary: (SEAL) Black & Veatch Corporation has attached a Certificate of Officer certifying that Rafael E. Frias III, as Associate Vice President of Black & Veatch Corporation, has been authorized by the Board of Directors to execute this proposal. Please refer to the attached Certificate of Officer, which includes the resolution providing such execution authority. FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 33 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 244 F4i BLACK &VEATCH Building a world of difference! CERTIFICATE OF OFFICER I, Andrea C. Bernica, the Assistant Secretary of BLACK & VEATCH CORPORATION, a corporation duly organized and existing under the laws of the State of Delaware, United States of America, certify that the following is a true excerpt of a certain resolution of said Board of Directors of BLACK & VEATCH CORPORATION, which resolution was duly adopted on March 10, 2003, and that said resolution has not been rescinded or modified, is in accordance with the charter and by-laws of the corporation, and is still in full force and effect. RESOLVED, any note, mortgage, evidence of indebtedness, contract, share certificate, conveyance, power of attorney, or other instrument in writing and any assignment or endorsements thereof, or guarantee of any other entity's performance under any such executed document, entered into between this corporation and any other person or company shall be valid and binding on this corporation, when signed by either the Chairman of the Board, the President or any Vice President, and, if attestation is required, by either the Secretary, Assistant Secretary, Chief Financial Officer, Treasurer or any Assistant Treasurer of this corporation. Any such instruments may be signed by any other person or persons in such manner as from time to time shall be determined by the Board. I further certify that the individual named below is an officer of the company holding the titles indicated and have signature authority to sign, seal, deliver, negotiate, accept and enter into agreements, contracts and other instruments or documents by and on behalf of the Company. Rafael E. Frias III, Associate Vice President IN WITNESS WHEREOF, I have hereunto set my hand and attached the corporate seal of BLACK & VEATCH CORPORATION this 8t day of May 2020. [corporate seal] Andrea C. Bernica Assistant Secretary 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other govemmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or d - barred or suspended as set forth in paragraph (b) (5). Company Name: Black & Veatch .. ation Individual Name: Rafael Signature: Date: Citywide Program Management Support Services 2020 RFQ No. 19-20-019 38 BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 246 Local Business Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT A BILL —DO NOT PAY 6536354 BUSINESS NAME/LOCATION BLACK & VEATCH CORPORATION 2121 PONCE DE LEON BLVD #305 CORAL GABLES FL 33134 RECEIPT NO. RENEWAL 6281141 OWNER SEC. TYPE OF BUSINESS BLACK & VEATCH CORPORATION 212 CONSULTANT LBT EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $60.00 07/03/20-19 CREDITCARD-19-049669 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 all commercial vehicJas—>iiami—Dade Code Sec 6a-276. For more information, visit www.nlipAlesiloylmeligau BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 247 TIC Ron DeSantis, Governor fr __ 7J: ,p; S#' FBPE . il�" .' = :rJ,s > ' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES �,r R = III `II FLORIDA BOARD OF PROFESSIONAL ENGINEERS BLACK R R /• & VEATCH �*;11, a CORPORATION = . ', � 8400 WARD PARKWAY ; - '' 0 KANSAS CITY MO 64114+ + R + .*{�. f LICENSE NUMBER: CA8132 ti • • ':'+141. al : ■T.• t EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSantis, Governor Halsey Beshears, Secretary T V4 '4 A f�ti• r�y'. ,,,..„ Florida r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT BUSINESS HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES — 4f- Y---1-7—lior"-- �_ BLACK tf & VEATCH CORPORATION gill =-- 11401 LAMAR OVERLAND PARK KS 66211 ,i ;, a /y ,w 1 LICENSE NUMBER: AA26003264 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com ■ rti ' ■ •1 Do not alter this document in any form. . TIV This is your license. It is unlawful for anyone other than the licensee to use this document. ■ o d1 . State of Florida Department of State I certify from the records of this office that BLACK & VEATCH CORPORATION is a Delaware corporation authorized to transact business in the State of Florida, qualified on December 22, 1998. The document number of this corporation is F98000006965. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 29, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-eighth day of January, 2020 *4024%?41-- Secretary of State Tracking Number: 3261770806CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 250 001463 Local Business Tax Receipt Miami -Dade County, State of Florida —THIS IS NOT A BILL— DO NOT PAY 3427069 BUSINESS NAMEILOCATIDN BCC ENGINEERING LLC 6401 SW 87TH AVE 200 MIAMI FL 33173 OWNER BCC ENGINEERING LLC C/0 JOSE A MUNOZ Employee(s) 1 RECEIPT NO. RENEWAL 3579001 ILBTJ EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter BA — Art 9 & 10 SEC. TYPE OF BUSINESS 212 P.A./CORP/PARTNERSHIP/FIRM EB7184 .._ — :. PAYMENT RECEIVED BY TAX COLLECTOR $751ff - {05/20:19. FPPU08-19-014477 This Local Business Fax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT Nil. above must be displayed on all commercial vehicles —Miami —Bade Code Sec Ba-276. For more information, visit www.miamidade.govhexcellector BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 251 DBPR - BCC ENGINEERING, LLC, Certificate of Authorization Page 1 of 1 10:56:28 AM 7/31/2019 Licensee Details Licensee Information Name: Main Address: County: License Mailing: LicenseLocation: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Alternate Names BCC ENGINEERING, LLC (Primary Name) 6401 SW 87TH AVENUE SUITE 200 MIAMI Florida 33173 DADE Certificate of Authorization Cert of Auth 7184 Current 04/28/1995 02/28/2021 Qualification Effective View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=9ED84A673F0A522E896... 7/31/2019 November 12, 2019 Jose Munoz, President BCC ENGINEERING, LLC 6401 SW 87th Avenue, Suite 200 Miami, Florida 33173 Dear Mr. Munoz: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 Project Development and Environmental (PD&E) Studies Group 3 Highway Design - Roadway 3.1 3.2 3.3 - Minor Highway Design - Major Highway Design - 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 5.4 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 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 253 Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 11 - Engineering Contract Administration and Management Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense 143.21 % 109.31% 0.322% Reimbursed No 1.96% 22.73%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, ,70 Carliayn Kell Professional Services Qualification Administrator BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 254 002757 Local Business Tax Receipt Miami -Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 5241559 BUSINESS NAME/LOCATION T.Y. LIN INTERNATIONAL 201 ALHAMBRA CIR 900 CORAL GABLES FL 33134 OWNER T.Y. LIN INTERNATIONAL Employee(s) 70 RECEIPT NO. RENEWAL 5477898 l4 SEC. TYPE OF BUSINESS 212 P.A./CORP/PARTNERSHIP/FIRM LBT� EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $315.00 09/30/2019 CREDITCARD-19-082444 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, nr a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information, visit www,miOMidede.gov/laxcalleotnf BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 255 AEI aenzej Ron DeSantis, Govemor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES e.21/7ZZ T. Y. LIN INTERNATIONAL 345 CALIFORNIA STREET SUITE 2300 SAN FRANCISCO CA 94104 n LICENSE NUMBER: CA2017 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyI IoridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone otherthan the licensee to use this document. FBPE FLurtinn POARDOF mm-ssrnni rncNrrRs BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 256 Log On :arch for a Licensee iply for a License ew Application Status Id Exam Information e a Complaint i&T Delinquent voice & Activity st Search Licensee Details Licensee Information /0:30.20a1e4n5'2 Name: Main Address: County: License Mailing: LicenseLocation: T.Y. LIN INTERNATIONAL, INC. (Primary Name) 201 ALHAMBRA CIR STE 900 CORAL GABLES Florida 33134 DADE License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Architect Business Architect Bus AA0002393 Current,Active 11/02/1993 02/28/2021 Special Qualifications Qualification Effective Corporation Alternate Names BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 257 State of Florida Department of State I certify from the records of this office that T.Y. LIN INTERNATIONAL is a California corporation authorized to transact business in the State of Florida, qualified on June 12, 1975. The document number of this corporation is 834521. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 8, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of January, 2020 KlatgAiifr Secretary of State Tracking Number: 9790619120CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 258 June 14, 2019 Mariano Valle, Senior Vice President T.Y. LIN INTERNATIONAL 201 Alhambra Circle, Suite 900 Coral Gables, Florida 33134 Dear Mr. Valle: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 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 Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.3 - Complex Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 259 Group 11 Group 13 - Engineering Contract Administration and Management - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Aaoroved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense 150.31% 114.17% 0.306% Excluded No 0.60% 1.93%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, 7a( Carliayn Kell Professional Services Qualification Administrator BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 260 1—I. Tv." 7�A al n rtir"1 .f?4 — itu V. of UNLESS APPROVED BY THE FINANCE DEPARTMENT, CITY OF MIAMI 444 S.UU,2 AVE ESTr' FLOOR, MIAM1. FL 33130, PHONE 305)416-191$ Effective Year Oct. 1 2019 Thru Sep. 30 2020 RECEIPT FOR BERMELLO ADJAMIL & PARTNERS ISSUED Oct 01, 2019 TOTAL FEE PAID 131.00 ACCOUNT NUMBER 3708 RECEIPT NUMBER 179139 NAME OF BUSINESS BERMELLO ADJAMIL & PARTNERS DBA BERMELLO ADJAMIL & PARTNERS LOCATION 2601 S BAYSHORE DR 300D IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ADMINISTRATIVE OFFICE Adele Valencia Code ComplianceDirector ISolifibT A B'R DO NOT PAY Thus issuance of a business tax re eipt does not permit tlxr holder tp Yi3Iat4 any zt n nqq Jaws of th City nor does it exempt the holder frnrn any iicensa Or permits that may be required by law The document cloths nol Constitute a carlifrcatLOn Mai the holder le qualified to ere m 1he business, prufeseIdo or occupation specified herein The document indicates peyrttarrC of tree business tax rl only 2020 BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 261 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 2768175 BUSINESS NAME/LOCATION BERMELLO AJAMIL & PARTNERS INC 2601 S BAYSHORE DR 1000 MIAMI, FL 33133 OWNER BERMELLO AJAMIL & PARTNERS INC Employee(s) MIAMMAID RECEIPT NO. RENEWAL 675158 LBT� EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 212 P.A./CORP/PARTNERSHI P/FIRM 1 412 PAYMENT RECEIVED BY TAX COLLECTOR 45.00 09/16/2019 CREDITCARD-19-075390 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 holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information, visit www.miamidade.gov/taxcollector BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 262 T Ron DeSantis, Governor : i V4 .4„..„,, ,.s :III k w DEPARTMENT THE ENGINEERING PROVISIONS BERMELLO BOARD tif OF —..reir.--'----oint 114 \iimicimilmoiliii BUSINESS STATE OF PROFESSIONAL BUSINESS OF CHAPTER AJAMIL 2601 SOUTH MIAMI ii" . -----.F., SUITE AND HEREIN tr�IIM OF BAYSHORE FLORIDA PROFESSIONAL IS 471, ,446?",- & 1000 FL .�t; 'lf:1 AUTHORIZED FLORIDA ---=- PARTNERS, 33133 '-. ENGINEERS DRIVE , II -..# ,; Halsey STATUTES � Beshears, UNDER REGULATION INC. Secretary THE Florid• r r [ LICENSE NUMBER: CA6304 , ■ • ' 'I ■ EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com .niV:e•:11,a2. Do not alter this document in any form. . , o. , This is your license. It is unlawful for anyone other than the licensee to use this document. T Ron DeSantis, Governor : i V4 k w DEPARTMENT BOARD THE ARCHITECT PROVISIONS BERMELLO, tt ii OF OF — BUSINESS '''' e STATE ARCHITECTURE CORPORATION OF CHAPTER 1 I I-L4-7-_ it: ,,,k,.; AJAMIL 2601 S BAYSHORE M IAM I - - ----=:- OF AND I HEREIN I -z-. - ,, FLORIDA PROFESSIONAL & 481, .,_ .-._. /464*- ` & DR FL 33133-5412 INTERIOR IS FLORIDA - - - -= PARTNERS, STE CERTIFIED - 1000 Halsey STATUTES ego Beshears, DESIGN UNDER REGULATION INC Secretary THE Florida r:III . 1 rTirA'AFr - .i e _ ,w a • i; •1- :off • This is your license. 1 LICENSE NUMBER: AAC000412 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is unlawful for anyone other than the licensee to use this document. CITY OF MIAMI 444 S.W.2 AVE 6m FLOOR, MIAMI, FL 33130, PHONE (305)416-1918. Effective Year Oct. 1 2019 Thru Sep. 30 2020 RECEIPT FOR MOFFATT & NICHOL, INC. ISSUED Oct01, 2019 TOTAL FEE PAID 116.00 ACCOUNT NUMBER 131535 RECEIPT NUMBER 173730 NAME OF BUSINESS Moffatt & Nichol, Inc DBA LOCATION 2937 SW 27 AV 101A IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: PROF ASSN/FIRM/CO./PTNERSHPS/CORP Adele Valencia Code Compliance Director This issuance of a business tax receipt do permit the holder to violate any zoning laws City nor does it exempt the holder from any If cr permits Met may be required by law. This document does not constitute a certiiicat,orj that the holder is qualified to engage in tli business, profession or occupation specified hereinr The document indicates payment of the bus ne tax re eipl cnly. BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 265 008285 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7171776 BUSINESS NAME/LOCATION MOFFATT & NICHOL INC 2937 SW 27TH AVE STE 101A MIAMI FL 33133 OWNER MOFFATT & NICHOL INC CIO ERIC N4CHOL Employee(s) 6 RECEIPT NO. RENEWAL 7450679 EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter BA - Art. 9 & 10 SEC. TYPE OF BUSINESS 212 P.A./CORP/PARTNERSHIP/FIRM LIC4877 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/23/2019 CREDITCARD-19-060005 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 most comply with any government& or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO, above must be displayed on all commercial vehicles -Miami-Dade Code Sec 8a-276. For more information, visit www.miamidade.gov/taxcollector BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 266 T Ron DeSantis, Governor Halsey Beshears, Secretary i V4 d :III k w Florida r: DEPARTMENT OF BOARD THE ENGINEERING PROVISIONS tf— Ili 4f MOFFATT 3780 BUSINESS OF eir,--'- BUSINESS OF KI LONG STATE PROFESSIONAL CHAPTER OliElikt LROY - -----1,,,,F.-vt.- AIRPORT BEACH OF AND HEREIN & FLORIDA 471, NICHOL, PROFESSIONAL IS FLORIDA WAY, _ CA AUTHORIZED ENGINEERS ..-- SUITE 90806 - STATUTES INC 750 -1 REGULATION UNDER THE Iwo -f i. N144.1 ,, -+ # M* fir ' - ar. I. - ' +� • ■ • 1E4 Y io • . t This is your license. I LICENSE NUMBER: CA4877 , EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. It is unlawful for anyone other than the licensee to use this document. State of Florida Department of State I certify from the records of this office that MOFFATT & NICHOL, INC. is a California corporation authorized to transact business in the State of Florida, qualified on June 10, 1985. The document number of this corporation is P06383. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 6, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixth day of January, 2020 Secretary of State Tracking Number: 6117200758CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 268 June 12, 2019 Darrell Nance, Business Unit Leader MOFFATT & NICHOL, INC. 1025 Greenwood Boulevard, Suite 371 Orlando, Florida 32746 Dear Mr. Nance: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 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 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 Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization BLACK & VEATCH 1 City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 269 Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Aaoroved Rates Home/ Branch Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense 174.00% 0.471 % Reimbursed No 9.26% Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, ,70 Carliayn Kell Professional Services Qualification Administrator BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Support Services 270 CONTACT INFORMATION RAFAEL E. FRIAS III, P.E. ASSOCIATE VICE PRESIDENT FLORIDA & CARIBBEAN I WATER BUSINESS BLACK & VEATCH CORPORATION 2121 PONCE DE LEON, SUITE 305 CORAL GABLES, FL 33134 (954) 465-6872 FRIASRE@BV.COM BLACK & VEATCH I City of Miami - RFQ No. 19-20-019, Citywide Program Management Suppo • .•I IN s 0I .\ • • • • • Citywide Program Management Support Services for the City of Miami RFQ# 19-20-019 • AECOM A • • • • • • • • • • • ,/ • • . / • • • • • • • • ,•' • • • • • • • • • • • • • sivaiuo3 40 algal l'V A A.1 A.2 A.3 A.4 A.5 A.6 A.7 A.8 A.9 A.10 A.11 A.12 A.13 A.14 A.15 A.16 A.17 B.1 B.2 C C.1 C.2 C.3 C.4 Table of Contents Content of Qualifications and Experience Requirements Table of Contents 1 Proposal Cover Letter 2 Proposal Narrative Form 3 Qualifications of the Proposer 22 Experience of the Proposer 28 Qualifications of the Lead Program Manager 77 Experience of the Lead Program Manager 81 Qualifications of the Senior Program Manager 87 Experience of the Senior Program Manager 91 Qualifications and Experience the Project Managers 95 Qualifications and Experience of the Construction Managers 119 Qualifications and Experience of the Architects 128 Qualifications and Experience of the Civil, Structural, and MEP Engineers 137 Qualifications and Experience of the CEI Services Specialist 154 Qualifications and Experience of the Project Cost Estimator and Scheduler 157 Qualifications and Experience of Sub -Consultants 160 Team Organizational Chart 246 DPgign Philosophy and Technical Capabilities Statement Design Philosophy and Process 247 Technical Capabilities and Approach 257 RFQ Forms RFQ Proposal Forms 274 Information for Determining Joint Venture Elegibility - Form A 281 Business Tax Receipts/Occupational Licenses 282 FDOT Notice of Qualifications 298 AECOM 1 . . . . . . . . . /9,<\ /0 Q c) /*°q6)/- • aa��a� Jano3 Iesodoad Z y RFQ No.: RFQ Title: Proposer: Name: Address: FEIN #: Proposal Cover Letter Form RFQ-PCL 19-20-019 Citywide Program Management Support Services AECOM Technical Services, Inc. AECOM Technical Services, Inc. 800 S. Douglas Road, North Tower, 2nd Floor, Miami, FL 33134 Florida Corporation No.: 95-2661922 F95000004014 Proposer's Contact Person: Juan Alfonso, AIA, NCARB Title: Vice President/Program & Project Management Lead, Florida E-Mail: juan.alfonso@aecom.com Telephone: (305) 716-5229 Certification of Compliance with Minimum Qualification Requirements) The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in Section 18-107 or Ordinance No. 12271. We (I) certify that any and all information contained in this submission is true; and we (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 all 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: Title: Signature: Date: Juan Alfonso, AIA, NCARB Vice President/Program & Project Management Lead, Florida May 11, 2020 2 RFQ-PCL Revised 1/31/19 3AReaaeN £'d RFQ No.: RFQ Title: Proposer: Proposal Narrative Form Form RFQ-PN 19-20-019 Citywide Program Management Support Services AECOM Technical Services, Inc. In the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4 of the RFQ. Please see the attached pages that follow. 3 RFQ-PN Revised 1/31/19 Proposal Narrative Form Form RFQ-PN Please utilize the space below, as necessary. Please see the attached pages that follow. 4 RFQ-PN Revised 1/31/19 AECOM and its legacy firms have been in the Miami area for over 80 years. With 400+ employees in the South Florida area, we can meet any and all of the City's staffing requirements in the execution of this Capital Program. We specialize in high -profile, multi -project programs for public clients, and have a significant track record of success of programs of this nature in Florida. As the #1 provider of program management services in the U.S., we are an innovative and progressive firm with approximately 56,000 professionals worldwide. Our collaborative approach unites creativity, technical expertise, and a deep pragmatic experience in the built environment to address complex challenges at all scales. We have delivered thousands of similar projects in Florida for over 80 years. City of Doral Bond Capital Improvement Program Miami Beach Sea Level Rise Vulnerability and Resilience Local Track Record as a Premier Provider of Program Management Support Services Industry Best Practices and Tools A Client -Centric, Program -Specific Approach Expert Risk Management/ Mitigation Scalability and Cost - Efficiency Based upon our Extensive Local Resources and Subject Matter Experts What makes AECOM the most qualified team to serve as your CPMSS partner? AECOM 7 continents 56,000 employees 150+ countries US$20.2B 2019 revenue #1 PM firm according to ENR #157 Fortune 500 Orlando Community Venues Program Commitment to Significant Participation of City of Miami Small Businesses Highly Experienced and Qualified PMSS Staff/ Resources to Meet Your Needs Project Controls for Real -Time Data and Transparency Construction Design and Optimization Tools Proven Design and PM Integrity Expertise/Capability with Each of Your Preferred Qualifications 5 We will help you succeed; we have an outstanding local track record as a successful/premier provider of Program Management Support services. Public clients trust us to help manage their capital programs and projects, which often require a myriad of professional disciplines. With a reputation for excellence in South Florida and around the world, we are a comprehensive multi -disciplinary program, project, and construction management firm. Ranked #1 in Program Management by ENR magazine, we are your partner for managing complex and multi -dimensional programs. With offices in Miami and throughout the state, we have served our valued Florida public clients in delivering some of the State's most iconic projects, such as Jackson Health System Miracle - Building Bond Program, City of Miami Beach Parks and Facilities, Dr. Phillips Performing Arts Center, Adrienne Arsht Center for the Performing Arts, Marlins Park, Amway Arena, and the Orange County Convention Center Phase V Expansion. We have also managed many local smaller projects such as those involving roadways, stormwater management, environmental services, and sea level rise consulting, providing the full spectrum of integrated planning, design, and program, project, and construction management services. Our large number of local resources and array of subject matter experts serves your program in efficiently providing expertise, scalability and cost -efficiency. AECOM clients benefit from our ability to provide resources to fit their needs — from single staff augmentation and program management support services, to full program management teams. Our staff includes program, project, and construction managers, project control specialists, construction engineers, schedulers and estimators, contact administrators, document control specialists, quality assurance specialists, and risk assessors. We also have a wide range of geotechnical, environmental, engineering, information technology, planning and architectural design professionals. Our "reach -back resources" can address virtually any need that may arise. For example, we offer technical support resources in planning and strategy, sustainability/resilience/sea level rise, public safety, zoning, economics, parks and recreation, and transportation, among others. Our proposed team has the expertise required for your program and projects. We are ready to assist you in carrying on — and building upon — the momentum already built on Tranche 1. Matt Harris and Aaron Pankonin have experience with large, complex programs, and have expertise that ranges from full program management to residential projects, urban redevelopment, sustainability and resiliency consulting, and historic renovation projects. Our Project Managers and Construction Managers have an extensive portfolio of projects in Miami, and each one meets or exceeds the required years of experience. LEAD PROGRAM MANAGER MATT HARRIS, CCM, LEED AP BD+C, ICC BSP Supporting Matt Harris is our Senior Program Manager Aaron Pankonin, PMP, CBCP, with nearly 20 years of experience in large projects in South Florida. Matt Harris, CCM, LEED AP BD+C, ICC BSP, will be our Lead Program Manager. Matt has 30 years of comprehensive experience in the management of large complex projects and programs. He will lead the team we have assembled to support the City's projects. Lc/ SENIOR PROGRAM MANAGER AARUN PANItUNIN, PMP, CBCP 6 We not only understand what PMSS tools are needed, we have started work and are ready to hit the ground running. Our team has already started developing the key program management tools that will be essential to the successful execution of your projects. They include the Program Management Plan to support your planning and management efforts, a Risk Register, a Resource Management Plan, a 30-60-90-day Initial Schedule, and a Program Management Information System dashboard to interface with e-Builder©. We are ready to support this assignment cutting -edge program management support services and tools. We've developed a client -centric, Program -specific approach. We understand the nuances of performing under a staff augmentation and program support type of approach. We have studied the Miami Forever Bond, and our team has developed specific solutions tailored toward complexities of the Program and its compliance requirements. Key preliminary elements can be found at the end of this section: - 30-60-90 Day Launch Plan - Risk Register - Resource Allocation Plan - Dashboard reporting system to interface with eBuilder - Schedule By partnering with the City, our team will: - Address OCI's capacity limitations with an efficient management structure - Assist the City with management of assigned projects through a program support structure that enables capacity and allows for demand flexibility - Provide the City with capability to backfill client departments, such as Procurement, Planning, Zoning and Public Works, to enable effective and timely delivery of projects under the auspices of Miami Forever Bond Program and other capital improvement projects. With program and project management integrity and expertise, we will help make this the best -managed municipal capital improvement program in the U.S. Our Program Management Plan is ready to be defined and finalized in conjunction with the City's PMO and CIP management team. The PMP will clearly delineate defined lines of responsibility in order to clearly monitor roles and responsibilities by organizing the designers, builders, City of Miami departments, and other key stakeholders into logical/functional areas and smaller task force groups led by experienced, designated professionals. Our technical approach uses proven methodologies to drive scope and schedule in accordance with the City's priorities. Our approach focuses on developing a cohesive team culture and creating an environment that strengthens relationships among all team members. The goals are to encourage communication and individual commitments needed to deliver a quality product and forge a solid reputation in the community. Resource Allocation Plan Risk Register Dashboard Our expertise will provide integrity and excellence in design management. Assisting with the management of the design is one of the key initial tasks delineated in our PMP. Expediting the design review process through our understanding of key design objectives is a major goal for our team. To that extent, functionality and programmatic compliance is the primary measure of quality in spaces. Our design managers confirm that the program design guidelines are being met, and that architects and engineers are empowered to provide the best design solutions while being cost-effective and aesthetically pleasing. AECOM will support to the procurement team as needed to develop high -quality procurement documents to solicit the best talent in Miami. Our Senior Program Manager, Matt Harris, CCM, LEED AP, will provide continuous input and constructability feedback to the City's project management team to verify that construction considerations have been contemplated alongside operations and lifecycle needs. Matt is thoroughly familiar with Design -Bid -Build, CM -at -Risk, Design -Build, JOC, Design -Assist, and other delivery methods. He will also oversee collaboration with specialty subcontractors to confirm that the construction approach is thorough, efficient, safe, and effective. Matt will work alongside Senior Program Manager Aaron Pankonin, PMP, a local resource who has managed significant construction projects on large programs in Miami -Dade and Broward Counties. Excellent project management is critical to the success of any project and follows the project from inception through project closeout. CPMSS Teams will be built around a project's needs and will expand and contract as the project develops —but the key to success is the continuity of the project manager. AECOM will provide the City of Miami with the right project manager for each project who will then stay with the project from cradle to grave. Managing and mitigating risks will remove unexpected challenges — and we have already begun the process. We have compiled a list of challenges (please refer to preliminary risk register in Section B) that may impact your schedule and budget. We have faced these challenges on similar programs and are ready to work with you to solve them should they occur on your projects. AECOM Project Controls provide real-time data and transparency. We bring proven tools to monitor progress to help keep projects on schedule and within budget. From scheduling support, budget management and document controls, to the use of innovative dashboard systems, the AECOM team brings best -in -class project management systems to support the City. Moreover, AECOM is an expert on e-Builder© implementation and has recently supported the City on its e-Builder© implementation. We will train our team members and City staff to make sure that the e-Builder© platform is properly implemented and adhered to on the Miami Forever Bond Program construction dP9inn anti ontirni7ation tools to improve quality and control AECOM is pioneering new tools to optimize the design and construction process. We are developing solutions focused on improving the quality of designs, design process controls and construction scheduling using BIM/visualization. We use cutting -edge technology, such as Hololens and other 4D/5D visualization tools, to successfully deliver projects. Understanding the potential conflicts that can impact operations, the AECOM team brings cutting -edge tools to anticipate and mitigate construction and operational problems before they occur. 8 AECOM is the Trusted Partner for Large, Multi -Project Programs $1.2B PortMiami Program Management Consultant AECOM is currently serving as Program Manager assisting PortMiami in administering its capital development program under a five-year program management contract. We have assisted the port as an extension of staff in providing short- and long- term planning, facilities planning, cost estimating, scheduling, project programming, design oversight, oversight of engineering and inspection consultants, quality assurance oversight, design criteria and standards oversight, value engineering, project controls, contract administration, utility relocations and claims administration. $1.5B Jackson Health System's Miracle- Building Bond Program The Jackson Program is transforming the Jackson Health System into a modernized, patient -centered healthcare system that can better meet the future needs of Miami -Dade County residents and patients from around the world who travel to Jackson because of its medical expertise. The program includes new construction projects, renovation of existing facilities, technology upgrades, cutting - edge equipment and infrastructure improvements. We are providing program management/ owner's representative services supporting the implementation of this multi -site program with major hospital construction projects ongoing concurrently. Miami -Dade Water and Sewer System Priority Projects Miami -Dade Water and Sewer Department is implementing a $2.0B sanitary sewer overflow capital improvement program (consent decree). AECOM is providing program management and construction management services supporting enhancements to three wastewater treatment plants with a peak we weather treatment capacity of approximately 1.2 billion gallons per day (400 million gallons per day average annual daily flow), 2 ocean outfalls, 21 deep injection wells, 6,277 miles of pipes and 1,042 sewer pump stations. $515M Marlins Park Program AECOM (legacy URS) supported Miami -Dade County Internal Services Department with owner's representative services for the construction of the $515-million retractable -roof Marlin's Park baseball stadium. It was successfully constructed on 17 acres in the Little Havana section of Miami on a former brownfield site. The project faced many challenges, including extremely tight restrictions associated with the schedule and budget. AECOM provided overall site coordination and preconstruction services which included design and plan reviews, project controls reviews and documentation of negotiation and coordination meetings. 9 We are committed to significant Miami Small Business Enterprise participation. Our team includes three certified small business firms: Program Controls, Inc. 300 Engineering, and MAGBE, LLC. All have intimate knowledge of the City's needs, processes, and culture. In addition, we have partnered with CES, a critical partner to AECOM on some of the largest bond programs in South Florida (e.g., Jackson's Miracle Bond and Palm Beach Schools Sales Tax Program), and G. Navarrete Consulting, Inc. for project support. PCI, CES, 300 Engineering, MAGBE and G. Navarrete Consulting have all worked alongside AECOM during the past 10 years on Miami projects totaling over $10 billion in project value. Our collaboration has provided these small local firms with opportunities to grow and gain expertise in program and project management. AECOM is at the forefront of climate adaptation and resiliency consulting. Having served South Florida public agencies in this regard, we have a strong understanding of the local issues. We understand that factors of flooding, storm surge, and sea level rise must be incorporated into all phases of planning for the Miami Forever Bond Program. Our team includes industry leaders in the analysis of flood impacts, shoreline changes, and coastal erosion due to the rise in sea level. AECOM was a key strategy partner for the 100 Resilient Cities Program. In this role, we supported over 30 cities, including the City of Miami, with the 100RC strategy development process. We developed a preliminary resilience assessment, performed technical analyses in specific priority areas, and developed a resilience strategy, Resilient305. AECOM is actively developing plans to adapt approaches to serving our clients during the current health crisis. With active programs across the U.S., we are quickly developing measures to keep our clients' projects moving forward while maintaining the safety of our program and project management staff working on these projects. We are ready to partner with the City to manage within the context of the pandemic, and bring recommendations to keep your projects moving forward. 10 WITH LEAD PROGRAM MANAGER MATT HARRIS, CCM, LEED AP BD+C, ICC BSP One of the factors that makes us the most qualified team is our proposed lead for the AECOM team. More on his qualifications and philosophy is shared below. Why uo you want to ieau the CMPSS team? Throughout my career, I have led programs that have energized the surrounding communities, and these experiences awakened in me a love of revitalizing and preserving the history and neighborhoods that make our communities what they are. From my work at historic venues like the Fremont Street Experience in Las Vegas, Sands Bethworks in Bethlehem, PA, and MGM Springfield in Springfield, MA, I found that I get the most satisfaction from delivering projects that serve as catalysts for moving communities forward. The Miami Forever Bond Program offers what no program has ever offered me before lithe opportunity to work on a program that will have a transformational impact on an entire city. For me this is a unique program that will challenge all of us to apply our skills and intellect to develop better solutions, and will inspire folks to get engaged to support the community. Why are you the right choice for leading the AECOM team in support of these Bond -funded and other Capital Improvement projects? People -centric planning — my philosophy is that there is no such thing as too much planning. Miami citizens and businesses will be most affected by any disruptions caused by construction, and we have to be attentive to their concerns. This program requires support services leadership from someone who is aware of the potential disruptions, and will work with stakeholders to minimize negative impacts. I did that on my past projects, and will bring my lessons learned. VVnat au you believe is one of the most significant challenges in managing the projects? A major challenge will be to simultaneously execute a large number of geographically disconnected projects for each tranche, and managing them efficiently and effectively, while maintaining the focus required to understand the details of each discrete project. There will sometimes be conflicting requirements within the program and projects. As AECOM's point person, I need to be aware of issues at the Program level, while at the same time delving into the details of a single project to resolve problems that may have stumped the project management team. I believe the balance required to understand multiple concurrent projects at some level of detail, without getting overwhelmed down in the weeds, requires a savvy and experienced team that provides cross -functional support. now wuuai you define SUCCESS for the Bond -funded and other Capital Improvement projects? In addition to budget, schedule, and quality achievements, the success of the projects will be measured by the community engagement — job training, mentoring, internships, local business participation, and number of community complaints. These are KPIs that I will be watching. Without community involvement, we are doing nothing more than delivering 11 • construction projects, and while "on -time on - budget" are certainly important driving goals for the program, this program is really "by - the -people, for -the -people" and community satisfaction is paramount for success. What do you foresee as risks and potential pitfalls to be mitigated and avoided, and how would you prevent them? One area that needs to be considered is the conflicting agendas of the various stakeholders in the project selection process. Although the selection projects are outside the purview of the CPMSS, we believe that maintaining selection criteria that is data -driven can mitigate this pitfall, and we will be providing the latest and most accurate data to support the process. Another possible pitfall is the amount and the quality of information provided to the public regarding the status and planning of projects. We can establish and maintain a public program reporting website that provides accurate and up-to-date information, and hold periodic community feedback meetings to make sure that the information is read and is understood. In addition, there is likely to be pressure to accelerate the Program as a facet of recovery from the recent COVID-19 crisis. To avoid overloading what is bound to be an already strained industry, we should engage in intensive dialogue to carefully and quickly establish priorities that will launch project executions efficiently with available resources. Given the current trends in the industry, what do you believe we should be mindful of for managing the assigned projects? I believe the biggest trend that is quickly becoming the norm for larger, complex public sector programs and projects is integrated project delivery (IPD), a collaborative alliance of program participants that can optimize project results, increase ROI, reduce claims, and maximize efficiency throughout the program and project lifecycle. This approach will be appropriate for larger projects such as affordable housing. I have also seen a rise in the use of design -build for specialty design elements of programs or projects, such as deep foundations, annex buildings, parking garages, and remote facilities. This approach does alleviate certain risks for the City, and frees the primary program 12 management team to focus on the fundamental aspects of the program and results in a more efficient use of human resources. Again, this approach would be considered for affordable housing projects. Although the recent COVID-19 pandemic has caused multiple impacts to many facets of the industry, much of the project selection, A/E selection, design process, and permitting can be accomplished remotely, or with minimal safe - distancing interactions. It will be necessary to consider heightened decontamination, testing, PPE, and distancing requirements for construction work, all of which are part of a program being developed by AECOM for use on projects of all types and sizes. What is your experience in coordinating and reconciling different agendas of elected officials, City administration, stakeholders, and the general public? On the historic Fremont Street Experience, I led the team in planning and executing the project, while serving as the liaison between the City of Las Vegas, the FSE consortium of nine downtown casinos, and the developer's representative, and responded to general public inquiries and complaints. Working together, we built consensus among all stakeholders and put in place a plan that addressed the parties' concerns. We maintained full access along Fremont Street to all casinos and businesses, providing safe and non -confining walkways for the entire length of Fremont Street during construction. The walkway system was so well designed and durable that we sold it at the end of the project and recouped most of the cost! Matt served as Program Manager for the Orange County Convention Center Expansion Program RFQ# 19-20-019 MIAMI CPMSS 30-60-90 DAY LAUNCH PLAN - Contract execution completed Notice to proceed issued (there may be 1 or 2 week delay here) - Project selection data transmitted to program manager - City office assignments issued - Program launch meeting completed - Project teaming completed AECOM E - Establish PMO offices (for Lead Senior PM and Senior PM) - Physical and digital spaces - Assignments and on -boarding core staff - Document handling processes and PMIS implementation - Meet with City of Miami PMO and OCI to establish PM support and other department support (as needed) - Procurement, resilience/public works, planning, budget, finance, etc. - Launch e-Builder training program for PMT (if eBuilder is already in place) - Core staff complete in first 30 days - Supplemental staff trained as they are brought on board - Support transition from Tracs to eBuilder - PMT team organization - Team building - Vision and goal setting workshops - Review project selection criteria and Tranche 2 projects (set project priorities 1-3) Project delivery methodology Discuss project assignments and required PM skillset (based on project type) - Early wins: Shovel -ready project management assignments (Tranche 1 and 2-as needed) - Review PMP forms and requirements with OCI - City approval levels - Identify all program personnel assignments - Project controls and reporting - Finalize PMP outline - Establish stakeholder engagement protocols - Mayor and City Commission - Citizen Oversight Board - Community groups - Neighborhood Enhancement Teams (NET) - Establish small and local business outreach goals - Integrate AECOM senior managers with JOC mechanism for shovel -ready projects Establish local hiring goals - Verify bonding capacity along with OCI and budget departments - Development of Key Performance Indicators - Reporting dashboard layouts 13 i1_v[cIIQ - Complete first draft of PMP review - Project management of Tranche 1 projects (early wins - if requested) Complete first draft of Workforce Development Programs - Career mentoring and internships - Construction jobs skills training Dashboard development and reviews - Support the City with recommendations for process improvement strategies through the development of SOPs in order address bottlenecks and inefficiencies - Support the development of a department -wide policies and procedures manual Review Tranche 2 Priority 1 projects - Preliminary cost estimates - Issue Preliminary Tranche 2 Program Master Schedule - Support development of construction contractor's pool with procurement and OCI Conduct field investigations for Tranche 2 Priority 1 projects - Assist procurement with A/E services RFQ for Tranche 2 Priority 1 projects - Support procurement with BidSync implementation Issue updated risk register - Risk management plan - Issue Month 1 Program status reports Citywide Program Management Support Services for the City of Miami D1_\'L1 Q-'Ii� - Revise and issue PMP - Issue draft QAQC program for review - Establish reporting dashboards - Go live by Day 90 - KPlsbaselined - Review Tranche 2 Priority 2 projects - Preliminary cost estimates - Review Tranche 2, Priority 1 projects - Update preliminary Tranche 2 Program Master Schedule - Conduct field investigations for Tranche 2 Priority 2 projects Review Tranche 2 Priority 1 projects A/E services RFQ - Assist procurement with A/E services RFQ for Tranche 2 Priority 2 projects - Issue updated risk register - Issue Month 2 program status reports Project Risk Register Project Number and Name : aty of Mlaml - Mlaml Forever Bond Program CPMSS AZCOM No. Risk Title Risk Summary (actual or potentlal) Risk Event (cause, event, consequence) Date Created Before Mitigation Mitigation Actionee Action Update Date of Update After Mitigation Date Closed Likelihood Consequence Risk Level Likelihood Consequence Risk Level STAFFING/ORGANIZATIONAL 1 1 Internal Stakeholder Communications Internal stakeholders wIll need to have constant Interface dunng the constructIon phase (e g submIttal revIews, etc ) If the Internal stakeholders do not have constant Interface some conflIctIng Informatlon may be provIded to the contractors, leadIng to elther re- work (cost Increases) and/or delays, managIng communIcatIons wIth stakeholders 3/2/2020 LIkely Major 1 EstablIsh monthly technIcal meefings and enforce communIcatIon protocols 2 Unidentified Roles Undefined roles and responsIbIlbes Not IdentlfyIng all necessary roles and provIdIng the proper allocatIon of resources 3/2/2020 LIkely Major CommunIcatIon wIth end users, potentlally new hIres and outsourcIng 3 Project Management Plan (PMP) Lack of documented procedures / guldellnes for perrmts, audIts controls, purchases and payouts and quallty Legal actIons can be take, fines and delay In project completIon 3/2/2020 LIkely Major Update and enforce procedures In the PMP 4 Communication Plan Lack of defined Imes of communIcatIon Confinuous management and control of the communIcatIons plan ManagIng tnely communIcatIons wIth all the steak holders of the project Is Important ManagIng the med. for publIc consumptIon Is Important If there wIll be an OversIght Commtee handlIng communIcatIons wIth the commtee would be a dellcate task 3/2/2020 LIkely Major Update and enforce procedures In the PMP 5 Approval Structure No dedlcated approval structure Not followng approved base lIne change procedures for scope , budge and schedule changes as stated In the PMP Delays In processIng payments, change orders, etc 3/2/2020 LIkely Major Update and enforce procedures In the PMP 6 O&M Training Lack of tranIng on new systems If aty staff does not have a good understandIng of the transton requIred from constructIon to O&M ths may result In unexpected Ilfe cycle cost due to maIntenance 3/2/2020 LIkely Major Prepare tranIng requIrements for new systems and a tralnIng schedule e-Builder Training ImplementatIon of e-Budder system Inadequate tranIng and coordInatIon could lead to delays In processIng crtcal documents, resulfing In delays and cost Impacts 3/2/2020 UnlIkely Major Medlum 1 Evaluate the project management's level of experhse and Identlfy any areas for Improvement 2 Present areas of Improvement wIth a plan, schedule and budget for ImplementatIon 3 If approved, Implement the plan to Improve areas of project management 8 Staffing Turnover (Management) Turnover of project staff at management level ChangIng management team may result In sIgnIficant changes to the project scope, cost or schedule, ImpenlIng success and proper allocatIon of resources 3/2/2020 PossIble Moderate Medlum Mantaln PMP relatIng to deaslon makIng and agreements wIth all pates FRONT END PLANNING 9 Programming DesIgn does not meet or grossly exceeds the program requIrements DesIgn does not allow for effectIve use or maIntenance of projects, does not fit the desIgnated projects' areas, resulfing In projects that are over budget and schedule 3/2/2020 PossIble Major Program valldatIon at the start of desIgn for each project, project -program revIews dunng desIgn phase (stage revIews) 10 Internal / External Projects Lack of coordInatIon wIth exIstIng or upcomIng projects that Interface or affect the program projects Delays to both program and external projects 3/2/2020 LIkely Moderate Medlum CoordInate and communIcate wIth aty and local projects Need to enhst communIty leaders to champlon needs of the project Obtan commltments from perrnIttIng authortes for resources early In the process Developer outreach through aty to consIder upcomIng project Interface Issues 11 Media NegatIve press Lack of communIcatIon of progress 3/2/2020 PossIble MInor Low Frequent, accurate and tnely communIcatIon MARKET RELATED MI 12 Staffing Short fall In staffing labor as well as professlonal TraInIng staff, IdentlfyIng and retaInIng key personnel should be pursued actIvely MInImElng staff turnover OutsourcIng 3/2/2020 PossIble Major CollaboratIve agreement to staffing and staffing levels at all stages of project Agreement In pnnupal for dealIng wIth staffinf replacements or augmentatIon 13 Local Community Involvement, identifying and managing stakeholders Lack of Involvement wIth local communtes Nolse complaInts Busness Impacts The communIty around the program projects can be opposed to certaIn procedures or dIsturbance dunng constructIon, and If the program doesn't cover thelr needs It may cause a program delay and addtonal cost 3/2/2020 PossIble Major 1 EstablIsh a communIty outreach program managed by an expenenced outreach person 2 Arrange for frequent communIty meefings 3 Arrange for a Program Informaton Center and/or websIte to be managed by Informed personnel 4 Frequent, accurate and tnely communIcatIon, 14 Economic Downturns Lack of resources Resources not avalable to meet the project needs 3/2/2020 PossIble Major Confingency 15 Market Feasibility Study Incorrect assumptIons Not correctly IdentlfyIng aty needs 3/2/2020 PossIble Major H Programmlng and CoordnatIon meetIngs DESIGN 16 Scope Change SIgnIficant change of scope, nsk of value engIneenng to change a program If stakeholder request changes dunng constructIon ths could cause schedule delays and cost overruns 3/2/2020 Probable Moderate Hi 1 EstablIsh frequent meefings, workshops, etc to reduce c2 h aAnsgseusreatrheamt tandeecpoastdaonfdasncyhreedquuleesItmf opra act sc hoaf nagney scope II the possIbIllty of late scope changes 17 Existing As -built Review Inadequate and/ or Incomplete as bullt Lack of accurate InformatIon wIll delay desIgn and ultnately cause addtonal constructIon costs 3/2/2020 Probable Moderate H BegIn revIew of as-bullt documents Immedlately upon NTP Enhanced slte InvesfigatIons pnor to desIgn 18 Field Investigation(s) A low level of field InvestlgatIon at concept desIgn Addtonal upgrades may be requIred to the bulldIng systems supply Thls may result In Increased cost and schedule delay 3/2/2020 Probable Moderate 1-k TImely revIew of TestIng / Held InvesfigatIon results Addtonal TestIng as requIred Enhanced slte InvesfigatIons 19 Stakeholder Input ConflIct wIth requests and requIrements of the vanous stakeholders Thls conflIct can delay the deuslon makIng process and agreements among the pates, resulfing on schedule delay 3/2/2020 PossIble Major H• CoordInate closely wIth all stakeholders to Insure alIgnment wIth overall aty expectabons Identlfy responsIble party _ deaslon maker from each stakeholder group Project Risk Register Project Number and Name: City of Miami- Miami Forever Bond Program CPMSS AZCOM No. Risk Title Risk Summary (actual or potential) Risk Event (cause, event, consequence) Date Created Before Mitigation Mitigation Actionee Action Update Date of Update After Mitigation Date Closed Likelihood Consequence Risk Level Likelihood Consequence Risk Level 20 Lack of Coordination between Disciplines Disciplines do not coordinate design. Drawings not coordinated for systems to function properly. 3/2/2020 Possible Major _ Constructability review. 21 Design Omissions Missing elements In the design, unclear cope Changes In design may delay completions dates and also Impact the overall cost of project. 3/2/2020 Possible Moderate Medium Design reviews and contingency. 22 Design Errors Conflicting, excessive or deficient elements Changes In design may delay completions dates and also Impact the overall cost of project. 3/2/2020 Possible Moderate Medium Design reviews and contingency. 23 Late Deliverables Not completing documents on time Cost and design reviews may drive design schedules longer than planned In order to meet budgt goals and design criteria requirements. 3/2/2020 Possible Moderate Medium Establish frequent meetings to review design progress. 24 Easement Coordination Timely easements vacating approvals. This will lead to additional coordination, cost and schedule increases. This will delay construction. 3/2/2020 Unlikely Moderate Medium Coordination meetings. Enhanced site investigations. 25 Flexibility / Expandability of Systems Allow for systems to be expandable to meet the ongoing needs Design Incorporates the flexibility to expand systems as needed. 3/2/2020 Possible Moderate Medium Design reviews 26 O&M Design of systems that can be properly aintained. Systems are not easily accessed for maintenance. 3/2/2020 Possible Moderate Medium Constnictability and operational reviews. 27 Technology Outdated technology Design does not incorporate cutting edge technology when project is completed. 3/2/2020 Possible Moderate Medium Programming, 28 Design Rework Changes In design, design flaws, incomplete /Insufficient design Changes In design may delay completions dates and also impact the overall cost of project 3/2/2020 Unlikely Minor Low 1. Establish frequent meetings, workshops, etcto reduce the possibility of late scope changes 2. Assure that the cost and schedule Impacts of any scope changes are made part of any request fora change. REGULATION/COMPLIANCE 29 Permitting Delays Permitting process may be delayed by omplete design or late scope changes Lack of adequate scope definition or design documents may delay permitting process 3/2/2020 Probable Moderate _Hold "preview" meetings with permitting agencies to allow them opportunity to provide input. Staff permitting manager. 30 Security Updates Change In security requirements Change In security requirements may delay the onstruction. 3/2/2020 Unlikely Moderate Medium Communications with City 31 Environmental Surveys Environmental surveys expose significant Impact Environmental surveys may need to be redeveloped causing schedule delays and additional cost for the permitting process. 3/2/2020 Possible Moderate Medium Conduct all environmental assessments as a part of enhanced site investigation 32 Third -Party Challenges The possibility of third -party could legally challenge the program's environmental revIew preCess(NEPA) If third -party legally challenges the prgram's envIronmental review process (NEPA)this can result In schedule delay and cost overrun. 3/2/2020 Possible Moderate Medium Expedite environmental and demolition permits 33 ADA ADA improvements In areas not designed for accomodatIons Delays and additional cost. 3/2/2020 Likely Moderate Medium Identify all ADA access requireemnts during enhanced site InvesfigatIon. 34 Building Code Upgrade existing improvements to current code Delays and additional cost. 3/2/2020 Likely Moderate Medium Establish requiremnts during enhanced site investigations. 35 Inspections Delays In Drawing Revlews(PermltIssued) and Inspections External/ Internal projects limiting timely inspections 3/2/2020 Likely Moderate Medium Deploy program projects inspections manager to coordinate with all program contractors, and City Inspectors and CESI personnel. 36 County/State Failure to identify non-aty permits and/or nspections poor to need Stop work or prevent work from starting,removal of non-confoming work, cost and schedule impacts 3/2/2020 Possible Moderate Medium Identify and verify all permit and inspections requirements during program validation pahse. 37 Federal Failure to identify all federal regulatory permittingand inspection requiremnts prior to need Stop work or prevent work from starting,removal of nonconfoming work, cost and schedule impacts 3/2/2020 Possible Moderate Medium Identify and verify all permit and inspections requirements during program validation pahse. 38 Fire Marshall Upgrades to existing improvements Rework to replace hydrants and valves 3/2/2020 Possible Moderate Medium Coordination with Fire Marshall. 39 Architectural Reviews Failuer to obtain required AR In historically significant areas. Stop work, changes to design as required to obtain approval. Cost and schedule impact. 3/2/2020 Rare Moderate Low Identify any AR requirements as part of Enhanced Ste Investigation. 40 LEED Failure to meet sustalniblllty goals. Develop projects that do not meet City goals 3/2/2020 Rare Moderate Low Set sustalnlbllity goals during project selection process, early identify overarching City goals, set LEED go/no-go for each project during selection process BUDGET r -MI. I 1 41 Schedule Delays Approval /funding/design/regulatory delays. Bid Protests. Negotiation delays Cost increases due to schedule acceleration. 3/2/2020 Possible Major TIM Deploy teams to manage project selection, design, and regulatory processes, build In Contingency of5%to 120/0to bond Nnding. 42 Overruns Initial funding increases Claims during construction increasing the construction budget. 3/2/2020 Likely Major High Contingency 43 Inflation/Market Trends Increases in cost due to shortages and demands Budget overrun 3/2/2020 Likely Major High Escalation Budget 40/0to 80/0annually 44 Budgeting Errors Budget estimates inaccurate Generalized take -offs, old data, om ns (soft- costs, etc.). 3/2/2020 Possible Major High Design and estimate reviews. 3rd Party Estimates. 45 QA/QC Lack of coordination In drawings, en -ors and omissions. Schedule delays and additional cost. 3/2/2020 Possible Major High Design reviews OA/QC plan,enhanced site investigation process. 46 Materials Supply Issues Materials In short supply due to regional nstruction demands, shortage of transportation for materials, global impacts on suppliers. Materials availability drives up cost 3/2/2020 Possible Major Owner Advance Purchase Program to lock In material supplies and pricing, work with local suppliers to properly assess local conditions, FLEXIBLE speafications to allow for multiple manufacturers and substitutions when justified. 47 Contract Breach Failure to perform. Contractor or subcontractor goes out of business, walks off the job, or refuses to complete work 3/2/2020 Unlikely Major Medium Prompt payments and communications .Bonding, prequalification requirements 15 Project Risk Register P oject Number and Name : City of Miami -Miami Forever Bond Program CPMSS A=COM No. Risk Title Risk Summary (actual or potential) Risk Event (cause, event, consequence) Date Created Before Mitigation MRi¢att617 Actionee Action Update Date of Update After Mitigation Date Closed Likelihood Consequence Risk Level Likelihood Consequence Risk Level 48 Managing User Expectations Finish products do not meet the intent or durability of products requested by the end Owner change orders, delays, and substitution requestsuser 3/2/2020 Possible Moderate Medium Programming and communications. 49 Funds Allocations Budget overruns MI require additional approvals The financial plan to support the program requirements may take longer than expected to develop, thus delaying the project. 3/2/2020 Possible Moderate Medium Communications- monthly reports to City and COC 50 Revenue Loss Impacted local businesses experience a loss of revenue due to construction/delays/ onflicts Unplanned changes to construction sequences, unforseen conditions, business dosed or impacted during construction. 3/2/2020 Possible Moderate Medium Communication /planning - off -hours construction to mitigate impact 51 Insurance Claims Workers Compensation, material toss, and builder's risk Accident, theft, and substandard installations. 3/2/2020 Possible Minor Low Safety plan, effective insurance coverages, communication, and inspections. 52 Tariffs Tariffs on imported materials (i. e., steel, etc.) Increased cost. 3/2/2020 Possible Minor Low Contingency, consider "Buy American" policy PROCUREMENT - - 53 Bid Delays Bid process Delays Delays In obtaining a contractor could be ompricated by protests or other technical Issues. Not following procurement process can lead to possible protest, legal/ethical and sunshine law olations. Cost increases would have a significant Impact to budget 3/2/2020 Probable Major Insure adequate reviews take place during design process. Insure all city/Consultant personnel are aware of City procurement rules and restdcfions during procurement process. 54 Non -Responsive Bidders No responsive bidders. Bld review process does not Identify any responsive bidders. 3/2/2020 Rare Moderate Low Thorough document review. Local business outreach and development. Open communications with contracting communIty regarding upcoming opportunities. 55 Contract Negotiation Delay In contract negotiation. Unable to negotiate final contract. 3/2/2020 Rare Moderate Low Schedule allowance for adequate negotiations. 56 Policy Changes Delay In contract awards. Uncommunicated policy changes resulting In 3/2/2020 Rare Moderate L. Communications with Procurement CONSTRUCTION 57 Schedule Conflicts and disruptions due to events Changes In City and community activities may change delays In meeting milestones In schedules Schedule delays and additional cost. 3/2/2020 Possible Major Coordinate construction schedule with City and community event schedules. 58 Long Lead Items Items do not arrive In time to match nstruction schedule Long lead items can delay the program If they are not identified, requested, and managed on time 3/2/2020 Possible Major Detailed procurement plan by contratcors and manage the design to support planned schedules. 59 Monitoring and Controls Systems Integration Interface with existing or legacy system Is required Systems Interface between existing systems may have compatibility issues to achieve 'full integration', leading to delays In completion of 3/2/2020 Probable Moderate Develop commissioning requirements and build these Into the Program Management Plan. Enhanced site InvesfigatIon, involve existing City agencies In design 60 Utilities Planning and Activation Lack of incentive for the utility companies to meet project schedules. Permanent utility relocations, n s o r nections may not be completed d n�ng construction, resulting schedule delay and cost 3/2/2020 Probable Moderate Coordination meetings with utility providers. Utility company contractor work to be performed In advance of program project work startsoverruns 61 Cost Overruns Budget Increase Unforseen claims during constriction increase project cost 3/2/2020 Likely Major Enhanced site investigations, construction cost estimates at each design stage 62 Unforeseen Conditions Underground utilities not identified,soil onditions, and force majeure, Delays and additional cost. 3/2/2020 Possible Major Contingency, enhanced site investigation process 63 Materials Supply Issues Stolen, lost, or damaged materials Materials lost during costruction may not be readily replaceable due to availability issues. Higher replacement costs due to material availability 3/2/2020 Possible Major Minimize on -site storage unless In secure containers, proper and effective insurance coverage for stored materials, site security for larger storge areas. 64 Professional Trades Labor market If other large projects, or unplanned hurricane recovery work, draws labor away from the program projects, the shortage of labor may cause delay (Electricians, HVAC, Ironworkers are the major trades that may face shortages) and cost overruns 3/2/2020 Probable Moderate 1. Engagequalified firrn(s)to conduct market labor analysis, and evaluate and recommend solutions such as Labor IncentIves to trade wirkers, pre-fab and/or preassemble work elements off -site, job training programs for unemployed high-school graduates and pre-release Incarcerated community residents. 2. Chosen potential soultions should be considered by onstruction bidders and cost -benefit analyses presented 35alternates to proposals. Incorporate solutions that present acceptable cost/benefit returns 65 Pest and Vermin Impacts During construction the habitat for below ground pests will be disturbed and there may be displaced infestations to adjacent properties and structures. Pests 3/2/2020 Probable Moderate Prepare and implement pest control plan for each stage of each program project. 66 Accidents Active utilities disrupted. Disruption to residents, businesses, and any scheduled events. Schedule and cost delays. 3/2/2020 Possible Major Review all as -built and coordinate with utility providers. Enhanced site investigation. 67 Signage Confusion Disruption to vehicle traffic patterns and pedestrian routes cause confusionand can lead to accidents 3/2/2020 Possible Major Effiaent and clear temporary signage for alternate routes, maintained contently and replaced when damaged. 16 Project Risk Register Project Number and Name: City of Miami- Miami Forever Bond Program CPMSS AZCOM No. Risk Title Risk Summary (actual or potential) Risk Event (cause, event, consequence) Date Created Before Mitigation Mitigation Actionee Action Update Date of Update After Mitigation Date Closed Likelihood Consequence Risk Level Likelihood Consequence Risk Level 68 Program Phasing Plans Phasing of projects within each tranche affected by seasonal weather concerns, planned community events, and ongoing private constructipn City concerns may require changes to the constructIon phasing plans once the contractors are on -board, leading to phasing changes once constructIon Is underway, affecting productivity, which may lead to delays and impact cost. 3/2/2020 Possible Moderate Medium 1. Utilize Collaborative Lifecycle Management as an evaluatIng tool to establish priorities. 2. Develop a plan that supports all stakeholders, and plan collaboratively. City and community agencies. 3. Coordination with local transit during Construction for access through work sites as well as drop off and pickup areas 69 Jobsite Safety and Security Job -site accidents and security issues. Acadents to workers or the public may cause delay and additional cost to rectify unsafe onditions. Multiple sites with multiple contractors with differing safety risks. 3/2/2020 Unlikely Moderate Medium Implement construction safe sites program to insure effective public and construction safety across multiple sites with multiple contractors. Physical barriers to prevent and visual barrier to construction areas. Ste specific safetyplansfor each program project. 70 Commissioning Commissioning requirements Successful contractors may underestimate the commIsslonIng and acceptance activities and slowly realize the amount of effort and support required to achieve acceptance. This may result In schedule delay. 3/2/2020 Unlikely Moderate Medium Establish early on the requirements for acceptance and commissioning 71 Unforeseen Conditions (field) Minimal field exploration at the concept design There Is the possibility of encountering unidentified underground utilities that can delay schedule and Incur cost overruns. 3/2/2020 Possible Moderate Medium Enhanced site investigations 72 Payments to Contractors Delay In processing and paying contractors on time Subcontractor dissatisfaction, no show, and Increased schedule and budget cost. 3/2/2020 Possible Moderate Medium Prompt payments and communications. 73 Quality Control Poor construction quality. Schedule delays and additional cost. 3/2/2020 Possible Moderate Medium Follow PMP-0A/OC Plan. Ensure thorough, timely, and complete inspections and testing. 74 Utility Phasing The utility relocation phasing plan does not support the construction coordination on site The utility relocations maybe required to be phased and cannot be done In advance of the nstruaton, and this will require increasing oordination and phasing of the construction work which may lead to cost and schedule increase. 3/2/2020 Possible Moderate Medium Coordination with utility providers and all stakeholders to minimize disruption. 75 Inclement Weather / Force Majeure Tropical storms and heavy rain seasons Slow down or stop construction progress for an extended period of time 3/2/2020 Rare Moderate Low Develop contingency plans CONTRACT ADMINISTRATION 76 Unclear Scope or Scope Gap Unclear scope definition or technical requirements RFI, elements of the design scope not understood by contractors and subs 3/2/2020 Probable Moderate Design reviews 77 RFI/ Submittal Response Delays RFI/Submittal Turnaround delays. Lack of adequate staffing or attention to project causes schedule delays 3/2/2020 Probable Moderate Monitor and manage RFI and Submittal response times. 78 Schedule Delays Schedule bust or construction time delayed. Project runs longer. Long Lead Items. 3/2/2020 Possible Moderate Medium Schedule reviews, look ahead, submittal processing / turnaround reviews. 79 Risk Resolution Process Identified dsks not understood be team embers Maintaining, managing and controlling risk through the life of the project 3/2/2020 Likely Moderate Medium Maintain risk register to monitor and control risk. 80 Project Close -Out Incomplete or missing closeout documenattion Incomplee or missing as -built drawings, 0&M manuals, training, and spare parts could result In added costs to secure missing items. 3/2/2020 Possible Moderate Medium Assemble documents during construction, hold all retention until documents. and parts delivered. Risk Matrix (Taken from Q2-231-PR1 Project Risk Management Procedure) co, . e°. S1/ Theo y qee Insignificant Minor Moderate Major Catastrophic Probable Medium Medium 'h High High Likely Low Medium Medium High High Possible Low Low Medium igh High Unlikely Low Low Medium Medium I High Rare Low Low Low t Medium Medium The Risk Matrix to the left illustrates the severity of the multiple risks in the Risk Register shown above. 17 EXAMPLES OF PROJECT RISKS The following are example risks that can be encountered on a project. These risks have been taken into account on the draft Risk Registered shown on the previous pages. 1.0 Project Management 1.1 Process Responsibility and Influence 1.2 Industrial Relations 1.3 Operations Issues 2.0 Stakeholder Management 3.0 Occupational Health & Safety 3.1 HAZID, HAZOP, Quantified Risk Assessment Issues 4.0 Client 4.1 Client Management Change 4.2 Client Insolvency 5.0 Political and Government 6.0 Scope Definition 7.0 Schedule 8.0 Staff Resources 8.1 Resource Unavailability 8.2 Personnel Security 9.0 Technical 9.1 Non-AECOM Specialist Service Inputs 10.0 Interfaces between Disciplines and Other Contracts 11.0 Environmental 11.1 Approvals and Compliance 11.2 Weather vulnerability 11.3 Field Studies and Site Investigations 12.0 Cultural (Aboriginal Heritage /Native Title) 13.0 Safety in Design 13.1 Fire and Life Safety 14.0 Approvals 15.0 Commercial & Financial 15.1 Insurance Availability 15.2 Exchange Rate 15.3 Quantities, Cost Estimation and Cost Management 15.4 Contractual & Legal 15.5 Commissioning Requirements 16.0 Reputation 16.1 Community Reaction and Influence 17.0 Communications 18.0 Suppliers & Subconsultants 19.0 Related Projects 20.0 Quality 21.0 Geotechnical 21.1 Contract conditions AECOM 18 Resource Allocation Plan City of Miami CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES Work Plan, Responsibility Matrix and Time Line Schedule AZCOAll ""neiL Deivered Team Responsibility and Milertone Schedule 2020 2021 J1F1.1A1.1dJIAISI°INID 2022 J1F1.1A1.1JHAISI°INID 2023 2024 J1F1.1A1.1dJIAISI°INID rkProject 1 10 Procure/ Bid., Award - Basis of Design., Functional Program Detailed Design Procure., Award - GC Construction 0.er Acceptance., Pune. Completion Milestone Closeout oftXMI.K.MONDY 3112131=is_ Procure/ Bid., Award - Basis of Design., Functional Program Detailed Design Procure., Award - GC Construction 0.er Acceptance., Pune. Completion Milestone Closeout 1.• Basis of Design., Functional Program Detailed Design Procure., Award GC Acceptance., Pune. Com0letioC7Msitlreusteto'nne 6. .: Closeout Procure/ Bid., Award A.. • , "11 7:`,1",',,;•:77.; CAME RI.ER.E,G,EILIsL ATOM' ARCHITECT/ CONTRACTOR PROGRAM MANAGEMENT DELIVERY TEAM: AECOMI TPSI CREATIVISON MEDIA/ GURRIMATUTEINNO T1 Public Safety Procure/ Bid., Award - 6.E Basis of Design., Functional Program Detailed Design Construction Documents Construction 0.er Acceptance., Pune. Completion Milestone Closeout r n Procure/ Sidi Award - 6.E Basis of Design., Functional Program Detailed Design Construction Documents Construction 0.er Acceptance., Pune. Completion Milestone Closeout T2 Parks and Cultural 1-10 Basis of Design., Functional Program Detailed Design Procure., Award - GC Construction 0.er Acceptance., Pune. Completion Milestone Closeout t.0 Procure/ Bid., Award - Basis of Design., Functional Program Detailed Design Construction Documents Procure., Award - CMR Construction 0.er Acceptance., Pune. Completion Milestone Closeout T1 Affortlable Housing 2 Procure/ Bid., Award - 6.E Basis of Design., Functional Program Detailed Design Construction Documents Procure., Award - CMR Construction 0.er Acceptance., Pune. Completion Milestone Closeout Master Planning Stage Mobilization 2020 2021 =1E8S.5101011111111111111111111111111111111111111111 19 MIAMI FOREVER GENERAL OBLIGATION BOND Budget by Project Type Public Safety Parks Sea Level Rise Roadway Other Affordable Housing Total Bond with Escalation by Project Type •Project Costs (Bond Program) •Escalation (Bond Program) 100M 50M OM o�\co ocpc' 5`ti�o otio „4§) o5tio oS`co 05 Qto? 90•9 co? to? oQ QcoQ Q,oQ ,z,c Miami Forever General Obligation Bond AECOM Spend by Tranche and Project Type Phase 1 Phase 2 • Phase 3 80M 60M 40M 20M OM • Proposition Proposition Proposition Proposition Proposition Propostion Proposition A D B C E H G Risk Register Probability Potential Risk Construction impedes constituents movement, causing noise during testing and risking the safety of studen Construction schedule delays Inaccurate cost estimates resulting in bid day budget overruns Schedule extending beyond the Proposition's schedules years Lack of owner's project/program requirements cause change orders late in design and poor end product Poor quality due to procedures, schedule and budgets not being in place for early start projects Non-conformance with Board Policy 6610 Threats to safety due to confusion regarding safety program ownership or CMT/contractors not following pr 20 Project Type All District v All Type All Category All Activity Map Pinecrest any 417LS MS NV' 135;h St North Miami Bay Harbor Islands Miami Beach Miami CPMSS - Miami Forever Bond Projects GPM Pao,EL.PR000REMENT EPP,1E.Atiopar, Ra,���s��,. CI LI 111111111111111111111111111111111111111111111111111111 ImIIMININ 1111111111111111111111111 =========================================================--- Note: AECOM understands that Tranche 1 is underway, however, if there are remaining projects from Tranche 1 that the City would like for AECOM to manage, we will include on the resource plan and assign staff accordingly. Our preliminary schedule reflects that assumption. Exported on May 9, 2020 11:32:05 AM EDT 21 Page 1 of 1 aasodoad ayj 4o sIenO 17.v Qualifications of Proposer Form RFQ-QPC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: AECOM Technical Services, Inc. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Integrated professional consultancy firm delivering program management services for resilient environments and high-performance buildings/infrastructure. Type of Firm: Corporation ❑■ LLC ❑ Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other ❑ Certified Small or Minority Owned Business: Yes ❑ No ❑■ Issued by (name): Type of Ownership Certification(s): Privately held company Proposer's Office 800 S Douglas Road, North Tower, 2nd Floor, Miami (Coral Gables), FL 33134 Is this the Proposers main office? Yes ❑ No ❑■ If No, please provide your main office location: 300 South Grand Avenue, 10th Floor, Los Angeles, CA 90071 Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑■ No ❑ If "Yes," indicate location of offices: 7650 Corporate Center Drive, Suite 400, Miami, Florida 33126 Number of years in business under current name: 49 . If the Proposer has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): n/a Type and number of projects completed in the past 5 years: Design/Bid/Build: 284* Private Sector: Design/Build: 122* 20K* Federal Government: 16K* City of Miami: 42 CM -at -Risk: 30* N/A ❑ State/County/Municipal: 64K* Name of Projects: A small sample includes projects that follow in Section RFQ-EPC, e.g., Jackson Health System Miracle -Building Bond Program; City of Doral Parks Bond Program Residential/Residential High -Rise: AA Office: "" LEED/Green Globe Certified: 9 Other (specify): *Figures represent AECOM's southeast US region. Mixed -Use: AA Retail: "" "Please see Private Sector aggregate total 22 RFQ-QPC Revised 3/22/19 Qualifications of Proposer Form RFQ-QPC Number of Employees: 130 . Licensed Architects: 8 . Licensed Engineers 18 . LEED-AP Professionals 7 . Licensed General Contractors 1 . Licensed Surveyors 0 CTQP Licensed Inspectors 1 . Other (list) These figures for Miami and Coral Gables offices only List, explain and provide the status of all claims, lawsuits, arbitrations, and judgments pending or settled within the last seven (7) years (Please add additional pages if necessary): Please see attached pages. Brief History of the Firm (Please provide a brief history of the Proposer's Firm): AECOM Technical Services, Inc. was previously known as Earth Tech, Inc. incorporated in California on 9/29/1970. Earth Tech, Inc. was acquired by AECOM in 2008, and the name was subsequently changed to AECOM Technical Services, Inc. ("ATS"). ATS is a wholly owned indirect subsidiary of AECOM, a multi -national, publicly traded corporation under the trading symbol of ACM on the NYSE. AECOM is comprised of approximately 120 operating companies and affiliates having a total current employment of approximately 56,000+ persons worldwide of which ATS is the primary contracting entity for AECOM in North America, and the entity under consideration for this proposal. AECOM is a local and national leader in program, project and construction management services for capital improvement programs (CIPs). For more than 80 years, we have delivered results -oriented program management support services on large-scale CIPs in Miami -Dade County and throughout Florida. Our track record is one of longevity and success the majority of our clients retain us as the trusted advisor for the duration of their programs, often times for successive bonds. AECOM clients benefit from our ability to provide resources to fit their needs — from specific staff augmentation positions to full-scale management teams. We also provide technical and cost services, tools, and innovative services to assist clients in keeping programs under control and stakeholders informed. Our staff includes program, project, and construction managers, project control specialists, construction engineers, schedulers and estimators, contact administrators, document control specialists, quality assurance specialists and risk assessors. We also have experts in planning, architectural design, engineering, geotechnical, environmental and information technology. Our experience ranges from supporting programs for the design and construction of roadways, parks, municipal and public facilities, and public safety facilities to environmental and sustainability projects. 23 RFQ-QPC Revised 3/22/19 Qualifications of Proposer Form RFQ-QPC 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 The Earth Technology Corporation (USA) Sole Shareholder 100% Roger Wiederkehr President 0% Keenan Driscoll CFO & Treasurer 0% Charles Szurgot Secretary 0% Pedro Hernandez Principal -in -Charge 0% By signing below Proposer certifies that the information contained in Form RFQ-QPC 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 spl- •iscretion reject the Response as non -responsive. By: Sign.4r of Authorized Officer Juan Alfonso, AIA, NCARB Printed Name May 11, 2020 Date Vice President/ Program & Project Management Lead, Florida Title 24 RFQ-QPC Revised 3/22/19 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Litigation History of AECOM for Last Seven Years AECOM Technical Services, Inc. ("ATS") is a large design, engineering, planning and related professional services company that executes thousands of projects annually. As with any large services company, from time to time, ATS is involved in claims and litigation, many of which involve third party personal injury and property damage claims. However, we strive to avoid litigation and have a risk management program in place that includes early recognition of situations that might give rise to a claim, open lines of communication and proactive dispute resolution. Litigation History (7 Years) Claimant Name/ Case Number Date Filed/Venue Status Claim Description County of San Bernardino v. Skanska USA Civil West, Inc. et al.; Case No. CIVDS1913509 Filed May 29, 2019; Pending San Bernardino County, Superior Court, San Bernardino, CA Complaint alleging defective and non -conforming work which resulted in construction related issues on a railroad grade separation project in Devore, San Bernardino County. Slade Jordan & JWS Restoration vs. AECOM Technical Services; Case No. 19963 Filed Oct. 26, 2018; Dismissed District Court, Nolan July 2019 County, TX Multi -plaintiff PBC exposure case related to a remediation project at an abandoned refinery in West Texas owned by Anadarko Petroleum Corporation. Anadarko hired ATS to serve as "Compliance Supervisor" to design, engineer, implement and supervise compliance with safety standards. East Kentucky Power Cooperative v. AECOM Technical Services, Inc; Case No. No. 5:18-cv-00437-JMH June 7, 2018; E.D. KY Pending East Kentucky Power Cooperative alleges that ATS did not design an external haul road used to access the bottom of EKPC's Spurlock Station coal ash landfill in Maysville, Kentucky in accordance with the parties' contract or professional standards. ATS disputes EKPC's allegations, and contends that ATS acted consistent with the applicable industry standard of care and scope of work authorized by EKPC. Clark Bros. Inc. (CBI) v. Gierlich-Mitchel Inv. (GMI) v. AECOM (Cross-Dft. AECOM); Case No. 17CECG00503 Filed Apr. 12, 2017; Superior Court of the State of CA for the County of Fresno Settled; Sept. 2018 Contractor on municipal sewer lift station project filed suit against pump manufacturer and its representative, alleging pumps were defective or did not meet published specifications. Mfr.'s representative filed cross -claims against ATS alleging negligence. ATS provided design services on the project. David Dewayne Stowe, Sr., et al., vs. Donald Slade Jordan, et al.; Case No. 44771 Filed Oct. 10, 2016; 5th Judicial District Court for the Parish of Richland, State of LA Pending Multi -plaintiff PCB exposure case related to a remediation project at an abandoned refinery in West Texas owned by Anadarko Petroleum. Anadarko hired ATS to serve as "Compliance Supervisor" to design, engineer, implement and supervise compliance with safety standards. Green Bay Metropolitan Sewerage District v. PTS Contractors, et al. (including AECOM Technical Services, Inc.)Case No. 16CV449 Filed Mar. 29, 2016; Circuit Court of Brown County, WI Settled March 2019 Fox River Fiber and Green Bay Metropolitan Sewerage District filed separate suits asserting breach of contract and negligence claims against AECOM Technical Services, Inc. ATS provided design and construction inspection services. The claims arise from a force main failure (leak) allegedly caused by corroded bolts. AECOM 25 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Litigation History (7 Years) Claimant Name/ Case Number Date Filed/Venue Status Claim Description Fox River Fiber v. AECOM, et al. / Green Bay Metropolitan Sewerage District v. M.P. Nexlevel, LLC, AECOM Technical Services, Inc., et al.; Case No. 15CV1742 Green Bay Metropolitan Sewerage District v. M.P. Nexlevel, LLC, AECOM Technical Services, Inc., et al.; Case No. 16CV2 Filed Dec. 28, 2015; Circuit Court of Brown County, WI Filed Jan. 4, 2016; Circuit Court of Brown County, WI Pending Green Bay Metropolitan Sewerage District filed suit against AECOM Technical Services, Inc. asserting breach of contract. ATS provided design and construction inspection services. The claim arises from the discovery of corroded force main bolts, which GBMSD claims could create the risk of leakage of wastewater. The Association of Apartment Owners of the Hawaii Kai Peninsula and Board of Directors of the Association of Apartment Owners of the Hawaii Kai Peninsula, etc., v. Peninsula Hawaii Kai, LLC et al., including AECOM Technology Corporation; Case No. 101175108JHC Filed Dec. 28, 2015; Circuit Court of the First Circuit, State of Hawaii Settled August 2017 Complaint against multiple parties alleging negligence and breach of implied warranty in connection with the construction of a condominium project known as the Hawaii Kai Peninsula. The Connecticut Light & Power Company dba Eversource Energyv.Joken Development Corporation, et al., incl. AECOM Technical Services, Inc.; Case No. UWY-CV-15- 6027719-S Filed July 1, 2015; Superior Court of Connecticut Judicial District at Waterbury Settled July 2018 Claim for damages to electrical facilities related to the contractor's (Joken) excavation services. AECOM is tendering its defense to the contractor. Penta Corporation v. Town of Newport v. AECOM Technical Services Inc. v. Westech; Case No. 212-2015-CV-00011 Filed Mar. 31, 2015; New Hampshire Superior Court Settled Nov. 2018 Penta Corporation commenced an action against the Town of Newport for breach of contract alleging an unpaid balance of the contract price and monies due to an alleged differing site conditions claim. Newport asserted a counterclaim against Penta for failure to comply with the specifications and failure to achieve final completion. The Town of Newport brought a third party claim against ATS alleging negligence and breach of contract. IDOT Circle Interchange Phase II - Peoria Street Bridge / CUPPA Hall (Board of Trustees of The University of Illinois, et al. v. Kiewit Infrastructure Co. v. AECOM Technical Services, Inc.) Filed Jan. 19, 2015; Pending Circuit Court of Cook County, Illinois Complaint filed against ATS for the design and preparation of plans, specifications and estimates for the reconfiguration and reconstruction of the Circle Interchange in downtown Chicago. Trumbull Corporation v. CSX Transportation and AECOM Technical Services, Inc.; Case No. GD 14-012294 Filed Dec.19, 2014; Court of Common Pleas of Allegheny County, PA AECOM Dismissed without Predudice Nov. 2016 Claim for property damage allegedly due to AECOM's failure to monitor or otherwise control the vertical clearance around the Ambridge/Aliquippa SR 9042 Overhead Bridge Rehabilitation Project. AECOM 26 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Litigation History (7 Years) Claimant Name/ Case Number Date Filed/Venue Status Claim Description City of Rochester, NH v. Marcel A. Payeur, et al, incl. AECOM Technical Services, Inc.; Case No. 219-2012-CV-00550 Filed April 14, 2014; Strafford Superior Court, NH Dismissed Dec. 2016 Complaint filed by the City of Rochester alleging inadequate supervision of construction of a Water Storage Tank. Construction took place in 1985. Valley Truck Service, Inc. v. Textron, Inc., et al., incl. AECOM Technical Services, Inc.; Case No. 1:14-cv-00034- MOC-DLH Filed Feb. 14, 2014; United States District Court Western District of North Carolina, Asheville Division Settled May 2016 Complaint against multiple parties alleging nuisance, negligence and injunctive relief, among others, related to soil and groundwater contamination. The Charter County of Wayne, etc. and the Charter County of Wayne Building Authority v. AECOM Services of Michigan, Inc. et al., including AECOM Technical Services, Inc.; Case No. 13-014183-CK Filed Oct. 31, 2013; Wayne County Circuit Court, Michigan Settled Aug. 2016 Complaint against multiple parties alleging cost overruns, construction defects, and errors and omissions. Time Warner Cable v. AECOM Management Services Corp, AECOM Technology Corporation, Herzog Contracting Corporation, et al.; Case No. 30-2013-DD- 00676796-CU-PO-CJC Filed Sept. 20, 2013; Settled Orange County May 2014 Superior Court Claim for property damage to a fiber optic cable and utility vault during the installation of a sidewalk. Waterstone Environmental Hydrology Engineering, Inc. v. Earth Tech, Inc., et al.; Case No. 2013CV033347 Filed July 29, 2013; District Court, City and County of Denver, Colorado Settled Feb. 2015 Complaint filed for Breach of Contract based on alleged promises made by Earth Tech (nka ATS) to use Waterstone's services as a sub -consultant. No formal agreement was ever entered into. Rothman Engineering, Inc. v. AECOM Technical Services, Inc., et al.; Case No. NC58899 Filed June 10, 2013; Superior Court of California, County of Los Angeles -South District Settled March 2014 Complaint filed by a subcontractor alleging breach of contract related to professional services rendered in connection with the POLB Middle Harbor Terminal Redevelopment, Operations and Maintenance Building Project. City of Sarasota v. AECOM Technical Services, Inc., et al.; Case Number 2013-CA- 001728 NC Filed Feb. 25, 2013; Pending Circuit Court of the Twelfth Judicial Circuit for Sarasota County, FL Complaint for damages in connection with the design and construction of sewage lift station and sewer line. *The above table was comprised from identifiable and retrievable corporate records for AECOM Technical Services, Inc. (formerly known as Earth Tech, Inc.) and excludes (i) claims involving personal injury and property damage claims not otherwise connected with the claims identified, (ii) employment -related matters, and (iii) subsidiaries and affiliates of AECOM Technical Services, Inc. Litigation History of Subconsultants for Last Seven Years Our subconsultants do not have any judgments, suits, claims, arbitrations, and back charges asserted or awarded against them in the past seven (7) years where the threshold exceeded $100,000. AECOM 27 aasodoid aye 4o •dx3 9 y City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Jackson Health System's Miracle -Building Bond Program / Miami -Dade County, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Program Management Staff Augmentation Reference Project Description: $1.4 billion, five -to -seven year system -wide capital improvement plan Scope of Services Provided: Owner's rep; program management support services; A/E & CM procurement Compensation for Services: $ 15,000,000 Project Start Date: 8 / 15 Project Completion Date: 6 / 21 Project Construction Cost: $ 1.4 billion Const. Start Date: 2 / 17 Const. Completion Date: 3 /21 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: James Wille Proposer's Title/Position: Owner's Representative Company's Contact Facsimile Number: n/a Project Completed on Time and within Budget: ■❑ Yes Company's Contact Phone Number: (954) 732-2300 Company's Contact E-mail: james.wille©aecom.com ongoing (multiple projects; ❑ No Project Duration: some are completed) If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Public Health Trust of Miami -Dade Reference Company Name:county c/o Jackson Health System Reference Name/Title & Position:Seed/SVP, Facilities Design & Construction Reference Phone Number: (407) 777-5727 ❑■ Yes ❑ No �■ N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No 1 N/A Reference Contact E-mail: william.seed©jhsmiami.org PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and,correct to the best of my knowledge. Proposer's Signature: RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 29 RFQ-EPC Revised 12/4/19 JACKSON HEALTH SYSTEM'S MIRACLE - BUILDING BOND PROGRAM Miami -Dade County, Florida Program and Project Management, Program Support and Augmentation • 1119IPPl °rrlrr" los davolii r',1rea re' rrrlrlrsL Jackson Health System (JHS), one of the nation's largest public health systems, embarked on one of the largest healthcare capital programs in the country. This $1.4 billion capital plan includes new construction projects, the renovation of existing facilities and infrastructure improvements. Our team provided program strategy development services, to implement client process improvements. Our efforts resulted in a significant streamlining of their process, with an improvement to their invoicing process time from over 90 days to under 30 days. In addition, we implemented an Outreach Program and a Mentor -Protege Program for Small Businesses, and provided training for these businesses as well. Training included builder's risk. In our role providing program management and staff augmentation, we are responsible for program and project planning, communication, program and project budgeting, scheduling, mechanical and electrical advisory and oversight services, and civil advisory and oversight services. Program services include facility needs assessments, space planning and programming guidance and leadership as well as AECOM ADA compliance programs, process training and assisting in the preparation of PM/CM policies and procedures, and program strategy development procedures. When the AECOM team was selected for this work, JHS was facing a major challenge to meet a schedule that would deliver five major projects within a 10-year period. The original procurement process was slated to select one A/E and CM at the time. One of the solutions proposed by our team, and accepted and executed by JHS, was to streamline the procurement process to save time and procure the A/E and CMs simultaneously. We assisted JHS to implement this "speed to market" approach: procure the projects' A/Es and CMs in a five -month period, potentially reducing the program by up to three years, saving PROJECT'S GUIDING THEMES Wellness & Modernization Safety Quality of Life 30 @IP Equity Economic Return RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami millions in construction costs, and earning millions more in earlier new revenues. Our team has also contributed significantly to: utilizing a master architect and master civil to accelerate individual project design during lengthy procurement phase for AORs; public procurement; SBE and C-SBE procurement; bulk medical equipment purchasing and savings; bulk building material purchasing and savings; the owner controlled insurance program and owner direct purchase order tax saving program; and lean clinical processes (10 percent square footage reduction). AECOM started all but the SBE procurement with our own initiatives. Our services are targeted across the Jackson Health System network, which will include: - Jackson Memorial Hospital (on the Jackson Main Campus) - Holtz Women and Children's Hospital (on the Jackson Main Campus) - The Christine E. Lynn Rehabilitation Center for The Miami Project to Cure Paralysis at UHealth/ Jackson Memorial Medical Center (on the Jackson Main Campus) - Jackson North Community Hospital, a new critical care tower and floor modernizations - Jackson South Community Hospital, a new pediatric department and floor modernizations - Future new campus Jackson West in Western Dade County, encompassing a new 100-bed hospital, clinic and medical office building - Six to eight urgent care centers AECOM 31 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: City of Doral Parks Bond Program / Doral, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Program Manager Reference Project Description: Program Management Services for City's $150 million bond program Scope of Services Provided: Program/Project Management, Cost Estimating, Scheduling, Construction Management, Planning, Compensation for Services: $ $6 million Project Start Date: 6 / 2019 Project Completion Date: 6 / 2024 Project Construction Cost: $ $150 million (Program) Const. Start Date: 12/ 2020 Const. Completion Date: 6 /2024 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Juan Alfonso Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-444-4691 Company's Contact Facsimile Number: N/A Company's Contact E-mail: juan.alfonso@aecom.com Project Completed on Time and within Budget: ❑ Yes n No Project Duration: Ongoing - 5 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: City of Doral Reference Phone Number: 305-593-6740 ❑■ Yes ❑ No �■ N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No ❑■ N/A ■❑ Yes ❑ No 1 N/A Reference Name/Title & Position: Eugene Collings/AD, Public Works Reference Contact E-mail: Eugene.Collings©cityofdoral.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true, Proposer's Signature: correct to the best of my knowledge. 32 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please,see following page. 33 RFQ-EPC Revised 12/4/19 CITY OF DORAL PARKS BOND PROGRAM Doral, Florida Program Management AECOM is providing Program Management Services on an as -needed basis for the Doral Parks Bond Program. The bond was approved by City of Doral voters on November 6, 2018, and will provide for the construction and renovation of the city's park system as conceptualized in the master planning process completed in 2018. The projects proposed within this program are intended to meet the high - priority needs of the city's parks, allowing for the greatest benefit to the largest amount of Doral's residents as possible, regardless of age, ability or location within the city. AECOM is providing planning, procurement, project management, construction management, cost estimating, scheduling, PMIS support, close-out and other services as needed in order to plan and execute the Program, providing support in reviewing proposals and negotiating contracts. PROGRAM'S GUIDING THEMES Wellness & Equity Modernization Safety Quality of Life AECOM 34 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Miami Dade College Capital Improvement Program / Miami -Dade County, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Owner's Representative Program Manager Reference Project Description: Program Management Services for College's $600 million strategic plan Scope of Services Provided: Program/Project/Construction Management, Strategic Planning, Cost Estimating, PMIS Support Compensation for Services: $ $1.7 million Project Start Date: 6 / 2019 Project Completion Date: 6 / 2021 Project Construction Cost: $ $600 million (Program) Const. Start Date: 6 /2019 Const. Completion Date: 6 /2021 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Juan Alfonso Proposer'sTitle/Position: Vice President Company's Contact Phone Number: 304-444-4691 Company's Contact Facsimile Number: N/A Company's Contact E-mail: juan.alfonso@aecom.com Project Completed on Time and within Budget: ❑ Yes n No Project Duration: Ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? * Yes ❑ No �■ N/A ■❑ Yes ❑ No �■ N/A ■❑ Yes ❑ No ❑■ N/A Was the Proposer timely in its reviews and submittals? ■❑ Yes ❑ No �■ N/A Reference Company Name: Miami Dade College Reference Name/Title & Position: Leo Bobadilla/Vice Provost Reference Phone Number: 305-237-2599 Reference Contact E-mail: Ibobadil @mdc.edu PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true ar+d 9orrect to the best of my knowledge. Proposer's Signature: 35 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see the page that follows. 36 RFQ-EPC Revised 12/4/19 MIAMI DADE COLLEGE CAPITAL IMPROVEMENT PROGRAM Miami, Florida Program Management Support AECOM is providing Program Management Support and Owner's Representation Services to act on behalf of Miami Dade College in the delivery of estimating, scheduling and project management for capital facility projects. Projects are composed of multiple -site remodeling, renovations, and additions projects. Our team works collectively with design, construction and program controls teams in order to plan, manage and execute capital and maintenance projects. The scope of work consists of complete project management/staff support services including needs assessments, planning, public engagement, project definition, schedule control, cost control, coordination, administration, and management of design construction, close-out and warranty administration services. AECOM also supports Miami Dade College with master planning, strategic planning and design services. Projects within this overall assignment have included the College's Dyer Courthouse Historic Project, Padron Campus Miscellaneous Projects, Five -Year Capital Improvement Cost estimating Services, Strategic and Master Planning Services and Homestead Campus Miscellaneous Projects, providing process training and assisting in the preparation of PM/CM policies and procedures. PROJECT'S GUIDING THEMES Modernization Safety Economic Return AECOM 37 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Miami -Dade Water & Sewer Department System Priority Projects / Miami, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Program Manager/Construction Manager Reference Project Description: Management of the design & construction of federally -mandated program Scope of Services Provided: Program/construction mgmt. for the sanitary sewer overflow and prohibited bypass consent decree Compensation for Services: $ $90M to date/$140M total Project Start Date: 6 / 2014 Project Completion Date: — / 2026 Project Construction Cost: $ 2 billion Const. Start Date: 6 /2014 Const. Completion Date: — /2026 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Martin Dorward Proposer's Title/Position: Program Manager Company's Contact Phone Number: (415) 531-7134 Company's Contact Facsimile Number: (305) 675-3843 Company's Contact E-mail: martin.dorward@aecom.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: ongoing; 50% complete & on time If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? ❑■ Yes ❑ No Q N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No 1 N/A MD Water &Sewer Dept. Lynnette Ramirez, Senior Advisor, Capital Reference Company Name: Reference Name/Title & Position: Proiects & Compliance Reference Phone Number: (786) 552-8204 Reference Contact E-mail: Ivnnette.ramirez@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true anc! Proposer's Signature: rect to the best of my knowledge. 38 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 39 RFQ-EPC Revised 12/4/19 MIAMI-DADE WATER AND SEWER DEPT. SYSTEM PRIORITY PROJECTS Miami, Florida Program Management/Support Services AECOM is providing program/construction management services for the $2.0-billion sanitary sewer overflow and prohibited bypass Consent Decree Program. We validated the technical, cost, schedule and operational requirements, providing a more refined project scope of work, cost estimate, and implementation schedule so that each project meets the requirements of the program and provides the most cost effective operational solution for the department. In addition, our validation provided the department with a better defined cash flow projection to help identify the best financing approach which considers the impacts of future user charges. AECOM engaged the local workforce and is helping small business development to foster equity and economic growth in Miami -Dade County through the following measures: AECOM's Revolving Loan Program, Targeting Zip Code Workforce Plan, providing small business opportunities, maximizing equitable distribution of work, providing local workforce opportunities, providing small business technical and managerial workshops and local workforce recruitment. PROJECT'S GUIDING THEMES Modernization Equity Wellness & Safety Economic Quality of Life Return AECOM 40 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Miami -Dade Seaport Department (Port of Miami) PM Consultant / Miami, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Program Management Consultant Reference Project Description: Program management for the Port's Capital Improvement Program Scope of Services Provided: Program management; scheduling; estimating; change management; cost management 5.5 million Compensation for Services: $ (currently in 3rd contract) Project Start Date: 10/ 2019 Project Completion Date: — / 2022 ongoing ongoing Project Construction Cost: $ 500 million Const. Start Date: / projects Const. Completion Date: /projects Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Philip Hadfield Proposer's Title/Position: Program Manager Company's Contact Phone Number: (213) 713-0540 Company's Contact Facsimile Number: (305) 675-3843 Company's Contact E-mail: philip.hadfield©aecom.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: 3rdcontonpriorcontracts completed; mpleteeddcontract ; 1st coing; contracc t began early 2013 If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Port of Miami Reference Phone Number: (305) 347-5521 ❑■ Yes ❑ No �■ N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No Q N/A ■❑ Yes ❑ No 1 N/A Reference Name/Title & Position: Elizabeth Ogden, Asst Dir., Cap. Improvement Reference Contact E-mail: eogden@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true ail Proposer's Signature: orrect to the best of my knowledge. 41 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 42 RFQ-EPC Revised 12/4/19 MIAMI-DADE SEAPORT DEPT. (PORT OF MIAMI) PM CONSULTANT Miami, Florida Program Management Support PortMiami is the global gateway for cargo and the cruise capital of the world, contributing $43 billion to the local economy annually. AECOM is currently serving as Program Manager assisting PortMiami in administering its Capital Development Program under a five-year program management contract. We assisted the Port as an extension of their staff in providing short- and long-term planning, facilities planning, cost estimating, scheduling, project programming, design oversight, oversight of engineering and inspection consultants, quality assurance oversight, design criteria and standards oversight, value engineering, project controls, contract administration, utility relocations, and claims administration. The AECOM team has provided up to ten on -site technical resources to the Port as extension -of -staff, who are supported by over 20 core staff dedicated to providing ongoing project management, construction management and field reviews, and owner's representative services, including attendance to meetings (external and internal meetings), coordination with adjacent projects, documents and cost controls, schedule reviews, technical support, and design reviews for adherence to the strategic projects' goals and objectives of the Port and the Port's design criteria as established for the project. PROJECT'S GUIDING THEMES Modernization Economic Wellness & Equity Return Quality of Life AECOM 43 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Orange County Convention Center Phase Expansion Program / Orlando, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM; Owner's Rep/Program Manager Reference Project Description: Build -out improvements to Multipurpose Venue & Convention Way Grand Concourse Scope of Services Provided: Design, project and construction management; project controls inc. schedule, budget & risk Compensation for Services: $ 748 million Project Start Date: 06/ 18 Project Completion Date: 11 / 23 Project Construction Cost: $ 605M total/$305M constr Const. Start Date: 06/20 Const. Completion Date: 11 /23 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Louis Wolodzko Proposer's Title/Position: Program Manager Company's Contact Phone Number: (407) 843-6552 Company's Contact Facsimile Number: (407) 839-1789 Company's Contact E-mail: Louis.Wolodzko©aecom.com Project Completed on Time and within Budget: ■❑ Yes n No Project Duration: -4.5 years (ongoing) If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Orange County Convention Center Reference Name/Title & Position: Crystal R. Mudd, Project Manager, Capital Planning Reference Phone Number: (407) 685-5704 Reference Contact E-mail: crystal.mudd@occc.net ❑■ Yes ■❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No �■ N/A Q N/A ❑■ N/A 1 N/A PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and Sorrect to the best of my knowledge. Proposer's Signature: 44 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 45 RFQ-EPC Revised 12/4/19 ORANGE COUNTY CONVENTION CENTER EXPANSION PROGRAM Orange County, Florida Program Management and Owner's Representative After having delivered Orange County, Florida's $748-million Phase V Expansion Program for the Orange County Convention Center for that previous program, we are now serving in the same capacity for more than 800,000 square feet of buildouts to the North/South (Phase V) facility. The Convention Center will be undergoing 856,000 square feet of build -out improvements to this complex, including: - Multipurpose Venue: a 200,000-square-foot, divisible, column -free multipurpose venue with a combination of retractable and floor seating to accommodate up to 20,000 attendees. - Convention Way Grand Concourse: an enclosed connection that includes 60,000 square feet of meeting space, an 80,000 square foot ballroom and a grand entrance to the North -South Building. - Public improvements in and around the site, including enhanced streetscape and utilities relocation. The project also encompasses public improvements in and around the project site, including an enhanced streetscape and utilities relocation. AECOM provided support in negotiating the CM -at -Risk contract on behalf of Orange County; we estimate the client saved over $8 million as a result. AECOM 46 As owner's representative/program manager, our team is providing design management, project and construction management, project controls, and various specialty subject matter experts to support the design and construction. Our responsibilities will include overseeing the creation of a program management plan; managing the procurement of the A/E and construction manager at risk; preparing and updating the master schedule; preparing the construction schedule; assisting in the development of a risk management plan; and working with OCCC in developing effective financial controls. Our design and construction management services will include design review; cost estimating and cost control; permitting management, including agency coordination; RFI/ RFQ and change order management; final closeout coordination; and sustainability management. PROJECT'S GUIDING THEMES Economic Modernization Wellness & Safety Return Quality of Life City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: South Corridor Rapid Transit Project / Miami -Dade County, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / General Engineering Consultant Creating 14 Bus Rapid Transit Iconic Stations, rehab.16 existing stations, 2 terminal station improv., pavement Reference Project Description: rehab/upgr. 45 signalized intersections. PD&E, Public Engagement, FTA (Small Starts App.) & NEPA Coordination, and Design Build Criteria Package Scope of Services Provided: Preparation Compensation for Services: $ 18.3 million Project Start Date:°4 / 16 Project Completion Date:°ngPing Project Construction Cost: $ 300 million Const. Start Date: 20/20 Const. Completion Date: 2022 est. Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Genevieve Cave -Hunt Proposer's Title/Position: Program Manager Company's Contact Facsimile Number: n/a Project Completed on Time and within Budget: ■❑ Yes Company's Contact Phone Number: (305) 514-2418 Company's Contact E-mail: genevieve.cave-hunt@aecom ❑ No ongoing (multiple projects, some Project Duration: are completed) If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes n No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No Did the Proposer provide Construction Management Services? ❑ Yes ■❑ No Was the Proposer responsive to the Project Owner? ■❑ Yes ❑ No Was the Proposer timely in its reviews and submittals? ■❑ Yes ❑ No Miami -Dade County Department of Trans. and Public Works Frank Guyamier, PE; Dep. Dir. Engineering Reference Company Name: Reference Name/Title & Position: Reference Phone Number: (786) 469-5441 Reference Contact E-mail: frankg@miamidade.gov �■ N/A �■ N/A ❑■ N/A 1 N/A PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true an correct to the best of my knowledge. Proposer's Signature: 47 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 48 RFQ-EPC Revised 12/4/19 SOUTH CORRIDOR RAPID TRANSIT PROJECT Miami -Dade County, Florida Program Management Support/General Engineering Consulting The Department of Transportation and Public Works manages the County's complete transit network as well as serves as the County Engineer overseeing all Traffic Operations, Construction / Maintenance, Highway Planning, and Passenger Transportation Regulation. Miami -Dade County's transit system is one of the nation's great transportation success stories. Currently the 15th largest in the nation, it carries more than 353,000 daily passengers on the Metrorail, Metrobus, Metromover lines and Special Transportation Service. As growth in the County continues there is the need to expand the system to address this demand in a coordinated, efficient and cost effective way that maximizes investment, increases revenue and best serves their customer base. In 2016, AECOM was selected as a General Engineering Consultant to the Department of Transportation and Public Works (DTPW). In this role, AECOM has designed and evaluated quickly evolving technologies, to develop creative approaches for funding and implementing projects, and to promote resilient and sustainable infrastructure which results in the highest quality transit service delivered safely, reliably and efficiently. Under this continuing services agreement, AECOM is providing a wide range of planning, engineering, survey, architectural, landscaping, technical, management and administrative services as needed to assist in executing projects in the DTPW Capital Improvement Plan and in implementing the Strategic Miami Area Rapid Transit (SMART) Plan that also includes the Bus Express Rapid Transit Network. The SMART Plan includes the following major Rapid Transit Corridors: North Corridor (NW 27th Avenue), Beach Corridor, East-West Corridor (SR-836), South Dade TransitWay, Tri-Rail Coastal Link (North East/ FEC Corridor) and the Kendall Corridor. Support activities to date have included commending sources of matching funds, NEPPA related efforts related to the South Dade TransitWay, Support of FTA funding requests, FTA process advisory services, SMART Plan programmatic cost estimates, Miami -Dade County Autonomous Vehicle Vision Plan, Real Estate support services, development of Design Guidelines for Off -Street Bus Facilities, Envision certification services for the Tamiami Station, and Traffic design services. PROJECT'S GUIDING THEMES Modernization Safety Wellness & Economic Quality of Life Return AECOM 49 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: School District of Palm Beach County Building Program / Palm Beach County, Florida Name(s) and Role(s) of Proposer working on this Reference Project: AECOM; Program Manager Reference Project Description: $1.2 billion Capital Improvement Program; building new school + renovations and repairs Scope of Services Provided: Program Mgmt Plan; program management & controls; safety/security; process improvement 9 million (to date) Compensation for Services: $ Project Start Date: 10/ 18 Project Completion Date: 06/ 22 Project Construction Cost: $ 1.2 billion Const. Start Date: 10/ 18 Const. Completion Date: 06/22 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Juan Alfonso Proposer's Title/Position: Program Manager Company's Contact Phone Number: (305) 444-4691 Company's Contact Facsimile Number: (305) 447 3580 Company's Contact E-mail: juan.alfonso@aecom.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: ongoing; est. complete 2022 If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: SDPBC Reference Phone Number: (561) 357-7573 * Yes ❑ No �■ N/A ■❑ Yes ❑ No �■ N/A ■❑ Yes ❑ No ❑■ N/A ■❑ Yes ❑ No 1 N/A Reference Name/Title & Position: Wanda Paul, Chief Operating Officer Reference Contact E-mail: wanda.paul@palmbeachschools.org PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true an correct to the best of my knowledge. Proposer's Signature: 50 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 51 RFQ-EPC Revised 12/4/19 SCHOOL DISTRICT OF PALM BEACH COUNTY BUILDING PROGRAM Palm Beach County, Florida Program Management and Support Services AECOM is serving as Program Manager for the School District of Palm Beach County's (SDPBC) $1.2-billion Sales Tax Capital Improvement Program, which includes the design and construction of five new schools, and renovations and repairs at more than 100 campuses. Safety and security projects will take our team to nearly all campuses during the course of the contract term. Project Management. Our services include development of a Program Management Plan, which outlines and defines the program's scope, schedule and budget by project, and a Program Procedures Manual to provide the framework on how the program will be executed on a day-to-day basis. Services also include assisting SDPBC in solicitation requirements for design professionals and coordinating the design team's activities, as well as developing a construction delivery strategy. Preconstruction Services. AECOM services include preparing cost estimates and value engineering assessments at the end of Schematics, Design Development and 80% Construction Documents, addressing constructability and possible cost - saving materials, sequencing of construction and/or construction techniques. We have leveraged AECOM's depth of reachback resources many times during the program, especially during pre -construction. In providing additional support services for the program, we helped advance a state -mandated survey of the District's facilities and their capacity and use while teams of architects and planners helped develop concepts to test assumptions before hiring designers or other consultants. Our transportation designers developed master plans for each transportation center, and our environmental engineers surveyed properties to develop scopes of work for the District's environmental consultants to execute. Project Specifications Services. The preferred contracting method is CMAR with a Designer of Record. To streamline designs and ensure consistency, the District maintains a library of master specifications. AECOM helps the District maintain the library, provides feedback on evolving trends and products, and prepares cost estimates based on assemblies derived from these master specifications. PROJECT'S GUIDING THEMES Modernization Safety Wellness & Equity Economic Quality of Life Return AECOM 52 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Orange County Public Schools Capital Improvement Program / Orange County, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Project Management Support Reference Project Description: CIP for both new construction and renovations/repair, inc. HVAC and life/safety Scope of Services Provided: Project management; facilities planning; cost & schedule control; commissioning programs Compensation for Services: $ 46 million Project Start Date: 08/ 99 Project Completion Date: 08 / 15 Project Construction Cost: $ 1.5 billion (program life) Const. Start Date: 08/99 Const. Completion Date: 08/ 15 Proposer's Company Name: AECOM Technical Services, Inc. Proposer's Title/Position: Project Management Support Svcs Company's Contact Facsimile Number: n/a Company's Contact Name: Juan Alfonso Company's Contact Phone Number: 305-444-4691 Company's Contact E-mail: juan.alfonso@aecom.com Project Completed on Time and within Budget: n Yes n No Project Duration: 1999 - 2015 If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No �■ N/A Did the Proposer provide Construction Management Services? ■❑ Yes ❑ No �■ N/A Was the Proposer responsive to the Project Owner? ■❑ Yes ❑ No ❑■ N/A Was the Proposer timely in its reviews and submittals? ■❑ Yes ❑ No �■ N/A Reference Company Name: OCPS Reference Name/Title & Position: John Morris, Chief Facilities Officer Reference Phone Number: (407) 317-3700 x5217 Reference Contact E-mail: john.morris@ocps.net • .v •• By signing below, I certify all information is true a correct to the best of my knowledge. Proposer's Signature: 53 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 54 RFQ-EPC Revised 12/4/19 ORANGE COUNTY PUBLIC SCHOOLS CAPITAL IMPROVEMENT PROGRAM Orange County, Florida Program Management Working side -by -side with Orange County Public Schools (OCPS) staff, AECOM provided in-house project management support to help manage the district's capital improvement program. Our project managers were responsible for executing projects from design to completion, turnover to maintenance. Over 15 years, AECOM completed more than 125 projects on time and within budget. Our services included: - Educational facilities planning. To transform the various program elements into educational specifications, our on -site planners developed quantitative criteria and generated a set of alternative solutions to meet the criteria. Each operation was then evaluated with OCPS on a cost/benefit basis, analyzing and balancing functional relationships, curriculum goals, special characteristics, and public image within the limitations of budget constraints. - Cost control. Cost control starts with designing and building to the approved budget. At each critical stage through the project lifecycle, costs were controlled by AECOM project managers. We also preformed lifecycle cost analyses routinely for each project, as applicable. AECOM also identified cost savings opportunities when possible. For example, we recommended a value engineering change from masonry to tilt -wall construction that resulted in enhanced delivery and cost savings. - Schedule control. AECOM was responsible for managing the program -level schedule and monitoring the respective project schedules. The program schedule documented the progress of all pre -construction and construction activities associated with the program, whereas project - level schedules documented construction of each respective project. AECOM documented program/project activities on over 200 separate schools from site acquisition through design, construction, and final audit. The AECOM team also provided project and planning support to OCPS in the execution of its $340 million capital renewal program. Projects that fell into this program were typically life -safety, building envelope and/or HVAC related. We assisted OCPS in the management of its facilities management database - crucial for tracking life cycle replacement needs as well as developing project bundles, scopes, schedules and budgets. In addition to project management, AECOM assisted OCPS in several initiatives, including the launch of its initial digital curriculum program; creation of programs for HVAC commissioning and envelope commissioning; creation of a successful owner - controlled insurance and owner direct purchase program; and the development of a facility needs assessment program. PROJECT'S GUIDING THEMES Modernization Safety Wellness & Equity Economic Quality of Life Return AECOM 55 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Orlando International Airport New South Terminal Complex / Orlando, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM; Program Mgmt, Construction Mgmt; Owner's Rep Reference Project Description: Upgrades to existing facilities and new construction, inc. new South Terminal Complex Scope of Services Provided: Program & construction management; inc. cost estimating, project controls, planning Compensation for Services: $Approximately $70M Project Start Date: 11/ 97 Project Completion Date: 09/ 22 Project Construction Cost: $ 2 billion Const. Start Date: 06/ 17 Const. Completion Date: 02/22 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Ross Spence Proposer's Title/Position: Program Manager Company's Contact Phone Number: (407) 271-3204 Company's Contact Facsimile Number: (407) 839-1789 Company's Contact E-mail: ross.spence@aecom.com ongoing (multiple projects; many Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: are completed)) If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes n No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No �■ N/A Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: GOAA Reference Phone Number: 407-825-3105 ■❑ Yes ❑ No ■❑ Yes ❑ No ■❑ Yes ❑ No Q N/A ❑■ N/A E■ N/A Reference Name/Title & Position: Davin Ruohomaki/Sr. Director Reference Contact E-mail: druohomaki@goaa.org PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true ad correct to the best of my knowledge. Proposer's Signature: 56 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 57 RFQ-EPC Revised 12/4/19 ORLANDO INTERNATIONAL AIRPORT NEW SOUTH TERMINAL COMPLEX PROGRAM Orlando, Florida Program Management 11111IIR =MI AECOM has provided program management, construction management and owner's representative services to the Greater Orlando Aviation Authority (GOAA) at Orlando International Airport and Orlando Executive Airport since 1997. During this time, we have worked on almost every element at the airport, including elevated roadways, terminal and concourse renovations and expansions, and multiple, complex airfield projects. We are currently serving on a program management team for the new South Terminal Complex. Spanning 300 acres, the $2-billion complex will help to address the steady rise in overall passenger traffic at the airport. AECOM serves as an owner's authorized representative providing cost estimating, cost control, scheduling, progress reporting and planning services to support both design and construction activities. Targeting completion by 2021, the South Terminal Complex will encompass 120 gates. Additionally, under AECOM's Continuing Services contract with GOAA, we recently provided program PROJECT'S GUIDING THEMES Economic Modernization Equity Return Quality of Life Safety Wellness & AECOM 58 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami management services for development of the initial phase of the Intermodal Terminal Facility (ITF) and South Airport Automated People Mover (APM) Complex. Completed in 2018, the 200,000 square foot APM complex includes the station for the APM system, which connects to the main terminal, and an adjacent Parking Garage "C." The ITF spans 1.3 million square feet of terminal space to accommodate the South APM and up to three regional rail systems: SunRail, Brightline, and possibly a third to serve the International Drive/ Convention Center area of Orlando. It will also support ground transportation activity. Included in the construction of this facility were site and infrastructure improvements, including filling existing canals, creating new ponds, drainage, and a viaduct for rail components to travel under a roadway; road improvements; and fixed facilities for the South Airport APM system. Throughout our 15 years of experience working with GOAA, many projects were constructed concurrently, requiring close coordination among the designers, GOAA staff and operations and contractors. AECOM led the development of phasing, staging, and construction logistics plans to minimize disruption to passenger, aircraft, and vehicular traffic. More than $550 million in airfield improvements were completed within the active airfield operational area between 1997 and 2014, and AECOM developed construction execution plans to minimize operational disruptions. For example, on the Taxiway F Bridge Project, we reconfigured the airside/landside limits using temporary barriers to maintain all operations. Our construction logistics plans included: - Daytime and nighttime work areas - Access points - Haul routes - Expected work durations for each phase - Equipment back-up requirements From 2001 to 2005, we provided PM/CM support for the $400 million North Terminal Vertical Circulation Expansion Program and the extension of the Mid- Crossfield Taxiway Bridges over the South Access Road. Major elements of the program included: - Terminal A & B Vertical Circulation - Garages A & B Elevator Replacement - Mid-Crossfield Taxiway Bridges ‘\\\\\SW Iv\\‘,. \! 1 •g\\\\\\\,\\'i We also provided design and PM/CM services under a series of contracts prior to 2001, including: - Construction plans for roadway and civil/site improvements - Development of roadway and landside access plans, including the main entrance parkway with an expressway interchange, a light rail system, and a right-of-way for the proposed Bullet Train - Rehabilitation of Taxiways B, E, J, Y, and Z, along with improvements to the airfield lighting system and vaults. AECOM 59 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Wagner Creek Seybold Canal Restoration Project / Miami, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Designer in the Design -Build Contract Reference Project Description: Design -build services to remove contaminated sediment Scope of Services Provided: Dredge design, permitting, manatee observation, construction management Compensation for Services: $ 3.2 million Project Start Date:- 2017 Project Completion Date:-- 14 / 2018 Project Construction Cost: $ 14 million Const. Start Date:07 /2017 Const. Completion Date: 06 /2018 Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Dan Levy, P.G. Proposer'sTitle/Position: Engineering dredge design Company's Contact Phone Number: (305) 519-1194 Company's Contact Facsimile Number: (305) 261-4017 Company's Contact E-mail: dan.levy@aecom.com Project Completed on Time and within Budget: ■❑ Yes n No Project Duration: 14 months If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: City of Miami Reference Phone Number: (786) 263-2133 ❑ Yes ❑ No �■ N/A ❑ Yes ❑ No �■ N/A ■❑ Yes ❑ No ❑■ N/A ■❑ Yes ❑ No 1 N/A Reference Name/Title & Position: Robert Fenton, Project Manager Reference Contact E-mail: rfenton@miamigov.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature: 60 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 61 RFQ-EPC Revised 12/4/19 WAGNER CREEK SEYBOLD CANAL RESTORATION PROJECT Miami, Florida Drainage Engineering and Environmental Consulting As a subconsultant, we provided Design -Build services to the City of Miami to remove contaminated (dioxin) sediment from Wagner Creek and Seybold Canal. These waterways were considered the most contaminated in the State of Florida. The sediments in Wagner Creek contained elevated levels of dioxins; and dredging was needed to remove the contaminated sediments and to restore this aquatic habitat and manatee refuge area, as well as restore the drainage features of these waterways, which are designated as Outstanding Florida Waters (OFWs). The key to project success was AECOM's design of three innovative dredge approaches. Our plan was developed based on the use of specialized dredge equipment that the prime consultant built specifically for this project. Key advantages included 1) ability to access the site and transfer material continuously; 2) fast track permitting program that could obtain regulatory approval from FDEP, USACE, Miami -Dade County Department of Environmental Resources Management (DERM), and FWC within 90 days of contract award; and 3) use of aqua dams, moon pools, and air curtains to provide protection of the endangered manatees. The city was in jeopardy of losing millions of grant dollars if the project wasn't substantially completed by March 2018. AECOM was successful in obtaining permits in time to allow for project start and secured funding. AECOM was responsible for the engineering dredge design for the six operational sections (OS1- 0S6), design and permitting of the off -site staging area, pre- and post- structural engineering evaluations, permitting an innovative dredge plan, public outreach, regulatory compliance, manatee protection, and on -site environmental and quality assurance inspections of the dredging activities. Two of the key accomplishments included 1) an extensive community outreach effort that successfully promoted a clear understanding of environmental issues associated with restoring these contaminated waterways, and 2) AECOM's public outreach team that promoted communication between the project stakeholders, and most importantly the residents, which stimulated meaningful discussions and a deep understanding of environmental issues affecting the surrounding neighborhoods. The project was a huge success and received two prestigious Environmental Awards last year, a national award from the Western Dredging Association and a regulatory award from Florida Department of Environmental Protection for environmental excellence in dredging. PROJECT'S GUIDING THEMES Safety Economic Wellness & Modernization Return Quality of Life AECOM 62 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Norris Cut Force Main Replacement Tunnel Project / Miami -Dade County, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM /Owner's Representative/Procurement Consultant Reference Project Description: Replacing a critical force main after it was found to be in imminent threat of failure. Scope of Services Provided: Water/infrastructure engineering design, permitting, procurement, and construction -phase services. Compensation for Services: $ 2 million Project Start Date: 04/ 12 Project Completion Date: 12 / 16 Project Construction Cost: $ 53 million Const. Start Date: 01 / 13 Const. Completion Date: 12/ 16 Proposer's Company Name: AECOM Technical Services Proposer's Title/Position: Owner's Rep/Procurement Consult. Company's Contact Phone Number: (305) 718-4828 Company's Contact Facsimile Number: Company's Contact E-mail: roger.f.williams©aecom.com Project Completed on Time and within Budget: n Yes n No Project Duration: 4 years + 8 months Company's Contact Name: Roger Williams If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Miami -Dade Water and Mr. Lin Li, Project Manager Reference Company Name: sewer Department Reference Name/Title & Position: Reference Phone Number: (786) 865-8892 �■ Yes ▪ Yes ■❑ Yes ■❑ Yes No ▪ No ■❑ No ▪ No ▪ No Reference Contact E-mail: lin.li@miamidade.gov �■ N/A Q N/A �■ N/A 1 N/A PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true an correct to the best of my knowledge. Proposer's Signature: 63 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 64 RFQ-EPC Revised 12/4/19 NORRIS CUT FORCE MAIN REPLACEMENT TUNNEL PROJECT Miami -Dade County, Florida Owner's Representative, Program Management Strategies AECOM was contracted to assist Miami -Dade Water and Sewer Department to replace a critical force main under Norris Cut ($53M) after it was found to be in imminent threat of failure. The project was successfully implemented using design -build delivery in less than five years, with AECOM serving as MDWASD's criteria professional, procurement consultant, and owner's representative from project conception to final construction and commissioning. The project consisted of replacing a critical existing sanitary sewage force main (FM) pipeline under Norris Cut from the Central District Wastewater Treatment Plant (CDWWTP) to Fisher Island. The existing 54-inch pipeline consisted of pre -stressed concrete cylinder pipe and transmits all sewage collected from Miami Beach, Surfside, Bal Harbor, Bay Harbor, North Bay Village and Fisher Island to the CDWWTP on Virginia Key for treatment and disposal, and there would have been disastrous consequences if it ruptured. AECOM performed a preliminary design; prepared design criteria documents for a design -build tender; assisted MDWASD in permitting, public outreach, and procuring a design -build team; and performed engineering services during final design and construction. The Norris Cut Tunnel includes 5,300 linear feet of 10-ft diameter TBM-mined tunnel with a pre -cast concrete segmental liner at 80 to 90 feet below existing grade. The tunnel passed under Norris Cut with approximately 40 feet of cover. AECOM was responsible for: - Route Selection/Preliminary Design - Preparation of Design Criteria Documents - Geotechnical and Geophysical Investigations - Bathymetric and Topographic Surveys - Geotechnical Data and Baseline Reports - Permitting and Community Outreach - Right of Way Engineering and Property Acquisition - Preparation of Procurement Documents - Evaluation of Design -Build Tender Submittals - Negotiation Assistance Leading to Contract Award - Engineering Services During Final Design - Owner's Representative Overseeing Compliance during the Construction Phase - Final certification/close-out PROJECT'S GUIDING THEMES Modernization Safety Wellness & Economic Quality of Life Return AECOM 65 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: Miami Beach Sea Level Rise Vulnerability and Resilience Program / Miami Beach, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM; Study Lead & Coordinator Reference Project Description: Support for the Sea Level Rise Vulnerability and Resilience Program Review of building & land development codes to improve flood resilience; assessment of asset vulnerability; Scope of Services Provided: development of tools to communicate to stakeholders Compensation for Services: $ 811,793 Project Start Date: Si 16 Project Completion Date: 3 / 17 Project Construction Cost: $ n/a (assessment) Const. Start Date: / n/a Const. Completion Date: / n/a Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Amy Eason Proposer's Title/Position: Study Lead &Coordinator Company's Contact Phone Number: (305) 444-4691 Company's Contact Facsimile Number: (305) 447-3580 Company's Contact E-mail: amy.eason@aecom.com Project Completed on Time and within Budget: ■❑ Yes n No Project Duration: —10 months If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? ❑ Yes ❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No �■ N/A �■ N/A ❑■ N/A 1 N/A Reference Company Name: City of Miami Beach Reference Name/Title & Position: Amy Knowles, Chief Resilience Officer Reference Phone Number: (305) 673-7000 x6081 Reference Contact E-mail: amyknowles@miamibeachfl.gov PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true an• correct to the best of my knowledge. Proposer's Signature: 66 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 67 RFQ-EPC Revised 12/4/19 MIAMI BEACH SEA LEVEL RISE VULNERABILITY AND RESILIENCE PROGRAM Miami Beach, Florida Resiliency Assessment & Planning Enhancing Resiliency: Sea Level Rise Adaptation Strategies Proposed Code AdodiTicatrons Ribbon Pane/an AECOM has been working with the City of Miami Beach to assess sea level rise vulnerability, develop adaptation strategies and tools, and build resilience into City operations and practices. AECOM has brought environmental and earth scientists, planners, modelers, economists, and engineers to support the City of Miami Beach in its Sea Level Rise Vulnerability and Resilience Program. Our team has assisted the City with review of building and land development codes to improve flood resilience, assessment of vulnerability for citywide assets, and development of tools which have assisted the City in its efforts to clearly communicate complex issues and solutions to its many stakeholders. Several key outcomes have resulted from this work, including: 1. Over 100 recommendations to revise building and land development ordinances for improved flood resilience. Numerous ordinances were approved by the City Commission such as increases in freeboard, increases in the minimum elevation of seawalls, and increased front and side -yard setbacks. 2. Vulnerability assessment of 200+ City -owned built assets to clearly understand potential sea level and flooding exposure, sensitivity, and adaptive capacity. This work included several multi -day workshops with every City department to gather data, review and verify, discuss and revise findings, and training. 3. Tools to build resilience into City operations and practices, and communicate risks and benefits to property owners. Adaptation Decision -Making Assessment and Planning Tool (ADAPT). An interactive database used to inform City staff as they plan and develop projects and capital budgets. Elevation Calculator. AECOM developed the first prototype for this tool to assist property owners in understanding the elevation of their property to street and sidewalk elevations, and proposed changes. The City further developed this prototype into a GIS-based tool for use in improved stakeholder communication. 4. Strategies for use in the City's hazard mitigation plan and emergency response plan. 5. Review of the City's program under the National Flood Insurance Program Community Rating System, and changes to improve the City's rating and reduce flood insurance premiums. PROJECT'S GUIDING THEMES Safety Wellness & Economic Quality of Life Return AECOM 68 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: 100 Resilient Cities: Greater Miami & The Beaches Resilient Strategy Development/ Miami, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Strategy Partner Reference Project Description: Strategy development for MDC, Miami & Miami Beach for resilience development AECOM guided MDC & the Cities of Miami and Miami Beach through the strategy development process inc. Scope of Services Provided: engaging leadership, staff, SMEs, regional organizations & scientists; and conducted extensive outreach Compensation for Services: $ 540,000 Project Construction Cost: $ n/a (planning) Project Start Date: 09/ 17 Project Completion Date: 06 / 19 Const. Start Date: / n/a Const. Completion Date: / n/a Proposer's Company Name: AECOM Technical Services Proposer's Title/Position: Planner Company's Contact Facsimile Number: (305) 447-3580 Project Completed on Time and within Budget: ■❑ Yes , Inc. Company's Contact Name: Lauren Swan Company's Contact Phone Number: (305) 447-3575 Company's Contact E-mail: lauren.swan@aecom.com ❑ No Project Duration: 3 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its vie en rid.submittals? iOuReference Company Name: Rockefeller Foundation Reference Phone Number: (212) 852-8336 ❑■ Yes ❑ Yes ■❑ Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No Reference Name/Title & Position: Otis Rolley, North America Managing Reference Contact E-mail: ORolley@rockfound.org Q N/A Q N/A ❑■ N/A 1 N/A Dir. PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature: 69 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 70 RFQ-EPC Revised 12/4/19 100 RESILIENT CITIES: GREATER M IAM I AND THE BEACHES RESILIENT STRATEGY DEVELOPMENT Miami, Florida Resiliency Strategy Planning AECOM was the Strategy Partner to the Rockefeller Foundation's 100 Resilient Cities for the Resilient305 Program for Greater Miami & the Beaches. The effort was a three-year partnership between Miami -Dade County and the Cities of Miami and Miami Beach to develop a collaborative Resilient Strategy for the region. AECOM assisted the communities by engaging thousands of stakeholders throughout this process to prioritize strategies, narrative content, and develop the final Resilient305 Implementation Strategy. Our experience listening and helping build a more resilient region has provided insight into the top resilience shocks and stresses the region is facing, including vulnerability to storms and the ability to recover, sea level rise and coastal erosion, aging infrastructure, strained natural systems, and overall greater opportunity for intergovernmental collaboration. Specific to sea level rise, flooding, storm surge, and recovery, there was a significant portion of the work dedicated to committing innovative investments in infrastructure; protecting natural resources; water quality and supply; understanding and communicating risk; and understanding the potential changes in insurance rates. We are prepared to apply the knowledge gained as Strategy Partner for Resilient305 to our work with City of Miami. PROJECT'S GUIDING THEMES Safety Wellness & Economic Quality of Life Retuarn AECOM 71 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (to be completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (to be completed by the Proposer) Reference Project Name/Address: FDOT Districtwide Resiliency Support Services, Miami -Dade & Monroe Counties, FL Name(s) and Role(s) of Proposer working on this Reference Project: AECOM / Resiliency Support Services Reference Project Description: Resiliency support services to Florida Dept of Transportation (FDOT) District Six Scope of Services Provided: Planning, public and stakeholder engagement, engineering, and economics Compensation for Services: $ 70,000 Project Start Date: 10/ 2019 Project Completion Date:06 / 2020 Project Construction Cost: $ n/a (study) Const. Start Date: / n/a Const. Completion Date: / n/a Proposer's Company Name: AECOM Technical Services, Inc. Company's Contact Name: Lauren Swan Proposer's Title/Position: Consultant Company's Contact Facsimile Number: (305) 447-3580 Company's Contact Phone Number: (305) 444-4691 Company's Contact E-mail: lauren.swan@aecom.com Project Completed on Time and within Budget: ❑ Yes ❑ No Project Duration: Ongoing (complete in 6/2020) If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: FDOT District 6 Reference Phone Number: (305) 470-7433 ❑ Yes ❑ No �■ N/A ❑ Yes ❑ No �■ N/A ■❑ Yes ❑ No ❑■ N/A ■❑ Yes ❑ No 1 N/A Reference Name/Title & Position: S. Craig James, Environmental Administrator Reference Contact E-mail: steven.james@dot.state.fl.us PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature: 72 RFQ-EPC Revised 12/4/19 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Please see following page. 73 RFQ-EPC Revised 12/4/19 FDOT DISTRICTWIDE RESILIENCY SUPPORT SERVICES Miami -Dade and Monroe Counties, Florida Resiliency Support Services AECOM's team of experts provided the Florida Department of Transportation District (FDOT) District 6 with resiliency support services for a range of projects in the region. Miami -Dade and Monroe Counties are experiencing the need to secure critical infrastructure from the threat of climate change and storm events. AECOM's team of experts is supporting the FDOT District 6 with current, ongoing, and future resiliency related tasks by utilizing expertise in planning, public and stakeholder engagement, engineering, and economics, among other related services. We are providing resiliency support services for two current, Coastal Storm Risk Management studies being conducted with the U.S. Army Corps of Engineers (USACE). These include the Florida Keys Feasibility Study and the Miami -Dade County Back Bays Feasibility Study. In addition, to stimulate continuity across projects and promote resiliency for all transportation -related tasks within FDOT District 6, AECOM is providing resiliency support services throughout the District. This includes support for the feasibility studies including outreach and coordination and review of documentation. Resiliency support is being provided on an as - needed basis to FDOT for both ongoing and future transportation planning efforts. This includes coordination and resiliency support for Detailed Damage Inspection Reports, Local Agency Program projects, Planning and Environmental Linkage Studies, Systems Planning, National Environmental Policy Act (NEPA), and National Historic Preservation Act (NHPA) documentation, review of and/or support for feasibility studies, alternatives analysis, and outreach and coordination. Areas of focus include: - Resiliency planning - Coastal adaptation - Stormwater engineering - Infrastructure and sustainable economics - Recovery planning - Technical review (including engineering reviews) - Outreach and coordination PROJECT'S GUIDING THEMES Safety Wellness & Economic Quality of Life Return AECOM 74 RFO# 19-20-019 AECOM Program Management/Support Services - Highlighted Program/Project Experience Similarity to the Miami Capital Program Elements Project/Themes 0 z E 0, 0 a` 11 PROJECT TYPE 011111111 Citywide Program Management Support Services for the City of Miami Jackson Health System's Miracle -Building Bond Program (Miami -Dade County, FL O0 0O0 Program Support $1.4B City of Doral Parks Bond Program, Doral, FL Ol� 0® Program Mgt. $150M • Miami Dade College Capital Improvement Program, Miami, FL O0® Program Support $600M • • Miami -Dade Water and Sewer Department System Priority Projects, Miami, FL O00O0 Program Mgt./ Support $26 • • • • • • • • • • • • • • • • • • Miami -Dade Seaport Department (Port of Miami) PM Consultant, Miami, FL OOO® Program Support $500M • • Orange County Convention Center Expansion Program, Orange County, FL O1 O® Program Support $748M • • South Corridor Rapid Transit Project, Miami -Dade County, FL COO® Program Support $300M School District of Palm Beach County Building Program, Palm Beach County, FL O 0 0 O 0 Program Mgt. $1.2B AECOM 75 PROJECT'S GUIDING THEMES KEY: Modernization Safety Wellness & Quality of Life Equity Economic Return RFO# 19-20-019 AECOM Program Management/Support Services - Highlighted Program/Project Experience Similarity to the Miami Capital Program Elements Project/Themes 0 z E 0, 0 a` 11 PROJECT TYPE 011111111 Citywide Program Management Support Services for the City of Miami Orange County Public Schools Capital Improvement Program, Orange County, FL O 0O®® Program Mgt. $1.5B • • • • • • • • • • • • • • • • • • • Orlando International Airport New South Terminal Complex Program, Orlando, FL O0 O®® Program Mgt./ Support $2B • • • • • • • • • • • • • • • • • • • • • • Wagner Creek Seybold Canal Restoration Project, Miami, FL OOOOOConsultin g $14M • • • • • • • • • • • • Norris Cut Force Main Replacement Tunnel Project, Miami -Dade County, FL Consulting $53M • • • • • • • • • • • • • Miami Beach Sea Level Rise Vulnerability and Resilience Program, Miami Beach, FL ®O ® Consulting N/A (Assessment) • • • • • • 100 Resilient Cities: Greater Miami and The Beaches Resilient Strategy Development, Miami, FL ®O® Consulting N/A (Planning) • • • • • • FDOT Districtwide Resiliency Support Services, Miami -Dade and Monroe Counties, FL ®O® Consulting N/A (Study) • • • • • • • AECOM 76 PROJECT'S GUIDING THEMES KEY: Modernization Safety Wellness & Quality of Life Equity Economic Return x, or, , o Q(./•:/, Wd1 044 3o slen0 9''d Qualifications of Key Personnel Form RFQ-QKP Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Key Personnel: Matthew W. Harris, CCM License No.: CCM 2375 Years of Related Experience: 36 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Integrated Resorts, Road, Signal, and Utilities, Flood Control, Residential, Process Industrial Key Personnel Employer: AECOM Key Personnel Office Address: 800 S. Douglas Road, North Tower, 2nd FI. Coral Gables, FL 33134 Type and number of projects completed in the past 5 years: Design/Bid/Build: 3 Private Sector: 5 City of Miami: Design/Build: 1 CM -at -Risk: 1 Federal Government: State/County/Municipal: N/A ❑ Name of Projects: Sands Bethworks, Sands Aviation Facility, MGM National Harbor, MGM Springfield, Orange County Convention Center (ongoing) Residential/Residential High -Rise: 1 LEED/Green Globe Certified: 2 Office: Other (specify): Mixed -Use: 1 Retail: Private Aviation Maintenance Facility List previous historical facility restoration/preservation projects: Sands Bethworks - redevelopment of Bethlehem Steel mill in Bethlehem, PA Kringle Candle - restoration and re -purposing of historic French Church in Springfield, MA Fremont Street Experience - redevelopment of historic Glitter Gulch in Las Vegas By signing below, Prime Consultant certifies that the information contained in Form RFQ-QKP is accurate and correct. Prime Consultant further certifies that it is aware that if the City determines that any of the information is incorrect or false the City may at is sole discretion reject the Response as non -responsive By: SignrOe of Authorized Officer Juan Alfonso, AIA, NCARB May 11, 2020 Date VP; Program and Project Management Lead, Florida Printed Name Title 77 RFQ-QKP Revised 7/31/19 �tCuction 'Onagererionth¢°�ngt�tu MI i;alf i;iv% Ctvtt€icb Contruction *tantr Matthew W. Harris has voluntarily met the prescribed criteria of the CCM program with regard to formal education, practical experience and demonstrated capability and understanding of the construction management body of Knowledge. The aforementioned individual has met the professional standards and demonstrated a commitment to providing the highest level of quality professional construction management services. MCI # 5t:°- CMCI Board of Governors Chair August, 2012 Certification Date August„ 2021 Valid Through 30 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Building Science — Auburn University, Auburn, AL BS, Criminal Psychology —Auburn University, Montgomery and Auburn, AL REGISTRATIONS/ CERTIFICATIONS Certified Construction Manager, CMAA (#2375) LEED AP BD+C (#10587099-AP-BD+C) Building Safety Professional Member — International Code Council MATTHEW W. HARRIS, CCM LEED AP BD+C, ICC BSP Lead Program Manager Matthew Harris is an accomplished and versatile professional, with more than 30 years of hands-on program, project and construction management experience, with responsibilities in all project phases, include planning value engineering, scheduling, design management, and bidding support, He had successfully coordinated and directed multiple teams for concurrent projects. A big -picture collaborator who applies a detailed, analytical approach to driving significant gains in profitability and client satisfaction. Matt has led the successful delivery of a wide range of projects, including commercial, high-rise, industrial, heavy civil and resort - casino. He SUMMARY OF RELEVANT EXPERIENCE MGM Springfield Resort -Casino, Springfield, MA: As Owner's Representative, provided program and construction management services, including design management, construction contracting, scheduling, commissioning, startup and occupancy for $960 million design -build MGM Springfield resort. The 2 million -square foot complex features a 125,000-square-foot casino, restaurants, a hotel, spa, movie theater and shops. Managed the early procurement of major packages for the Central Plant, Central Energy Facility, building management systems, structural steel, mechanical equipment and vertical transportation that was key in keeping the fast -track project on schedule. Also managed the design/bid/award of five satellite projects as part of the MGM Springfield resort, which included the LEED Platinum - Net Zero Child Development Center and the French Church Retrofit for Kringle Candle Cafe -Retail. Responsibilities included managing initial project planning and scheduling, bid package preparation and reviews, contract reviews, design review and design conflict resolution; proposing, investigating and implementing value engineering concepts; managing cost and procurement of multiple satellite projects; and managing building commissioning process. • Project value: $960 million. Dates: 2015-2018. Client contact: Bruce Greene, Project Director, (860) 625-3074, bgreene@mgmresorts.com, 101 State Street, Suite 812, Springfield, MA 01103 Sands Bethworks, Bethlehem, PA: Served as Director of Construction/ Project Director, assuming management control midway through the project. Managed all aspects of design and construction, including design management, project controls, construction management, safety and quality control. Developed schedules and budgets. Under his management, the casino, parking and restaurant components were completed two months ahead of schedule. He also directed contract closeout audits and aggressive negotiations to closeout the first phase, reducing the cost of Phase 1 by more than $25 million from anticipated cost. Directed a construction management of team of 12-23 staff to complete $65 million worth of continued expansion projects over a 3-year AECOM 79 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MATTHEW W. HARRIS, CCM LEED AP BD+C, ICC BSP Lead Program Manager period. Through aggressive value engineering and management of design, he reduced the completion cost of the hotel component in Phase 3 by $35 million, from $65 million to $30 million. Project value: $725 million. Dates: 2008-2012. Client contact: Robert DeSalvio, President, Genting, New York State, (401) 374-8124, Robert. DeSalvio@rwnewyork.com, 110-00 Rockaway Blvd. Jamaica, NY 11420 Sands Aviation Maintenance Facility, McCarren International Airport, Las Vegas, NV: As Director of Construction, assumed program management control after project stalled at start of construction and reorganized project team and re -sequenced work to restart project. Developed teaming with GC and subcontractors to develop new construction schedule to reduce construction time from 24 to 18 months without adding cost. Managed contractors and design team to complete design and implement VE while minimizing impact to progress of project. Provided VE design concept for 100,000 USG underground AFF runoff storage tank that ultimately led to $400,000 in cost savings. Managed testing and commissioning for startup and turnover, and completed project close-out. Project value: $28 million. Dates: 2012-2013. Client contact: Eric Linder, Director, Aviation Safety & Security, (702) 545.7301, eric.linder@ sands.com, 5500 Haven Street, Las Vegas, NV, 89119-2415 Orange County Convention Center Phase V Expansion, Orlando, FL: As Program Manager, provided strategic project -management services necessary to oversee and coordinate the program- ming, planning, procurement, design, construction, startup, commissioning, and turnover for the planned 856,000-SF Expansion. Assisted with the Project Management Plan; reviewed existing design guidelines; and provided guidance to Owner for negotiation of design team services contract, reducing initial $50MM proposal to a final value of $38.4M. Issued RFP for CMAR, Geotech, and CxA, evaluated bids for Client review and scoring. Maintained Risk Register and developed Risk Mitigation Strategy. MGM National Harbor Resort, Oxon Hill, MD: As Agency CM and Owner's representative, review, implement, and manage Owner's requirements for construction contracting, scheduling, testing, inspections, commissioning, startup and occupancy for $1.2B MGM National Harbor Resort. Developed and implemented project master schedule for use in planning, design, early construction start, and contracting. Managed staff and oversaw preparation of early trade contracts, general construction contract, and subcontractor trade packages. Provided project contracting and controls oversight for Owner, with emphasis on contract compliance, scheduling, procurement, and change request review. Provided quality oversight for Owner, direct management of third party QA inspection program and review of GC quality control program. Palazzo Casino Resort, Las Vegas, NV: Served as Project Director for the 6.9 million -square -foot, $2.3 billion, 52-story Palazzo Casino Resort. At the time of its completion, the Palazzo was the largest LEED Silver certified building in the U.S. As Project Director, was responsible for the successful delivery of the D-B project, starting with project planning through close-out. Under his direction, the 90-foot- deep excavation support system was changed to a design -build secant pile wall system, saving an estimated $10 million in construction costs and four months in construction time. Proposed implemented a CM -staff augmentation program for build -out of seven celebrity -chef restaurants, allowing for the use of fast -track methods to complete the restaurants on schedule with minimal schedule issues. Venetian Room Renovation, Las Vegas, NV: As Project Director, was responsible for managing the construction team, which included a project manager, assistant PM, superintendents, document controls, quality control and scheduling and cost control. (This remodel was concurrent with the Palazzo construction described above), biweekly schedule reviews and monthly cost reviews. Reviewed and approved all bid/award recommendations for trade contractors. The Venetian Room Renovation project covered 2.64 million square feet of renovations to the Venetian Resort. The property remained open and fully operational during the renovation. AECOM 80 Wd1 ou13o 'dx3 L''d City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: MGM Springfield Resort -Casino, Springfield, MA Name(s) and Role(s) of Lead PgM working on this Reference Project: Matthew W. Harris - Owner's Representative Reference Project Description: $960 million hotel -casino with dining and entertainment amenities Scope of Services Provided: Owner's Representative for MGM Resorts International Compensation for Services: $ 336,000/YR Project Start Date: / Project Completion Date: / Project Construction Cost: $ 960,000,000 Const. Start Date: / Const. Completion Date: / Lead PgM's Company Name: MACWOR, LLC Lead PgM's Title/Position: Owner/Consultant Company's Contact Facsimile Number: Company's Contact Name: Company's Contact Phone Number: 702.338.0508 Company's Contact E-mail: macwor.11c@gmail.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: 34 mo If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? • Yes ❑ No ■❑ N/A Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? Reference Company Name: MGM Reference Phone Number: 860.625.3074 ❑ Yes ❑ No❑ N/A ❑■ Yes ❑ No N/A ■❑ Yes ❑ No ■l N/A Resorts International Reference Name/Title & Position: Bruce Greene - Director Design/Construction Reference Contact E-mail: bgreene@mgmresorts.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true an Proposer's Signature: rect to the best of my knowledge. 81 RFQ-ELPM Revised 2/10/20 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). As Owner's Representative, Matt provided program and construction management services necessary to review, implement, and manage the Owner's requirements for design, construction contracting, scheduling, commissioning, startup and occupancy for $960M MGM Springfield Resort located at Main Street and State Street in Springfield, MA. Key Services Included • Conduct Owner review and management of early major procurement packages for Central Plant, Structural Steel, Central Energy Facility, Building Management Systems, Major Mechanical Equipment Acquisition, and Vertical Transportation. • Prepared and issued Construction Manager — Owner Agent Contract. • Manage Special Project team to provide design review and management, constructability reviews, permitting, bid and award, and construction management for retrofit of 11 story historic office building at 95 State Street, a new, LEED Platinum Net -Zero Child Care Facility, Offsite Roadway Improvements, Intelligent Traffic System, and retrofit of historic French Church for use as a retail venue. • Project quality oversight for Owner third party commissioning program. • Provide PM services for management of design, bid, award, and construction of LEED Platinum — Net Zero Child Development Center for HCS-Head Start. • Provide PM services for management of design, bid, award, and construction for retrofit of historic French Church for use as a retail cafe for Kringle Candle. 82 RFQ-ELPM Revised 2/10/20 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: Sands Aviation Maintenance Facility, McCarren International Airport, Las Vegas Name(s) and Role(s) of Lead PgM working on this Reference Project: Matthew W. Harris - Program/Project Director 68,000SF Hangar, 24,000SF Admin and Support Facility, 300,000 SF Airside Apron and Taxiway, and 60,000 Gallon Jet -A Aircraft Refueling Facility Reference Project Description: Scope of Services Provided: Program, Project, and Construction Management Compensation for Services: $ 254,000/YR Project Start Date: / Project Completion Date: / Project Construction Cost: $ 28,000,000 Const. Start Date: / Const. Completion Date: / Lead PgM's Company Name: Las Vegas Sands Corp Lead PgM's Title/Position: Director of Construction Company's Contact Facsimile Number: Company's Contact Name: Company's Contact Phone Number: 702.740.7730 Company's Contact E-mail: eric.linder@sands.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: 16 mo If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? • Yes • Yes • Yes ■❑ Yes ❑ No ❑ No ❑ No ❑ No ❑ No ■❑ N/A ❑ N/A �■ N/A ■� N/A Reference Company Name: Sands Aviation, LLC Reference Name/Title & Position: Eric Linder - Director, Aviation Safety & Security Reference Phone Number: 702.545.7301 Reference Contact E-mail: eric.linder@sands.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true any; Proposer's Signature: rect to the best of my knowledge. 83 RFQ-ELPM Revised 2/10/20 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Program/Project Director • Assumed program management control after project stalled at start of construction • Reorganized project team and re -sequenced work to restart project. • Developed teaming with GC and subcontractors to develop new construction schedule to reduce construction time from 24 to 18 months without adding cost • Conducted weekly schedule review and update meetings GC with all subcontractors • Through active weekly scheduling we reduced the construction duration by 2 additional months at no added cost to the project • Managed and directed contractors and design team to complete design and implement VE while minimizing impact to progress of project. • Managed ongoing Value Engineering review of all non -code building elements for cost and/or schedule savings • Directed redesign of new water line and eliminated replacing 400' of existing 24" transite pipe • Provided VE design concept for 100,000 USG underground AFF runoff storage tank that ultimately led to $400,000 in cost savings. • Coordinated with Department of Aviation, TSA, FAA, third party inspection services, and multiple corporate departments supporting project. • Evaluated and analyzed all proposed design changes and issued recommendations for acceptance or rejection • Reviewed and approved/rejected all contractor proposed substitutions • Managed project anticipated cost report through weekly cost reviews. • Managed completion of design, including proposal, investigation and implementation of value engineering concepts. • Day to day coordination with local building and fire code officials. • Managed testing and commissioning for startup and turnover. • Completed project close-out 84 RFQ-ELPM Revised 2/10/20 City of Miami, Department of Procurement Experience of the Lead Program Manager Reference Form - RFQ-ELPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LPgM) Reference Project Name/Address: Sands Bethworks, 77 Sands Boulevard, Bethlehem, PA, 18015 (Now Wind Creek Bethlehem) Name(s) and Role(s) of Lead PgM working on this Reference Project: Matthew W. Harris Reference Project Description: $725M Integrated Resort -Casino — 1,036,000 SF Building plus 1,318,000 SF Garage Scope of Services Provided: Project/Program Director Compensation for Services: $ 245,000/YR Project Start Date: / Project Completion Date: / Project Construction Cost: $ 725,000,000 Const. Start Date: / Const. Completion Date: / Lead PgM's Company Name: Sands Bethworks, LLC Company's Contact Name: Lead PgM's Title/Position: Director of Construction Company's Contact Phone Number: 484-777.7777 Company's Contact Facsimile Number: Company's Contact E-mail: Project Completed on Time and within Budget: n Yes n No Project Duration: 48 mo If "No," was the Lead PgM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead PgM provide Program/Project Management Services? • Yes ❑ No Did the Lead PgM provide Construction Management Services? Was the Lead PgM responsive to the Project Owner? Was the Lead PgM timely in its reviews and submittals? ■❑ Yes ❑ No ❑■ Yes ❑ No ■❑ Yes ❑ No ■❑ N/A ■❑ N/A �■ N/A ■� N/A Reference Company Name: Sands Bethworks, LLC Reference Name/Title & Position: Robert DeSalvio President (former) Reference Phone Number: 401.374.8124 Reference Contact E-mail: Robert.DeSalvio©rwnewyork.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true avid Proposer's Signature: rect to the best of my knowledge. 85 RFQ-ELPM Revised 2/10/20 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Director of Construction/Project Director • Assumed management control of project at mid -project stage • Directed controlled shutdown of construction of Hotel, Retail and Event Center components to support economic austerity program. • Directed completion of Casino, Parking and Restaurant components 2 months early • Directed contract closeout audits and aggressive negotiations to Close out first phase, reducing total Phase 1 project cost by more than $25MM from anticipated total cost. • Directed ongoing construction management of team of 12-23 staff to complete 2-year $65MM continued expansion projects, including 2 restaurants, lounge/bar, offsite roadworks, Table Games Expansion, and fitout of Hotel component. • Prepared all conceptual budget estimates and preliminary schedules for capital expenditure approvals. • Directed all bid package preparation and bid reviews, contract reviews, and construction claim reviews and resolution. • Managed completion of design, including proposal, investigation and implementation of value engineering concepts. • Day to day coordination with local building code official. • Managed testing and commissioning for startup and turnover. • Managed project anticipated cost report. Largest Brownfield Redevelopment at time of completion — Former Bethlehem Steel Main Plant — Reduced Phase 3 Hotel component completion cost from original $65MM to $30MM through aggressive value engineering and management of design 86 RFQ-ELPM Revised 2/10/20 0 WdS 0qi 40 slen0 8''d Qualifications of Key Personnel Form RFQ-QKP Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Key Personnel: Aaron Pankonin, PMP License No.: 1264438 Years of Related Experience: 20 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Aviation, government offices Key Personnel Employer: AECOM Technical Services Key Personnel Office Address: 800 S. Douglas Road, North Tower, 2nd FI., Coral Gables, FL 33134 Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: 3 Design/Build: 1 CM -at -Risk: 1 Federal Government: State/County/Municipal: N/A ❑ 5 Name of Projects: Fort Lauderdale -Hollywood International Airport Terminal 4 including: Terminal 4 Western Expansion, Terminal 4 Eastern Expansion, Terminal 4 Apron, Terminal 4 Federal Inspection Services, Terminal 4 Checked Bag Inspection Services Residential/Residential High -Rise: Office: Mixed -Use: Retail: LEED/Green Globe Certified: Other (specify): List previous historical facility restoration/preservation projects: By signing below, Prime Consultant certifies that the information contained in Form RFQ-QKP is accurate and correct. Prime Consultant further certifies that it is aware that if the City determines that any of the information is incorrect or false the City may at its sole discretion reject the Response as non -responsive By: Signs r, of Authorized Officer Juan Alfonso, AIA, NCARB May 11, 2020 Date VP; Program and Project Management Lead, Florida Printed Name Title 87 RFQ-QKP Revised 7/31/19 natii I t flt THIS IS TO CERTIFY THAT Aaron G Pankonin HAS BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVING AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS HEREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® IN TESTIMONY WHEREOF, WE HAVE SUBSCRIBED OUR SIGNATURES UNDER THE SEAL OF THE INSTITUTE Caterina La Tona • Chair, Board of Directors Mark A. Langley • President and Chief EicecuttveaOfficer PMP® Number 1264438 PMP') Original Grant Date 01 June 2009 PMP® Expiration Date 31 May 2021 r I iPYI. Project Management Institute 20 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BSME, Colorado State University REGISTRATIONS/ CERTIFICATIONS \Project Management Professional (#1264438) Certified Building Commissioning Professional (#296) AARON PANKONIN, PMP, CBCP Senior Program Manager Aaron Pankonin is an accomplished program and project manager with experience planning, executing, and closing complex projects. He provides leadership to project teams and supports a collaborative team environment. He has led teams on large complex projects and has worked in South Florida for more than 18 years. An experienced Project Management Professional, he is certified by the Project Management Institute. SUMMARY OF RELEVANT EXPERIENCE Fort Lauderdale International Airport Terminal 4 Gate Replacement, Fort Lauderdale, FL: As Senior Project Manager, provides leadership to the program management team and is responsible for budget, schedule, and quality performance of the program. Leads a staff of project managers, assistant project managers, and support personnel to deliver the program. Coordinates program requirements and deliverables with the client and stakeholders through a formalized process titled Operational Readiness, Activation, and Transition. This formalized process supports first time functionality and transition of new assets into the client's operational assets The Terminal 4 Gate Replacement is a program compromised of multiple large projects. This $674 million program expands capacity of the existing Terminal 4 while maintaining operations throughout the multi -year construction program. The Concourse G project provides a new LEED Certified 14-gate facility that replaces the existing Concourse H. This project is comprised of Western and Eastern Expansion phases. The T4 Western Expansion Project is a $169.3 million Construction Manager at Risk project that provided six new gates and comprised 220,000 square feet of new construction. The Eastern Expansion project is a $193.1 million Design -Bid -Build delivery that provided eight new gates and 264,000 square feet of new construction. The Eastern Expansion includes a major sub -project, which is the 60,000 square foot office building for the Broward County Aviation Department, which is built on top of the new Concourse G. The Terminal 4 Checked Baggage Inspection Services is a $50.6 million project that replaces the existing manual induction bag screening system with a state-of-the-art automatic bag screening system. This design -build project was installed without disruption to the existing system. The Federal Inspection Services is a $139.5 million project that was built in two phases, a $54 million Construction Manager at Risk for the first phase and a second phase $50.6 million Design -Bid -Build project. The project provided an estimated 50,000 square feet of new construction and remodeled approximately 100,000 square feet of existing facilities. This project increased passenger processing capacity from 800 to 1,800 89 AECOM 1 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami AARON PANKONIN, PMP, CBCP Senior Program Manager passengers per hour without interrupting airport operations. The Terminal 4 Aircraft Parking Apron is a $61.5 million Design -Bid -Build project. This multi -phased project provided 171,000 square yards of new apron paving, underground utilities, and revised grading to support the new 14-gate Concourse H. Project value: $674 million. Dates: 2016-2020. Client contact: Client contact: Marc Gambrill, Chief Development Officer, (954) 816-1945, mgambrill@broward.org, 2200 SW 45th Street, Suite #101, Dania Beach, FL 33312 Fort Lauderdale International Airport Terminal 4 Concourse G Western and Eastern Expansion, Fort Lauderdale, FL: As Facility Project Manager, managed the scope, schedule, budget, and led the change management process. Coordinated project quality deliverables and facilitated the resolution of technical and contractual issues. Coordinated project requirements with the client and other project stakeholders. Developed phasing plans to minimize impacts to airport operations. Developed the commissioning guideline to support the LEED certification of the project. The Concourse G project provided a new LEED Certified 14-gate facility that replaced the existing Concourse H. This program is comprised of a Western and Eastern Expansion. The T4 Western Expansion Project is a $169.3 million Construction Manager at Risk project that provided six new gates and comprised 220,000 square feet of new construction. The Eastern Expansion is a $193.1 million Design -Bid -Build delivery that provided eight new gates and 264,000 square feet of new construction. Project value: $362 million. Dates: 2011-2016. Client contact: Curtis Celestine, Project Administrator, (954) 558-3037, ccelestine@ broward.org, 2200 SW 45th Street, Suite #101, Dania Beach, FL 33312 North Terminal Development (NTD), Miami Dade Aviation Department, Miami, FL: Served in two roles on this $3.1 billion program, as MEP Coordinator and later as Commissioning Manager. The project included 3.5-million-square-foot terminal and concourse space, 52 international/domestic gates, federal inspection services to accommodate 4,000 passengers per hour, checked bag inspection system, automated people mover, demolition and remodeling of facilities, and 72 new concessions. The NTD was constructed in an active airside environment that included over 30 phased openings. South Terminal Program, Miami Dade Aviation Department, Miami, FL: Served as Commissioning Manager for the 1.7 million -square -foot terminal and concourse. This greenfield project included 16 international/domestic swing gates in Concourse J and 3 international / domestic swing gates in Concourse H. Additional project elements included checked bag inspection system, two security screening checkpoints, bus station for cruise ship traffic, ticket check -in areas, and a 2,000 passengers per hour federal inspection services. New Mexico City Airport (NAICM), Mexico City, Mexico: Served as Commissioning and LEED Manager during the project initiation phase for the $9 billion greenfield construction to replace the existing Benito Juarez International Airport. The project consists of an 8-million SF terminal, control tower, and parking facilities. This new LEED Platinum designed facility will have the capacity for 50 million annual passengers. Toscano Condominium, Miami, FL: Served as Project Administrator for the 27-story high-rise residential condominium building. The project consisted of 396-units and retail space. 90 AECOM 2 . . . . . . . . . . . . . oo, WdS oy} 10 dx3 619' City of Miami, Department of Procurement Experience of the Sr. Program Manager Reference Form - RFQ-ESPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the proposed SPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the proposed SPgM) Reference Project Name/Address: Terminal 4 Facility, Concourse G - Western and Eastern Expansion Name and Role of SPgM working on this Reference Project: Aaron Pankonin, Senior Project Manager Reference Project Description: A multi -phased project to provide a new 14-gate Concourse G for Fort Lauderdale International Airport. Scope of Services Provided: Program Management Compensation for Services: $ 22,195,695 Project Start Date:01/ 2011 Project Completion Date:12 /2020 Project Construction Cost: $ 272,623,439 Const. Start Date:05/ 2012 Const. Completion Date: 12 /2019 SPgM's Company Name: AECOM Company's Contact Name: John Craig SPgM's Title/Position: Senior Project Manager Company's Contact Phone Number: 954-614-5579 Project Completed on Time and within Budget: n Yes n No Project Duration: 9 years If "No," was the SPgM at fault/did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the SPgM provide Project Management Services? Did the SPgM provide Construction Management Services? Was the SPgM responsive to the Project Owner? Was the SPgM timely in its reviews and submittals? Reference Company Name: Broward County Aviation Department Reference Name/Title & Position: Curtis Celestine / Project Administrator Reference Phone Number: 954-558-3037 Reference Contact E-mail: ccelestine@broward.org ■❑ Yes ▪ Yes ■❑ Yes ■❑ Yes ▪ No ▪ No ▪ No ▪ No �■ N/A �■ N/A �■ N/A ■❑ N/A PROPOSER'S IFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature: 91 RFQ-ESPM Revised 2/10/20 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Concourse G project provides a new LEED Certified 14-gate facility that replaces the existing Concourse H. This program is comprised of a Western and Eastern Expansion. The T4 Western Expansion Project is a $169.3 million Construction Manager at Risk project that provided six new gates and comprised 220,000 square feet of new construction. The Eastern Expansion is a $193.1 million Design -Bid -Build delivery that provided eight new gates and 264,000 square feet of new construction. AECOM Technical Services provided program management services as an extension of staff for the Broward County Aviation Department. AECOM provided management for the project including oversight of the budget, schedule, and quality performance of the program. Basic services included: developing program management plans, project coordination, planning, design review, procurement support, implementation of project controls, construction project management oversight, program estimates, document control, information system management, program reporting, commissioning plan development, public outreach, and project closeout support. Mr. Pankonin performed as the Terminal 4 Facility Project Manager from January 2011 through September 2016 for AECOM. As the project manager he managed the scope, schedule, budget, and led the change management process. He managed the design consultant to ensure that the Owner's requirements were achieved, led design reviews, supported procurement efforts, participated in value engineering to maintain budget, evaluated life -cycle design options, monitored construction, and led change management. Mr. Pankonin coordinated project requirements with the client and other project stakeholders. He developed phasing plans to minimize impacts to airport operations, coordinated project quality deliverables and facilitated the resolution of technical and contractual issues. Mr. Pankonin developed the commissioning guideline to support the LEED certification of the project. He managed the design consultant's contract, evaluated and negotiated optional services, and evaluated change orders as errors or omissions to the agreement. He chaired weekly design meetings and maintained the contractual design schedule. The Concourse G project completed on budget. The Western Expansion phase of the project completed on budget, but did not complete on the original scheduled time. The Construction Manager at Risk received client approved time extensions. The Eastern Expansion phase of the project completed on budget, but did not complete on the original scheduled time. The low -bid Contractor experienced client approved time extensions and contributed to delays to the project through no fault of the Program Manager. 92 RFQ-ESPM Revised 2/10/20 City of Miami, Department of Procurement Experience of the Sr. Program Manager Reference Form - RFQ-ESPM INSTRUCTIONS The Proposer shall complete the following information for an ongoing or completed prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represents its ability to complete the "Project." The reference provided below should be for one (1) ongoing or completed project and must comply with the requirements listed in Section 3.5 and 4.1 of the RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the proposed SPgM) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the proposed SPgM) Reference Project Name/Address: Terminal 4 Gate Replacement Program Name and Role of SPgM working on this Reference Project: Aaron Pankonin, Senior Project Manager Reference Project Description: Terminal 4 Gate Replacement Project - Fort Lauderdale International Airport Scope of Services Provided: Program Management Compensation for Services: $ 49,343,327 Project Start Date:01/ 2011 Project Completion Date:12 /2020 Project Construction Cost: $ 524,406,548 Const. Start Date:05/ 2012 Const. Completion Date: 12 /2020 SPgM's Company Name: AECOM Company's Contact Name: John Craig SPgM's Title/Position: Senior Project Manager Company's Contact Phone Number: 954-614-5579 Project Completed on Time and within Budget: ❑ Yes • No Project Duration: 10 years If "No," was the SPgM at fault/did it contribute to the delay(s) or increased cost? Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the SPgM provide Project Management Services? Did the SPgM provide Construction Management Services? Was the SPgM responsive to the Project Owner? Was the SPgM timely in its reviews and submittals? ®No * Yes ❑ No �■ N/A ❑ Yes ❑ No �■ N/A ❑ Yes ❑ No ❑■ N/A * Yes ❑ No ■❑ N/A Reference Company Name: Broward County Aviation Department Reference Name/Title & Position: Marc Gambrill / Chief Development Officer Reference Phone Number: 954-816-1945 Reference Contact E-mail: mgambrill@broward.org PROPOSER'S IFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature: 93 RFQ-ESPM Revised 2/10/20 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Terminal 4 Gate Replacement is a program comprised of multiple large projects. This $674 million program expands capacity of the existing Terminal 4 while maintaining airport operations throughout the multi -year program. This project supported Fort Lauderdale -Hollywood International Airport as the fastest growing airport in the United States in 2018. The Concourse G project provides a new LEED Certified 14-gate facility that replaces the existing Concourse H. This program is comprised of a Western and Eastern Expansion. The T4 Western Expansion Project is a $169.3 million Construction Manager at Risk project that provided six new gates and comprised 220,000 square feet of new construction. The Eastern Expansion is a $193.1 million Design -Bid -Build delivery that provided eight new gates and 264,000 square feet of new construction. This project includes a major sub -project, which is a 60,000 square foot office building for the Broward County Aviation Department and is built on top of the new Concourse G. The Terminal 4 Checked Baggage Inspection Services is a $50.6 million project that replaces the existing manual induction bag screening system with a state-of-the-art automatic bag screening system. This design -build project was installed without disruption to the existing system or airport operations. The Federal Inspection Services is a $139.5 million project that was built in two phases, a $54 million Construction Manager at Risk for the first phase and a second phase $50.6 million Design -Bid -Build project. The project provided an estimated 50,000 square feet of new construction and remodeled approximately 100,000 square feet of existing facilities. This project increased passenger processing capacity from 800 to 1,800 passengers per hour without interrupting airport operations. The Terminal 4 Aircraft Parking Apron is a $61.5 million Design -Bid -Build project. This multi -phased project provided 171,000 square yards of new apron paving, underground utilities, and revised grading to support the new 14-gate Concourse H. AECOM Technical Services provided program management services as an extension of staff for the Broward County Aviation Department. AECOM provided management for the project including oversight of the budget, schedule, and quality performance of the program. Basic services included: developing program management plans, project coordination, planning, design review, procurement support, implementation of project controls, construction project management oversight, program estimates, document control, information system management, program reporting, commissioning plan development, public outreach, and project closeout support. Mr. Pankonin began his role as the Terminal 4 Senior Project Manager in September 2016 and will complete in the Q42020 for AECOM. He provides leadership to the program management team and is responsible for budget, schedule, and quality performance of the program. He leads a staff of project managers, assistant project managers, and support personnel to coordinate multiple projects and their milestones to achieve a successful program. This effort includes overseeing designs that deliver owner's requirements, leading design reviews, coordinating project schedules, managing team resources, supporting procurement efforts, monitoring construction, leading change management, and delivering closeout of projects. Mr. Pankonin provides oversight to the design professionals and construction manager and leads negotiation efforts in accordance with Florida Sunshine Laws. He manages the construction manager's contract and deliverables. Mr. Pankonin coordinates program requirements and deliverables with the client and stakeholders through a formalized process titled Operational Readiness, Activation, and Transition. This formalized process supports first time functionality and transition of new assets into the client's operational assets. The Terminal 4 Gate Replacement Program will complete on budget, but will be delivered later than originally scheduled. The program implemented the Checked Baggage Inspection Services and Federal Inspection Services during the program to meet changing client needs and had schedule impacts to the overall program delivery. 94 RFQ-ESPM Revised 2/10/20 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Q/ X`„ e`o /iy,. Lir- 6) k--.; /22 m e`/* ,c,x,/-9/. 0/2 Q 6)0/sc9 \IQ,s qx 0 c9/2c,<K4-0 <90/, 0/;. s 6>2 co end - 'dx3 pue sienp OL•y City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) PROJECT MANAGERS Jim Wille, CGC (AECOM) Miami, FL Dan Willem (AECOM) Miami, FL Nancy Rosenberg (AECOM) Miami, FL Pedro Nunez (AECOM) Miami, FL Jenna Santamaria (AECOM) Miami, FL Jorge Zurita, CGC (CES) Miami, FL Michael Trader, CCM, AIA (AECOM) Miami, FL Omar Elkhalil (CES) Miami, FL Fernando Galan (AECOM) Miami, FL Renee Pfeilsticker (AECOM) Miami, FL Project Mngmnt GC #1509386 n/a n/a Project Mngmnt n/a in -progress CCM n/a Project Mngmnt n/a OSHA 30-Hour n/a Project Mngmnt n/a n/a n/a Project Mngmnt n/a FBAID #ID5791 n/a Project Mngmnt GC #1526982 n/a n/a Project Mngmnt AR96521 CCM A1147 n/a Project Mngmnt n/a n/a n/a Project Mngmnt n/a n/a n/a Project Mngmnt n/a FEMA Security Clearance n/a 95 RFQ-QSC Revised 7/31/19 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) PROJECT MANAGERS, continued David Hoot (CES) Miami, FL Project Mngmnt FL PE #35970 n/a n/a 96 RFQ-QSC Revised 7/31/19 35 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Civil Engineering, University of Maryland REGISTRATIONS/ CFRTII Ir ATIONs Certified General Contractor, FL, #1509386 JAM ES WILLE, CGC Project Manager James Wille brings 35 years of construction management and program management experience. His varied portfolio includes large library and capital improvement programs for Fulton County, Georgia; large campuses; aviation; education; a 100-acre multi -purpose stadium and aquatic park in Broward County; to corporate headquarters; and government facilities throughout the United States. He is currently the Project Executive managing both a new, $300 million acute care hospital and medical office building and a $100 million renovation of an acute care center in Doral and North Miami Beach areas, respectively. He has been responsible for managing all construction and program management projects and their key activities, including owner/architect/partner relations, projects schedules, project budgets, staff performance, staff evaluations, and overall project quality. SUMMARY OF RELEVANT EXPERIENCE Jackson Health System's Miracle -Building Bond Program, Jackson West Medical Facility, Doral, FL: Project Executive managing the design and construction of the project, with budget control a major responsibility. Project includes a new $200 million, 100-bed acute -care hospital, new four-story $30 million medical office building, and new 500-car parking garage. The project also includes a 27-acre park with new lakes, athletic fields and walking paths. - Project value: $300 million. Dates: 2018-2020 (anticipated completion). Client contact: William Seed, Sr. Vice President, Facilities and Design, (407) 777-5727, william.seed@jhsmiami.org, 1611 NW 12th Avenue, Miami, FL 33136. Jackson Health System/Public Health Trust, Jackson NorthMedical Center, North Miami Beach, FL: As project executive, Jim is managing the major renovation of an acute care center in the North Miami Beach area. His responsibilities began with the selection of the construction manager and the design team to do the work and will continue through the construction of the project. He controls the schedule, the budget and quality for the project. He also manages the approval processes with local and state authorities for the project as a whole. Renovation of a 1960s era hospital, including the cosmetic renovation of five patient floors, the complete renovation of one patient floor, the complete renovation of the existing Emergency Department and Surgical Center. Project also includes the development of the 100-acre site into new streetscapes, parking areas, the improvement of existing intersections and the addition of a new surface parking lot. AECOM 97 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JAMES WILLE, CGC Project Manager - Project value: $100 million. Dates: 2017-2021 (anticipated). Client contact: William Seed, Sr. Vice President, Facilities and Design, (407) 777- 5727, william.seed@jhsmiami.org, 1611 NW 12th Avenue, Miami, FL 33136. Parkland Health & Hospital System, Parkland Acute Care Facility Campus, Dallas, TX: Project executive acting as part of the management committee for the overall program as well as the executive in charge of construction of the $25 million Sky Bridge. The 2.1 million sq. ft. hospital project includes 865 private adult beds (775 built + 90 shelled), 96 NICU (neonatal intensive care unit) beds for 961 licensed beds plus 48 LDRs (labor, delivery and recovery) -1009 total beds. Also included 108 emergency rooms and 27 operating rooms (24 built + 3 shelled). The other part of the project was a new 1,000-foot-long pedestrian Sky Bridge to link the new facility to the old facility. It was constructed over an existing four -lane major highway. - Project value: $850 million. Dates: 2010-2014. Client contact: Walter Jones, Sr. Vice President, Facilities Planning and Development (during project); currently Sr. Vice President, Campus Transformation, The MetroHealth System, Cleveland, OH, (972) 998-2624, wjones@ metrohealth.org AECOM 98 28 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Construction Science and Management, Kansas State University REGISTRATIONS/ CERTIFICATIONS CCM in progress DAN I EL WILLEMS Project Manager Mr. Willems is an accomplished construction professional with over 28 years of construction experience providing construction, program and project management development and leadership, including team development and leadership, client relations, cost management, contract development, procurement and execution on major construction projects. His experience includes an array of large assembly projects including airport facilities, government facilities, hospitality, commercial, retail and residential construction ranging from $1 million to $250 million, ranging throughout central Florida, specifically Orlando; and the United States. SUMMARY OF RELEVANT EXPERIENCE Greater Orlando Aviation Authority (GOAA), Orlando International Airport, South Terminal Baggage Handling System, Orlando, FL: Functioned as the prime Owner Authorized Representative (OAR) to serve as the Program Construction Manager in the development of a $150 million -dollar Baggage Handling System (BHS) utilizing a design, build, operate and maintain (DBOM) contract to be incorporated into a $4 billion - dollar terminal complex capital improvement program. Major functions/ duties performed included: - Development of the BHS design criteria package and 30% design drawings that would be incorporated into the building design on a real time basis with the Terminal design team. - Facilitate the selection and procurement of the DBOM Contractor, including contractor qualifications, pre -bid meetings, addendums, and contract award. - Provided oversight and direction of the BHS design process between BHS Contractor, Terminal Design team and two independent Construction Managers at Risk (CM@R) firms responsible for the building construction of the terminal complex landside and airside structures respectively. - Procurement of OAR team including project managers, design managers, site inspection and administrative staff. - Provided oversight and direction of the program finances including funding source allocation, and cost change management. - Establish site logistic and procedure plans for the construction phase period. - Oversight and support BHS Contractor with procurement of state and local small businesses. - Provide direction on regulations and procedures with local code compliance and permitting. - Develop and manage cost, schedule and risk assessment plans for the client. - Project value: $125 million. Dates: 2017-2019. Client contact: John Carlson, (407) 825-4089, jcarlson@goaa.org AECOM 99 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami DAN I EL WILLEMS Project Manager Greater Orlando Aviation Authority (GOAA), Orlando International Airport, Baggage Handling Systems Modernization and Recapitalization Program, Orlando, FL: Selected as the prime Owner Authorized Representative to serve as the Program Construction Manager in the execution of a $165 million -dollar program that consisted of 30 separate projects (4 major + enabling projects). Each project provided unique circumstances that encompassed a wide variety of stakeholders and contractors. The major factor for the entire program was that airline and airport bag operations were not to be interrupted which required project field work performed at night. Mr. Willems directly managed $60 million of the program. Major functions/duties performed included: - Selected specifically by client senior leadership to establish and foster strong professional business relations with onsite major general contractors such as Turner, Hensel Phelps, PCL, Collage Companies and Walbridge as well as local small business contractors such as Gomez Construction, HW Davis, and RL Burns. - Bridge the gap between the OAR Construction Teams and Airport Operations to ensure seamless transitions with nightly field construction activities and daytime management operations. - Establish and maintain relationships with airline managers in providing technical advice, scheduling airline impacts with construction activities and reporting progress. - Produce various monthly reports including project status, financials (KPI's and EAC's) as well as project status reports to different stakeholders including airport executive staff, Operations, TSA, and Airline Senior Management. - Developed and managed the change management process at the program and project level with responsibility to ensure completeness and accuracy prior to presentation to Airport Authority Construction Committee. - Developed and fostered relations with local community small business contractors including outreach events and creating opportunities with the local contractors to encourage involvement with construction work with the airport authority. - Project value: $165 million. Dates: 2015-present. Client contact: John Carlson, (407) 825-4089, jcarlson@goaa.org AECOM 100 26 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Masters of Engineering, Construction Management, University of Alabama, Birmingham BA, Psychology, California State University, Long Beach REGISTRATIONS/ CERTIFICATIONS OSHA 30-Hour NANCY ROSENBERG Project Manager Nancy Rosenberg has more than 25 years of experience in program, project, and Construction Management in the public and private sector. She has been involved in all phases of project development and management for renovations and new construction. Nancy is thoroughly experienced in team oversight for planning, design, programming, contract negotiation, stakeholder engagement, change order reviews and management, schedule and budget adherence. In addition, her clients view her as a trusted advisor. Nancy has expertise in a variety of project delivery methods including design -build, lease -lease back, conventional design -bid -build, Integrated Project Delivery (IDP), Multi - prime and CM at Risk. SUMMARY OF RELEVANT EXPERIENCE San Francisco Department of Public Works (SFDPW), San Francisco, CA: As Project Manager, provided on call services for multiple Ambulance Deployment Centers and Health facilities throughout San Francisco. Direct oversight for coordination of sub consultants and City Staff for projects schedule, estimates, value engineering, and constructability reviews through the design phase. • Project value: $200+ million. Dates: 5/2018-8/2018. Client contact: Mr. Joe Chin, PE, Project Manager, (415) 557-4747,joe.chin@sfdpw. org, 1001 Potrero Avenue, Building 40, 3rd Floor (Mailbox 173), San Francisco, CA 94110 UC Hastings College of the Law, California Department of General Services, San Francisco, CA: Served as Senior Construction Manager preconstruction services for the $50 million New Academic Build-ing, a design -build, six -story educational facility. • Project value: $50 million. Dates: 2017-2018. Client contact: Alonzo Arreola, Assoc. DBIA, Project Director, (916) 376-1652, alonzo. arreola@dgs.ca.gov, 707 Third Street— Fourth Floor, MS 504, West Sacramento, CA 95605 Miami Dade College, Capital Improvement Program, Miami, FL: Serving as Project Manager. Project in-volved $500M+ in new construction, renovation and deferred maintenance throughout all MDC Campuses. Responsible for the Padron Campus new Child Learning Lab and Parking Garage, renovations throughout, and deferred maintenance for all phases. PGE, Electric Vehicle Charging Program, San Francisco, CA: Program Director for $150 million, 7,500 port installation EPC project. Managed a staff of eight, providing all reporting, compliance and contract ad-herence to the CPUC Final Decision. Responsibilities include recommendations to PG&E Directors for Site Eligibility, improvement for client throughput, suppli-er procurement, contract adherence, compliance to settlement, AECOM 101 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami NANCY ROSENBERG Project Manager reporting, scheduling, forecasting, and tracking completion rates. Additional duties include staffing requests, identifying program risk, provide mitigation measures, implementation of procedures, processes, policies, change control management, Project Management accountability with KPI's, and gap analysis implementations. Governor's Office Storm Recovery (GOSR) Long Island, NY: Served as Project Manager for $65 billion Repair for 20,000 homes from Hurricane Sandy. Developed SOP's, Verification of benefits, Inspections, code com-pliance and repairs to residential homes. Los Angeles Unified School District (LAUSD), Los Angeles, CA: Project Manager for program, project and construction management services for the bond modernization program. Duties included team man- agement and staff hiring for all services including, but not limited to; development and update of master schedule, consultant and contractor procurement, contract negotiation, implementation with financial accounting system through Banner Finance and Paragon, vendor invoice review and processing, monthly and quarterly reporting, design phase man- agement for adherence to scope, budget, schedule and sustainability/LEED achievement goals. Directly interfaced with CA Division of State Architect (DSA). Lamar University, Texas State University System, Beaumont, TX: As Program/Project Manager, provided construction management and program services for the $100 mil -lion Capital Improvement Program. Responsibilities included A/E oversight, ensuring scheduled delivera-bles, campus planning, agency approvals, and con -tract negotiation. She also reviewed program status and overall planning, design and construction project progress relative to submittal schedules, by reviewing projects through all development phases. Performed oversight of master schedules, consultant and con -tractor procurement, contract bidding and review, routing and set up in financial accounting system through e-Builder, vendor invoice review and pro-cessing, monthly reporting, and sustainability/LEED achievement goals. East Los Angeles College, Los Angeles Community College District, Los Angeles, CA: Served as Senior Pro-ject Manager for the $900 million new construction and modernization projects as part of the LACCD $6.5B construction and modernization Bond Programs. Managed and directed all aspects of pre -construction and design development, as well as A/E compliance to Public contract code, Campus Stand-ards, LEED requirements, and DSA approvals. Led and coordinated in-house personnel, consultants, and stakeholders throughout the planning, programming, design, and construction process. Nancy was respon-sible for plan and specification review for compliance during the schematic, design development, and con-struction phases. She worked closely with the Architects and Engineers on cost analysis for all project scopes, performed ROI analysis for the Campus Chilled Water Central Plant and HVAC upgrades, through identifying potential cost savings. AECOM 102 30 YEARS OF EXPERIENCE FIRM AECOM EDUCATION University of Miami School of Architecture AECOM PEDRO NUNEZ Project Manager Mr. Nunez is a highly motivated detail -oriented project management professional with more than30 years of architectural and construction management experience. He is well versed in all areas of project management, leading projects from initial design programing and space planning, construction documents, building detailing through the construction phase and project closeout. He has completed various large-scale complex vertical projects for commercial, public and private clients locally in south Florida and abroad. Mr. Nunez has managed new construction, additions, interior renovations, Disaster Recovery and other complex project types throughout his career. He possesses outstanding communication and negotiation skills, and is able to coordinate with project professionals, including architects, engineers, contractors, owners and permitting authorities at all levels as required to maintain the progress of the work. Mr. Nunez's strict but fair approach to project management is focused on meeting schedule and budget, and is backed by his strong contract management and communication skills. SUMMARY OF RELEVANT EXPERIENCE Federal Emergency Management Agency (FEMA), Technical Assistance Contract (TAC), FEMA DR-4330PR, (Hurricane Maria), Puerto Rico: Project Specialist. Assigned to Health and Rehabilitative Services Sector. Provide construction and project management technical support services for Hospitals, Clinics, Medical Facilities, Private Non -Profits and Houses of Worship. Inclusive of performing damage assessments and formulating SOWs and cost estimates to restore facilities for Hazard Mitigation Proposals in accordance with The U.S. Department of Homeland Security's FEMA Public Assistance grant programs. - Project value: $3 billion obligated. Dates: 2019. Client contact: Eli Cortes, MBA, MIS, FAC-P/PM Senior, Contracts Management Branch, Public Assistance Division, Recovery Directorate, FEMA/DHS; (202) 212-1217, eli.cortes@fema.dhs.gov, 500 C Street SW, Washington, DC 20472 The Pointe Condominium, Hotel & Water Park, Nassau, Bahamas: Architectural Project Manager. The Pointe which is a six -acre waterfront property that includes an eight -story, 126-key condominium building and a nine -story, 152-key branded hotel and spa. Amenities include a retail promenade with water feature, a compact water slide attraction complex, an approx. 800-linear foot lazy river, a two -bay surf simulator, a 2,200 sq. ft. infinity -edge resort pool with a 1,300 sq. ft. sun shelf and swim -up bar, a rooftop infinity -edge pool with water curtain feature, a fire ring seating area, cabanas, lush tropical garden areas, outdoor cafe area, and an event lawn space. - Project value: $250 million. Dates: 2018. Client contact: Daniel Liu, (242) 603-8804, Liu_Daniel@ccasouthamerica.com. 103 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami PEDRO NUNEZ Project Manager Baha Mar Resort, Nassau, The Bahamas: Architectural Project Manager. Provided construction management and was on -site owner's representative team lead for eight on -site owner's representatives. Baha Mar Casino & Hotel includes a 100,000-square-foot Las Vegas -style casino, a 700-room Grand Hyatt hotel, a 300-room SLS hotel, and a 200-room Rosewood Hotels & Resort. Amenities include the 18-hole, 72-par championship Jack Nicklaus Signature Golf Course, 200,000 square feet of convention facilities including a 2,000-seat performing arts center; more than 30 restaurants, nightclubs and bars; two spas, including the 30,000-square-foot destination spa ESPA at Baha Mar; designer retail boutiques, a beachfront sanctuary with native Bahamian flora and fauna and 14 distinctive pool features. - Project value: $3.5 billion. Dates: 2013-2015 and 2017. Client contact: CP Wai, +1 852 3756 5228, cpwai@wcwp.hk AECOM 104 12 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BA, Interior Design, Florida State University REGISTRATIONS/ ( PTIFIrATI(1NS Florida Board of Architecture & Interior Design, #ID5791 NCIDQ Certification #26886 AECOM J EN NA SANTAMARIA Project Manager Jenna Santamaria is a project manager in the Coral Gables office, with more than 10 years of experience, with a focus in healthcare interior programming and design. The majority of projects she has been involved in have been integrated project delivery (IPD) and/or have included Lean design and construction. Her heavy involvement in IPD acclimated her to the holistic management of projects. Ms. Santamaria has been responsible for actively managing muti-million dollar furniture, fixture, and equipment budgets, seamless coordination of FF&E procurement and installation with construction teams, and ensuring clients aren't sacrificing scope for cost or schedule. Her dedication to continuous improvement through process analysis illustrates her passion for delivering the best outcome while removing constraints for all parties. Additionally, Ms. Santamaria is well -versed in AHCA codes and standards. SUMMARY OF RELEVANT EXPERIENCE Public Health Trust of Miami -Dade County, Jackson Health System, Jackson Health System Capital Plan, Miami, FL: Program Management and Owner's Representative responsible for the Christine E. Lynn Rehabilitation Center for the Miami Project to Cure Paralysis at UHealth/ Jackson Memorial Medical Center. Currently managing $175 million of healthcare new construction for the public county entity on an existing campus with old infrastructure. Complex phasing includes demolition of two buildings to clear site for new construction in a congested space; minimizing impacts of construction to the existing operations across the campus as the new building ties in to existing utilities; and transitioning existing operations into a new building. This project requires Ms. Santamaria;s familiarity with the challenges of public procurement guidelines, ODP programs and SBE requirements. - Project value: $175 million within a $1.4 billion bond -funded capital program. Dates: 2017-ongoing. Client contact: Isa Nunez, Vice President, Facilities Design & Construction, (305) 585-3555, isa. nunez@jhsmiami.org, 1611 NW 12 Avenue, FDC Trailers, Miami, FL 33136. Spring Valley Hospital Medical Center Bed Tower Addition & Renovations, Las Vegas, NV*: Senior Interior Designer and Lean Leader for 103,000 sq. ft. expansion including 18 post partum rooms, 36 med surge private patient rooms, conversion of 6 post-partum rooms to LDR patient rooms, relocation of administration suite and renovations to active pharmacy and kitchen. Project was contracted as a multi -party IFOA with a profit at risk structure. Team implemented IPD and Lean to drive the most efficient outcomes. - Project value: $28 million. Dates: 2015-2016. Client contact: Leonard Freehof, CEO, (702) 853-3000, leonardfreehof@uhsincom. *prior to AECOM 1 05 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami J P N NA SANTAMARIA Project Manager »this page left intentionally blank« AECOM 106 30 YEARS OF EXPERIENCE FIRM CES EDUCATION BS, Construction Management (with honors), Florida International University AA, Architecture (with honors), St. Petersburg Junior College (FL) Architectural Graphics and Models, New Jersey Institute of Technology REGISTRATIONS/ CERTIFICATIONS Certified General Contractor (FL) Real Estate Associate (FL) US Army Corp of Engineers Construction Quality Management for Contractors OSHA 500 Trainer in Construction Certified ISO 9001 Internal Auditor AIA/CES Registered Provider (J510) — Is It Really Green (Program 00006) JORGE ZURITA, CGC Project Manager Jorge L. Zurita is a Senior Project and Construction Manager, holding over 30 years of combined construction industry experience as well as being a holder of several Industry licenses. He has served as a senior manager on multiple large and complex commercial, mixed used, and aviation developments. His work at Miami International Airport (MIA) encompasses more than 15 projects, from inception to closeout, including runway -taxiway improvements; concourses; terminal; the maintenance service facility for the Automated People Mover and Baggage Handling System; and parking garage and cargo building facilities. All this work has been performed in a fully active airport with no disruptions to airport operations. Jorge's broad experience includes technical expertise in all phases of permitting, design coordination, schedule, budget, quality, preconstruction, project implementation, procurement, contract negotiations and execution, oversight, planning, delivery strategy, construction management, commissioning, cost control, project controls, and contract closeout. With his oversight and implementation of proactive construction management, quality, and safety policies, he has crafted processes that ensure the highest quality outcomes in safety, quality, cost, and schedule. He demonstrates leadership as a small business community mentor, and understands the critical importance of clear communication with his team, client, and all stakeholders. SUMMARY OF RELEVANT EXPERIENCE Miami Dade County Aviation Department, North Terminal Development, Baggage Handling Systems Program, Miami, FL: Serves as one of the Senior Managers for Construction of the Baggage Handling Improvements Program at Miami International Airport's South and Central Terminals. Work includes construction of a new 60,000 sf facility to serve as the CBIS/CBRA for a fully renovated South Terminal baggage handling system (BHS) and a new Central Terminal baggage handling system, each of which are also part of the project. Other key elements to the project involve renovations to the existing facility to make accommodations for the South and Central BHS and the construction of a new control room to support the BHS. Project value: $200M. Dates: 2006-Ongoing. Client contact: Enrique Perez, MDAD Chief, (305) 869-3659, eperez@miami- airport.com, 1 MIA Miami International Airport, Miami, FL. Miami -Dade Aviation Department (MDAD), North Terminal Development Consolidation Program (NTDCP) at Miami International Airport (MIA), Miami, FL: Senior Manager. The Program comprised 15 airside and landside projects designed by five different design firms. The MIA NTDCP was one of the largest construction programs in South Florida, consisting of preconstruction and construction services to build the one -mile -long MIA expansion, which included the construction of new AECOM 107 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JORGE ZURITA, CGC Project Manager structures, renovation of the existing terminal and improvement of equipment and systems for more than 50 gates. Project value: $1.05 billion. Dates: 2008-2016. Client contact: Enrique Perez, MDAD Chief, (305) 869-3659, eperez@miami-airport.com, 1 MIA Miami International Airport, Miami, FL. Florida International University, Football Stadium Expansion, Miami, FL: Project Manager. A design - build service that included but was not limited to the demolition and expansion of the existing 7,500 seat stadium to a new stadium of approximately15,236 seats with the ability to expand to 45,000 seats. Jorge was responsible for the management of the project costs and scheduling, encompassing contract administration, subcontractor negotiations, approval of payment applications, and communication and negotiation with the client. Project value: $37.2 million. Dates: 2007-2008. Miami -Dade Aviation Department (MDAD), South Terminal Expansion Program at Miami International Airport (MIA), Miami, FL: One of the largest contracts ever awarded by Miami -Dade County, representing a major expansion to the present Miami International Airport (MIA) terminal configuration. Jorge was a senior manager in this South Terminal Program which included seven airside and landside design projects designed by five different design firms. The primary components of the program are the 1,200,000 sq. ft. South Terminal; the 350,000 sq. ft. Concourse J; a new more than 40- acre aircraft apron area, and the conversion of the existing Concourse H into an international facility, all of which had to be constructed within the operational constraints of the existing airport. The scope of work included a full range of preconstruction and construction services. Project value: $840.5 million. Dates: 2001-2007. Additional MDAD Projects at MIA - MIA Terminal Extension North Phase III, $56 million - MIA Concourse A Phase II, $44.7 million - MIA Cargo Building 2207, $10 million - MIA Cargo Building 2222, $23 million MIA Parking Garage No. 7, $30 million MIA Cargo Building N805, $25 million Additional Commercial and Municipal Projects - Ocean Steps High Rise Condominium, Miami Beach, FL - Fortune House High Rise Condominium, Brickell, FL - Fortune House High Rise Condominium, Brickell, FL - Ritz Carlton Luxury Hotel, Key Biscayne, FL - Hefler Homes construction of new development and infrastructure of over 500 new residential homes - Miami -Dade County Public Schools Compliance with Americans with Disabilities Act AECOM 108 27 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Building Construction, University of Florida, Gainesville, FL BA, Howard University, Washington, DC REGISTRATIONS/ CERTIFICATIONS Registered Architect, Florida (AR96521) Registered Architect, Georgia (RA01292) AIA 38049831 Certified Construction Manager (CCM A1147) AFFILIATION;. Construction Management Association of America National Council of Architectural Registration Boards MICHAEL TRADER, AIA, CCM Project Manager Michael Trader has 27 years of experience in the architectural and construction industry working specifically in the area of project and program management. His programs have ranged in value from $100 million to $1.3 billion. As a licensed architect and certified construction manager, Michael understands the nuisances of how planning, design and construction all come together to form a complete program. Michael's project experience has primarily been in public sector, building programs for state and local municipalities. He thrives in working collaboratively with the owner, designer, contractor and other regulatory agencies. He is skilled at developing and implementing program wide work plans, managing teams and maintaining a high overview of multiple projects. SUMMARY OF RELEVANT EXPERIENCE Jackson Health System Miracle Bond Program, Program Management Services, Miami Beach, FL: Senior construction manager, responsible for managing the planning, design and construction of various capital improvements. Overall responsibility for complete project from budget inception, meeting with clinical and end users, procuring and contracting for A/E and contractor. Worked closely with end users, owner's engineering staff and clinical departments to facilitate design. Responsible for coordination and procurement of below the line items including architecturally significant medical equipment, FF&E, IT and integration into owner's existing systems. Projects included six new offsite urgent care centers ($10M); Jackson West Hospital (Doral), medical office building, parking garage, 100-patient bed tower with diagnostic treatment hospital and site improvements - responsible for managing the planning and design phase of $300 million project; and various on -campus patient floor modernizations ($60M) Value-added accomplishments included bringing in the Urgent Care Centers project 2 months ahead of schedule and 10% under budget; helping negotiate contracts and change orders with the contractor and design team to reduce owner's exposure to change orders; successfully planning and managing major operational move of 16 hospital and administrative departments in a 6-month period; managing the construction management team to reduce modernization of patient floor durations from 10 months to 8 months; reducing overall program cost of New Hospital program by $20M through the use of design -to -budget strategies; and implementing LEAN and integrated project delivery strategies to reduce contractor claims. • Project value: $370 million (of $1.5 billion program). Dates: 2015-2019. Client contact: Sandra M. Severe, PhD, Associate Vice President of Operations, (786) 556-0403, sandra.severe@jhsmiami.org, 1611 NW 12th Avenue, Miami, FL 33136 AECOM 109 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MICHAEL TRADER, AIA, CCM Senior Project Manager University Academic Medical Center - Project, Program Management Services, New Orleans, LA: As deputy program manager, responsible directly for 437-bed tower, utility building and site infrastructure for a total cost of $400M. Acted as owner's direct agent. Managed PM site team of 25 staff. Managed A/E team, interfacing with client and contractor. Assisted in development and writing of procurement strategy and RFP for Construction Manager at Risk (CMR), which was a pilot program for the State of Louisiana and assisted in final selection of program's CMR firm. Served as project lead for BIM initiative, end -user move -in and building activation. The main project in this program was a replacement hospital for New Orleans Charity Hospital, which was damaged during Hurricane Katrina. New construction on the 37-acre site included a 437-bed patient tower, parking garage, office building, utility building and various other site amenities. Accomplishments included coordination of real estate, including extensive federal compliance related to historic preservation; development of alternative project delivery analysis to support speed, quality, cost effectiveness, and coordination objectives; independent, multidisciplinary design reviews to improve design -document quality and coordination; development and maintenance of comprehensive master schedule to drive coordination and speed; update of state procurement documents to respond to proposed CMR delivery process; state and local agency coordination with the review and approval process, ensuring owner and university staff end -user buy - in; facilitation of "Industry Day" to alert contractor and tradesmen community of upcoming bid opportunities to help support the local job market; and authored RFPs for commissioning, construction materials testing, medical equipment, building move management, and building enclosure services. Project value: $1.2 billion. Dates: 2009-2015. Client contact: Thomas Rish, RA— Senior Manager (retired), (225) 993-1379, TRish@la.gov, 541 Beau Chene, Mandeville, LA 70471 University of New Mexico Children's Hospital and Critical Care Pavilion, Albuquerque, NM: As senior program manager, the new $239 million 478,000-sq- ft hospital building, parking garage and site infrastructure improvements on an existing campus. The hospital is a 277-bed facility. Was responsible for coordination of construction with the owner, end users, outside governmental agencies, design team and general contractor. Oversaw management of contractual interface between owner's onsite contractors and general contractors. Chaired weekly construction meeting with contractor, design team and owner. Participated in weekly meetings with CEO and Executive Committee and reported on progress of work, financial status; assisted in strategic planning. Oversaw and managed on -site M/E/P field inspectors. Assisted in resolution of field issues and oversaw contractor's performance. Assisted in development and tracking of owner's budget items, construction cost summary, contingency and financial forecasting. Wrote, reviewed and assisted the Owner's purchasing department in procuring request for proposal for owner's on -site consultants. Made recommendations to owner for final selection and assisted in contract negotiations and award. Ernst & Young, LLP, Atlanta, GA: Served as the reporting engagement manager for various projects. As the engagement manager, responsibilities include coordinating the activities of team staff to ensure the client expectations are met while continuing to meet the firm's financial goals, strengthen existing client relationships and the firm brand, marketing, mentoring and counseling young staff members, assisting with long range planning of the practice sector. Daily responsibilities in addition to the above include: Reviewing project staffing budget, preparing client invoices, reviewing current project status with client and estimate to complete budgets, reviewing and approving staff reports prior to issuance to client, perform semi-annual reviews of staff's performance and provide input for improvement areas, prepare project proposal and RFPs, network and market with the firms internals Partners. AECOM 110 25 YEARS OF EXPERIENCE FIRM CES EDUCATION BS, Civil Engineering, University of Detroit REGISTRATIONS/ CERTIFICATIONS U.S. Army Corps of Engineers: Construction Quality Management for Contractors (CQMC) Florida Department of Transportation: Utilities, Earthwork, Concrete, Asphalt, Structural Steel, Structures Traffic Safety in the Work Area Quality Auditor AFFILIATIONS American Concrete Institute (ACI) International Municipal Signal Association (IMSA) OMAR ELKHALIL Project Manager Mr. Elkhalil has over 25 years of diverse experience in the engineering, design, construction management and QA/QC management on major roadway and bridge projects, as well as major airport improvement programs in the US and abroad. His experience includes planning, directing, coordinating, and managing construction projects, contracts, field construction specialists and support staff. He is skilled in monitoring contractors' construction activities to ensure work is completed according to contract specifications, quality, and schedule. He provides site inspections and assists with obtaining necessary permits and licenses and ensured compliance with building and safety codes, regulations and requirements. He facilitates proper project startup, monitors non-compliance to contract specifications, audits and ensures effective project closeout. SUMMARY OF RELEVANT EXPERIENCE FLL Airport CPM for Expansion of Runway 9R-27L, Fort Lauderdale, FL: As Lead QA Inspector, currently managing the quality assurance program on the Fort Lauderdale -Hollywood International Airport (FLL) $900 million Runway 9R-27L Expansion Project, under a multi -part construction project management contract. Field responsibilities cover: the existing Runway demolition, de -mucking, dredging, soil stabilization (dynamic compaction, stone columns, and soil mixing), earthwork, force mains, foundation excavation/backfill, gravity sewer, embankment construction, MSE Walls installation, playfield construction; roadway construction, sanitary sewer, underground utility construction, value engineering, and water mains. Office tasks include documenting field activities assigned with reports and photographs, progress and CPM meetings, quantity validation and contractor pay requisitions review, QA testing, RFI, schedule, cost and change management, and punch lists, and project close-out. The Project includes Permitting; Safety & Security Operations/AOA/Landside Work; Earthwork Hauling / Delivery Operations; QA/QC; Equipment Mobilizations; and East / West Project Site Operations (which include establishing survey controls; working with existing utility locations; setting up clearing and grubbing limits; conducting test borings for soil improvements; installing silt fences and turbidity barriers; performing clearing and grubbing operations; removing pavement markings; performing grinding and rejuvenation; and rerouting and removing airfield fence, lights and signs). Project Value: $826 million. Dates: 2012-2017. Client contact: Jeffrey Kyser, jeff.kyser@parsons.com. Royal Commission Riyadh Committee, Riyadh Metro Rail, Riyadh, Saudi Arabia: Project Manager. Construction of 26 miles of metro rail line that includes 22 stations with some elevated, shallow, underground and at grade in addition to two service depots. Prepared and reviewed drafts of field change notices and non-conformProject value: $6 billion. Dates: 111 AECOM 1 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami OMAR ELKHALIL Project Manager 2018-ongoing. Client contact: Carter Rohan, carter. rohan@saudiparsons.com City of Miami Beach, Washington Avenue Reconstruction, Miami Beach, FL: Project Manager. Project limits were Washington Avenue between 5th Street and South Pointe Drive, comprising approximately one mile of roadway. The scope included new water distribution system, storm sewer, asphalt paving, lighting, signalization, striping, landscaping, and roadway reconstruction and resurfacing. Mr. Elkhalil scheduled and coordinated subcontractors work, prepared monthly estimates, updated monthly schedules, and finalized project costs for the city of Miami Beach. Turnpike Northbound at US-1, Florida City, FL: Project Manager, This project consisted of constructing an on ramp from Southbound US-1 highway on to the Florida Turnpike Northbound. Project scope included one lane of freeway, new storm drainage system, asphalt paving, landscaping, lighting, and striping. South Florida Roadways Construction, Various Locations: As a Construction Manager/Senior Quality Assurance Inspector, Omar took part in the construction management and quality assurance of several major roadway reconstruction projects through south Florida. As Construction Project Manager, his responsibilities included scheduling and coordinating subcontractors' work, preparing monthly estimates, updating monthly schedules, and finalizing project costs. In his capacity as QA Manager, he was responsible for execution and compliance with all aspects of the projects' Quality Assurance and Quality Control plans. Projects included: - SR 969 (Milam Dairy) Reconstruction, Miami, FL. Omar was responsible for the construction management supervision of a $4 million project on 3.0 miles of Milam Dairy Road (SR-969) reconstruction in accordance with Florida Department of Transportation specifications. In addition, he also prepared the final estimate cost package. - SR 809 (Military Trail) Reconstruction, Palm Beach, FL. The project, valued at $8 million, was a four -mile stretch of roadway from Lake Worth Boulevard to Southern Boulevard. It was broken down into two construction contracts and was awarded to two separate contractors. Project scope included: milling and resurfacing of an existing six -lane roadway; construction of two bike lanes and rehabilitation of the drainage system by in -place methods; and replacement of curb and gutter, side inlets, signing, signalization, sodding, landscaping, asphalt base course, asphalt paving and pavement markings. The project required close coordination with existing utilities adjacent to elements of the drainage system. - Multiple Bridge and Roadway Projects throughout South Florida. As Field Engineer, Omar's responsibilities included bridge and roadway inspection, nuclear density testing, signalization inspection, setting up logbooks, survey work, asphalt paving, and the final cost estimate package for Florida Department of Transportation. - South Terminal Expansion, Miami International Airport (MIA), Miami FL. Omar was Senior Specialty inspector as part of the Threshold Inspection contract for the $2.5 billion South Terminal Expansion at MIA. The Program covered an area of 185,000 square meters and included 15 new international gates, south terminal building, Concourse J building, existing Concourses H and J building renovations, and Concourses H-J utility and pavement apron. The new terminal facilities enabled the movement of 5 million passengers per year. - SR-5 (US-1), Miami, FL. As Senior Construction Inspector, Omar performed the construction management task for a 0.7 mile roadway of SR-5. He prepared final quantities and cost estimate for the Florida Department of Transportation. 112 AECOM 2 40 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BA, Barry University AA, Miami -Dade College FERNANDO GALAN Project Manager Fernando Galan's project management and construction administration experience has been extensive and varied, overseeing projects both in the public and private sectors. They range from educational facilities and multi -use developments to hospitality and healthcare projects. Responsibilities have included all aspects of construction administration from project award to completion. He is particularly well -versed in managing the fiduciary and compliance aspects of projects. In his career, he has spearheaded large and complex project management efforts in Florida, Grand Cayman, and Nassau, Bahamas. Additionally, he has served as Project Manager for stateside projects located in Virginia, North Carolina, and Kentucky. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade County, Port of Miami, New Cruise Terminal, Miami, FL: Consultant to Miami -Dade County on a new cruise terminal for Norwegian Caribbean Line (NCL). Fernando's responsibilities include working as part of a team to review potential change orders for scope/merit and making written recommendations accordingly. Participates in project development meetings with representatives from the construction manager and design team. Participates in weekly team meetings with AECOM and Miami Port staff to discuss specific construction -related issues. Assists team members in reviewing change order cost proposals as needed. - Project value: $260 million. Dates: 2019-present. Client contact: Helga Sommer, PE, Chief of Engineering, Capital Development, (305) 347- 3229, helga.sommer@miami.dade.gov, 1007 North America Way, Suite 301, Miami, FL 33132. Jackson Health System/Public Health Trust, Jackson Health Capital Plan, Miami Jackson (West), Miami -Dade County, FL: Project Manager/ Owner's Representative to work on a ground -up hospital for Jackson Health System. Responsibilities included assisting in the coordination between the Project Architect and Construction Manager. Review and processing of monthly Contractor's pay requisitions and invoices from the Design Team. Attended cluster meetings to discuss items pertaining to shell and core, interior and MEP trades in order to mitigate additional project costs and time delays. Coordinated the process for reviewing and purchasing of medical equipment for the hospital. Provided input/direction on design/coordination items as needed. - Project value: $325 million. Dates: 2019-present. Client contact: William Seed, Senior Vice President, Facility Design & Construction, (305) 585- 3094, william.seed@jhsmiami.org, 1611 NW 12th Avenue, Miami, FL 33136. AECOM 113 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami FERNANDO GALAN Project Manager Private Developer, Baha Mar Resort Development, Nassau, Bahamas: Project Manager. Responsibilities included overall project coordination, site observations, review and processing of non- conformance reports (NCRs) requests for information (RFIs) and generating punch lists for the Casino, Grand Hyatt and SLS Lux Hotels, as well as miscellaneous front of house (FOH) and back of house (BOH) areas. Dates: 2016-2017. Miami -Dade Parks and Recreation, Zoo Miami: "Florida Mission Everglades," Miami, FL: Construction Administration for $52 million, 4.5 acre expansion "Florida: Mission Everglades" exhibit. AECOM scope included the development of the essential zoological facilities and themed areas such as animal exhibits, animal caring and housing needs, educational components, animal management/ administration support, animal/keeper support areas, thematic rides, food service/concessions and safety/security areas of the facility. Dates: 2015- 2016. AECOM 114 25 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MA, Urban and Regional Planning, University of Florida BS, Environmental Engineering, University of Florida Planning Information System Certification (GIS), University of Florida REGISTRATIONS/ CERTIFICATIONS FEMA Security Clearance AFFILIATIONS US Green Building Council RENEE PFEILSTICKER Project Manager Renee is an environmental planning and engineering project manager with 25 years of experience, including ten using Geographic Information Systems/Global Positioning System GIS/GPS and web GIS as tools. She is accustomed to managing project budgets ranging from $250,000 to $100 million. She is successful leading multi -disciplinary teams and implementing solutions nationwide. Renee has extensive training in hydrology, groundwater pollution, and stormwater CAD moedeling. She has presented nationally and internationally at ESRI conferences on GIS. SUMMARY OF RELEVANT EXPERIENCE City of Doral, Parks Bond Program, Central Park and 41st Street Pedestrian Bridge, Doral, FL: Project Manager. Work includes the total rebuilding of an existing 83-acre park with a 27-acre lake. We are providing a complete site rework, with the addition of amphitheaters, new baseball and soccer fields, an aquatic center with pools, lazy river, splash park, natural bridge, and beach around the lake. The 41st St. Pedestrian Bridge portion of the project uses the Design -Build delivery method to construct a metal and glass Pedestrian Bridge to span 41stStreet, connecting the north and south halves of the Turnpike Trail by ramping over the 41st Street vehicle thoroughfare and by providing access via stairs and elevators. - Project value: $130 million for Central Park; $5.2 million for the Pedestrian Bridge. Dates: 2018-present. Client contact: Eugene Collins, (786) 570-6957, eugene.collins@cityofdoral.com, City of Doral Government Center, 8401 NW 53rd Terrace, Doral, FL 33166. Panama City Navy Base Renovation, Panama City Beach, FL: Project Manager. Work involves post -Hurricane Michael recovery and the renovation of outdated facilities on this 650-acre naval base. Renee's responsibilities include managing RFI, SOW, subconstractors, scheduling, invoicing and pay applications, and client relationships. - Project value: $40 million. Dates: 2018-present. Client contact: Christopher McDowel, christopher.mcdowell@navy.mil, 308 Vernon Avenue, Panama City, FL 32407. FEMA, St. Thomas/St. Croix, Emergency Home Repair Program, Virgin Islands: During this program, Renee's work was focused on project management, project control and technology solutions to manage 10,000+ emergency repairs and 5,000+ roof repairs and rebuilds. Specific activities included: - Led system analysis, and the designing and developing of quickly implementable, easily modified and flexible programs, that include: computer applications (desktop and mobile), user friendly interfaces, data archiving and custom outputs. Programs such as: Inspector dispatch, data processing, staff scheduling, project projections, etc. AECOM 115 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami RENEE PFEILSTICKER Project Manager - Serving in the project control group. - Support with the construction groups with their Geographic Information System (GIS) needs. - Tracking construction status and identifying needed actions matrices and predictive performance rates. - Develop/code custom computer application to automate project managing task and archive project data. Project value: $600 million. Project dates: 2015- 2018. Client contact: Daryl Griffith, (340) 777-4432, (dgriffith@vihfa.gov, USVI Housing Finance Authority, 3202 Demarara Plaza, Suite 200, St. Thomas, USVI 00802. Baha'i World Centre, Haifa, Israel: Environmental/ Mechanical Engineer Supervisor. Baha'i World Centre is the administrative center of the Baha'i faith maintaining many of the faith's Holy Places and elaborate gardens located in Haifa and Akka. Renee's role included: - Supervisor for a team of Mechanical Engineers, who are part of the Facility Management Department responsible for maintaining, researching and designing an updated system with energy efficiency and longevity. - Manage water supply systems, hot and chilled water plant that supplies water to the heating and cooling system to many five -to -nine level administrative buildings. - Manage irrigation water supply system to gardens, terrace and fountain system that stretch the height of Mount Carmel. - Manage a man-made river with pond system in the Holy Place of Ridvan in Akka. - Manage well head protection and chemical control program. - Study, operate and lay out major gardens, constructed nature pond, and river system. - Develop/code data tracking and management tools. Project dates: 2015-2018. Client contact: Shakib Shahidian, Baha'i World Centre, +972-54-241-4488, sshahidian@bwc.org, Sderot Eliyah Golomb 16, Haifa, Israel, 33339213. AECOM 116 44 YEARS OF EXPERIENCE FIRM CES EDUCATION BS, Civil Engineering, Environmental Engineering & Water Resources, Michigan Technological University REGISTRATIONS/ CERTIFICATIONS Professional Engineer, FL #35970 Professional Engineer, GA #13518 AFFILIATIONS American Management Association American Water Works Association American Water Resources Association Association of State Dam Safety Officials Ducks Unlimited, Wetland Conservation Florida Engineering Society National Society of Professional Engineers Solid Waste Association of North America Water Environment Federation DAVID HOOT, PE Project Manager David has successfully performed in many leadership and operational roles and has an extensive background in engineering and business management, project planning and development, client -consultant liaison, and construction -related services for infrastructure and environmental projects. He has significant experience in project management and civil/ environmental engineering design and plan preparation involving site development and pre -development services; environmental impact studies and assessments; utilities and infrastructure improvements; water and wastewater transmission and treatment systems; solid waste facility planning, permitting, design and CQA; environmental permitting and stormwater management; roadway and transportation -related design; and CEI and construction management. David was also the design team lead member for the 100 Resilient Cities Accelerator Workshop for West Avenue and has contributed with design input to the South FL Climate Compact and is a member of the Resilient Utility Council. As both an area/office manager and a senior project manager, David has held P&L and various operational responsibilities, developed and monitored office and project budgets and schedules, allocated manpower, and maintained client contact/coordination. SUMMARY OF RELEVANT EXPERIENCL SDPBC Program Management/ Palm Beach County, FL: The School District of Palm Beach County is the eleventh largest school district in the country and the fifth largest in the Florida, with 185 schools serving more than 194,300 students. The SDPBC's $1.2 billion capital improvement program encompasses the design and construction of five new schools and renovations and repairs at more than public 100 K-12 campuses. The project included: Program Management and Construction Management Services, including project and design management, program and project controls, estimating, scheduling, contract administration, construction bidding support, construction engineering inspections, and full life cycle cost services. Project values: $1.2 billion . Dates: 2017—ongoing. Client contact: James J. Kunard. P.E., General Manager, Facilities Construction, (561) 882-1914, 3661 Interstate Park Road North, Suite #200 Riviera Beach, FL 33404 West Avenue North D-B Neighborhood & Resiliency, and West Avenue South D-B Neighborhood & Resiliency (two projects), Miami Beach FL: Project Manager, Lead Project Consultant/Designer and Engineer of Record for a scope of work which includes the design and construction of 1.2 miles of roadway, sidewalks, landscaping and related infrastructure in the projects' corridor and the complete public underground utilities of water transmission/distribution system, sanitary sewer collection system, and stormwater drainage system, including the verification and 117 AECOM 1 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami DAVID HOOT Project Manager development of a stormwater model and a new 120,000 GPM master stormwater pump station and discharge. David was responsible for the coordination, design, vertical rehabilitation, harmonization (172 properties) and ultimate construction of the roadway and all resiliency components. David is also responsible for the "Pedestrian Friendly" and "Complete Street" redesign, as well as incorporation of the findings of the 100 Resilient Cities Workshop, which includes raising the existing grade of the roadway by approximately 30 inches while providing drainage capacity for a 10-year storm event level of service with no structure flooding, a revised typical section that incorporates a pedestrian/bicyclist-friendly corridor, public/private property harmonization, new traffic signals, street lighting, and landscaping. These projects also include the design of a "Bay Walk," for pedestrians, which extends into Biscayne Bay, at the west end of the Lincoln Road Corridor and proposed stormwater pump station. David coordinated with the City of Miami Beach D-B contractor and the public/residents via the Public Informaton Outreach consultant, and managed and interfaced with 10 subconsultants in variety of disciplines throughout the D-B procurement (Tier 1 & 2), the comprehensive review, validation, and implementation of the DCP, project development and design, project resiliency improvements, and into permitting and construction. In a collaborative effort, David directed, held or attended bi-weekly Design, Utility and Project Meetings with CMB staff and the project team/contractor members. David developed the approach to Utility Management and coordinated with 12 different utilities along the projects' ROW to identify existing utility locations, potential conflicts and options/opportunities for facility relocation or adjustments. Performed the creation, development and maintenance of a Master Utility Plan for the projects, and coordination/ presentation with team, contractor and CMB to develop project designs that incorporate or remediate for utilities. By utilizing Civil 3D Software, CES created a 3D model and interactive video of the existing and proposed utilities to represent location and subsurface conditions to minimize conflicts and improve utility allocations and corridors. David has held and led bi-weekly Utility Coordination meetings throughout the projects' duration. Project values: $51 million North Project + $21 million South Project (total $72 million). Dates: 2017—ongoing. Client contact: Jorge Rodriguez, (305) 673-7071,jorgerodriguez@ miamibeachfl.gov, 1701 Meridian Avenue, 3rd floor, Miami Beach, FL 33139 Dade County Water and Sewer Department, Infiltration/Exfiltration/Inflow Improvement Program Management Services, Miami -Dade County, FL: Project Manager and Technical Support Manager for key program management objectives and components required to meet or exceed the FDEP Settlement Agreement and US EPA 1st & 2nd Consent Decrees related to the reduction in extraneous flows to the wastewater collection, pumping and treatment system throughout the entire county. Evaluation of the sanitary sewer system consisted of approximately 2500 miles of gravity sewer pipeline, 56,000 manholes, and 750+ pump stations; with program management services/tasks which included consultant/contractor oversight, issuing work orders for inspection, review of closed circuit television tapes of piping/manholes, detecting leaks, determining, recommending and scheduling of cost-effective or appropriate repairs, and providing construction management for repairs and pipe system and pump station rehabilitation. Dates: 1994-1999. Hillsborough County Public Utilities, Dale Mabry Recovered Water System, Tampa, FL: Project Manager. Managed the project team and performed as client liaison for the design, plan and specification preparation, and construction administration for the interconnection of three separate reclaimed water pumping and storage facilities. Project consisted of 7.4 miles of 12- to 30-inch reclaimed water force main along major highways, two pump stations and a booster pump station, and two 500,000-gallon steel water storage tanks. 118 AECOM 2 • • • • • • • • • • • ,/ • • . ,•' • • • • • • • • • • • • • • • • • • • • • • • sW3 - .dx3 pue sIenO L L•y City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Name of Sub -Consultants / Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) CONSTRUCTION MANAGERS Marino Llamas, AIA, NCARB (300) Rick Ulkus, CGC (AECOM) Miami, FL Constr. Mgmnt. AR0010629 n/a n/a Miami, FL Constr. Mgmnt. CGC1523061 n/a n/a Paul Kneedler, LEED AP (AECOM) Miami, FL Daniel Mathews (300) Miami, FL Constr. Mgmnt. n/a OSHA-30, LEED AP n/a Constr. Mgmnt. n/a FSAWWA, FWPCOA n/a 119 RFQ-QSC Revised 7/31/19 38 YEARS OF EXPERIENCE FIRM 300 Engineering Group EDUCATION BA, Architecture, University of Florida REGISTRATIONS/ CERTIFICATIONS Registered Architect, Florida Registered Architect, Alabama MARI N O LLAMAS, AIA, NCARB Construction Manager Marino Llamas has over 38 years of experience in municipal facilities, including transportation and buildings. During his career, he has managed and/or acted as project architect of over 20 major transportation facilities. His expertise ranges from pre -construction services, shop drawing reviews, site visits, change orders, and acting as liaison between the owner and the contractor. His diverse construction management experience includes providing full construction administration services for the $2B Miami Intermodal Center (MIC). SUMMARY OF RELEVANT EXPERIENCE Golden Glades Intermodal Center, Miami -Dade County, FL: Served as Design Criteria Architect responsible for developing the design criteria package, in conjunction with Design Criteria drawings (30% schematic design drawings) in order to allow for Florida Department of Transportation (FDOT) to request bids from qualified design bid joint ventures. The project consists of a four-story public parking garage, at grade parking, a Greyhound operation building, 10 MDT bus parking stalls, a passenger waiting station, and a future 3,000sf retail area. A new overhead pedestrian bridge connection to the existing Tri-rail station is also part of the project's program requirements. • Project value: $42 million. Dates: 2015—ongoing. Client contact: Harold Desdunes, PE, FDOT D-6, 305-470-5464, Harold.Desdunes@fl.us, 1000 NW 111th Ave, Miami, FL 33172 Brightline Light Maintenance Facility, West Palm Beach: Worked as the Architect responsible for the design and construction administration of the new train maintenance facility and the conversion of an existing warehouse building into parts storage and new train operations offices. The new parts storage included a new 3,000 sf. mezzanine. • Project value: $20 million. Dates: 2015-2017. Client contact: Rocco Cornelio, Archer Western (Walsh Group), (305) 395-7883, rornelio@walshgroup.com, West Palm Beach, FL Miami Intermodal Center (MIC), Miami, FL. Served as Facilities Task Manager responsible for coordinating the planning and design of the building elements, including the multi -level fueling Rental Car Center, the MIA Mover Station which connects to the airport, and the Central Station which provides connectivity with Metrorail, Metrobus, Tri-Rail, Greyhound, and Amtrak. Also acted as project architect responsible for the overall design and interdisciplinary coordination of the MIA Mover Station and Central Station elements. MIA's North Terminal Development (C-D Infill), Miami, FL. Served as project manager for the $400M project. Work included demolition of the existing American Airlines baggage shed, the partial demolition of AECOM 120 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MARI N O LLAMAS, AIA, NCARB Construction Manager Concourses C and D, and the new construction of the C-D Infill. Was responsible for managing and overseeing the construction activities of the contractors building the C-D Infill. Was also responsible for ensuring that the contractors conformed with all specified quality control requirements established by the Construction Manager. Fort Lauderdale Heliport Project, Fort Lauderdale, FL: Served as Construction Manager for this $12M project. Was responsible for administering construction of an elevated steel platform sized to accommodate two commuter helicopters. The heliport was intended to provide passenger service between the Fort Lauderdale Airport and downtown Fort Lauderdale. The restricted location of the heliport, within an existing parking garage, required close coordination between all design consultants and the contractor. This project won a design award from the Florida Department of Transportation. FIU SW 142nd Avenue MDT Park and Ride Bus Facilities — Project Architect— Miami, FL. Served as Project Architect for the design of the two park and ride bus facilities. The Florida International University (FIU) bus facility was to be located within the existing FIU parking garage No.6. This location required very close coordination with FIU facilities and parking departments to not interfere with existing utilities and vehicular flow. Due to its location adjacent to a water retention area, the SW142nd park and ride bus facility required special construction permits from the South Florida Water Management District. MIA Annual Maintenance Inspection, Miami, FL. Served as the Architectural Inspector, responsible for performing annual visual inspection of all MIA facilities, in conjunction with an electrical and mechanical inspection, to identify any building damage requiring repair, along with description of the repair. A damage repair cost estimate was also included in the inspection report that was delivered. Miami -Dade Transit's North Corridor Metrorail Extension, Miami -Dade County, FL. Worked as Project Architect responsible for the design of all seven (7) elevated stations, beginning with the NW 82nd Street station and ending with the NW 215 Street station. All stations with the exception of the NW 215street station included at grade parking for approximately 250 vehicles. The NW 215 Street station included the design of a multi -level parking garage for approximately 1500 vehicles. The designs of the NW 82nd Street and NW 215 Street stations were unique in that it required for both stations to be incorporated with a pedestrian bridge spanning the adjacent streets. For this reason, the design of the concrete platform support structures was unique in shape and sizes. The design of the remaining five stations were kept similar for visual consistency and cost reduction. Gratigny Expressway Toll Plaza, Miami -Dade County, FL. Was the Project Architect for the overall design of the 10-lane toll plaza and a 1500sf administration building. The toll plaza was located at the east terminus of the Gratigny Expressway. One of the unique program requirements of the toll plaza was that it required for the plaza to have a service tunnel connecting the administration building with the toll lanes. The service tunnel was a safety feature permitting the transfer of collected revenue to be safely transported between the toll lanes and the administration building. AECOM 121 40 YEARS OF EXPERIENCE FIRM AECOM EDUCATION AAS, Civil Engineering Technology, Hartford State Technical College REGISTRATIONS/ CERTIFICATIONS Certified General Contractor, FL AFFILIATIONS Construction Management Association of America RICHARD ULKUS, GC Construction Manager Rich Ulkus has 40 years of experience in the construction of a wide range of water and wastewater treatment projects, with unique experience in RO WTP construction and commissioning. He brings alternative delivery experience having worked on both design -build and construction management at risk (CMAR) projects through -out Florida. Rich brings unrivaled experience in the construction and commissioning of RO WTPs in the State of Florida having constructed nearly 100 mgd of cumulative RO WTP projects in Florida over the past 20 years. He is a certified general contractor in the State of Florida. SUMMARY OF RELEVANT EXPERIENCE Coral Gables Miracle Mile Street Scape, Coral Gables, FL: Served as Owners Representative. Provided staff augmentation to City's capital improvement program staff to access causes related to poor project progress, implement corrective actions with all project parties and follow through with project management tasks for balance of project duration to achieve timely project completion of this $25+ million urban improvement project. Extensive coordination between all project stakeholders and problem solving abilities were required to achieve project completion with only minimal increases to project cost and schedule. • Project value: $25+ million. Dates: 2016-2018. Client contact: Mr. Ernesto Pino GC,AIA, Assistant Public Works Director, (305) 926-2784, epino@coralgables.com, 405 Biltmore way, Coral Gables FL 33134 City of Hialeah, Hialeah RO Water Treatment Plant, FL: Project Manager and General Contractor for the design -build construction of a 10 mgd RO WTP with a future capacity of 17.5 mgd , which included an the construction of the plant and support facilities; the construction of a nine -well wellfield; 2-5 million gallon finished water storage tank and the installation of two deep injection wells for concentrate disposal. • Project value: $62 million. Dates: 2010-2016. Client contact: Mr. Armando Vidal PE, Director of Public Works, (305) 556-3800, AVIDAL@hialeahfl.gov, 3700 W 4th Ave, Hialeah FL 33012 Miami Dade County Waste Water Improvements Program, Miami, FL: Served as Senior Construction Manager South Waste Water Plant. Responsible for management of construction contractors implementing various plant upgrade project as part of Consent Decree Program. Program included wide range of projects from maintenance projects to new construction. Provided extensive coordination with contractor and Plant staff was required. AECOM 122 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami RICHARD ULKUS, GC Construction Manager Emergency Home Repairs, Hurricane Irma, US Virgin Islands: Served as Field Superintendent. Responsible for field management of subcontractor work crews providing Emergency repairs to in excess of 8000 homes under a FEMA STEP program. Duties included site QAQC resolving site construction issues and coordination between Home Owners and subcontractor work crews. STEP Program North Carolina, NC. Part of Program Management team responsible for Construction Operations and Management of 12 Contractor teams implementing repairs to mor than 2,200 homes within a 60-day period. City of Hialeah, Hialeah, RO Water Treatment Plant, FL: Served as Project Manager and General Contractor for the Design Build Construction of a $62 million,10 mgd RO WTP with a future capacity of 17.5 mgd , which included an the construction of the plant and support facilities; the construction of a nine -well wellfield; 2-5 million gallon finished water storage tank and the installation of two deep injection wells for concentrate disposal. Town of Davie: RO Water Treatment Plant and Wastewater Treatment Plant Design -Build, Davie, FL: Senior Construction Manager for the $106 million design -build services for expansion of water and wastewater infrastructure systems. Two plants — water and wastewater — share a common administration/laboratory building, electrical feed systems and standby generators. Collier County: North County Reverse Osmosis Water Treatment Plant Expansion, Collier County, FL. Managed a design -build project involving the addition of six wells and 15,000 feet of raw water line. Collier County: South County Reverse Osmosis Water Treatment Plant Expansion, Collier County, FL: Managed staff that provided services during construction and start-up of an 8-mgd reverse osmosis water treatment plant, ultimately expandable to 20 mgd. West Palm Beach Utilities Engineering Department, Water Mains Study, Design, Permitting, and Construction Services, Palm Beach, FL: Managed the construction of improvements to an 86,000-linear-foot water main, which included installation of water mains ranging in diameter from 8 to 24 inches, reconstruction of two pump stations, and installation of more than 2,700 feet of 24-inch subaqueous crossing. RO WTP, Brighton, FL: Served as overall Construction Manager on the 750,000 gallon RO WTP. The construction included a 20,400-square- foot process building housing RO skids, pumps, and chemical feed systems, along with the construction of support systems including the construction of 3- 2.5 million gallon storage tanks, electrical, SCADA, HVAC, plumbing and a 52 acre concentrate disposal spray field. Managed more than 15 subcontractors and equipment vendors during construction. Project was delivered under a GMP delivery method. RO WTP, 1 mgd RO Membrane WTP, Hollywood, FL: Construction Manager on the construction included sitework, and grading, three wells with 3 vertical turbine pump stations, a process building with two (2)1 mgd nano -filtration units, degasifiers, 1 mgd finished water storage tank, electrical support systems, and a SCADA control system. He also commissioned the RO WTP. Miami -Dade County, Sequencing Batch Reactors System Design -Build, Goulds, FL: Served as Senior construction manager for a sequencing batch reactor treatment system for groundwater contaminated with ammonia at the Old South Dade landfill. Managed all on -site subcontractors and vendors. AECOM 123 21 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Business Management, East Carolina University, Greenville, NC REGISTRATIONS/ CERTIFICATIONS Leadership in Energy and Environmental Design, Accredited Professional (LEED AP) TEXO — Safety First 30-Hour OSHA Safety Training ARC CPR/Defib/First Aid Training PAUL KNEEDLER, LEED AP Construction Manager Paul Kneedler has over 21 years' experience in the construction industry. He brings a wealth of knowledge in program management and construction in both the public and private sectors. He has been involved in the new construction and renovations of various type projects totaling in excess of $3.8 billion. Paul is a leader who offers strong management and organizational skills and brings an excellent understanding of the requirements for overall success. He has overseen operations, including contracts, dispute resolution, negotiations, project controls, estimating, design, construction, and closeout; preparation of reports regarding financial performance of projects; cost control and change management systems; and the successful transitions of pursuits to design through construction. He has also verified that the design is being managed to protect the bid position, when applicable. SUMMARY OF RELEVANT EXPERIENCE Main Ticket Lobby Modification Program (BP-447), Orlando, FL: Served as Project Controls Manager/Senior Project Manager. The scope of the program expanded and renovated the ticket lobbies at the Landside Terminal A/B at the Orlando International Airport. This program was a multi -phased effort to incorporate new technology and provide greater capacity. This was accomplished by relocating exterior walls towards the curbs, providing more space for new self -assisted check -in facilities, and by allowing for new/upgraded technical systems and finishes. • Project value: $80 million. Dates: 2017-2018. Client contact: Davin D. Ruohomaki, Senior Director Planning, Engineering & Construction, Greater Orlando Aviation Authority, (407) 825-3105, druohomaki@ goaa.org, One Jeff Fuqua Blvd., Orlando, Florida 32827-4392 Taconic Vocational High School, Pittsfield, MA: Served as the Owners Project Manager and started in 2013 with the Planning, Conceptual Design, Submission to MA State for approval, Bond Referendum, Design & CM Procurement, Design and Pre -construction services and Construction was completed in 2018. Taconic Vocational High School serves 400 general academic students and 520 career and technical education students with Chapter 74 certified programs. The three-story school houses academic programs on the top two floor with the CTE space on the ground floor. When the new school was completed, the existing school was demolished. Two new sod soccer/lacrosse fields and a softball field will be built on the site footprint of the existing school. The sitework required excessive wetland replication areas including several rain gardens and water detention areas. • Project value: $121 million. Dates: 2013-2018. Client contact: Tricia Farley -Bouvier, State Representative, (413) 442-4300, Tricia.Farley- Bouvier@MAHouse.gov, 33 Dunham Mall, Pittsfield, MA 01201 AECOM 124 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami PAUL KN EEDLER, LEED AP Construction Manager The Beck Group, Fort Worth, TX: As Project Executive/Senior Project Manager, oversaw Project Managers and their teams for projects at Texas Christian University (TCU). Fostered a 12 year relationships with TCU staff to ensure "client delight". Also working on Fidelity Investments project located in Westlake, TX. Past project worked with the project team constructing The Shops at Clearfork for Simon Property Group in Fort Worth, TX. O'Leary Group - Southampton, MA: As Director of Construction, provided leadership and oversight for all construction and estimating projects, project management and project administration activities for the company. Oversaw all operation duties for company personnel. Provided oversight for financial management of all projects, regularly performing audits to mitigate exposures and risk. Assisted in the development and implementation of corporate policies and procedures to support the company mission statement. Responsible for generating new business while fostering existing client relationships. Skanska USA Builders, Inc., Boston, MA: As Program Manager, provided Program Management services for private, state, and federal projects within the Commonwealth, Connecticut, and surrounding states. Main concentration of work was for K-12 school projects for the State of Massachusetts ($18+ billion program) and the local municipalities. Provided Management Services during the feasibility study, schematic design, design development, construction documents, bid and award, construction and final closeout of projects. Responsible for overseeing all aspects for multiple ongoing projects with state and federal requirements from concept to completion for the client. Skanska USA Builders, Inc., New Haven, CT and Tampa, FL; As Project Manager, provided Construction Management services for clients on multiple construction projects. Areas of work included K-12, hospital, casino, higher education, research facilities, labs, retail, transit and data centers. Responsibilities: daily project/team management, supervision, monthly billings, project budgeting and forecasting, scheduling, value engineering, bidding, contract writing, contract administration, and staff supervision and management. Charlotte Mecklenburg Schools Capital Improvement Program, Charlotte, NC: Served as Project Controls Manager for the multi -year program that includes the design and construction management of at least 21 new schools, 17 replacement schools, and 100 other renovations and additions affecting more than three-quarters of the 140 public schools in the County. Responsibilities included daily management, supervision, value engineering, bidding, contract administration (schedule, document and cost control), closeout, and warranties. Coordinated and managed facility turnover including moving, technology, and furniture. Lend Lease Group, Orlando, FL: As Assistant Project Manager, provided supervision and contract management for multiple projects. Assisted pre -construction in multiple bidding projects. On pre -construction management team for a $600 million resort. Responsibilities included takeoff, subcontractor recruitment and scopes, bid evaluation, value engineering, and contract responsibilities. Lincoln Construction, Inc., St. Petersburg, FL: As Project Manager, was involved in all areas of the construction process from the initial pricing, set-up, documentation, construction, and billing, to final project closeout. Also responsible for company's continuous safety program as required by OSHA regulations. Main project concentrations involved renovation and new construction. AECOM 125 38 YEARS OF EXPERIENCE FIRM 300 Engineering Group I L) JCHi 1UN High School Equivalency Diploma, State of Florida, Department of Education (G.E.D) Florida Department of Transportation Maintenance of Traffic Course Certified Competent Person -Sheeting and Shoring REGISTRATIONS/ CERTIFICATIONS Water Distribution System Operator Level 1 AFFILIATIONS FSAWWA (Florida Section - American Water Works Association) FWPCOA (Florida Water Pollution Control Operators Association) DANIEL MATHEWS, ENV SP Construction Manager Daniel Mathews has over 38 years of experience in the fields of water distribution and sewer collection. He has expertise and knowledge in the areas of administration, management and supervision of pipeline construction and maintenance, and has extensive experience managing consultants and contractors. He has been involved in various pilot projects and efficiency improvement programs, assisting in the development of long range and short-range planning. As Chief and Assistant Superintendent for Miami -Dade Water & Sewer Department Water Transmission and Distribution Division, he oversaw daily operations of the Division and was responsible for budgeting, including operation and maintenance activities and capital projects. SUMMARY OF RELEVANT EXPERIENCE 36-Inch Water Main along NW 106th Street from NW 107th Avenue to the Intersection of NW 87th Avenue and NW South River Drive, Miami -Dade County, FL: Served as Technical Advisor for the design of a 11,000-LF 36-inch Ductile Iron (DI) Main. The Miami Dade Water and Sewer Department is required to upgrade the water system to increase water pressure and provide optimum fire flow protection. The project involved the design of a micro -tunneling crossing Florida East Coast (FEC) Railway. Services provided by 300 Engineering include design, permitting, cost estimating, preparation of technical specifications, utility coordination, site inspections, scheduling, coordination with the Town of Medley, procurement and construction support services. • Project value: $10 million. Dates: 2015—ongoing. Client contact: Carlos Benavides, 786-268-5147, cbena01@miamidade.gov, 3071 SW 38th Ave, Miami, FL 33146 16-Inch Water Main along NW 36th Street from Curtis Parkway to NW 42nd Ave North of Miami International Airport, Miami -Dade County, FL. Served as Technical Advisor for the replacement of an undersized 8-inch Cast Iron (CI) Water Main with a new 8,900-LF 16-Inch Ductile Iron (DI) Water Main. As part of the Agreement with the City of Miami Springs, the Miami Dade Water and Sewer Department is required to upgrade the water system to increase water pressure and provide optimum fire flow protection. Services provided by 300 Engineering include but are not limited to: design, permitting, cost estimating, preparation of technical specifications, utility coordination, site inspections, scheduling, coordination with stakeholders (City of Miami Springs, FDOT, etc.), procurement and construction support services. • Project value: $3 million. Dates: 2015—ongoing. Client contact: Eduardo Luis, (786) 268-5374, Eduardo.uis@miamidade.gov, 3071 SW 38th Ave, Miami, FL 33146 AECOM 126 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami ')ANIF' MATHEWS, ENV SP Construction Manager 24-inch Force Main NW 170th Street Sanitary Force Main Improvements, Miami -Dade County, FL: Provided QA/QC advisement for the installation of 2,500 LF of 24-Inch FM along NW 170 St from NW 82 Ave to NW 75 P1. The scope of the project was based on the need for the Miami Dade Water and Sewer Department (WASD) to improve the wastewater collection and transmission system (WCTS) capabilities by installing a 24-inch force main in an area of unincorporated Miami -Dade County along NW 170th St. The route of this new 24-Inch force main crosses the FDOT highway 1-75 and MD-RER's Peter Pikes Canal where special design conditions were made in order to satisfy both of these governing regulatory agencies. The trenchless construction method of microtunneling was chosen to cross the 1-75 highway with sufficient depth and separations as required by FDOT. An open -cut design was chosen to cross the canal while providing sufficient depth, separations, and canal embankment stabilization as required by MD-RER. Services provided included, but were not limited to design, permitting, cost estimating, preparation of technical specifications, utility coordination, site inspections, scheduling, coordination with the WASD Sewer Operations, limited procurement and construction support services. Disaster Recovery for the City of Opa-Locka, Miami -Dade County, FL: Was the Manager/O&M Expert for the Disaster Recovery Emergency Contract with the City of Opa-Locka. 300 Engineering is providing professional consultant and technical assistance services to the City of Opa- Locka to support post declaration disaster recovery efforts, public assistance application, hazard mitigation projects and reimbursement request through the Federal Emergency Management Agency and the State. Oversaw the activities related to the development of the projects considered within Damage Categories A-G, including site inspections, data collection, cost reconciliation, project work - sheet preparation, emergency and permanent work project estimates, detailed damage descriptions, preparation of scopes of work. The scope of work also includes construction management and inspection services for the permanent repair work executed under Categories C-G. Water Distribution System Assessment and Optimization, City of Opa-Locka, FL: Served as an O&M Expert and for the assessment and optimization of the City of Opa-Locka water distribution system. The aging infrastructure experiences a high quantity of unaccounted-for water losses and system failures. In addition, the City is in the need of bringing their operations into compliance with the Florida Department of Environmental Protection (FDEP) and the Florida Department of Health (FDOH). As a Level 1 Certified Water Distribution System Operator, Mr. Mathews provided on -call and on -site technical advising for compliance with FDEP and FDOH regulations and requirements in water main emergency scenarios that require reporting to FDOH. The Colonnade Hotel Alley Smoke and Dye Test Analysis, Coral Gables, FL: Provided technical advisement for this project including public outreach, coordination with stakeholders, identification and selection of equipment, and determination of adequate and safe protocols and procedures. The project scope involved Smoke and Dye Testing which were conducted at the Hotel Colonnade to locate any storm sewer connection, and discharge from the Colonnade Hotel to the City's drainage system. The results of the dye test supported the conclusion that the Hotel Colonnade's storm drains were not connected to the drainage basin. Recommendations to the City included performing pavement restoration (milling and resurfacing) in the alley and grade the surface to enforce rainwater flow toward Galiano St. AECOM 127 . . . . Ii Q/ Or- oh 120 h Q �l� S`�'Cj QQ' . . . . . 6), • /20 o U3ad 'dx3 pue sienO Z L'V City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) ARCHITECTS Tim Blair, AIA, LEED AP BD+C, NCARB Miami, FL Karl Romesburg, AIA, LEED AP Michael Trader, AIA, CCM Architecture AR0016697 NCARB #64341 n/a Miami, FL Architecture AR0017461 LEED AP n/a Miami, FL Architecture AR96521 CCM #A1147 n/a Evan Siegel, LEED AP BD+C, LEED AP Miami, FL Architecture AR100802 LEED AP BD+C, LEED AP n/a (all AECOM) 128 RFQ-QSC Revised 7/31/19 34 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BArch, University of Tennessee School of Architecture, Knoxville, TN REGISTRATIONS: CERTIFICATIONS Registered Architect, FL #0016697; GA #007909 NCARB #64341 AFFILIATIONS American Institute of Architects TIM BLAIR, AIA, LEED AP BD+C, NCARB Architecture Tim's portfolio of project management services includes the Miami -Dade County Children's Courthouse project, Florida International University's Frost Art Museum and their College of Nursing and Health Sciences Building, and Bacardi, Motorola and Alliance Francaise renovation projects. His background in master planning, conceptual studies, programming, workplace strategies/trends, design optimization and sustainable strategies that provide a return on investment reinforce the value offered to his clients. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade County, Miami -Dade Children's Courthouse, Miami, FL: Architect of Record and leading Construction Administration for the 317,500 sq. ft. courthouse within a 3.38-acre urban site. Project includes 18 courtrooms, collegial Judges' Chambers, and the supporting agencies. Pilot program for the Unified Court model. Awarded LEED NC -Gold certification. - Project value: $140 million. Dates: 2008-2014. Client contact: Humberto Contreras, Miami -Dade ISD, (305) 375-3956, hcont@ miamidade.gov, 111 NW 1st Street, Suite #2420, Miami, FL 33128. Florida International University, Management & New Growth Opportunities (MANGO), Miami, FL: Practice Leader fora 106,000 sq. ft., six -story mixed use building for Business Services, College of Business Administration and FIU Online. The ground floor is occupied by multiple food vendors, and serves as a hub for student and faculty interaction. The project represents a shift from traditional university planning to embracing contemporary workplace strategies. Completion in January 2015. The project achieved LEED NC -Gold certification. - Project value: $27 million. Dates: 2012-2015. Client contact: Celi Ervesun, Florida International University Facilities Management, (305) 348-4037, celi.ervesun@fiu.edu, 1555 SW 17th Street, Suite 220, Miami, FL 33199. University of Miami Frost School of Music, Patricia Louise Frost Music Studios, Coral Gables, FL: Project Manager for 45,000 gross sq. ft. music studio buildings located to the north and south of the existing Foster Building. Achieved LEED NC -Platinum certification. - Project value: $28 million. Dates: 2011-2015. Client contact: Eduardo Lopez, University of Miami Planning & Construction, (305) 284-6184, elopez@miami.edu, 1535 Levante Avenue, Suite 205, Coral Gables, FL 33146. Also created Master Plan for the Frost School of Music, including a five -phase expansion within the historically significant campus. AECOM 129 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami TIM BLAIR, AIA, LEED AP BD+C, NCARB Architecture Brickell World Plaza - Phase 2A & 2B, Miami, FL: Principal and Architect of Record for a 12-level parking podium with restaurants and pipeline offices, as well as master planning for a future 904-foot-tall tower. - Project value: $21 million. Dates: 2015-ongoing (2020). Client contact: Loretta Cockrum, Foram Group, (305) 358-9807, Icockrum@forgamgroup. com, 21 West Perry Street, Savannah, GA 31401. Select Additional Project Experience Florida International University College of Nursing & Health Sciences, Miam, FL: Practice Leader. 114,000 gross sq. ft. facility which accommodated the integration of the Nursing and Allied Health programs, along with wet research labs and a 298- seat auditorium.* Wilkie D. Fergusion, Jr. United States Courthouse, Miami, FL: Project Manager representing the Arquitectonica/HOK team for this 578,000 gross sq. ft. federal courthouse.* Patricia & Phillip Frost Art Museum, Florida International University, Miami, FL: Practice Leader for $16 million art museum with ten galleries, including five with natural daylight, incorporating arrays of light -diffusing "petals".* Knight Oceanographic Research Center, University of South Florida, St. Petersburg, FL. Practice Leader. Research Center for the USF with flexible laboratories.* Pinellas County Criminal Courts Complex, Clearwater, FL. Practice Leader. $52 million county courts complex with 26 courtrooms.* Tampa International Airport - Airside A, Tampa, FL. Practice Leader. Involvement during CA, assisting with additional Design efforts.* Sam M. Gibbons United States Courthouse, Tampa, FL. Practice Leader. 438.000 gross sq. ft. federal courthouse with a construction cost of $64 million.* Lake County Criminal Justice Facility, Tavares, FL. Practice Leader. $12 million county courts facility with six courtrooms and two future courtrooms.* The Florida Aquarium, Tampa, FL. Practice Leader. $65 million aquarium specializing in the natural aquatic environments of Tampa Bay.* *work performed prior to joining AECOM AECOM 130 21 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MArch, University of South Florida, Tampa REGISTRATIONS/ CERTIFICATIONS Registered Architect, Florida #0017461 LEED AP AFFILIATIONS American Institute of Architects US Green Building Council KARL ROMESBURG, AIA, LEED AP Architecture Karl Romesburg has been practicing architecture for over 21 years and has a broad range of professional experience in the field of Architecture and Construction Management. Experience includes Transportation Management facilities, large scale redevelopment, and many building types. He has been a project architect in large and complex projects for public and private clients. He is familiar and has expertise in codes/ manuals used by FDOT. SUMMARY OF RELEVANT EXPERIENCE Florida Department of Transportation (FDOT), Regional Transportation Center, Sanford, FL: Project Architect for construction documents and construction management for a 45,000 sq. ft. building to house the FDOT and Florida Highway Patrol traffic operations staff. Contains a central control station that monitors and manages traffic signals, variable message signage, and other traffic controls. Currently under construction. - Project value: $16 million. Dates: 2016-2020. Client contact: Tushar Patel, FDOT D-5, Traffic Operations, (386-943-5315), tushar.patel@dot. state.fl.us, 719 S. Woodland Blvd, Deland FL 32720. Miami -Dade Water & Sewer Department, Consent Decree, Miami, FL: Program committing to making improvements to the wastewater collection and treatment system totaling $1.6 billion over the next 15 years Architectural reviewer of all contractor submitted permit drawings for water treatment buildings (more than 26). - Ongoing assignment. Project value: $1.6 billion. (305) 665-7477, 3071 SW 38th Ave, Miami, FL 33146. Peace River Manasota Regional Water Supply Authority, Maintenance Building, Arcadia, FL: Architect of Record for a 7,000 sq. ft. warehouse and 4,000 sq. ft. office building. Coordination of client requirements and engineering systems. - Project value: $2.5 million. Dates: 2017 to ongoing. Client contact: Ford Ritz, PE, Peace River Manasota Regional Water Supply Authority, (813) 394-1627, fritz@regionalwater.org, 9415 Town Center Parkway, Lakewood Ranch, FL 34202. South Florida Water Management District, Restoration Strategies Project Stormwater Treatment Area 1W Expansion #2, South Florida: Architect of Record for three new pump stations at the edge of the Everglades. Currently in design. - Project value: $21 million. Dates: August 2019-ongoing. South Florida Water Management District, (561) 682-6920, 3301 Gun Club Road, West Palm Beach, FL 33406 AECOM 131 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami KARL ROMESBURG, AIA, LEED AP Architecture Baha Mar Ltd. (Private Developer), Baha Mar Resort, Nassau, Bahamas: Executive Architect for the Grand Hyatt, one of five hotels in a private luxury resort and casino on 400 hectares. The Grand Hyatt encompasses 700 hotel rooms and 85 private residences. Project value: $3.5 billion. Dates: 2012- 2016. Client contact n/a. AECOM 132 27 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Building Construction, University of Florida, Gainesville, FL BA, Howard University, Washington, DC REGISTRATIONS/ CERTIFICATIONS Registered Architect, Florida (AR96521) Registered Architect, Georgia (RA01292) AIA 38049831 Certified Construction Manager (CCM A1147) AFFILIATION;. Construction Management Association of America National Council of Architectural Registration Boards MICHAEL TRADER, AIA, CCM Project Manager Michael Trader has 27 years of experience in the architectural and construction industry working specifically in the area of project and program management. His programs have ranged in value from $100 million to $1.3 billion. As a licensed architect and certified construction manager, Michael understands the nuisances of how planning, design and construction all come together to form a complete program. Michael's project experience has primarily been in public sector, building programs for state and local municipalities. He thrives in working collaboratively with the owner, designer, contractor and other regulatory agencies. He is skilled at developing and implementing program wide work plans, managing teams and maintaining a high overview of multiple projects. SUMMARY OF RELEVANT EXPERIENCE Jackson Health System Miracle Bond Program, Program Management Services, Miami Beach, FL: Senior construction manager, responsible for managing the planning, design and construction of various capital improvements. Overall responsibility for complete project from budget inception, meeting with clinical and end users, procuring and contracting for A/E and contractor. Worked closely with end users, owner's engineering staff and clinical departments to facilitate design. Responsible for coordination and procurement of below the line items including architecturally significant medical equipment, FF&E, IT and integration into owner's existing systems. Projects included six new offsite urgent care centers ($10M); Jackson West Hospital (Doral), medical office building, parking garage, 100-patient bed tower with diagnostic treatment hospital and site improvements - responsible for managing the planning and design phase of $300 million project; and various on -campus patient floor modernizations ($60M) Value-added accomplishments included bringing in the Urgent Care Centers project 2 months ahead of schedule and 10% under budget; helping negotiate contracts and change orders with the contractor and design team to reduce owner's exposure to change orders; successfully planning and managing major operational move of 16 hospital and administrative departments in a 6-month period; managing the construction management team to reduce modernization of patient floor durations from 10 months to 8 months; reducing overall program cost of New Hospital program by $20M through the use of design -to -budget strategies; and implementing LEAN and integrated project delivery strategies to reduce contractor claims. • Project value: $370 million (of $1.5 billion program). Dates: 2015-2019. Client contact: Sandra M. Severe, PhD, Associate Vice President of Operations, (786) 556-0403, sandra.severe@jhsmiami.org, 1611 NW 12th Avenue, Miami, FL 33136 AECOM 133 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MICHAEL TRADER, AIA, CCM Senior Project Manager University Academic Medical Center - Project, Program Management Services, New Orleans, LA: As deputy program manager, responsible directly for 437-bed tower, utility building and site infrastructure for a total cost of $400M. Acted as owner's direct agent. Managed PM site team of 25 staff. Managed A/E team, interfacing with client and contractor. Assisted in development and writing of procurement strategy and RFP for Construction Manager at Risk (CMR), which was a pilot program for the State of Louisiana and assisted in final selection of program's CMR firm. Served as project lead for BIM initiative, end -user move -in and building activation. The main project in this program was a replacement hospital for New Orleans Charity Hospital, which was damaged during Hurricane Katrina. New construction on the 37-acre site included a 437-bed patient tower, parking garage, office building, utility building and various other site amenities. Accomplishments included coordination of real estate, including extensive federal compliance related to historic preservation; development of alternative project delivery analysis to support speed, quality, cost effectiveness, and coordination objectives; independent, multidisciplinary design reviews to improve design -document quality and coordination; development and maintenance of comprehensive master schedule to drive coordination and speed; update of state procurement documents to respond to proposed CMR delivery process; state and local agency coordination with the review and approval process, ensuring owner and university staff end -user buy - in; facilitation of "Industry Day" to alert contractor and tradesmen community of upcoming bid opportunities to help support the local job market; and authored RFPs for commissioning, construction materials testing, medical equipment, building move management, and building enclosure services. Project value: $1.2 billion. Dates: 2009-2015. Client contact: Thomas Rish, RA— Senior Manager (retired), (225) 993-1379, TRish@la.gov, 541 Beau Chene, Mandeville, LA 70471 University of New Mexico Children's Hospital and Critical Care Pavilion, Albuquerque, NM: As senior program manager, the new $239 million 478,000-sq- ft hospital building, parking garage and site infrastructure improvements on an existing campus. The hospital is a 277-bed facility. Was responsible for coordination of construction with the owner, end users, outside governmental agencies, design team and general contractor. Oversaw management of contractual interface between owner's onsite contractors and general contractors. Chaired weekly construction meeting with contractor, design team and owner. Participated in weekly meetings with CEO and Executive Committee and reported on progress of work, financial status; assisted in strategic planning. Oversaw and managed on -site M/E/P field inspectors. Assisted in resolution of field issues and oversaw contractor's performance. Assisted in development and tracking of owner's budget items, construction cost summary, contingency and financial forecasting. Wrote, reviewed and assisted the Owner's purchasing department in procuring request for proposal for owner's on -site consultants. Made recommendations to owner for final selection and assisted in contract negotiations and award. Ernst & Young, LLP, Atlanta, GA: Served as the reporting engagement manager for various projects. As the engagement manager, responsibilities include coordinating the activities of team staff to ensure the client expectations are met while continuing to meet the firm's financial goals, strengthen existing client relationships and the firm brand, marketing, mentoring and counseling young staff members, assisting with long range planning of the practice sector. Daily responsibilities in addition to the above include: Reviewing project staffing budget, preparing client invoices, reviewing current project status with client and estimate to complete budgets, reviewing and approving staff reports prior to issuance to client, perform semi-annual reviews of staff's performance and provide input for improvement areas, prepare project proposal and RFPs, network and market with the firms internals Partners. AECOM 134 20 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MArch, Tulane University REGISTRATIONS/ CERTIFICATIONS Registered Architect, FL #100802 LEED AP BD+C LEED AP EVAN SIEGEL, LEED AP BD+C, LEED AP Architecture Evan Siegel has 14 years of experience in project management and design supervision for education, mixed use, and transportation projects. His responsibilities include oversight of staff, drawing production, project coordination with consultants, project schedule and budget analysis. Evan is proficient in AutoCAD 2006, Revit, Abode Photoshop, 3d Max, Google Sketchup, Woodworking, multimedia work, and precise models. SUMMARY 01- IRtLtVAN I tXF'tliltNC t Miami -Dade County Internal Services Department Facilities and Infrastructure Management Division, Lightspeed Emergency Operations Center and Fire Operation Headquarters and Parking Garage, Miami FL: Project Manager for this 1800 car parking garage and 180,000 sf relocation of the County's EOC and Fire Operations HQ. Also being planned is office space for multiple government agencies to co - locate all essential personnel to this joint use facility in case of emergency. AECOM is preparing a DCP for the county to advertise for Design -Build services. - Project value $129 million. Dates: 2019-2020. Client contact: Jorge I. Perez, (305) 375-3952,jorge.perez5@miamidade.gov, 111 NW,st Street, Suite 2420, Miami FL 33128. BrightTrains LLC, 3 Virgin MiamiCentral, Miami, FL: Project Architect. Working with an integrated team, Evan produced visualizations and presentation drawing that were used to convey the project's design intent to the client. The mixed -use project, on a nearly 2-acre urban site in Historic Overtown, acts as the link to the Southern Terminus of Brightline's passenger rail system connecting South Florida to Orlando. The project is comprised of street level retail and anchor tenant space, a mid -level parking podium, and topped by 100,000 sq. ft. of office space. - Project value: $52 million. Dates: 2015-2017. Client contact: Eric Claussen, (305) 521-4709, eric.claussen@gobrightline.com, 161 NW 6 Street, Suite 900, Miami, FL 33136. Fort Lauderdale -Hollywood International Airport, Rental Car Facility and Parking Garage, Fort Lauderdale, Broward County, FL: Project Designer. Provided design services for this on -site 9-story, 9,000- car, 4.3 million sq. ft. facility to accommodate a full range of rental car concessions for up to 12 companies with additional short- and long-term visitor parking. The facility was designed to work in conjunction with the airport transportation systems and traffic patterns, to provide quick and convenient access for airport visitors. The design also includes a people mover transit station that will be connected to a future intermodal complex AECOM 135 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami EVAN SIEGEL, LEED AP BD+C, LEED AP Architecture and requires complex negotiations and coordination with authorities having jurisdiction to allow for indoor fueling. Baha Mar Ltd., Baha Mar Convention Center, Nassau, Bahamas: Project Architect from concept design through construction. Provided design services, design development, construction documents, discipline coordination, and construction administration services throughout the life of the project. A new 200,000 sq. ft. Convention Center located on a waterfront site in central Nassau. As part of one of the world's largest resort developments, this new convention center will complement and support the other resort components including major hotels for Hyatt, SLS, and Rosewood, restaurants, retail, entertainment, residential, parking garages, and golf course. The convention center will include three ballrooms including a grand ballroom capable of seating 2000 for a variety of functions with a lobby/pre-function area; exhibition/convention space capable of being subdivided to accommodate different -size events; a separate wing of meeting rooms, a full -service kitchen; administrative support space; loading dock; and storage. The building used the best sustainable design principles and was planned for a future expansionof between 30,000 — 50,000 sq. ft. and a 20,000 sq. ft. ballroom, and spa and fitness. Capital at Brickell, Miami, FL: Designer. Originally conceived as a two tower residential condominiums, the developer decided later to re -conceptualize the project so that one of the towers could become a hotel. The hotel tower houses 352 guestroom/suites, meeting rooms, two ballrooms and a banquet room, and incorporates a business center and retail area. A triple -height space on the eleventh floor features a restaurant with impressive views of Miami's Financial District area and nearby Biscayne Bay. Brightline Passenger Rail, Parking Garage and Bus Station Conceptual Design, Florida East Coast Industries, Inc., Miami, FL: Project Architect and Project Manager. Prepared a conceptual design for an eight -story, 1,500-space parking garage, bus station, and metrorail platform extension as part of the development of the Brightline passenger rail system connecting Miami to Orlando with stops in Fort Lauderdale and West Palm Beach. AECOM 136 • • • • • • • • • • • ,/ • • . ,•' • • • • • • • • • • • • • • • • • • • • • • • 6u] - 'dx3 pue sin E L d City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 RFQ Title: Citywide Program Management Support Services Name of Proposer: Name of Sub -Consultants / AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) ENGINEERS (CIV/STRUCT/MEP) Karen Brandon, PE (AECOM) Miami, FL Engineering PE38579 n/a n/a Amy Eason, PE (AECOM) Miami, FL Engineering PE59936 n/a n/a Saeed Hassani, PE (AECOM) Miami, FL Engineering PE42590 n/a n/a Jorge Szauer, PE (300) Miami, FL Engineering PE62579 n/a n/a Chen Li, PE, LEED AP (300) Miami, FL Engineering PE52692 LEED AP n/a Shawn Shields, PE, LEED AP (AECOM) Miami, FL Engineering PE87220 LEED AP n/a Jose Soler, PE (AECOM) Miami, FL Engineering PE85451 n/a n/a Julio Boucle, PE (AECOM) Miami, FL Engineering PE47671 n/a n/a 137 RFQ-QSC Revised 7/31/19 37 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Environmental Engineering, University of Florida REGISTRATIONS/ CERTIFICATIONS Professional Engineer: FL #38579 Florida Department of Environmental Protection Certified Erosion and Sediment Control Inspector AFFILIATIONS Florida Engineering Society ASCE Florida Stormwater Association Florida Association of Special Districts KAREN D. BRANDON, PE Civil Design Karen Brandon has over 37 years of civil, water resources, and regulatory experience in the design and permitting of large utility, stormwater management, and port projects with environmental impacts. She has also been involved in general consulting for several Water Control Districts and Community Development Districts, complex regional hydrologic modeling studies, development of municipal stormwater master plans and stormwater utilities, and roadway projects. SUMMARY OF RELEVANT EXPERIENCE Beeline Community Development District (BCDD), Palm Beach County, FL: District Engineer for 999-acre industrial complex in northern Palm Beach County. Project Manager for $8 million bond -funded capital projects including the design and construction administration services for improvements to a water control facility consisting of a pump station and gated water control structure; water and sewer improvements; plugging and abandonment of a deep injection well, WTP/WWTP demolition, access road paving and fire protection system improvements. District Engineer responsibilities include preparing Plans of Improvement and Engineer's Reports, attending Board of Supervisor meetings, design, permitting and construction phase services, and interagency coordination. - Project value: $8 million. Dates: 2008-ongoing. Client contact: Todd Wodraska, District Manager, Special District Services, Inc., (561) 630- 4922, todraska@sdsinc.org Miami Beach, Flood Mitigation Consulting Services, Miami Beach, FL: QA/QC Reviewer and Permitting Advisor for updating the recent master plan as a result of the proposed capital improvement projects. QA/ QC review of design reports for multiple drainage basins for proposed stormwater management system improvements within the City. Reports included conceptual layout and design of stormwater management and pollution prevention systems to reduce flooding impacts due to existing system deficiencies and projected sea level rise. The services include updating existing stormwater master plan model (XPSWMM) and managing the development of multiple basin studies for neighborhood improvements for the City's capital improvement program to include future sea level changes. QA/QC review of Basis of Design Reports for each of the neighborhoods for the construction of the capital improvements. - Project value: $811,793. Dates: 2016-2017. Client contact: Amy Knowles, Chief Resilience Officer, City of Miami Beach, (305) 673-7000 x6081, amyknowles@miamibeachfl.gov AECOM 138 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami KAREN D. BRANDON, PE Civil Design The Port of Palm Beach, District Berth 17 Project, Palm Beach, Florida: Project Manager and Environmental Permitting Manager for the design of $10 million project including a new slip, dredging, paving, grading, drainage, utility and lighting improvements. Permitting issues include potential impacts to hard corals, sea grasses, sea turtles and manatee habitat. Permitting agencies include Florida Department of Environmental Protection, the US Army Corps of Engineers, the National Marine Fisheries Service and the Florida Wildlife Commission. The Port of Palm Beach, District Slip No. 3 Improvements, Palm Beach, Florida: Project Manager and Environmental Permitting Manager for $16.7 million in bulkhead reconstruction, rail, dredging, paving, grading, drainage, utility and lighting improvements to Slip 3 which have the potential for impacts to hard corals, sea grasses, sea turtles and manatee habitat. Oversight of the stormwater management design is included along with a NEPA Environmental Assessment. Permitting agencies included Florida Department of Environmental Protection, the US Army Corps of Engineers, the National Marine Fisheries Services Protected Resource and Habitat Conservation Divisions, and the Florida Wildlife Commission. City of Naples Stormwater Master Plan Update, Naples, Florida: Deputy Project Manager and Technical Advisor for the update to the 2007 Stormwater Master Plan that investigates key components of the City's stormwater system and establishes a foundation for future policy decisions. Key to the plan are adaptation strategies that consider current and future sea level conditions, integrate natural systems, offer co -benefits to the community and enhance city stormwater operations and environmental protections efforts. Palm Beach County Assessment Study for Renewal Replacement, Palm Beach County, FL: Project Manager for the civil engineering field assessment of roadway surfaces, asphalt pavement in parking lots at parks and recreation facilities, drainage improvements, boat docks, and canals. This was a quick turnaround project for the Facilities Development & Operations Department. Florida City Gas, Glades Area Expansion Project, Florida: Project Manager for the surveying, preparation of permit plans and FDOT, SFWMD, local water control district, and local government right- of-way permitting of over 30 miles of natural gas pipeline from South Bay to west of Clewiston, Florida. Included environmental resource permitting through the FDEP and U.S. Army Corps of Engineers, as well as Section 408 Permitting through the Corps and railroad permitting through SFCE. AECOM 139 23 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Environmental Engineering, Mercer University, 1997 REGISTRATIONS/ CERTIFICATIONS Professional Engineer, Florida #59936 Professional Engineer, Georgia AFFILIATIONS Florida Engineering Society Florida Stormwater Association - Board of Directors, 2013-2017, Membership Committee, Education Committee, and Legislative Committee 2004-Present American Society of Civil Engineers National Society of Professional Engineers Martin County Citizens Advisory Committee 2014 to Present - Current Chairperson AMY E. EASON, PE Environmental Engineer Amy Eason is a senior client service manager with experience in water resources and water and wastewater engineering. Her current responsibilities include project design and management, hydraulic and hydrologic modeling, and permitting. Her experience includes special taxing districts, land development, surface water management systems, water reservoir routing, utility design, water and wastewater treatment plants, and roadway design. SUMMARY OF RELEVANT EXPERIENCE City of Naples, 2018 Stormwater Master Plan Update, Naples, FL: Project Manager for the update to the 2007 Stormwater Master Plan that investigates key components of the City's stormwater system and establishes a foundation for future policy decisions. Key to the plan are adaptation strategies that consider current and future sea level conditions, integrate natural systems, offer co -benefits to the community and enhance city stormwater operations and environmental protections efforts. - Project value: estimated at $60 million (for the10-year CIP). Dates: 2016-2018. Client contact: Greg Strakaluse, PE, Director - Streets & Stormwater Department, (239) 213-5003, gstrakaluse@naplesgov.com City of Boynton Beach, NE 20thAvenue Drainage Improvement Project, Boynton Beach, FL: Served as Engineer of Record for the drainage improvement design within a 24-acre historic community within Boynton Beach which experiences both normal and severe rainfall events, causing localized flooding in the community near NE 1st Street and NE 6th Avenue several times a year. The project consisted of approximately 1,744 LF of exfiltration trench, 3,243 LF of swale excavation, minor sewer and water line relocation, and ancillary restoration of the right-of-way. Designed, permitted, and conducted the construction inspection services for the project. - Project value: $615,000. Dates: 2015-2018. Client contact; Angela Prymas, PE, Stormwater Department, (561) 742-6421, prymasa@bbfl.us North County Airport Ditch Relocation, North Palm Beach, FL: Project Manager. Designed, permitted, and provided construction inspection services for the relocation of an existing ditch adjacent to the southeast end of Taxiway D to allow for future development. 2016 Stormwater Pollution Prevention Plan (SWPPP), West Palm Beach, FL: Updated the existing SWPPP and the compliance reports for four (4) airports in Palm Beach County. These airports include North County, Lantana, Pahokee, and Palm Beach International Airports. Updates AECOM 140 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami AMY E. EASON, PE Environmental Engineer include maps, inspection, and training in accordance with the Florida Department of Environmental Protection (FDEP) guidelines. City of Miami Beach, Flood Mitigation Services, Miami Beach, FL: Deputy Project Manager updating current master plan as a result of the proposed capital improvement projects. Prepared hydraulic and hydrologic models (ICPR) and design reports for multiple drainage basins for proposed stormwater management system improvements within the city. Included conceptual layout and design of stormwater management and pollution prevention systems to reduce flooding impacts due to existing system deficiencies and projected sea level rise in accordance with the recommendations of the Southeast Regional Climate Change guidance. Updating existing stormwater master plan model (XPSWMM) and managing the development of multiple basin studies for neighborhood improvements for the City's capital improvement program to include future sea level changes. Developing Basis of Design Reports for each of the neighborhoods for the construction of the capital improvements such as stormwater pump systems with stormceptors to treat stormwater discharges. Wetland Wildlife Hazard Mitigation Phases 3A, 3B, and 4, Palm Beach Gardens, FL: Project Manager providing services to repackage construction documents to fill in existing wetland areas that are a hazard to the North Palm Beach County General Aviation Airport due to the area attracting wildlife that would impact safety. The project includes repackaging construction plans, specifications, and contract documents as well as confirming and extending existing South Florida Water Management environmental resource permits and US Army Corps of Engineers permits. Haulover Park Improvements, Miami -Dade, Florida: Project Manager overseeing design and permitting services for new/replacement boat launch lanes, boat parking, drainage, and a new entrance roadway at Haulover Park. Pinelake Estates, Martin County, FL: Project Manager overseeing design, permitting, and construction of a proposed development of eighteen (18) mobile home sites and associated facilities including water main, sewer main, roadway, drainage facilities and wetland and upland preservation areas. City of Hialeah, NW 42nd Street Water, Sewer, Drainage, and Roadway Construction, Hialeah, FL: Served as Engineer of Certification of approximately 1.0 miles of roadway, dry detention, and exfiltration trench for the City. City of Miramar, Historic Miramar Infrastructure Improvements — Phase IV, V, and VI: Project Manager for the preliminary design of a stormwater system within the area from Miramar Parkway to the south County line and the area from the Turnpike to University Drive. The project included a sensitivity analysis on infrastructure for three scenarios as required as part of a state revolving fund grant application. ICPR Version 4 was used to develop a two-dimensional model of infrastructure including swales, exfiltration trench, and associated piping and inlets. City of Miramar, Historic Miramar Infrastructure Improvements — Phase III, Miramar, FL: Project Manager for the stormwater portion of the efforts of the final design, permitting and construction management services for the installation the stormwater improvements within the area bounded on the north by Pembroke Road, on the east by SW 64th Avenue, on the south by SW 25th Street and SW 68th Terrace, and on the west by SW 68th Way/ Sunshine Boulevard and for the area. Stormwater infrastructure included swales, exfiltration trench, and associated piping and inlets. Town of Davie Community Redevelopment Agency, Davie Road Improvements, Davie, FL: Project Manager for approximately 2,800 feet of roadway corridor improvements to calm traffic, improve pedestrian and bicycle mobility, and provide additional landscaping with irrigation. Project components include the addition of medians and left turn lanes, intersection modifications, bicycle lanes, landscaping, irrigation from new groundwater well supply, lighting, drainage, and permitting. AECOM 141 35 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MSE, Civil Engineering & Mechanics, University of South Florida BSE, Civil Engineering & Mechanics, University of South Florida REGISTRATIONS/ CERTIFICATIONS Professional Engineer, Florida #42590, 1990 SAEED HASSANI, PE Structural Engineering Saeed Hassani has a wealth of experience in structural design for a wide variety of buildings and is the discipline leader of AECOM's building structural group in Tampa. He has been active in establishing project scope, schedule and budget as well as conceptual design development coordination and checking of structural design and documentation, final design calculations and drawings, and assisting in providing construction administration services. SUMMARY OF RELEVANT EXPERIENCE NAVFAC, B5044 Concrete Caisson Repair Investigation: Engineer. AECOM provided comprehensive and detailed investigation to assess B5044 Drydock Concrete Caisson's as -built conditions, reported on these conditions, provided plans and specifications, and construction cost estimate for practical, feasible, and effective repairs required to keep the caisson in certification. AECOM providing investigations, engineering study, full final design plans and specifications, construction cost estimates and associated engineering services for contractor procurement. The project makes necessary repairs to extend caisson service life. Caisson is within secure WRA with limited access periods for investigations and required confined space entry procedures. - Project value: $453,506. Dates: 2018. Client contact: Shana Love, PE, Senior Project Manager, (904) 542-6834, shana.love@navy.mil FDOT Facilities Capital Outlay (FCO) Program, FDOT Central Office, Statewide, FL. Served as Structural Engineer under AECOM's statewide assignment to implement projects in the Department's Facilities Capital Outlay program. Projects have included the following: • Headquarters Administration Building Roof and Site Drainage, District Seven: Structural engineer responsible of preparing design documents to correct reported deficiencies. • Manatee Operations Center, District One: Providing assistance to the Department in assembling a Design -Build RFP for this facility. Services include RFP document preparation. • FDOT State Materials Research Park, Gainesville, Florida (2002-2003): Provided structural design for phased development of this new $21 million testing/research facility on a 25-acre site. Project involved site master planning, site design and permitting, landscaping, and multiple buildings including 78,000-square-foot of laboratory buildings, the 18,000-square-foot pavement systems evaluation facility, and a 24,500-square-foot administration/central receiving and distribution building. AECOM 142 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami SAEED HASSANI, PE Structural Engineering Coral Gables Public Safety Building, Coral Gables, FL. Provide structural design, threshold inspection and construction administration service for this 102-foot, 120,000 square -foot, 7-story building. This $52.3 million project consisted of combination of precast joist and cast in place concrete beam supported by cast in place concrete column for gravity framing and cast in place concrete shear wall for lateral resistance system. This structure is supported by augur cast pile and pile cap. City of Orlando Train Station (Amtrak), Orlando, FL. The Station is a historical building that serves as the Orlando Amtrak Train Station. Due to the historical nature of the building, all proposed work needed to be coordinated with the City of Orlando Historical Preservation Board and must be in compliance with the Architectural Review Commission. This historical structure is part of the 61-mile commuter rail transit project from DeLand to Ponciana in Central Florida. The Florida Department of Transportation (FDOT) selected a Design -Build firm to design and construct the 32-mile Initial Operating Segment (from Ft. Florida Road to Sand Lake Road), including 12 station platforms. Under the GEC Contract, and as a member of the Program Management Team (PMT) for SunRail, AECOM was tasked with providing services to restore the facility. The services included surveying the existing structure to develop a list of deficiencies that were later prioritized and assigned a specific project phase to be undertaken as funding becomes available. Structural engineer responsible of preparing design documents to correct reported deficiencies. 1-10 Rest Areas, FDOT District Three, Leon and Jefferson Counties, FL. Led structural design team for the design -build project for the renovation of two rest areas in Leon County and reconstruction of two new facilities in Jefferson County. Project will be completed in two phases with a total design -build proposal budget of $16.3 million. Structural Engineer, Pompano Beach Service Plaza Operations Center Expansion, Florida's Turnpike Enterprise, Pompano Beach, Florida (2006-2008): Provided structural design for a new 25,000-square- foot, two-story operations center to house the traffic management center and toll operations audit group. The facility is located on the expressway. Special Operation Forces Watercraft Maintenance Facility, NAS Key West, FL. Project Structural engineer for the design of new $15,000,000, 25000 square -foot facility. The new building is consisted of precast roof supported by precast bearing walls. The floor system consists of precast hollow core slab with 12 inch cast in place concrete topping supported by piles and cast in place beams. Building 105 Repair and Renovation of Main Fire Station, NASJAX, FL. Project Structural engineer for $8,725,000 evaluation, repair, and renovation of main fire station building 105. The existing building has to be evaluated and upgraded to all Unified Facilities Criteria and all relevant codes and standards. On -Call Services, St. Petersburg -Clearwater International Airport, Clearwater, FL. Structural engineer for AECOM's on -call services to the airport for the past 15 years. Most recent work has included terminal renovations and the airlines operations facility expansion. Earlier work included structural design for terminal expansion to accommodate a new bag claim area. Project also involved significant drainage and site improvements. Mosaic Peace River Park Boardwalk, Polk County, FL. Provided structural design of the boardwalk and seating, sign structures, shelters, and restroom facilities associated with this 3,000 feet trail located within the Peace River floodplain. AECOM 143 19 YEARS OF EXPERIENCE FIRM 300 Engineering EDUCATION MS, Florida Atlantic University, Environmental and Water Resources Engineering MBA, Florida Atlantic University, Environmental BS, Civil Engineering, Universidad Catolica Andres Bello, Caracas, Venezuela REGISTRATIONS/ CERTIFICATIONS Professional Engineer, FL #62579 Florida Stormwater, Erosion, and Sedimentation Control Inspector (FDEP) JORGE SZAU E R, PE Stormwater Engineer Jorge M. Szauer is a professional civil engineer registered in the State of Florida with 19 years of experience in water resources planning, environmental resources permitting, stormwater management, site planning and site remediation. Mr. Szauer is an expert in stormwater management, with multiple projects in retrofitting existing systems, design of stormwater pipeline systems, pump stations and green infrastructure components. Mr. Szauer has extensive knowledge of the environmental resource permit application process, having served as a Surface Water Management Division reviewer for several years at the South Florida Water Management District. His extensive experience in water resources engineering, and storm water design will provide the City with valuable insight on regulatory, stormwater management, and water quality issues. SUMMARY OF RELEVANT EXPERIENCE Miscellaneous Citywide Stormwater System Improvements (Design and Permitting Services), Coral Gables, FL: Engineer of Record for the design to upgrade drainage systems within the City. 300 Engineering is providing engineer of record and permitting services for miscellaneous City-wide stormwater system improvements, including: exfiltration trenches, drainage wells, pipeline system and/or outfalls. Under this contract, 300 Engineering has delivered the required grading & drainage plans and construction documents for multiple stormwater projects, where our team has evaluated the existing condition of drainage infrastructure and designed the most cost-effective solution, tailored to each case's needs. Mr. Szauer was the Engineer of Record for the drainage improvements of the new Public Safety Building for the City of Coral Gables. The project included the design of over 400 lineal feet of exfiltration trenches, 200 lineal feet of solid pipe, 9 manholes and 6 curb inlets. Close coordination with the plumbing engineer was required due to the fast -track nature of the project. In addition, the geotechnical report determined that site was contaminated. MD-RER required monitoring wells be installed to monitor contamination and for 300 Engineering to be able to secure necessary permits. - Project value: $400,000. Dates: 2016-ongoing. Client contact: Jorge Acevedo, PE, (305) 460-5000, jacevedo2@coralgables.com. Stormwater System Improvements, Hydraulic/Hydrologic Modeling Design and Permitting for NE 172nd Street, North Miami Beach, FL: Project Manager for the retrofit of an existing stormwater system serving an extreme low area of the City of North Miami Beach with limited positive discharge that has experience recurrent flooding events. The purpose of the project was to improve the drainage level of service and to reduce the frequency, depth and time of recurring flooding in the area. The proposed AECOM 144 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JORGE SZAU E R, PE Stormwater Engineer project consists of the upgrade of existing storm pipe and sub -standard catch basins, the regrading of 450 lineal feet of an existing grassed area to create a drainage swale, and the installation of a stormwater drainage system consisting of a 25 CFS stormwater pump station and five Class V drainage wells with an overflow structure into a tidal creek. Mr. Szauer's technical duties included: hydraulic/hydrologic modeling (ICPR), surface water calculations for water quality and quantity, production of construction drawings, technical specifications and permitting through Miami -Dade DERM (Class II Permit), SFWMD (ERP), FDEP (Class V Drainage Wells Permit), Miami - Dade Right of Way, City of North Miami Beach Right of Way. Data used for design and modeling was obtained from, topographic survey, construction as- builts, geotechnical reports and field investigation. - Project value: $6 milion. Dates: 2019-2020. Client contact: Fernando Rodriguez, (305) 948-2967. City of Hollywood Drainage Improvements Report, 64thAvenue, Hollywood, FL: Civil Project Engineer for the conceptual design for drainage improvements located on the CBWCD site for the 64th Avenue area. Various tools, including the Advanced Interconnected Channel and Pond Routing (AdICPR) hydrologic/hydraulic model were used to analyze the basin. Data used for the analyses were obtained from several sources including: development and as -built plans provided by the City, previous AdICPR model developed for the 2004 City of Hollywood Stormwater Master Plan, and field reconnaissance. Client contact: Francois Domond, (684) 967-4455, fdomond@hollywoodfl.org Town of Jupiter Stormwater Outfall Retrofit, Jupiter, FL: Project Manager for the design and permitting of several off-line pollution control structures to help reduce the pollutants discharged from the Town of Jupiter Area B into the Jones Creek and the Loxahatchee River, including hydraulic modeling (Hazen -Williams formula) to limit the head loss on existing upstream storm sewer systems, surface water calculations for peak flow (rational method), production of construction drawings, technical specifications and permitting through Town of Jupiter and SFWMD (Diminimus Exemption). Client contact: Doug Koennicke, (561) 741-2258, dougk@jupiter.fl.us. City of Sunrise Biosolids Management Improvements Sunrise, FL: Civil Project Engineer for design, permitting and engineering services for the Biosolids Management Improvements project at both the Sawgrass Wastewater Treatment Plant and the Springtree Wastewater Treatment Plant. Technical duties included the design and preparation of construction drawings and technical specifications for the proposed pavement and storm drainage system improvements for the two wastewater treatment plants upgrade projects. Design of the paved areas included geometric layout, pavement design, grading, marking and signing. Modification of the existing storm drainage areas included sizing and relocation of swales, design of additional inlets and culverts, and the expansion/re-shaping of existing stormwater detention areas necessary to provide required water quality treatment and attenuation prior to overflow into an existing storm drainage master system. Client contact: Tim Welch, (954) 888- 6000, utilitiesdirector@sunrisefl.gov Southwest WWTP High Level Disinfection/Reuse Facilities: Civil Project Engineer for this project which proposed improvements that will provide high level disinfection at the facility to produce reuse quality water. Technical duties performed for this project included the design and permitting of a stormwater system to serve the upgraded wastewater treatment plant, consisting of swales, inlets, culverts and a dry detention area that will provide water quality and attenuation prior to off -site discharge through a control structure into a FDOT- owned drainage system that runs along 1-75, adjacent to the plant site, including hydraulic/hydrologic modeling (ICPR), surface water calculations for water quality and quantity, production of construction drawings, technical specifications and permitting through South Broward Drainage District (SBDD) , SFWMD (ERP) and FDOT. Client contact: Tim Welch, (954) 888-6000, utilitiesdirector@sunrisefl.gov AECOM 145 23 YEARS OF EXPERIENCE FIRM 300 Engineering I_L) JCAI IUN MS, Mechanical Engineering, Florida International University MS, Engineering Mechanics, University of Science and Technology of China BS, Engineering Mechanics, University of Science and Technology of China REGISTRATIONS, CERTIFICATIONS Professional Engineer, Mechanical Engineering and Electrical Engineering, FL,#52692 LEED Accredited Professional CH EN LI, PE, LEED AP Mechanical/Plumbing Ms. Li has over 23 years of experience in mechanical, electrical, instrumentation, and fire protection engineering for various industrial, aviation, rail, governmental, educational, institutional, and commercial facilities. With engineering proficiencies in both mechanical and electrical disciplines, as well as extensive experience in instrumentation control engineering, she has successfully completed projects from new construction of large complex facilities to small renovations. Her project expertise ranges through preliminary engineering & development, system design & analysis, project management, construction support, and system integration. Ms. Li also provided a turn -key installation of the Energy Management System (EMS) for the Heron Heights Elementary school, the first Green school in the Broward County Public School system. Heron Heights Elementary was installed with gray water recycle system, solar panels, and LED luminaires, and certified as USGBC LEED platinum. Her extensive and diverse experience in mechanical and electrical systems, hands-on work experience in real time control and monitoring for various integrated mechanical and electrical systems, and LEED certification advance Ms. Li's effectiveness in offering engineering solutions. SUMMARY OF RELEVANT EXPERIENCE City of Coral Gables City -Wide Assessment of Pump Station Telemetry System (SCADA), Coral Gables, FL: Ms. Li was the Senior Professional Engineer responsible for the conceptual design and assessment of the SCADA system that is used to monitor and control 35 sewer pump stations, two stormwater pump stations and a water gate. The assessment included the evaluation of the existing system's reliability, reporting and remote -control and monitoring capabilities. 300 Engineering developed a conceptual design that will be used as a standard for the implementation of the new SCADA solution. Additionally, the project included the preparation of a phased approach plan, prioritization of pump stations to ensure a smooth transition to the new SCADA system, Opinion of Probable Construction Cost, and a Master Phased Schedule including Design, Procurement, Construction and Commissioning phases, as well as assistance with the implementation of the project, including procurement assistance. - Project value: $600,000. Dates: 2019-2020. Client contact: Jorge Acevedo, (305) 460-5006, jacevedo2@coralgables.com, 2800 SW 72 Avenue, Miami, FL 33155. Coral Gables Pump Station F Electrical Upgrades, Coral Gables, FL: Engineer of Record for the upgrades of Pump Station F located at 1551 Madruga Ave. This is a duplex submersible station with 30 HP pumps and an emergency generator. The existent electrical equipment is corroded and obsolete; corresponding upgrades to the pump station include: new electrical generator, new power meter, main disconnect safety switch AECOM 146 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami CH EN LI, PE, LEED AP Mechanical/Plumbing with fuses, Automatic Power Transfer Switch (ATS), control panel with main and emergency circuit breaker, pump motor connection box by wet well, all wiring, raceway and grounding system, and a new SCADA system, among others. Railway Maintenance Facility, West Palm Beach, FL: Ms. Li served as Senior Mechanical and Electrical Engineer for the Design & Built Railway Maintenance Facility including multiple buildings and maintenance yards. The systems designed include interconnected compressed air generation and distribution system, HVAC systems, industrial equipment electrical & mechanical connections, electric utility incoming feeds, site & building power, indoor and outdoor lighting, wayside powers, fire alarms and instrumentation & controls for an All Aboard Florida Rail Maintenance Facility in West Palm Beach. Tri-Rail Pompano Beach Station, Pompano Beach, FL: Ms. Li served as the Senior Electrical Engineer responsible for the design of the Tri- Rail station expansion project in Pompano Beach, and responsible for the power, lighting and communication system design. Pratt Whitney Facility, West Palm Beach, FL: Senior Mechanical and Electrical Engineer responsible for 3rd party code compliance inspections in the areas of mechanical, electrical, plumbing, fire alarm and low voltage communication systems at seven Pratt Whitney newly constructed facilities, including: Pratt Whitney Auxiliary Power Unit Facility, Pratt Whitney North Stand Storage Building, Sikorsky Aircraft Hanger and Fuel Test Facilities, Sikorsky Fire Pump Metal Building, Pratt Whitney New Engine Test Facility, A10 Test Cell, and A5 Test Cell. South Florida Water Management District, Pump Station G508, Hendry County, FL: Ms. Li was the Senior Electrical Engineer for the design and construction of a large pump station that served as the main water supply structure to the wetlands treatment system which also performed a secondary role as a flood control structure for adjacent properties. Pump configuration consisted of both high flow diesel pumps and low flor electrical pumps. Broward County Main Jail, Ft. Lauderdale, FL: Ms. Li served as the Senior Mechanical and Electrical Engineer Lead, leading a team for the design of the replacement of four (4) larger air handler units serving eight stories and approximate 160,000 sq. ft. floor areas of the maximum secured facility. She was the lead engineer and project manager for the Smoking Control Recertification of the Broward County Main Jail (2013-2014). She was also responsible for the Air Distribution System Analysis for the four air handler units serving the 4" floor air handler units in Broward County Main Jail. She was responsible for the Performance Evaluation of the HVAC System for the 4" floor air handler units in Broward County Main Jail based upon data reflected in the Test and Balance report, and field observation, recommend improvement plans based upon the finds and estimated costs. South Florida Water Management District, Pump Station PS-319, West Palm Beach, FL: Ms. Li served as the Mechanical Engineer for the design of the extension of fuel supply, return, and backup fuel supply piping from the existing distribution system to the new generator buildings, and HVAC system of the new generator buildings. AECOM 147 10 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Mechanical Engineering (Emphasis in Thermal and Fluids), Georgia Institute of Technology BS, Mechanical Engineering, Georgia Institute of Technology REGISTRATIONS/ CERTIFICATIONS Professional Mechanical Engineer, registered in FL and GA LEED Accredited Professional PUBLICATIONS Master's Thesis: Dynamic Response of the Data Center to Cooling Loss During Facility Power Failure, Georgia Institute of Technology, August 2009 Research Paper: Dynamic Thermal Response of a Computer Room Air Conditioning Unit to Pump Restart, ASME Heat Transfer Conference, July 2009 SHAWN SHIELDS, PE, LEED AP Mechanical Engineer Mr. Shields has used his investigation, design, and contract administration skills in a broad range of HVAC and plumbing related engineering projects. His design experience has included mechanical and plumbing systems for healthcare, institutional, military, hospitality, office, medical, theme park, parks and recreation, and other commercial projects. These projects range in complexity, including parking decks, dormitories, research laboratories, high rise hotels, spec office buildings, four star restaurants, art galleries, data centers, multiple university buildings, and military bases. Although his projects have been primarily located within the Southeastern United States, he has also designed projects in Africa, Bahamas, China, and the Middle East. He has provided contract administration support to many of the projects he designed, as well as taking over administration for projects designed by others. He has performed investigations and studies of existing facilities to remedy issues and provide direction for future projects. Mr. Shields is conversational in Spanish as his second language. SUMMARY OF RELEVANT EXPERIENCE Florida Department of Transportation, 1-4 Richie Green Rest Stops, Wekiwa Springs, FL: Serving as Engineer of Record for plumbing and ventilation renovations of restrooms at rest stop. Project includes Replacement of plumbing fixtures and piping, as well as ventilation fans. - Project value: $950,000 eastbound + $1 million westbound. Dates: 2019-ongoing. Client contact: Victor LoPiccolo, (386) 943-5000, victor. lopiccolo@dot.state.fl.us National Park Service/Bi-State Development, St. Louis Arch Tucker Theatre Renovation, St. Louis, MO: Mr. Shields is serving as lead HVAC and plumbing investigator for review of systems related to the renovation of a historic theatre to include a more modern and technologically integrated experience. The project includes review of existing plans, investigation of as -built conditions, discussion of priorities with owner, coordination of proposed renovations with architect and theatre designer, and proposal of changes to HVAC and plumbing systems. - Project value: $8 million. Dates: 2020-ongoing. Client contact: Chance Bargary, (314) 982-1400, cbargary@bistatedev.org, 11 N Street, St. Louis, MO, 63102. King's Bay Submarine Base, Reroofing Project, King's Bay, GA: Mr. Shields served as lead HVAC and plumbing designer for to support reroofing of three buildings at the King's Bay Submarine Base. Duties included coordinating with owner criteria and guidance, investigation of AECOM 148 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami SHAWN SHIELDS, PE, LEED AP Mechanical Engineer existing conditions, specification of products, and production of drawings showing work for roof drains and HVAC roof mounted equipment. - Project value: $30 million. Dates: 2018-ongoing. Client contact: Juan Scalone, (912) 573-1959, juan.scalone@navy.mil, PWD NSB King's Bay, GA 31558. NAVFAC Panama City B544, Panama City, FL: Mr. Shields served as lead plumbing designer for two buildings at a multiple -building site. Many design decisions were governed by local codes and customs, as well as differences in weather conditions. The buildings included moderate grade water storage tanks and pumps and distribution, filtered water distribution multiple ganged electric water heaters, separate drainage for blackwater and graywater sanitary piping, and ablution faucets for religious use. - Project value: $15 million. Dates: 2019-2020. Client contact: Brad Babinski, (850) 636-6143 DSN 436, bradford.babinski@navy.mil. Veterans Administration Trinka Davis Parking Expansion, Carrolton, GA: Mr. Shields served as lead HVAC, plumbing, and fire suppression designer for a new parking deck located at the Trinka Davis Veterans Village. HVAC systems were wall hung ductless split systems serving telecom, security, electrical, and elevator machine rooms. Plumbing systems included storm water drainage and elevator sump pump. The fire suppression system was a vertical dry standpipe system. - Project value: $10 million. Dates: 2016-2019. Client contact: David Vanderwoude, (317) 800- 6388 x119, mvanderwoude@guidondesign.com, 905 Capital Avenue, Suite 100, Indianapolis, IN 46204. Ft. Bragg Value Engineering Study, Ft. Bragg, NC: Mr. Shields served HVAC and plumbing expert for a value engineering study conducted for a new military special forces headquarters building. The study aimed to suggest opportunities to reduce cost or increase value for the building as it moved forward in the design process. This multi -discipline discussion and report included review of preliminary plans and specifications, suggestion of opportunities, analysis of opportunities, and selection of opportunities proposed for best inclusion in the project. - Project cost: $47,000. Dates: 2019. Client contact: Ashley Wood, (308) 350-2158, ashley.wood@vms- inc.com, 100 San Marcos Blvd, Suite #340, San Marcos, CA 97209. Additional Projects/Confidential Client Contacts F15 Bed -Down Facility, Confidential International Location: Mr. Shields served as lead plumbing designer for two buildings at a multiple -building site. Those buildings included an aircraft parts warehouse with office space and a housing building with a commercial kitchen. Many design decisions were governed by local codes and customs, as well as differences in weather conditions. The buildings included moderate grade water storage tanks and pumps with associated distribution piping, ganged electric water heaters, separate blackwater and graywater sanitary piping, compressed air systems, and emergency fixtures. Project value: $1 billion. Dates: 2019-ongoing (construction administration). King's Bay Trident Training Facility Condition Assessment, King's Bay, GA: Mr. Shields served as lead HVAC and plumbing designer for investigation, recommendations, and cost estimate support for a large submarine training facility. Duties included review of existing plans, onsite investigation of HVAC and plumbing equipment, recommendations for most urgent, and long term repairs. Project value: not known. Dates: 2019-2020. Missile Defense Facility, Confidential International Location: Lead plumbing designer for two buildings at a multiple -building site. The plans were designed to be replicated to various locations. Many design decisions were governed by local codes and customs, as well as differences in weather conditions. The buildings included moderate grade water storage tanks and pumps with distribution piping, filtered water distribution, multiple ganged electric water heaters, and separate drainage for blackwater and graywater sanitary piping. Project value: $750 million. Dates: 2016-ongoing (construction administration). AECOM 149 23 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Bachelor of Engineering, Civil, University of Puerto Rico REGISTRATIONS/ CERTIFICATIONS Professional Engineer, FL #85451 Professinal Engineer, PR #18272 AFFILIATIONS American Society of Civil Engineers JOSE SOLER, PE Transportation Engineer Mr. Soler is a Director with AECOM's Americas Ports & Marine Group. He has over 23 years of experience performing and managing numerous waterfront and maritime projects involving planning, coordination of design from conceptual through final and construction. His project experience includes construction management of bulkheads, piers, dolphin structures, container terminals, waterside and landside improvements, cargo yard development, rail systems, as well as bridges. He has managed projects in the Caribbean and in the U.S. SUMMARY OF RELEVANT EXPERIENCE PortMiami, PMC Services Contract, Miami, FL: Program Management Consultant. Integral member of AECOM PMC management team to the Port's Capital Improvement Program. Serving as Port's Technical and Management Advisor for major cruise terminal projects, including Terminals B, F and H. Other ongoing development projects include replacement of the North Bulkhead, Cargo Yard densification, development for an ERTG container yard, reefer racks, entry/exit gates, multi -story parking garage structures, flyover bridge structure, and bulkhead repairs. - Program value: $9.9 million services contract. Dates: 2019-ongoing. Client contact: Helga Sommer, Chief of Engineering, PortMiami, helga. sommer@miamidade.gov, 1007 North America Way, Miami, FL 33132. PortMiami, North Bulkhead Wall Replacement, Miami, FL: Owner's Representative/Program Manager. The existing North Bulkhead Wall system will be replaced with a new wall along the northern extension of Dodge Island to serve all cruise operations berths. This complex wall reconstruction will require extensive construction phasing in order to minimize impacts to port operations. Currently in the earl stage of development, the program may include widening of the north apron, extensive waterside improvements, PBB and runway modifications, and relocation of bollards, fenders, and water stations. Project value: $250 million. Dates: 2019-ongoing. PortMiami, Cruise Terminal B Design -Build, Miami, FL: Program Manager. Providing Owner's Representative services for a new cruise terminal in a public -private partnership between Miami -Dade County and Norwegian Cruise Lines. Project includes upgrade of the seawall for flood and sea level rise protection. Project value: $290 million. Dates: 2019- ongoing. PortMiami, Cruise Terminal V Design -Build, Miami, FL: Program Manager. Providing Owner's Representative services for a new cruise terminal to accommodate the Virgin Voyages Scarlet Lady. Project includes dredging of the berth and portions of the Intra Coastal Waterway, a new bulkhead wall system, a mooring dolphin extension to AECOM 150 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JOSE SOLER, PE Transportation Engineer accommodate the new vessel, and flood and sea level rise protection. Project value: $180 million. Dates: 2019-ongoing. PortMiami, Cruise Terminal F Expansion and Berthing Re -Alignment Design -Build, Miami, FL: Program Manager. Providing Owner's Representative services for the expansion and renovation of Cruise Terminal F. Project includes waterside improvements to accommodate berthing of Carnival's newest 6,000- passenger ships and provide improved flood and sea level rise protection. Project value: $195 million. Dates: 2019-ongoing. Port of Palm Beach, Riviera Beach, FL: Port Engineer. Responsible for the evaluation and development of budget for the new Capital Improvement projects. Led the development and overseeing of the planning, design and construction of the Port's Capital Improvement and Replacement Program including construction of new berth capable of handling for 300' barge for RO/RO operation, including secant wall and concrete bulkhead structure, navigational and dolphin structures and dredging. Site conversion of existing high-rise building structure and parking into a soil improved heavy load Reefer Container Yard operation. Replacement of existing bulkhead structures with new steel sheet pile and construction of concrete cap, installation of mooring bollard, fenders and shore power stations. Managed the planning and construction of the Improvements projects to the In - Port rail system to meet Federal Rail Administration codes and regulation including the replacement of existing rail tracks, switches and signaling systems. Retrofit and improvement of existing berth, with the installation of new sheet pile bulkhead wall, new soil anchors and tiebacks system, construction of new utilities, new prop wash wall, restoration of pavement and upland appurtenances. Led the coordination with Federal and States agencies such as the US Army Corp. of Engineers and the Florida Department of Environmental Protection. - Project value: $28 million. Dates: 2017-2019. Client contact: Manuel Almira, Port Executive Director, manuel.almira@portofpalmbeach.com AECOM 151 34 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Civil Engineering, Florida International University BS, Civil Engineering, Florida International University REGISTRATIONS/ CERTIFICATIONS Professional Engineer, FL #47671 JULIO BOUCLE, PE Transportation Engineer Mr. Boucle is experienced in the management of complex and large- scale Engineering and Environmental programs, with the application of NEPA processes. His range of experience includes the development and management of transportation projects in the areas of planning, project development, highways, bridges, transit, multimodal and intermodal facilities, bicycle and pedestrian programs, public involvement and outreach programs, corridor and cost estimating analysis, and project forecasting for short/mid/long range transportation planning. SUMMARY OF RELEVANT EXPERIENCE Continuing Services for Project Scoping, FDOT District IV: Project Manager for a Miscellaneous Services Contract to identify, evaluate and vet candidate projects for FDOT District IV in the areas of roadway and bridge improvements, safety, concept development, etc. The assessment and vetting include priority projects from the MPO's and Local Agencies. A project scoping process was developed to collect, analyze, document, and managed data, develop conceptual cost estimates, coordinate right of way cost estimates, and support the District's Work Program Office in the future programing of new projects. - Project value: n/a (scoping). Dates: 2019-ongoing. Client contact: Geysa Y. Sosa, PE, FDOT District IV Project Development Supervisor- Scoping Management, Planning and Environmental Management, (954) 777-4323, geysa.sosa@state.fl.us SR 826/Palmetto Expressway North -South Managed Lanes Phase II PD&E Study, FDOT District VI: Deputy Project Manager for the CE-II PD&E study to add managed lanes along the SR 826/Palmetto Expressway corridor from SR 836/Dolphin Expressway to US-1 (7 miles), with the objective of improving mobility and relieving congestion, ITS implementation, and system to system connection improvements. This project was recently awarded after successfully completing the Planning Corridor Study for the client. Dates: 2017-ongoing. 1-95 Managed Lanes Master Plan from South of Linton Boulevard to Palm Beach/Martin County Line, Palm Beach County, FDOT District IV: Project Manager for a planning study to develop managed lanes, ramp improvements and access points, evaluation of ITS technologies, and other types of transportation improvements covering 38-mile I-95 corridor throughout Palm Beach County. Dates: 2016-2019. NE 203rd Street & NE 215th Street Intersection Improvements between US-1 and West Dixie Highway, FDOT District VI: Project Manager for a SEIR PD&E study to improve traffic operations and safety conditions at the Florida East Coast (FEC) Railway line crossings of NE 203rd Street and NE 215th Street. This study included the analysis and potential reconfiguration of the Interchange of NE 203rd Street and US 1, located AECOM 152 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JULIO BOUCLE, PE Transportation Engineer in northeast Miami -Dade County. Pedestrian and bicycle solutions were key to the project recommendations given the demographics of the area. The project footprint extends through the City of Aventura, unincorporated Miami -Dade County, and the City of Hallandale Beach in Broward County. Dates: 2014-2016. Krome Avenue South / SR 997 PD&E Study, FDOT VI: Project Manager for an Environmental Impact Statement (EIS) PD&E study that analyzed a 10-mile roadway widening and capacity improvements, access management improvements, community enhancements, safety and intersection improvements, and upgrading to the existing facility. NEPA / SAFETEA-LU processes applications required. Extensive public involvement activities were required as part of this study. Dates: 2003- 2015. AECOM 153 13� - 'dx3 pue steno b L.v City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Name of Sub -Consultants / Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) CEI SERVICES SPECIALIST Jose Polo, PE (AECOM) Miami, FL CEI Services PE52065 n/a n/a 154 RFQ-QSC Revised 7/31/19 34 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MBA Coursework, Florida International University BS, Civil Engineering, Florida International University BS, Electrical Engineering, Florida International University REGISTRATIONS/ CERTIFICATIONS Professional Engineer, FL, #0052065 JOSE POLO, PE CEI Services Specialist Jose Polo has over 34 years of construction management and construction engineering and inspection experience in Florida on a diverse range of projects including highway and bridge projects in various roles, mainly in South Florida. He has experience in many traffic signalization and ITS projects. SUMMARY OF RELEVANT EXPERIENCE Lantana Airport-Southside Redevelopment Phases 1 and 2, Palm Beach County Department of Airports, Lantana, FL:. Served as CEI Construction Manager/Sr. Project Engineer, providing CEI Service, for redevelopment. Work included installation of storm drainage, water and sewer, excavation of ponds, embankment, stabilization, base, structural asphalt, electrical conduits, F.O.C., hangar construction, lighting, signing and markings, landscaping and irrigation. • Project value: $8 million. Dates: 2017-2020. Client contact: Cynthia Portnoy, PE, Project Manager, (561) 471-7411, cportnoy@pbia.org, 846 Palm Beach International Airport, West Palm Beach, FL 33406 Port of Miami, Miami, FL. Serving as Claim Specialist for "Contractor". Work includes reviewing and evaluating existing and potential claims from the Contractor. Florida Department of Transportation, District Four, Martin and Broward Counties, FL: Senior Project Engineer, CEI Services for District - wide OMD and PL-EM Rail. The project involved several FEC railroad crossings rehabilitation from Martin to Broward County. Work included MOT coordination with FEC, Contractor, Emergency Agencies, School Boards, County Engineering and Transit Departments, residents and business as well as monitoring the railroad crossing rehabilitation work. Florida Department of Transportation, District Six, Krome Avenue North #5, Miami, FL: As Senior Project Engineer, provided CEI services for the widening of 3.5 miles on SR-997/Krome Avenue, including a new SB bridge and demolition of the existing NB bridge and construction of the NB bridge. Work included: regular and subsoil excavation, embankment with LBR 126, French drain drainage, stabilization, rock base, SP asphalt, guardrail, sodding, and signing and markings. Miami -Dade Expressway Authority (MDX), Miami, FL: Served as Senior Project Engineer for the CEI Services on deployment of 18 Dynamic Messages Signs (DMS) including confirmation CCTV cameras, incident management cameras, power services, and fiber optic cable throughout the MDX roadway network including SR 874 (Don Shula Expressway), SR 878 (Snapper Creek Expressway), SR 924 (Gratigny Parkway), SR 836 (Dolphin Expressway), and SR 112. Responsible for overseeing CEI AECOM 155 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JOSE POLO, PE CEI Services Specialist Team and construction activities including drilled shaft foundations, gantry aesthetic structure erection, review electric power systems, ITS devices configuration, integration and testing. Florida Department of Transportation, District One: I-75 from Lee/Charlotte County Line to North of Tuckers Grade, Punta Gorda, FL: As Project Engineer/Senior Project Engineer, provided CEI services for the widening of 16 miles of the Florida Interstate 1-75 including bridge widening thru Charlotte County. Work included: excavation and embankment, ponds, drainage, box culvert extensions, stabilization, rock base, SP asphalt, guardrail, sodding, and signing and markings. Poinciana Parkway, Osceola County Expressway Authority (OCX), Davenport, FL: Served as SPE/Project Engineer for the construction of approximately 9.5 miles of roadway, including a 6,169-foot long bridge over the Reedy Creek Mitigation Bank environmental sensitive wetland areas and two other smaller bridges over Marygold Avenue and Koa Street. Florida Department of Transportation, District Seven: District Wide Bridge Repair CEI Services, Hillsborough/Pinellas Counties, FL: Senior Project Engineer for multiple repair projects for existing bridge structures as assigned by the District Seven - District Bridge office. Projects assigned to include the Hillsborough Bascule Bridge Rehabilitation, Howard Frankland, Pinellas Bayway Structure E, Skyway, and Clearwater Memorial bridges. Work included bearing replacement, crack injection, machinery rehabilitation, beam metalizing, expansion joint replacement, spall repair, and carbon fiber beam repair. Florida Department of Transportation, District One: District Wide Bridge Projects, FL: As Senior Project Engineer, provided project administration and construction engineering inspection services for bridge projects district wide. SR 90 Modifications to Tamiami Trail, USACE/ FDOT Project for Water Deliveries to Everglades National Park, Miami -Dade Counties, FL: Served as Senior Project Engineer. Managed a staff of seven inspectors for the SR 90 modifications to Tamiami Trail, where we provided quality control inspection services to Kiewit Infrastructure South Company. Specific duties included contract administration, tracking personnel and hours, invoicing, change orders, and attending meetings. Florida Department of Transportation, District Two: Bridge of Lions Rehabilitation, St. Augustine, FL: Served as Senior Project Engineer. Supervised work starting halfway into the rehabilitation process and consisted of pier construction, steel span assembly and installation, historical concrete restoration on bascule towers, bascule machinery fabrication, and installation, roadway construction, drainage, signalization, lighting, signing and pavement markings. This $80M historic bridge rehabilitation consisted of building a new temporary bridge, rehabilitating the existing bridge, and demolishing the previously built temporary bridge. Florida Department of Transportation, District Five: Group 93 A, B, & C, Belleview-Ocala, FL: Senior Project Engineer for contract consisted of a series of 20 projects ranging from new bridge construction, new roadway alignment and construction, milling and resurfacing, drainage, sod installation, signing and markings, to signalization. Worked in conjunction with County and City of Ocala, utility companies, and several different Contractors on a number of projects that were within City limits. CR 833, Hendry County, Devil's Garden, FL: Served as Senior Project Engineer. This $10 million FDOT/ Hendry County LAP project consisted of double and triple box culvert extensions, two -foot roadway widening in each direction, shoulder re -work, milling and resurfacing, sod and new guardrail installation, signing and pavement markings. AECOM 156 S3Zd -'dx3 pue sin 9 L•y City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) PROJECT COST ESTIMATOR/SCHED. Mark McClenahan, CPE (AECOM) New York, NY Estimating/Schdling n/a CPE 1.4-000508-0707; OSHA-30 n/a 157 RFQ-QSC Revised 7/31/19 35 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Utah State University - Physics State University of NY - Oneonta Architectural and Construction Technology Program, Hudson Valley Community College REGISTRATIONS/ CERTIFICATIONS Certified Professional Estimator (CPE) OSHA 30-hour CSTS-09 Canadian Work Permit AFFILIATIONS American Society of Professional Estimators American Association of Cost Engineers (now Association for the Advancement of Cost Engineering) American Water Works Association Water Environment Federation MARK D. MCCLENAHAN, CPE Project Cost Estimator and Scheduler Mark McClenahan is a senior estimating manager with over 35 years of experience in preconstruction services, design -build, cost estimating, planning, procurement, risk management, scheduling, commercial/ change management, and construction project management. He has estimated and/or managed global water/wastewater, alternative energy, manufacturing,and advanced technology projects, up to $5.5 billion in value. Certified as a professional estimator, Mr. McClenahan can provide certified cost estimates as required by some high-level and security - sensitive clients. He is experienced in at -risk, alternative delivery, fast - track, design -build, public -private partnership, and construction manager at risk (CMAR) contracts and contracting methods to meet demanding client schedules. SUMMARY OF RELEVANT EXPERIENCE Capital Regional District, McLoughlin Point Wastewater Treatment Plant, Victoria, British Columbia: Lead estimator for a joint venture design -build -operate -finance, and maintain proposal fora new 125 MLD $275M CAD wastewater treatment plant for the city. Prepared detailed cost estimates for preliminary and final designs. Attend design charrettes and proposal meetings with design and construction staff. Prepare cost estimates for alternative designs and options. Participate in value engineering; process equipment procurement, solicitation, and pricing; quantity take -offs, alignment, and coordination with construction partner; process mechanical estimate preparation; coordination and integration with process mechanical, electrical, SCADA, and I&C scopes; and final estimate reviews prior to submission of bid. Project consisted of a new 125 MLD wastewater treatment facility, 1200mm TBM/HDD RW harbour crossing force main, and 2000mm by 2km TBM/bottom-lay outfall. - Project value: $125 million CAD. Dates: 2017-ongoing. Client contact: David Clancy, Executive Director, Capital Regional District (CRD), (250) 360-3000, daveclancy13@gmail,com, 625 Fisgard Street, Victoria, British Columbia, Canada V8W 1R7 SLCWRF-Nutrient Facility Upgrades, Salt Lake City, UT: Lead Estimator, Scheduling, Risk Management and other Preconstruction Services for a Design -Negotiated GC contract for a $500M USD Upgrade to the WWTP. Orange County Sewer District, Orange, CA: Multiple Projects including; Plant 1-129 RAS Piping Replacement. Lead Estimator, Provided cost estimating services for a Progressive Design -Bid -Build contract for a $5.5M USD Upgrade to the RAS Piping and Pumping Facility. Central UT North Fork Siphon, Orem, UT: Lead Estimator, Provided cost estimating services for a progressive design -negotiated contract for a $30M USD Raw Water Transmission Pipeline Project. AECOM 158 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MARK D. MCCLENAHAN, CPE Project Cost Estimator and Scheduler Winnipeg NEWPCC — WWTP Upgrades, Winnipeg, Manitoba: Preconstruction Lead, Scheduling, Risk Management, Project Implementation Plan, for a $1.1B CAD Design -Build Program for the City of Winnipeg. Opequon Creek Water Project, Frederick County Water, VA: Estimating and Preconstruction Lead, Procurement Lead for $30M USD new Design -Build 8MGD Water Treatment Plant, Raw Water Intake, Raw Water Pump Station, Raw and Finish Water Pipelines. Greater Vancouver Regional District - Wastewater Treatment Plant Division, Annacis Island Wastewater Treatment Plant - Project Management Support Services, Vancouver, British Columbia: Provided constructability review of 100% design development documents for this $280 million CAD wastewater treatment plant project. Also provided project tender & contract documents, including bid forms, WBS structure, schedule of values, inspection reports, and various forms. City of Toronto, Dufferin Organics Processing Facility, Toronto, Ontario: Lead estimator, preconstruction lead, procurement lead for the design -build, at -risk proposal for expansion of a 70-m-tonnes-per-day organics processing facility. Prepare scopes of work for procurement bid packages, work with design leads to develop design, value engineering, solicit/procure bids from local subcontractors, vendors, and process equipment suppliers. Prepare cost estimate for final proposal submission with alternates and budget compliant design option. Risk register, analysis, and management. San Diego County Water Authority, Authorization 19 Asset Management, San Diego, California: Provided cost estimating services for a design engineering report, water and sewer transmission pipelines, and appurtenances. South Coast Water District, Water, Sanitary Sewer, and Recycled Water Master Plan Updates, Laguna Beach, California: Provided cost estimating services for an engineering report including water, sewer, recycle water transmission mains, and services. Santa Clara Valley Water District, Infrastructure Reliability Master Plan, San Jose, California: Provided cost estimating services for engineering report, pipelines, and transmission mains. City of Elyria, Comprehensive Combined Sewer Overflow/Sanitary Sewer Overflow/Stormwater Master, Elyria, Ohio: Providing cost estimating services for combined sewer system improvements, pipelines, transmission, pump stations, and wastewater treatment. Connecticut Water, Rockville Water Treatment Plant - Task 1, Rockville, Connecticut: Lead estimator for Task 1, development of opinion of probable construction cost (OPCC) estimates for additions and renovations to the 2-MGD water treatment plant. Options included: New 3.0-MGD WTP with precast walls; new 3.0-MGD WTP with pre-engineered metal building (PEMB); New 9.0- MGD WTP with precast walls; new 9.0-MGD WTP with PEMB; renovate existing Operations Building for offices; and renovate existing Operations Building for warehouse space. Forsyth County, Fowler Water Reclamation Facility - Duet Screen Replacement, Fowler, Georgia: Prepared estimate for the replacement of influent screens and grit pumps. Existing influent screens (installed in 2001) are failing and have fowled the membrane filters, and the filters are too heavy to remove for servicing. The estimate included providing one dual aperture drum screen in the existing Sedimentation Tank #2; two new grit pumps to match existing; one new grit blower to match existing; selective demolition and modifications to existing basin; associated mechanical, process, electrical, instrumentation, and control work. Tualatin Valley Water District, Ridgewood View Reservoir and Pump Station, Portland, Oregon: Prepared 90% detail design estimate. Provided estimating support. Prepared quantity take -offs for all items and detailed cost estimating for the pump station. AECOM 159 • • • • • • • • • • • • • ei • • • • • • • • • • • • • • • • • • • • • • • 0,,6). /20 0 sgng •dx3 pue sien0 9 L•y City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / Subcontractors Program Controls, Inc. (PCI) RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work State) Miami, FL Sched/Estimating CCC #1968 MDC-TCC 06-01* 8 300 Engineering Group, P.A. Miami, FL Civil/Water/Road PE #CA28326 NAICS 541330* 7 MAGBE Consulting Services, Inc. Miami, FL CES Consultants, Inc. Comms/Public Info n/a n/a 2 Miami, FL Project Mgmt PE35970 10 G Navarrete Consulting, Inc. Miami, FL Resumes for subconsultants' staff, including required references, are provided under the desciplines in which they are proposed. Contract Mgmt n/a n/a 2 160 *additional available upon request RFQ-QSC Revised 7/31/19 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Name of Sub -Consultants / Office Location (City, Subcontractors State) DISCRETIONARY PERSONNEL Keith Stannard (AECOM) Miami, FL Lauren Swan (AECOM) Miami, FL Nicole Boothman-Shepard (AECOM) Miami, FL Mark Whitely (AECOM) Miami, FL Ernest Cano (CES) Miami, FL Matt Passaro (AECOM) Miami, FL William Chow (PCI) Miami, FL Jacqueline Rowe (AECOM) Miami, FL Michael Brown (AECOM) Miami, FL Liverache Mejia (AECOM) Miami, FL Scope of Work License No. Certification(s) % of Work Environmental Resilience Grants/Funding Bond Strategy MEP Specialist n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a Electrical Design n/a Electrical Insp. CAD Support n/a n/a n/a n/a n/a Landscape Support n/a n/a Project Mgmt Sppt n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a Resumes for personnel listed above follow these forms. RFQ-QSC Revised 7/31/19 161 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Name of Sub -Consultants / Office Location (City, Subcontractors State) DISCRETIONARY PERSONNEL, CONT'D Alejandro Maya (AECOM) Miami, FL Carlos Sousa (AECOM) Miami, FL Ed Manship,CET (AECOM) Miami, FL Harry Price (CES) Miami, FL Leigh Heinlein (AECOM) Miami, FL Alberto Negron (CES) Miami, FL Magali Abad (MAGBE) Miami, FL Felipe Poletto (AECOM) Miami, FL Paula Echeverry, PMP (PCI) Miami, FL Daniel Castellon, LEED AP BD+C (AECOM) Miami, FL Scope of Work License No. Certification(s) % of Work CEI Fld Inspection n/a n/a CEI Fld Inspection n/a n/a CEI Fld Inspection n/a n/a CEI Fld Inspection n/a n/a CEI Fld Inspection n/a n/a QA/QC n/a n/a Public Information n/a Project Controls n/a Project Controls n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a n/a Project Controls n/a LEED AP BD+C n/a Resumes for personnel listed above follow these forms. RFQ-QSC Revised 7/31/19 162 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) DISCRETIONARY PERSONNEL, CONT'D Michael Barba (AECOM) Miami, FL Estimating n/a n/a n/a Ana Buitrago (PCI) Miami, FL Estimating n/a n/a n/a Ramon Betancourt (300) Miami, FL Estimating n/a n/a n/a Mihaela Tomulescu (AECOM) Miami, FL Scheduling n/a n/a n/a Julian Ortega, PSP (PCI) Miami, FL Scheduling n/a n/a n/a Eduardo Tude, PMP (PCI) Miami, FL Scheduling n/a n/a n/a Peter Morris, RMICS (AECOM) Miami, FL Economics n/a n/a n/a Julia Bolte (AECOM) Miami, FL PMIS n/a n/a n/a Ruthwik Pasunuru, PMP, CCM Miami, FL PMIS n/a CCM n/a Gary DeWulf (AECOM) Miami, FL Claims/Disputes n/a n/a n/a Resumes for personnel listed above follow these forms. RFQ-QSC Revised 7/31/19 163 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) DISCRETIONARY PERSONNEL, CONT'D Michael Greenhaus (PCI) Miami, FL Claims/Disputes n/a n/a n/a George Navarette (GN) Miami, FL Claims/Disputes n/a n/a n/a Patricia Libreros (300) Miami, FL Document Control n/a n/a n/a Yurima Haywood (AECOM) Miami, FL Budget Analysis n/a n/a n/a Ana Reyes (AECOM) Miami, FL Admin Support n/a n/a n/a Loretta Owens (AECOM) Miami, FL Procurement n/a n/a n/a Tim Blair, AIA (AECOM) Miami, FL Zoning Support n/a n/a n/a Jill Kurth (AECOM) Miami, FL Planning n/a n/a n/a Joe Webb (AECOM) Miami, FL Public Works/Parks n/a n/a n/a Steve Loomis (AECOM) Miami, FL Public Safety n/a n/a n/a Resumes for personnel listed above follow these forms. RFQ-QSC Revised 7/31/19 164 City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 19-20-019 Name of Proposer: Name of Sub -Consultants / RFQ Title: Citywide Program Management Support Services AECOM Technical Services, Inc. Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) DISCRETIONARY PERSONNEL, CONT'D Samara Barend (AECOM) New York, NY P3 Consultant n/a n/a n/a Justin Vandever (AECOM) San Francisco, CA Sustainability n/a n/a n/a Claire Bonham -Carter (AECOM) San Francisco, CA Fernando Miralles-Wilhelm (300) Miami, FL Resumes for personnel listed above follow these forms. Climate Change n/a n/a n/a Sea Level Rise n/a n/a n/a 165 RFQ-QSC Revised 7/31/19 26 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Graduate Studies, Coastal Zone Management & Marine Biology, NOVA BS, Biological Sciences, State University of New York at Stony Brook REGISTRATIONS/ CERTIFICATIONS SHA Health and Safety Training Chamber of Commerce Env. Permitting Summer School Federal Energy Regulatory Commission Certification FDEP Uniform Mitigation Assessment Method TREED - T&E Species of Florida Cert. of Appreciation, NOVA Ctr. for Appl. Res. & Develop. USACE Wetlands Delineation Cert. Training FDOT Wetland Evaluation Technique (WET II) Training PADI Rescue Scuba Diver KEITH STANNARD Environmental Keith Stunnard has over 26 years of experience in conducting and managing environmental programs and ecological investigations for a wide variety of public and private sector projects in South Florida and the Florida Keys including linear facilities (roadways, railways, pipelines), site development (industrial, residential, mixed -use) and special-purpose projects (offshore facilities, marinas, dams, maintenance dredging, basin studies, etc.). He has an in-depth knowledge of federal, state and local environmental regulatory criteria and associated agency procedures in relation to ecosystem assessments, restoration and management. He also has extensive experience with marine and terrestrial habitat ecology; wetland and upland mitigation; threatened and endangered species conservation and Section 7 consultation; and ecosystems restoration and management. SUMMARY OF RELEVANT EXPERIENCE Districtwide Data and Reporting Consultant (NEPA/PD&E), FDOT D6, FL. Senior technical lead. Awarded a 5-year contract to manage NEPA related tasks associated with various large and small-scale FDOT roadway improvement, new roadway, bridge replacement/improvement, and other projects throughout Miami -Dade and Monroe Counties in Florida. Tasks include managing and conducting project impact reviews, natural resource assessments, contamination assessments, Section 4(f) and socio-cultural effects documentation, noise and air quality assessments, water quality assessments, inter -agency coordination, mitigation planning, and other activities/assessments for FDOT projects and producing the required documentation to facilitate environmental certification prior to construction. Tasks also include preparation and review of PD&E documents including technical reports, Reevaluations and other studies/ evaluations as requested by the FDOT in conformance with NEPA and the PD&E Manual. - Project value: $1.5 million. Dates: 2016-2021. Client contact: Steven Craig James, District Environmental Manager, FDOT 6, (305) 470-5221, steven.james@dot.state.fl.us,1000 NW 111th Avenue, Room 6109, Miami, FL 33172 1-75 from Miami -Dade County Line to SR 826 (Palmetto Expressway) PD&E Study, FDOT D6, Miami -Dade County, FL. Environmental manager. Manage and direct environmental tasks associated with the performance of a PD&E Study. Tasks include preparation of a Wetlands Evaluation Report, Endangered Species Biological Assessment, Contamination Screening Evaluation Report, Noise Study Report, Air Quality Report, 4(f) Determination of Applicability, and a Categorical Exclusion II for submittal to FHWA (including public involvement) for proposed roadway improvement and alignment alternatives. Additional tasks include environmental permitting, USFWS Section 7 Consultation AECOM 166 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami KEITH STANNARD Environmental for the endangered wood stork and other species, mitigation calculations and planning and NEPA Reevaluations. Districtwide Miscellaneous. Permitting Services Consultant (Contracts C-7724, C-8I41, C-9155 and C-9L61), FDOT D6. Project manager. Awarded four consecutive 5-year contracts to manage Federal, State and local agency environmental permitting activities and other environmental -related studies for various large and small-scale FDOT roadway improvement, new roadway, bridge replacement/ improvement, boat ramp restoration and tunnel projects throughout Miami -Dade and Monroe Counties in Florida. Tasks include conducting seagrass/benthic resource surveys, marine and freshwater wetland assessments and delineations, upland assessments, protected plant and wildlife surveys and assessments, Federal/State/County agency coordination, environmental resource permitting, stormwater management permitting, Class V Deep Well permitting, obtaining sovereign submerged lands easements, GIS mapping, wetland and T&E species mitigation planning and design, permit tracking, erosion control, engineering plan reviews, dewatering permitting, water quality assessments, NEPA studies/reevaluations, in-house technical and administrative assistance, and EFH assessments. PD&E Study for SR 968 / SW 1st Street Bridge over the Miami River, FDOT D6, Miami, FL. Environmental manager responsible for all fieldwork, environmental analysis for noise, wetland T&E species, air quality and contamination impacts associated with several engineering alternatives, NEPA documentation preparation (AQTM, CSER, ESBA, WER, NSR, EA/ FONSI), budget and task tracking and agency coordination — project included a 0.3-mile bridge corridor with various bridge replacement/rehab and tunnel design alternatives over the Miami River. Tasks also include applying for obtaining all environmental permits for the proposed project. Cape Sable Canals Dam Restoration Environmental Assessment — Phase II, Monroe County, National Park Service, FL. Project manager. Responsible for all tasks associated with the preparation of an Environmental Assessment and anticipated Finding of No Significant Impact to provide sustainable solutions to canal -induced saltwater intrusion and degradation of the interior freshwater and brackish marshes in order to reestablish the natural function of the Marl Ridge and restore the Cape Sable region to a more natural state. Phase II includes proposed dam restoration at the Raulerson Canal, East Side Creek, and House and Slagle Ditches. Krome Avenue South EIS, FDOT D6, FL. Environmental manager for environmental and public involvement tasks associated with the PD&E Study for an approximate 10-mile segment of Krome Avenue (SR-997/SW 177th Avenue) from SW 296th Street (Avocado Drive) to SW 136th Street (Howard Drive) in the southern portion of unincorporated Miami -Dade County. Documentation included preparation of a WER, ESBA, CSER, AQTM, NSR, a Farmlands Analysis, Section 4(f) de minimis documentation, DEIS, and FEIS. Other tasks include public involvement activities, agency coordination, field reviews (wetlands, T&E, farmlands), and an extensive cumulative impacts analysis. Public hearing for the project was conducted in December 2013 and the FEIS/ROD was approved in January 2015. Follow on tasks included environmental permitting, USFWS Section 7 Consultation (ESA) for protected plants and wildlife species, coordination with MDC EEL Program, and protected plant conservation per an issued Biological Opinion from USFWS. AECOM 167 14 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Master, Landscape Architecture, State University of New York, Syracuse Bachelor, Urban and Regional Planning, Florida Atlantic University AFFILIATIONS American Society of Landscape Architects American Planning Association Urban Land Institute Society of American Military Engineers National Wildlife Federation, Habitat Steward Professional Association of Diving Instructors LAUREN SWAN, MLA Resiliency and Sustainability Ms. Swan has experience in landscape architecture design, planning and project management for a variety of cross -disciplinary projects. From submittals to reviews and oversight, she has worked in both public and private sectors with expertise in facilitation, design and strategic planning. She oversees local community -based projects as well as large military projects requiring metric evaluation of Department of Defense compliance. Her background combined with her understanding of Comprehensive Code and the Unified Facilities Criteria enables her to develop creative and resilient solutions to technical problems. Ms. Swan managed AECOM's work with 100Resilient Communities for Greater Miami and the Beaches. As the landscape planner for the City of Pembroke Pines, she rewrote the landscape code, wrote several codes of ordinance resolutions, drafted comprehensive plan amendments for green initiatives as well as the creation gateway and open space plans. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade County, City of Miami, and City of Miami Beach, Resilient Greater Miami and the Beaches, Greater Miami and the Beaches, Miami -Dade County, FL. Project manager responsible for guiding extensive stakeholder engagement and research resulting in the development of a three -government Resilient305 Strategy to address issues of climate change, social equity, and infrastructure -based needs. - Project value: n/a (strategy development). Dates: 2017-2019. Client contact: Otis Rolley, North America Managing Director, 100 Resilient Cities/Rockefeller Foundation, (212) 852-8336, orolley@rockfound.org, 420 Fifth Avenue, 19th Floor, New York, NY 10018 (100 Resilient Cities office) City of Miami Beach, Miami Beach Flood Mitigation & Resilience Study, Miami Beach, FL: Contributor to the climate change focused workshops and interviews under a vulnerability assessment documenting the climate stressors and shocks affecting Miami Beach. This assessment led to a technical memorandum used to inform city -wise strategies are being evaluated to mitigate flooding of public and private property. Strategies include policy changes for new construction and major renovations, specifically in the minimum building first floor elevations requirements. - Project value: $811,793. Dates: 2016-2017. Client contact: Amy Knowles, Chief Resilience Officer, City of Miami Beach, (305) 673-7000 x6081, amyknowles@miamibeachfl.org Great Barrier Reef Foundation, Resilient Reefs, Belize: Project manager and lead contributor evaluating Belize's Barrier Reef Reserve System to assess reef health and vulnerabilities. This information will be used to inform the government's reef protection policies and ensure the AECOM 168 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami LAUREN SWAN, MLA Resiliency and Sustainability longevity of a healthy reef system. Dates: ongoing. Client contact: Amy Armstrong, Great Barrier Reef Foundation, (347) 307-0750 Naval Facilities Engineering Command, Logistics Command 21st Century Plan, Multiple Locations: Key contributor in the development of a Marine Corps Organic Industrial Base Facilities Plan for that evaluates asset condition and capacity against mission requirements and environmental vulnerabilities. The plan provides a prioritized project list of facilities for demolition, repair, consolidation, remediation, and construction. Naval Facilities Engineering Command, US Marine Corp Asset Evaluations, Camp Lejeune, NC: Key contributor conducting evaluation of critical assets to verify asset age and size and determine asset condition and capacity. Tasks included interior and exterior evaluation of key assets types: base facilities, stormwater infrastructure, electric equipment, transportation routes, and public use areas. Naval Facilities Engineering Command, US Marine Corp Installation Master Plan, Multiple Locations: Key contributor in the development of MCAS New River, MCLB Albany, MCAS Beaufort, MCAS Cherry Point, to determine short-range and long-range needs based on site conditions and DoD planning guidance. Content includes planning and adaptation strategies for the following key asset types: base facilities, stormwater infrastructure, transportation routes, and public use areas. AECOM 169 25 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, University Administration, University of Rhode Island BA, Economics, University of Rhode Island FEMA Emergency Management Executive Academy, Cohort 5 (2018) DISASTER POLICY, FUNDING, COMPLIANCE FEMA Public Assistance FEMA Hazard Mitigation FHWA Emergency Relief HUD CDBG-DR-Disaster Recovery 2 CFR Part 200 Incident Command System (ICS) NICOLE BOOTHMAN- SH EPARD Resilience + Recovery Nicole Boothman-Shepard serves as AECOM's VP for Disaster Resilience + Recovery. She focuses on resilient readiness, rapid response, and transformative recovery after major and catastrophic shocks. She is a national expert in catastrophe readiness, response, and recovery and has facilitated the award of $7B in disaster funds and is a technical expert in disaster policy and administration for the public sector. Nicole advises public sector leaders on catastrophe management grounded in systems thinking and facilitates critical -path decision -making to develop near -term and long-term solutions to complex problems. She also advises government agencies on compliance and risk mitigation. Nicole is adept at structuring program management to truncate recovery time while promoting best value decisions, and capitalizing on long-term recovery opportunities that deliver social, economic and environmental co -benefits. Her primary focus is catastrophe planning for housing, schools, transportation, and lifelines such as renewable energy, water infrastructure, and hospitals. Nicole served as Rhode Island's Vulnerable Populations Coordinator for RI Emergency Management Agency for 7-year term and is deeply concerned with the adverse impacts of disasters on vulnerable communities. SUMMARY OF RELEVANT EXPERIENCE Government of the US Virgin Islands: Senior Policy Advisor. Advising agencies within the Territory's government on response and recovery for Category 5 Hurricanes, Irma and Maria. Supporting multiple task orders under the USVI-AECOM Master Services Agreement. NCHRP 08-107: Principal Investigator. A Contracting Strategies Guidebook on the Administration of Concurrent, Regional Emergencies. Leading applied research for the Transportation Research Board on response and recovery when multiple critical transportation corridors are catastrophically compromised in disaster. Flood Recovery, CDOT, CO: Senior Policy Advisor. Advised Colorado Department of Transportation's Incident Commander and CFO on strategic, operational and tactical delivery of $720M flood recovery program. Focused on Federal disaster funding, audit and political risk mitigation, federal compliance, data management, and project delivery strategies. Evaluating proposed resiliency betterments under FHWA ER. CDOT, CO: Senior Policy Advisor. Facilitated CDOT's Emergency Procedures Working Group to advance CDOT's readiness for major and catastrophic recovery. Critical path areas included incident command and human resources, technology, procurement and contracting, local agency oversight and support, engineering program and project management, audit risk mitigation, and debris management. AECOM 170 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami NICOLE BOOTHMAN-SHEPARD Resilience + Recovery Compliance, Shelter at Home, LA: Technical Expert. Developed and monitored performance of program compliance involving over 130 laws, regulations as well as key policy provisions for FEMA including STEP Guidance. Jacobs Engineering, Disaster Resilience Practice Lead, North America: Provided leadership on all aspects of disaster resilience and recovery program delivery for diverse project portfolio. Accountable for successful performance on $125M annual resilience P&L yielding $34M annual margin. Provided leadership to government, military, banking, education, and other key markets and sectors. SME, Sandy Recovery, NY: Provided strategic support to staff and clients on Sandy recovery, vulnerability analyses, green infrastructure, and building mitigations to protect against future events. Diverse client base includes NY State, New York City, transit, housing, banking and finance. SME, MTA Bridges & Tunnels, NY: Identified and facilitated presentation of $750M in FEMA funded Sandy recovery on the Brooklyn Battery and Queens - Midtown Tunnels as well as MTA bridges. Assessed resiliencies, considered expedited project delivery models and the FEMA Pilot program, and ensured procurement, contracting and grants aligned with fed laws. SME, Katrina Recovery, LA: Disaster Resilience Lead. Successfully spearheaded Recovery School District and Orleans Parish School Board's $2B settlement with FEMA and OMB on New Orleans public schools' eligibility for Katrina damages, including the largest Public Assistance grant in FEMA history. Settlement was culmination of 12 months of intensive strategic positioning and entrepreneurial policy approaches resulting in 400% increase in FEMA funding for clients. Represented client in streamlined historic reviews involving $1B in historic investments resulting in successfully rehabilitating 50 K-12 campuses to Secretary of Interior Standards and concurrently designing to LEED Green designations by USGBC. Supported client requests for Congressional relief, and structured flexible use of funds to build schools for post -Katrina needs versus pre -disaster condition and provide for sustainable and resilient building practices. This effort is so successful that Congress wrote it into law under the Sandy Recovery Improvement Act. All FEMA applicants can now chose this model for forward -leaning recovery and resiliency. Negotiated all complex policy and tactical/ change management solutions with FEMA, State Office of Community Development (CDBG grantee) and GOHSEP (State emergency management grantee) on funding, compliance and risk -management matters related to RSD's $1.8B in FEMA and CDBG capital program recovery. Hagerty Consulting: Senior Associate. Supported FEMA's Katrina Response for New Orleans. Project Manager for FEMA Headquarters to reorganize and re -launch urban and community planning cadre. Project Manager to establish FEMA's ICS-compliant organizational structures for recovery operations at all event scales in consultation with all FEMA Region Directors. SME to FEMA on Greensburg, KS, MEMA cottage program, State of California catastrophic health emergency planning. SME, California Department of Health Pandemic, Earthquake, and Terrorist Functional Exercises and Catastrophe Planning: SME focused on funding entire catastrophe scenarios focused on eligibility, policy de -confliction as well as ideation on attenuating adverse community impacts. Katrina, Mississippi Emergency Management (MEMA): Permanent Housing Director. Transitioned the MEMA Cottage program supported through the FEMA Alternate Housing Pilot Program from temporary to permanent. Negotiated between MEMA and partners FEMA, MS Housing Authority, local cities, towns and counties, the Governor's Office, and VOADS on key policies and procedures for the relocation/permanent installation, and legal sale and/ or transfer of 3000 MEMA cottages to vulnerable residents, state and local governments. Directed remaining cottages into State surplus for public auction. FEMA, Katrina/Rita: Policy & Congressional Affairs Specialist. Interpreted FEMA PA policy on behalf of FEMA and recommended policy determinations on appeals. Drafted responses to Congressional questions on Katrina recovery. AECOM 171 25 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MArch, University of Sheffield (UK) BArch, University of Sheffield REGISTRATIONS/ CERTIFICATIONS Architect, registered in the UK AFFILIATIONS Board Director, Bay Area Council and Economic Institute Advisor, Bay Area Science and Innovation Consortium Guest Lecturer Stanford Design School Guest Lecturer: University of Oregon Business School Board of Advisors: Hewlett Packard AEC Public Private Partnership Conference (P3C) Board of Advisors Association of University Research Parks US National Academy of Science: US Government / Industry Research Roundtable MARK WHITELY, RIBA Bond Strategy/Planning Leader of AECOM's Strategic Management Consultancy, Mark possesses a rare combination of international, award -winning design experience and expertise in science and technology business transformation. Mark has gained his award -winning experience by spending the last 25 years working closely with executive leadership in the academic, government and corporate sectors across the globe. A specialist in leading complex organizational and operational process development for R&D, he links business optimization with growth and change implementation strategies in finance, human capital, technology and infrastructure. SUMMARY OF RELEVANT EXPERIENCE Clemson University 15-Year Capital Improvement Plan, Clemson, SC: Project Principal. Development of university strategic plan with individual College plans to create an integrated physical, financial and resource plan. Development of space programs and academic outcomes for each building project. For the Program Prioritization Model: development of growth and change in human, organizational facility needs based on program enrollment and research expenditure priorities. - Project value: $1 billion over a 15-year capital projects roll -out. Dates: 2018-2019 (plan). Client contact: Phil Landreth, Assistant Vice President for Academic Operations, (864) 656-4487, Iralph@clemson. edu, 206E Sikes Hall, Clemson, SC 29634. United States Airforce Academy, Cyberworx, Colorado Springs, CO: Planner. Academic planning, business modeling, programming, and design for 100gksf engineering design innovation center linking military needs, graduate development and industry partnerships in R&D. - Project value: $50 million (construction value). Dates: 2017-ongoing. Client contact: Lt. Col. Douglas Howe, (719) 510-1244, douglas.howe@ usafa.edu. Detroit Water and Sewer Capital Improvement Program & Contractor Participation Model, Detroit, MI: Organizational Change Management Expert. Capital Improvement Program: Labor market assessment, and internal resources assessment leading to planning for an inclusive workforce pipeline that facilitates DWSD to stand up an organization capable of sustaining the CIP. Contractor Participation Model: Plan to develop Increased contracting opportunities for DBEs small businesses and Detroit based businesses based on national best practices. Project value: $1 billion (construction value). Dates: 2019-ongoing. State of California Department of Natural Resources & Health and Human Resources Change Management: Project Principal. Department of Natural Resources Change Management: Integrated resource planning, engagement and operational change management to consolidate seven AECOM 172 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MARK WHITELY Bond Strategy/Planning dispersed departments of 3,500 staff into a single integrated building. Health and Human Services Strategic Plan: Integrated strategic planning, engagement and operational change management to consolidate three dispersed departments of 1,500 staff into a single integrated campus. - Project dates: 2017-2018. Client contact: Michael J. Meredith, DBIA, Capital Outlay Program Manager, Department of General Services, (916) 376-1661 University of Central Florida, Orlando, FL: Project Principal. Strategic Academic and Master Planning: Creation of a transformational academic roadmap for a new downtown innovation campus of 15,000 students. Organization financial and real estate strategies to integrate the programs of 5 schools with social, economic and local business needs; Creation of MOU/P3 agreements with local Community leaders, Mayor of Orlando, Chambers of Commerce. Development and Outreach: Development of branding and communications products associated with the downtown campus publicity campaign. - Project value: $1 billion (construction value). Dates: 2014-2016. Client contact: Paul Lartonoix, Assistant Vice President, (407) 823-2566, paul. lartonoix@ucf.edu. Colorado Department of Transportation, Mobility Strategic Plan, Denver, CO: Strategic Business Planning Leader. Creation of metrics -driven innovation plan that links future investments in technology, data and mobility with Governor's plan for the future of Colorado through operational and resource improvements and refocusing. - Project value: n/a (strategic plan, not construction). Dates: 2018-2019. Client contact: Wes Maurer, (303) 319-5121, wes.maurer@state. co.us. Alleghany County Economic Development Corporation, Drone Zone Strategic Business Growth Plan, Alleghany County, VA: Planner. Strategic Master Plan: Visioning, economic modelling, branding, transportation, physical and business planning and public private partnership study for regional autonomous aerial vehicle ecosystem. Visioning and Engagement: Facilitated outreach to city, private operators and investors, State, and Federal agencies and local community. Client contact: Marla Akridge, Executive Director, (540) 862-0936, marla@ahedc.com. AECOM 173 40 YEARS OF EXPERIENCE FIRM CES EDUCATION BS, Civil Engineering, Florida International University BS, Electrical Engineering, University of Miami AFFILIATIONS Institute of Electrical Electronic Engineers American Society of Civil Engineers National Society of Professional Engineers Cuban Engineering Society Save International ERNEST CANO, MEP MEP Specialist Ernest (Ernie) Cano has over 40 years of experience in engineering design, construction, project and program management for governmental, residential, commercial, water and sewer utilities and fast track Design Build projects. He has extensive experience in improving the efficiency of systems and deploying procedures to ensure that project completion dates are achieved ahead of schedule and within budget. Throughout Ernie's career, he has established, managed and led effective project teams to accomplish project goals in conjunction with State and local governmental agencies. His areas of expertise include construction, contract administration, project controls, project management, and project and construction scheduling. SUMMARY OF RELEVANT EXPERIENCE Miami Dade County Aviation, Miami International Airport North Terminal Development Consolidation Program (NTDCP) at Miami International Airport (MIA), Miami, FL: Project Manager. Responsible for the AB Infill Building Shell and Finish Project, representing the largest portion of the North Terminal Development Program. This $400 million project consisted of an expansion building shell of approximately 280,000 sq. ft. and interior finishes. The upgrade provided four new aircraft gates, two automated people mover stations, two TSA security checkpoints and a baggage handling system. Ernie ensured the project was within budget and on schedule. In coordination with the Design Professional, Ernie managed the General Contractor to resolve construction/design issues and supervised contractual agreements including negotiation of change orders and service orders. While in this role, Ernie also supervised a large staff including the Site Manager, Design Manager, Design Professionals, field personnel, Cost Engineer and Scheduler. Project value: $400 million. Dates: $400 million. Client Contact: Enrique Perez, (305) 869-3659 or (305) 213-1867, eperez@miami-airport.com, 4331 NW 22nd street, Miami, FI. 33142 Miami -Dade Water and Sewer Department Consent Decree Program, Miami -Dade County, FL: Construction Manager. Acted as the Area Construction Manager overseeing work under the County's $1.6 billion program consisting of dozens of projects and including more than 40 pump stations, 50 miles of force/gravity main lines, and a 96" diameter tunnel from Virginia Key to Fisher Island. In his role as Consent Decree Area Construction Manager, Ernie provided oversight of projects being directly managed by the Client, supervised construction managers, and personally managed consent decree program projects. Ernie worked with Construction Managers, Project Engineers and Field Inspectors to ensure that this highly complex program was delivered within budget and on schedule. In addition to customary construction management responsibilities, Ernie was responsible for coordination of all design 174 AECOM 1 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami ERNEST CANO, MEP MEP Specialist quality control of projects designed by outside consultants and in-house, permitting, and US EPA compliance certification. Project value: $1.6 billion. PortMiami Cargo Yard Densification Phase 1F, FPL Vaults 3A and 4, Miami, FL: Construction Manager for this project as a sub to Odebrecht, involving the construction of infrastructure improvements in the active PortMiami Cargo Yard for the use of Electric Rubber Tire Gantries (eRTG). The constructed improvements included furnishing and installation of concrete runways and turning pads, eRTG high wind/storm tie -downs and associated foundations, pavement, pavement marking and signage, grading and drainage for the runways, and a reefer rack structure and foundations. The project also required the construction of two new Florida Power and Light (FPL) vaults, a ductbank from the FPL substation on the Port to the FPL transformers, electrical connections to the owner -provided bus bars, and ancillary construction and coordination tasks to successfully complete the project. Project value: $1 million. Dates: 1/2019-7/2019. Client contact: Alf Neumann, (786) 367-7606, aneumann@odebrecht. com, 6505 Blue Lagoon Drive, Suite #465, Miami, FI. 33146 Miami -Dade Aviation Department (MDAD), North Terminal Development Program (NTDCP) at Miami International Airport (MIA), Miami, FL: Construction Manager. Managed the Miami International Airport/ American Airlines joint $3.9 billion North Terminal Development Program consisting of 3.2 million sq. ft. of construction and 48 new aircraft gates. The North Terminal Program was a multi -phase construction program segregated into more than 50 distinct projects. Ernie reported directly to the North Terminal Program Director and was responsible for leading Senior Project and Design Managers to ensure that all projects were maintained within budget and on -schedule. Other responsibilities included coordination of all Design/ Construction Quality Control and Safety Programs, reporting any unanticipated chances in the scope of work that might potentially alter the critical path of the overall program activities. Ernie was also directly responsible for overseeing the Managing General Contractor contract and ensuring timely payments for completed work. While in this role, Ernie organized a Dispute Resolution Committee tasked to address any project issues which were not resolved at the project team level. Project value: $3.9 billion. Florida City Pump Station Improvements, Pump Station Refurbishments, SCADA Technology and Force Main Valve Replacement, Florida City, FL: CES Construction Manager for upgrade of sewer pump stations (mechanical, electrical and structures), pump stations pumps replacements, force main valve replacements, road restoration installation of water mains and water services. Project consists of upgrades to and refurbishment of City of Florida City Sewer Pumping Stations No. 2, 3, 4, 7, 10, 11, 12, 14, 16, 17, 18, 20, 22, 23, 24, 25, 26, 27 & 29. The work included the installation of isolation valves in the force main system, water and force main upgrades, and SCADA Improvements. Project value: $1.4 million. Dates: 7/2019-4/2020. Client contact: Eduardo Ruiz, (786) 354-1070, eruiz@baljet.com, 10661 N. Kendall Dr, Suite #218, Miami, FI. 33176 175 AECOM 2 15 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Industrial Engineering, Worcester Polytechnic Institute, MA REGISTRATIONS/ CERTIFICATIONS Electrical Contractor, State of FL, #ER13014319 Journeyman Electrician, Pinellas County #J-4804 MATT PASSARO Electrical Designer Mr. Passaro is an electrical designer with 15 years of experience in engineering and design of lighting, power distribution, generators, UPS, fire alarms, and telecommunications. Mr. Passaro's experience includes designs of retails, office buildings, auto dealerships, parking garages, warehouses, medical buildings, schools, municipal and transportation facilities, and multi -family dwellings. He has managed electrical design of new and renovation projects. He has performed photometric analysis of interior and exterior lighting layouts, utilizing computer modeling. Additional areas of expertise include lightning protection and grounding. He is also well -versed in construction administration. SUMMARY OF RELEVANT EXPERIENCE Florida Department of Transportation Cocoa Operations Center, Brevard County, FL: Electrical Designer; created Electrical Design plans and specifications of new Administration Building, Vehicle Repair Shop, and Support Buildings. The scope of this project included interior and exterior lighting controls, branch circuiting calculations and design, complete generator back-up system, fire alarm system, security and access controls. Coordination with electrical utility provider to ensure the owner requested service voltage would be available for the project. Attended design meetings to coordinate the owner specific needs in the Vehicle Repair Shop. All LED Interior lighting is controlled by Lutron n-Lite Series. Lutron n-Lite series utilizes line voltage power packs which have 0-10 volt dimming capabilities for LED fixtures. The power packs work with compatible low voltage occupancy sensors, vacancy sensors, wall switches, touch panels for scene selection in training and conference rooms. - Project value: $14 million. Dates: 2015-2017. Client contact: Dee Zinck, Florida Department of Transportation, (386) 943-5512, dee.zinck@dot. state.fl.us, 719 S. Woodland Blvd, DeLand, FL 32720. Greater Orlando Aviation Authority (GOAA), Orlando International Airport (MCO) CCTV System Upgrades, Orlando, FL: Electrical Designer. Electrical Design of fuel farm perimeter site lighting for new CCTV system. The scope of this project consisted of providing a site visit to determine the existing conditions and infrastructure to accommodate new LED pole mounted lighting. Electrical load, photometric, and voltage drop calculations where conducted to assist the CCTV system's ability to monitor the perimeter security fence. - Project value: $305,000. Dates: 2017-2019. Client contact: Tuan Nguyen, GOAA, (407) 825-4662, 5855 Cargo Road, Orlando, FL 32827. Volusia County Public Works Operations Center, DeLand, FL: Electrical Designer. Electrical Design plans and specifications of new Administration Building, and two Ancillary Buildings. The scope of this project included AECOM 176 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MATT PASSARO Electrical Designer interior and exterior lighting controls, branch circuiting calculations and design, generator back- up system for administration building, fire alarm system, security and access controls. Coordination with electrical utility provider to ensure the owner requested service voltage would be available for the project. Attended design meetings to coordinate the owner specific needs in the facility. Advanced energy metering specifications along with energy management lighting and power controls was included in the electrical design to comply with ASHRAE-90.1 and Florida Energy Code. - Project value: $10 million. Dates: 2019-ongoing. Client contact: Benjamin Bartlett, Volusia County Public Works, (386) 822-6422, bbartlett@volusia. org, 2560 FL-44, DeLand, FL 32720. Coral Gables Public Safety Building, Coral Gables, FL: Electrical Designer. Electrical design and drawings for six -story building (consisting of police department, fire department, human resources, emergency operations and 911 call center, and a multi -story parking structure). The scope of this project included design of power distribution, generator sizing, fire alarm system, and lighting branch wiring and controls. Lighting controls were designed to exceed the requirements of Florida Energy Code for LEED points. Advanced energy metering specifications along with energy management lighting and power controls was included in the electrical design to comply with ASHRAE-90.1 and Florida Energy Code. Electrical post design and construction administration responsibilities are to review and comment on power, lighting, UPS, generator, electrical gear, and provide technical responses to RFIs issued by contractors. - Project value: $52 million. Dates: 2018-ongoing. Client contact: Ernesto Pino, City of Coral Gables, (305) 460-5004, epino@coralgables.com, 2800 SW 72nd Avenue, Miami, FL 33155. Additional Representative Projects SR 821 (HEFT) Widening from 1-75 to South of NW 57th Avenue (Red Road), Florida's Turnpike Enterprise, Miami -Dade County (87471) and Broward County (86471), FL: Electrical Designer. Assisted in the roadway lighting, photometrics analysis for electrical design including all design calculations and developing plans for lighting, and control systems. Worked with Florida's Turnpike Enterprise to complete design services of the SR 821 (HEFT) widening from 1-75 to south of NW 57th Avenue (Red Road) project. (FPID: 435546-1-52-01). Dates: 2017-ongoing. Electrical Designer, 44th Avenue East (45th Street East to 44th Avenue Plaza East), Manatee County, FL: Electrical Designer. Assisted in the roadway lighting, photometrics analysis for electrical design including all design calculations and developing plans for lighting, and control systems. Project includes the extension and reconstruction of 44" Avenue between 45" Avenue East to 44" Avenue Plaza East. The project includes a new bridge over Braden River, is located in south-central Manatee County, and will provide an alternate east/west route through Manatee County between SR-64 and SR-70 to the west of existing 1-75. The existing two-lane rural facility will be reconstructed as a four -lane urban facility to include bike lanes and sidewalks. Dates: 2017-ongoing. Bartow Municipal Airport, Bartow Municipal Airport Development Authority, FL: Electrical Designer. Electrical design of improvements that include the airport entrance road, pre -manufactured guard shack, and lift station. Responsibilities included providing electrical service for street lighting along the entrance road and upgrade of existing terminal parking lot lighting from metal halide to LED, including the associated photometric calculations and observations of new lighting. Dates: 2016-2018. AECOM 177 9 YEARS OF EXPERIENCE FIRM PCI EDUCATION BS, Electrical Engineering and Technology, DeVry University WILLIAM CHOW Electrical Inspector/Estimator/Change Orders Mr. Chow is an engineer with over eight years of experience in estimating, cost engineering, project management, electrical engineering, procurement, project controls and construction management of water & waste water, aviation, baggage handling system projects and programs. He is an efficient AutoCAD drafter and HMI developer and is also very effective at communicating with team members to convey the needs of the client and how to complete with quality and efficiency. He also has wide knowledge in different computer programming languages (Allen Bradley, Java, C++, C#, T-SQL, VB 6.0, VB.NET and C#.NET) and hardware integration. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade Water and Sewer Department, Priority Projects (Consent Decree Program), Miami, FL: Electrical Estimator/Inspector. The $2 billion Consent Decree Program is an expansion of the Water & Sewer Department Collection, Transmission and Treatment systems as required by the Consent Decree with the EPA. This large and complex program spans over 10 years and includes over 180 projects. Due to very high penalties associated with the set project milestones in the Consent Decree, the schedule coordination, management and control of various projects is crucial to the success of the program. William assists the cost and estimating teams with review of budget, estimates, commitments, cost validation, review of consultants' estimates, contractors' bids, change proposals and earned value. Support negotiations for projects ranging from WWTP, Transmission/Collection System and Pump Stations. Analyze cost impacts, support estimating in direct and indirect costs, coordinate with the PMs and A/E on alternatives; evaluate possible alternatives and life -cycle costing, including recommendations for preferred options based on value analysis. - Project value: $1 billion. Dates: 2014-ongoing (-2026). Client contact: Lynnette Ramirez, Senior Advisor, Capital Projects & Compliance, (786) 552-8204, lynnette.ramirez@miamidade.gov PortMiami, Capital Improvement Program, Miami, FL: The $1 billion CIP is to renovate and build several new Cruise Terminals including Cruise Terminal B - $200 Million 166,500 SF Terminal for Norwegian Cruise Lines; Cruise Terminal F for Carnival; Cruise Terminal H Bulkhead wall - $45 Million bulkhead modification including new seawall, dredging, extension of berth; and Cruise Terminal V for Virgin Voyages. As a part of the Program Management Consultant Services team, PCI is providing Estimating, VE, Scheduling, Phasing, Sequencing, Change Management, Construction Management services. Dates: 2019-ongoing (-2022) AECOM 178 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami WI' 1,IAM CHOW Electrical Inspector/Estimator/Change Orders Cleveland Clinic, Weston Expansion, Phase 2, Florida: Project Engineer. Working alongside Project Manager and Project Executive to provide budget oversight and management including estimating, change management, document and applications processing, payment, productivity, costs and quality control for the 100,000 sq. ft. construction project. Acting as liaison with architects, subcontractors, consultants, suppliers, inspectors, other job staff and owner's representatives in resolving issues related to plans and specifications. Manage and supervise at the project level all engineering and administrative policies, procedures and functions and coordination with project field operations. MDAD, Miami International Airport, Capital Improvement Program, Miami, FL: Project/Cost Engineer. Provided Miami Dade Aviation Department (MDAD) and American Airlines BHS consultation and support by creating project scope of work, contract scope, attended weekly meetings with MDAD and American Airlines on scheduling and budget of projects, and provided technical support for success of projects. Coordinated with MDAD, American Airlines, Battelle, Jordim, DC Electric, and Eulen for completion and ISAT. ISAT was a success and BHS system is operating currently at its optimum rate. Reviewed designs for project NTD. Attended weekly meetings to close out punch list items that were pending for Phase 3 of this project to be finished. All punch list items were completed and phase 3 of NTD was a success. American Airlines Upper Level Upgrade Succeeded as an oversight of American Airlines Upper Level Upgrade. Project scope, schedule, and budget were kept on track. Attended weekly project meetings to assure the project was on schedule and advised Brock on any adjustments to ensure no issues during onsite changes. Provided oversight support for Brock PLC upgrades. All upgrades were a success and the current Baggage Handling System is running smoothly. In depth understanding of all versions of PGDS for checked baggage inspection systems (CBIS) design. East-E-Linear Coordinated SAT with MDAD, TSA, MCM, and JBT. SAT was a success and the standalone system is currently running. Produced project scope, budget of mechanical/electrical supplies, and project design for project East-E-Linear. By reviewing project specs with MDAD, JBT, Jordim and DC Electric. Coordinated with HoneyWell, MCM and MDAD in order to test fire doors. Produced project estimations, schedule and design for graphic screens to monitor East-E-Linear in South Terminal. Coordinated with Block Box, JBT and DC Electric in order to effectively complete this project on time and on budget. AECOM 179 19 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Building Construction, Bachelor of Landscape Architecture, Colorado State University REGISTRATIONS/ CERTIFICATIONS Registered Landscape Architect, FL #6666962 AFFILIATIONS Construction Management American Society of Landscape Architects MICHAEL BROWN, PLA Landscape Support Michael Brown has managed and designed numerous projects and has provided excellent client service during his 19 years as a Landscape Architect in both Seattle, Washington and Orlando, Florida. Mr. Brown is experienced in site analysis, site planning, design documentation, hardscape, landscape design & construction, construction methods, bidding, permitting, and construction administration. Mr. Brown has special interest in sustainable infrastructure and often finds way to incorporate green design into projects in a cost-effective manner. SUMMARY OF RELEVANT EXPERIENCE Lakefront Park, Kissimmee, FL: Served as Project Manager and Designer for this 25-acre lakefront park in the City of Kissimmee. The lakefront park utilizes innovative stormwater management, flexible civic space design, active and passive waterfront recreation, and world -class art installations to create the premiere community gathering space for the citizens of Kissimmee as well as their surrounding neighbors. This project has won awards and recognition by state and local agencies, including the FLASLA, the AIA and The Florida Stormwater Association. As the project manager, Led every phase of design and documentation for this project. • Project value: $31 million. Dates: 2006—Ongoing. Client contact: Steve Lackey, Assistant Director, (407) 518-2342 , slackey@kissimmee.org, 101 Church Street, Kissimmee, Florida 34741 Lakeshore Boulevard Improvements, Kissimmee, FL: Project Manager and Designer for a roadway project in the City of Kissimmee. The project includes improvements to Lakeshore Boulevard, a half mile long waterfront roadway that connects downtown Kissimmee to Lake Tohopekaliga (Lake Toho) and a residential neighborhood. This roadway integrates green infrastructure while serving as an improved pedestrian and driver experience. The project also includes new traffic signalization, traffic calming and an expanded public park between the road and Lake Toho. In addition, the project includes improvements to Brinson Park consisting of roadway and parking improvements, as well as a new restroom facility and other park amenities. Lancaster Ranch Park, Kissimmee, FL: Served as Project Manager and Lead Designer for 160-acre park project in the City of Kissimmee. AECOM has been the Master Park Planner for the development of this important community park. Nicknamed "The City's Backyard" this park is being planned for all people to enjoy the outdoors. Bordered on the south by Shingle Creek, this natural amenity provides various recreational opportunities for park users. A natural and passive open space also lends itself to other recreational opportunities. During the public outreach portion of the master planning process and five main park program themes. AECOM 180 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MICHAEL BROWN, PLA Landscape Support Downtown Waterfront Master Plan, St. Petersburg, FL: Project Manager for this master planning effort for the City of St Petersburg. Led a multi -disciplinary team of designers, engineers, environmental and waterside experts to build public consensus and final plan adoption by the City. An intense public engagement process including walking audits, community meetings, stakeholder meetings and public workshops led to planning principles and design concepts all vetted by the community. The final master plan included areas for redevelopment, park activation, marina and boat slip reconfiguration, resilience planning, neighborhood revitalization, street network redesign and set up the approach to the redesigned St Pete Pier. Lori Wilson Park, Cocoa Beach, FL: Served as Project Manager and Lead Designer for this 30-acre community park. AECOM provided the client with park master planning services to re -imagine the existing park into a park space that preserves and enhances the natural areas while providing engaging spaces for park users. The park site is adjacent to Cocoa Beach and the Atlantic Ocean. Enhancements to dune crossover boardwalks, a public building with surf museum, beach rescue offices and concessions will add needed public appeal to this prime piece of beachfront real estate. City of Eustis Downtown Streetscapes, Eustis, FL: Project Manager for the historic downtown streetscape design and construction. AECOM provided the City of Eustis with a Downtown Vision Masterplan that provided projects for the City to take action on. This streetscape project serves as the first piece of that revitalization vision. Four blocks of a small downtown retail district have been improved by converting one-way traffic to two way, introducing brick streets, on -street parking, trees, lighting and furnishings which help create a rich and vibrant space for future retailers to open businesses and attract visitors to the downtown. Mirror Lake Park, St. Petersburg, FL: Served as Project Manager and Designer for this downtown park and has led the phase 1 master planning effort and construction documentation for a pedestrian sidewalk/trail around Mirror Lake in downtown St. Petersburg. This park design reshapes the area around the lake to capture more green space for pedestrian activities. Boardwalks, floating docks, plaza spaces, signage and new plantings have been designed to respect the area's historic buildings and period architecture. This park will attract visitors for picnics, social gatherings, exercise, strolls around the lake and wildlife viewing. EDGE District Improvement Plan, St. Petersburg, FL: AECOM was retained by the city of St Petersburg to provide planning services for the EDGE. Through extensive public outreach and community involvement AECOM developed a master plan that respects Central Avenue's eclectic retail strength while being thoughtful of future economic growth opportunities. A framework was also established for the implementation of development projects. The Plan established four main goals for the City and the EDGE District to move forward with. This project is the recipient of the 2017 Outstanding Main Street Award for Private -Public Partnership of the Year. Laureate Park at Lake Nona, Orlando, FL: Served as Project Manager for ongoing community planning and open space landscape architectural design for this TND Planned Community. This planned community is comprised of over 900 acres of neighborhoods, trails, lakes, parks and other public and neighborhood amenities. These amenities include several community gardens, tot lots, mew spaces, streetscapes and a network of trails for a range of uses including equestrian, bicycles and walkers/joggers. Alfred I. duPont Testamentary Trust, Jacksonville, FL: As Project Manager and Designer, provided document services for a new headquarters for the DuPont Testamentary Trust. The building, located on a one acre site on the shores of the St. Johns River in downtown Jacksonville, is designed as a 100-year building, adhering to a substantial resource efficient, green design program. Led the landscape architectural services for the project's site, green roof and indoor atrium garden. Close coordination enabled this project to fulfill green design initiatives while maintaining the legacy of the duPont name. AECOM 181 10 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Civil Engineering, New Jersey Institute of Technology, Newark NJ AS, Engineering Science, Essex County College, Newark NJ REGISTRATIONS/ CERTIFICATIONS General Contractor, FL #CGC1528396 CAD Certification, Autodesk AutoCAD and Inventor LIVERACHE MEJIA Assistant Project Manager Liverache Mejia is an accomplished Project Manager with nearly 10 years of experience. He has a track record of high client satisfaction in his performance managing multi -million -dollar projects of high complexity. He is bilingual, highly motivated, and possesses an outstanding work ethic. SUMMARY OF RELEVANT EXPERIENCE Jackson Health System's Miracle -Building Bond Program, Jackson Memorial Hospital, Miami, FL: Assistant Project Manager, Construction Design Department. Manage relationship with third party developers, contractors/consultants, AHCA and engineer personnel. Lead development of project specific proposal, work plans, schedules, project completion. Conduct site visits of active projects, coordinate work with execution teams and assure project are adequately staffed. Responsible for cost accounting, budget management and carrying on activities within the construction phases. Project value: $1.4 billion (program aggregate). Dates: 2017-ongoing. Mejia Stone & Tile, LLC, Various Projects, Hollywood, FL: Project Manager. Analyzed, review and understand construction drawings for takeoffs. Prepare bid proposal, evaluating construction labor rate for construction contracts. Contact vendors and suppliers for material delivery and coordinates day-to-day activities. Manage labor at the job site to ensure project completion. 2016-2017. Estrutura Construction Management, Various Projects, Miami, FL: Project Manager/Civil Engineer. Supervised projects employee, external contractors and sub -contractors. Coordinate meetings and activities with Architect, Engineers, Contractors and Sub -contractors. Perform drafting according to specifications, ensure compliance with city departments. Obtain all necessary permits at the city departments. Oversee labor activities during construction phase. Submit RFIs to engineers and architects. 2015-2016. Arnold Furniture, Various Projects, Irvington, NJ: Project Manager. Developed and executed project plan to ensure all schedule deadlines. Provided consistent interaction with the client, vendors, and subcontractors to ensure the completion of work. Utilized knowledge of various machines, engineering practices, mathematics, and building materials. Converted existing production drawings to SolidWorks. 2013- 2015. »this page left intentionally blank« AECOM 182 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami LIVERACHE MEJIA Assistant Project Manager »this page left intentionally blank« AECOM 183 29 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Foreign Civil Engineering, PE Degree Cuba, BS-Civil Engineering (Accreditation of degree in USA) REGISTRATIONS/ CERTIFICATIONS TIN #: R22500072 CTQP 2-22/Asphalt Paving Technician, Levels 1 and 2 6-20/Concrete Field Technician, Levels 1 and 2 9-21/Earthwork Construction Inspection, Levels 1 and 2 9-21/Pile Driving Inspection 12-22/Final Estimate, Level 1 ALEJANDRO MAYA Field Inspector Alejandro Rosas-Maya has knowledge in heavy construction, gained from construction experience in Cuba and the United States. SUMMARY OF RELEVANT EXPERIENCE North Dakota Department of Transportation: Long X Bridge Construction, ND: Served as Senior Project Inspector. This $35 million project consisted of new bridge construction to replace the existing metallic bridge crossing a Little Missouri River US-85 at McKenzie County North Dakota. The new bridge along two miles of road construction, consists of two abutment settings in H Steel Piles (74X102 —100 foot depth) and five piers on Little Missouri River channel setting on the same steel pile size. Lantana Airport-Southside Redevelopment Phase 1 & 2, Palm Beach County Department of Airports; Lantana, FL: Acted as the Resident Project Representative for the Lantana Airport redevelopment project. Work included installation of storm drainage, water and sewer, excavation of ponds, embankment, stabilization, base, structural asphalt, electrical conduits, F.O.C., hangar construction, lighting, signing and markings, landscaping and irrigation. Florida East Coast Rail Road Crossing Rehabilitation Program, FDOT District Four and Six, FL: Served as Senior Inspector. The project involved rehabilitation of existing rail road crossing, closing the traffic during the weekend to minimize public impact, replacing the existing Rail track, Rail track ballast bed, adjusting the new rail track profile elevation, paving at approach and crossing sections and pavement marking. Palm Beach International Airport/ FDOT, FL: Resident Project Representative for project consisting of the rehabilitation of existing Taxiway-C, Parallel to Runway 28R-10L. Majors activities included milling and resurfacing, pavement markings and signalization improvements. SR-997 Krome Avenue Widening, FDOT District 6, Miami -Dade County, FL: Served as Senior Inspector. As part of the SR-997 widening, provided construction inspection of the two 116-foot long bridges, southbound and northbound. The bridges consist of piles, caps end bent, Florida I -Beams [FIB-45], and cast in place bridge decks construction. Florida Turnpike Homestead Extension (HEFT) Widening, Florida's Turnpike Enterprise, FL: Senior Inspector for project involving widening three miles of the Florida Turnpike from SW 72 Street to SW 40 Street. The widening included the addition of six lanes (two southbound, two northbound, and two medians) as well as widening five bridges (four on the Turnpike main roadway) and demolition construction of one existing bridge at SW 40 Street Exit in South Miami. The construction included AECOM 184 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami ALEJANDRO MAYA Field Inspector pile installation, caps and Back wall construction at the moment, future work, beams installation, decks construction. 1-75 Express Lanes from North 1-75 Connecting to 1-595 East, FDOT District Four, Davie, FL: Served as Bridge Inspector. The project consisted of construction of a one -mile long flyover bridge as part of 1-75 Express Lanes, Segment E project. The bridge design consisted of two end -bent (pile -caps) and 16 piers of (48x48x12) feet with (12x8) foot columns sections and 30 feet high. The spans are 160 feet long and were constructed using Florida U-Beams and typical concrete bridge decks. Responsible for inspection of mass concrete pour and reinforcing steel for critical structures. Fort Lauderdale -Hollywood International Airport Expansion Program, Broward County, FL: Senior Inspector for $790 million project consisted of the construction of a new 1.5-mile runway with side taxiway. The project included five bridges crossing over US-1. Responsible for embankment and sub -grade construction, cement -treated base and Portland concrete pavement construction inspection. SR-90/US-41 Tamiami Trail, FDOT District One, Collier County, FL: Served as Inspector. This project consisted of the installation of new guard rail system installation of 41 Bridges and 37 miles of four -foot shoulder widening from SR-29, Collier County to Miami Dade County Line. SR 25 (US 27)/SR 80 Interchange, FDOT District One, Hendry County, FL: Served as Inspector. Improvements under this Contract consisted of new construction, reconstruction, milling and resurfacing, widening, MSE walls, drainage structures and improvements, lighting, signing and pavement marking and signalization and new bridge construction (over SR 25/US 27) on SR 80, SR 80/25/ US 27 and SR 25/US 27 interchange in Hendry County. The project was constructed by Ajax Paving with an initial cost of $18 million over a period of 800 days. Tamiami Trail West of Krome Avenue, U.S. Army Corps. of Engineers Everglades Restoration Project, FDOT District 6, Miami, FL: Served as Inspector. This project consisted of the construction of an one -mile long new bridge on SR 90 Tamiami Trail. The bridge will provide two 12-foot-wide travel lanes with ten -foot shoulders and outside barriers. The design of the Tamiami Trail bridge and road improvements are to standards set by the FDOT. The bridge was constructed immediately south of the existing roadway. Responsible for pile driving and concrete inspection for bridge construction and documentation. SR 482 (Sand Lake Road) Improvements from Orange Blossom Trail to Presidents Drive, Florida Mall Associates, Orlando, FL: Inspector for widening of SR 482 (Sand Lake Road) from an existing four - lane section to six lanes within the existing right-of- way. Project highlights included: utility relocations (4,700 linear feet) water main and force main (4,000 linear feet), installation of storm drainage system, earthwork embankment, base, asphalt, milling sand resurfacing, and signalization. Project highlights included: utility relocations (water main and force main, installation of storm drainage system, three box culvert extensions, nine new ponds, earthwork embankment, base, milling and resurfacing, asphalt and signalization. Responsibilities included maintaining the density log book for roadway, drainage and utility construction; concrete testing; utility installation inspection; observing the asphalt placement; maintaining field books; and tracking quantities. US 301 Reconstruction, FDOT District One, Manatee County, FL: Served as Inspector. This project was a $21 million, two-lane to four -lane reconstruction project, approximately four miles in length. The project included MOT, erosion control, earthwork, over 34,000 LF linear feet of storm drainages from 18-inch to 72-inch and associated structure, stabilization, base, asphalt, curb and gutter, lighting, striping and performed turf. The project also included extensive water and waste water utility improvement. AECOM 185 28 YEARS OF EXPERIENCE FIRM AECOM EDUCATION AA, Engineering Science, Miami Dade Community College REGISTRATIONS/ CERTIFICATIONS TIN#: S20010061 CTQP 12-23/Asphalt Paving Technician, Levels 1 1-21/Concrete Field Technician, Level 1 10-20/Concrete Field Technician, Level 2 4-23/Earthwork Construction Inspection, Levels 1 and 2 10-20/Drilled Shaft Inspection 10-20/Pile Driving Inspection 11-21/Final Estimates, Levels 1 and 2 CARLOS SOUSA Field Engineer Carlos Sousa has more than 28 years of Contract Support Specialist (CSS) experience working on Florida Department of Transportation (FDOT) projects. He is familiar with utilizing e-Construction, which is a paperless electronic means of communicating. This includes the collection, review, approval, and distribution of highway construction contract documents in a paperless environment mainly accomplished by utilizing digital signatures and project collaboration sites, with the support of other technology (i.e., PSSP, PDF software, and CAD). It also involves preparing electronic Final As -Built Plans, processing monthly and final estimates packages, contract changes (supplemental agreements and work orders, etc.), daily work reports, contractor correspondence, e-field books, ITSFM, MAC Material Certification Compliance, PTS, Bluebeam Revu Extreme, CIM, CPPR, ERC, SiteManager entries and final estimates quality assurance reviews. SUMMARY OF RELEVANT EXPERIENCE Florida Department of Transportation, District Four: General CEI Services for Broward Operations Center, FL: As Contract Support Specialist/Senior Inspector, responsible for CSS duties associated with the following: SR 820 Hollywood Blvd $8M project consisted of sidewalks, drainage improvements, milling, resurfacing, earthwork, stabilization, sod, signing upgrades and pavement markings. SR 816 $2M project consisted of sidewalks, concrete C&G, drainage, landscape, signing upgrades and pavement markings. SR 9 $2M project consisted of widening, asphalt, sidewalks, drainage improvements, milling, resurfacing, sod, signing upgrades and pavement markings. SR 858 $2.5M project consisted of widening, asphalt, sidewalks, guardrail, fiber optic, drainage improvements, milling, resurfacing, sod, signing upgrades and pavement markings. Project value: $8 million. Dates: 2019—Ongoing. Client contact: Erik Nemati, Project Manager; (954) 299-6441. Florida Department of Transportation, District Three: CR-259 Ward Creek Bridge, Jefferson County, FDOT District Three, Jefferson County, FL: Served as Contract Support Specialist. This $4 million project consisted of bridge, milling, resurfacing, pile installation, earthwork, stabilization, riprap, guardrail, sod, signing upgrades and pavement markings. Florida Department of Transportation, District Four: SR-809/Military Trail from Lake Worth Road to South of SR-80/Southern Boulevard, Palm Beach County, FL: Contract Support Specialist for $8.5 million project consists of milling, resurfacing, two component polyurethane injection, soil stabilization, pipe lining and minor drainage improvements, signalization upgrades, pedestrian upgrades, new ITS consisting of four arterial dynamic message signs and 14 trail blazers, signing upgrades and pavement markings. AECOM 186 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami CARLOS SOUSA Field Engineer Florida Department of Transportation, District Four: General CEI Services for West Palm Beach Operations Center, Palm Beach County, FL: Served as Contract Support Specialist. Responsible for CSS duties associated with WPBOP final estimate audits (field) and processing ongoing jobs to ensure quality and with running in house jobs. Florida Department of Transportation, District Six: SR 826/SR 836 Interchange Design -Build Finance, Miami -Dade County, FL: As Contract Support Specialist/QA, assisted in close out, Material Certification Package and final estimate submittal to District. This project included the design and construction of 46 bridges with over four million cubic yards of embankment. The 46 bridges consisted of 32 Florida I -Beam Category 1 bridges and 14 Florida I -Beam and Steel Category 2 bridges (including four segmental bridges). The project scope included 6.8 million tons of dirt removal (approximately 300,000 dump truck Toads), 30 miles of concrete pile length, 16 miles of drainage pipe, 8,636 tons of reinforcing steel, 180,000 tons of asphalt, 16 miles of bridge beams, 760,000 square feet of retaining wall, 35,000 linear feet of guardrail, and 5.7 miles of concrete wall separating traffic lanes. Florida Department of Transportation, District Six: SR 9A (1-95) from Biscayne River Canal to Golden Glades Interchange and from NW 79th St. to NW 103rd St., Miami -Dade County, FL: Served as Contract Support Specialist/Senior Inspector, The improvements under this $14 million project consisted of rigid slab replacement on SR 9A/I-95 northbound and southbound from Biscayne River Canal to Golden Glades Interchange. Projects included: SR 9A/I-95 Northbound and Southbound from NW 79th Street to NW 103rd Street and four ramps along SR 9A/I-95 Southbound from Biscayne River Canal to NW 125th Street. Florida Department of Transportation, District Four: General CEI Services for West Palm Beach Operations Center, Palm Beach County, FL: As Contract Support Specialist, responsible for CSS duties associated with WPBOP final estimate audits (field) and processing ongoing jobs to ensure quality and running in house jobs under Standard/ Streamline/Push Buttons Contracts. Florida Department of Transportation, District Four: I-75/SR 93 Phase I at Miramar Parkway and SB Aux. Lane Improvement; I-75/SR 93 Phase 2 from left to Miramar Parkway NB (Design -Build), Broward County, FL: Served as Contract Support Specialist. This $12.1 million milling and resurfacing project entailed improvements from the Turnpike extension to Miramar Parkway. The improvements included the replacement of the existing bridge deck, outside widening of the NB and SB lanes from the Turnpike extension to the interchange. NW 25th St. Viaduct —SR 826/Palmetto Expressway, FDOT District Six, Miami -Dade County, FL: Contract Support Specialist for the $11 million reconstruction of NW 25th Street from SR-826/Palmetto Expressway to NW 67th Ave. The improvements also included construction of the NW 25th Street Viaduct, from a point east of SR-826 to NW 22nd Street. This was a multi FPID project which included JPA. SR 804 Boynton Beach Boulevard Bridge over 1-95 and CSX Bridge over Railroad, FDOT District Four, Palm Beach County, FL: Served as Contract Support Specialist/QA. The project involved roadway and bridge reconstruction project. AECOM 187 44 YEARS OF EXPERIENCE FIRM AECOM tuU ATION BS, Natural Resources University of Vermont, 1976 REGISTRATIONS/ CERTIFICATIONS OSHA 30 Certification AECOM /Pure Safety-UL DOD/FEMA — JPAS Clearance EDWARD A. MANSH I P, CET Field Inspector SUMMARY OF RELEVANT EXPERIENCE USACE, Hurricane Recovery Inspection, Tyndall AFB: Daily report on rotating 5-15 structures under repair for short- and long-term upgrade after storm damage /Hurricane Michael. Among these were Command/ Control facilities related to Tyndall's Weapons Evaluation Group. Temporary assignment - 90 days. VI Administration, CSI - Housing improvement/Hurricane recovery, US Virgin Islands: Temporary assignment - 90 days. Sumter County, Public Safety Centers - East Bushnell Fire Station and Wildfire Fire Station, FL ($32M): Deputy Project Manager for the construction of two County Public Safety Centers. These facilities encompass Fire and Sheriff's administration, LE/911 dispatch offices and Emergency Management Ops center. Intensive design execution for data rooms and raised floor communications configuration. Facilitated an early delivery and the project completed within budget. Cheyenne Mountain AFS, NORAD facility with a five -person Title II team for SABER contract inspection and surveillance, Cheyenne, CO ($12M): Served as CET on three high visibility projects at this facility. Exterior to the complex I attended to a flood mitigation project with installation of debris flow ring -nets as well as construction of a detention basin and related drainage structures. I also was responsible for oversight of a project to upgrade the Mountain access security portal. Manship was also engaged in construction of facilities for server installation and a training complex inside NORAD. Cannon AFB, NM ($66M): Assigned San Antonio, TX office to lead the largest of six Housing Privatization projects for the Western Region of AFCEC. As Construction Manager for this 638 single family residential development, I provided schedule, payment/progress review, quality assurance, and mission impact consultation to the 27th Special Operations Force Mission Support Command as well as AFCEC headquarters. Schriever AFB, Integrated Operations Environment Project, CO ($4M): Project oversight of complete renovation of a Satellite Control Operations module within the 50th Space Wing. IOE is a one year project with considerable technical elements including a complex lighting system, raised flooring and an integrated alarm installation. Mr. Manship was issued a registered coin by the Mission Support Commander for significant contribution on this high visibility project. AECOM 188 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami EDWARD A. MANSH I P, CET Field Inspector US Army Corps of Engineers, 7th Transportation Brigade, Fort Eustis, VA ($55M): Senior QA Inspector for design -build projects necessitated by the Base Realignment and Closure Commission. A team of Five supplemented USACE Engineering for the expansion effort and development of senior enlisted barracks housing 300 and a Company Operations Facility. Fort Drum, Army Transformation Program, NY ($42M): Under contract to USACE to provide CM services relative to the Army Transformation Program at the 10th Mountain Division. Performed construction site inspection, reviewed progress payments and prepared estimates for project modifications. Evaluated schedules, and reviewed submittals and designs for code/specification compliance. Patrick AFB, Military Housing Privatization Program, FL ($90M): Under contract to AFCEE with the 45th Civil Engineering Squadron to provide CM services for their Military Housing Privatization Program. Compiled project record and reviews of project documents. Performed construction surveillance of a developer building 542 single-family residences. Scheduled weekly briefing and developed technical analysis for civilian and military government personnel. Notified leadership one year in advance that developer would fail performance requirements. 3D/International, Houston, TX ($25M): As Contracting Officer's Representative, provided services on the DECA Program Management Assistance Contract. Performed design and submittal reviews on commissary renovation projects. Supplied the government's Project Manager with change order estimates and processed payment applications for monthly disbursements. These projects also involved cooperative management of Navy Exchange add/alter projects. PCL Civil Constructors, Norfolk, VA ($220M): Port Captain and second shift superintendent for construction of the 15 mile parallel span of the Chesapeake Bay Bridge Tunnel. Supervised marine platform positioning, material transport and load -out on this joint venture project with Interbeton (Denmark). Initiated the need for second shift marine operations to meet the contracted completion date. AECOM 189 35 YEARS OF EXPERIENCE FIRM CES EDUCATION GED REGISTRATIONS/ CERTIFICATIONS ACI Concrete Field -Testing Technician Grade 1 ACI Concrete Construction Special Inspector OSHA 10-Hour HARRY PRICE MEP Inspector Harry Price serves as a resident project representative in CES' Construction Field Services Department and brings his clients more than 35 years of experience in the areas of construction inspection and administration. SUMMARY OF RELEVANT EXPERIENCE East Miramar Redevelopment Transmission & Distribution Water Main Improvements, Phase III, Miramar, FL: Resident Inspector responsible for managing construction activities of the project, which entails the installation of water main, in line valves, fire hydrants and water services for the residents in the City of Miramar. Responsible for reviewing and approving contractors shop drawing, method of statement and material submittal. Attending project progress meeting with the client and contractor. Reviewing contractor's payment certificate as per the bill of quantities. Project value: $6 million. Dates: 2019-2019. Client contact: Robin Bain, City of Miramar Utilities Department, (623) 217-7202, rebain@ miramarfl.gov, 13900 Pembroke Road Miramar, FL 33027 Piedmont Regional Wastewater Treatment Plant Renewable Water Resources, Piedmont, SC: Resident Project Representative for the new 4 MGD, $45 million Piedmont Regional WWTP. The treatment plant consisted of a headworks facility, daily and wet weather equalization basin, state-of-the-art membrane bioreactor, chemical storage, ultraviolet disinfection, and a plant drain pumping station. Key roles held by Harry included daily civil, structural, and mechanical inspections, conformance of field work with contract requirements, management of photo and daily project site work record documentation, and review of the monthly pay requisitions. Project value: $45 million. City of Boynton Beach, West Water Treatment Plant Improvements, Phase IV, Boynton Beach, FL: Project Manager. Resident Inspector for numerous modifications and improvements, valued at approximately $5 million, to the City's West Water Treatment Plant. Improvements included the replacement of four membrane feed pumps; modification of nanofiltration membrane trains; demolition of the existing chlorine gas system and scrubber; new on -site sodium hypochlorite generation and feed system; brine storage and feed system; sodium hypochlorite bulk storage and feed system; installation of a new finished water pump system; new package standby generator; automation of the Palm Beach County Interconnect with piping modifications; computer based plant control system modifications; HVAC systems corresponding to the motor control centers, VFD room and on -site generation room; equipment pads and containment structures; a new 5,000 gallon diesel fuel storage tank; and associated yard piping and site improvements. Project value: $5 million. 190 AECOM 1 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami HARRY PRICE MEP Inspector Middle Oconee Water Reclamation Facilities, Athens, GA: Resident Project Representative for the $50 million Middle Oconee Water Reclamation Facilities. Duties included preparing reports on work completed, testing, material deliverables, coordinating with contractor's supervisory personnel to correct areas of non-compliance; review of contractor's monthly payment requisitions; managing the maintenance of project records; and obtaining clarification and interpretation of the contract plans and specifications. Project value: $50 million. Macon, Tifton & Hendry Counties, GA: Senior Engineering Technician performing foundation evaluation bearing capacities, density testing, concrete field lab testing, structural steel, bolt torque, and visual welding inspection on New Landfill Cells and elementary, middle and high schools. Louisville, KY: Project Manager responsible for field testing and inspection of soils, concrete, asphalt, structural steel, foundation evaluation on projects consisting of hospitals, schools, sewer and water treatment facilities, pulp and paper mills for projects valued between $15 million to $500 million. GA, FLA, IN: Senior Engineering Technician responsible for lab and field testing and inspection of soils, concrete, asphalt, structural steel, foundation evaluation on projects consisting of hospitals, schools, sewer and water treatment facilities, and pulp and paper mills for projects valued between $15 million and $550 million. 191 AECOM 2 16 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Civil Engineering, Florida International University REGISTRATIONS/ CERTIFICATIONS Civil engineering Intern, FL, #1100008686 Certified General Contractor, #CGC1520 LEIGH HEINLEIN Field Inspector Leigh Heinlein is design manager, program/project manager, construction manager and civil engineer with more than 35 years of experience for developing the funding sources, comprehensive project analysis and due diligence, design, permitting, construction inspection reports and project closeout. He has been responsible for management of a multiple array of a complex construction projects. Projects include, hospitals, schools, universities, airports, government institutions, military facilities, infrastructures, roadways, and bridges. SUMMARY OF RELEVANT EXPERIENCE Miami Dade College, FL: Project Manager for Program Management. Responsible for establishing standardized program management procedures. This includes budgeting, contracting, proposal review, billing and PEER review for Quality control. Also, coordinating AHJ inspections and recertification of Elevators, Escalators and Lifts. Palm Beach County Schools, West Palm Beach, FL: Project Manager/ Design Manager/Program Management. Responsible for developing scope and budget for CM at Risk projects for the School District of Palm Beach County Schools. This responsibility included review of design drawings and specifications to control scope as well as PEER review for Quality Control. This responsibility included the detailed development of formats for the GMPs and methods budget controls for 2019 and 2020 FCA schools' projects. Healthcare of America (HCA): Freestanding Emergency Rooms, Statewide, FL: Project Manager/Program Management. Responsible for the Program Management of Free Standing Emergency Room Facilities throughout the state of Florida. This responsibility includes site Real Estate assessment and due diligence, site development, design and permitting. This responsibility includes, estimating and budgeting for the entire project costs. This responsibility includes overseeing of all project development, site selection, design, permitting, construction and closeout timeline for each task. This responsibility includes coordinating with all local municipalities and contracting with utility companies and facility vendors. This responsibility includes coordinating and executing all activities related to bidding and award of contract. This responsibility includes managing all aspects of the construction phase such as conducting OAC meetings, review and approval of payment applications, CO review and approval, and payment of all miscellaneous vendor invoices. This responsibility also included eBuilder training for new contractors and vendors not familiar with the program, or eBuilder. All program management functions and execution of documents noted above were performed by using e-Builder. AECOM 192 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami LEIGH HEINLEIN Field Inspector Miami -Dade County Parks Recreation Open Spaces Department / City of Miami Gardens, Miami, FL: As Project Manager/Construction Manager, Responsible for construction project management for parks projects, including the Trail Glades Range and Zoo and Miami Gardens Municipal Complex. All projects were managed during the same time period. Provided project development and construction. Miami -Dade County, Miami, FL: Served as Capital Project Manager. Responsible for capital projects scope development, budgeting, design, phasing, project scheduling, contracts, procurement, contract administration and inspections of $110 million dollars of construction projects. Coordinated fast track development, design and detailing components for Architectural and Engineering disciplines. Developement of Miami -Dade County product control and the creation of "Notice of Acceptance" for new products specifically for same projects. Drafted and processed FEMA design criteria for new projects and for flood mitigation for existing structures. Also drafted and processed FEMA grants for windstorm mitgation. Miami -Dade County, Office of Capital Improvements, Miami, FL: As part of a team for Miami -Dade County Office of Capital Improvements, provided support to a specialized team for the creation of a standard construction reporting system for construction management that report construction status and to create standard contract language in the "Capital Improvement Information System" also know as the CIIS. This system included the development of tracking $2.5 billion value of projects for the General Obligation Bond. Created and conducted a training program for about 600 Construction Managers and Capital Analysists for Miami -Dade County. Analyized Construction claims andprovide recommendations for MIA, Parks & Recreation and HUD. AECOM 193 20+ YEARS OF EXPERIENCE FIRM CES EDUCATION BS, Civil Engineering, Universidad Catolica de Santiago de Guayaquil, Ecuador; Newark College of Engineering REGISTRATIONS/ CERTIFICATIONS ACI Concrete Field -Testing Technician Grade 1 ACI Concrete Construction Special Inspector OSHA: 10-Hour Safety Training, Construction Safety and Health Training ALBERTO NEGRON Field Inspector Alberto Negron brings more than 20 years of professional experience in the areas of construction project management, field engineering and threshold Inspections. He has successfully functioned in many leadership and operational roles and has an extensive background in projects ranging from governmental, public, educational, and affordable housing to medical, correctional and transportation facilities. Alberto's past experience includes roles as Senior Inspector for projects at PortMiami, Field Supervisor for Hurricane Irma aftermath projects, Engineer (Inspector) for the NYC School Construction Authority and the NJ School Development Authority, Resident Engineer for a NYC Department of Design and Construction Project, Supervising Field Engineer (Inspector) at JFK International Airport and the Government of Ecuador's Technical Representative. SUMMARY OF RELEVANT EXPERIENCE Miami Dade County, Miami, FL: Served as Senior Field Supervisor (Inspector) for two projects. At PortMiami, work involved construction of North Cruise Blvd. Extension, Phases 1A / 1 B and Gantry Crane Rail Replacement & Repair. A second project was for FEMA Hurricane Irma Aftermath ADA Contract for the City of Doral during field operations of waste removal. NOVA Engineering & Environmental, FL: As Threshold Project Inspectorm performed threshold inspections for steel, roofing, CMU units, monitor concrete pour, etc. at multiple projects. Government of Ecuador Diplomatic Missions, NY& NJ: Appointed as the Owner's Technical Rep. for the development of two construction projects for the new Consulate Offices in New York and New Jersey. Monitored the progress of the projects, handled the reviewing and approving of consultant's design work which included drawings, technical specifications and bid documents. Intercontinental Construction Contracting, NY: Served as Senior Project Manager. The project consisted of diversified construction renovation and maintenance work at the West Point Military Academy for the Directorate of Public Works (DPW). Saratoga Community Center of the New York City Housing Authority, Saratoga, NY: As Project Manager for Master General Contractors, worked on the construction of a new building to facilitate the development of Community activities. AECOM 194 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami AP 9 RTO NEGRON Field Inspector Gruzen Samton Architects, NY: Served as Contract Administration Manager and Field Supervising Engineer. Worked on the construction of P.S. 239Q, a new four-story school building for New York City School Construction Authority located in Ridgewood, Queens, New York; with a construction area of approximately 100,000 square feet. DuPont Pharmaceuticals Compression Facility Expansion, Garden City, NY: Project Manager for Tech Source/Integrated Project Services. The project consisted of Demolition and Renovation of existing interior areas and installation of new equipment for the production of pharmaceutical products and construction of exterior steel structure for the AHU's within the Facilities. Brooklyn Correctional Facility of the NYC Department of Design and Construction, Brooklyn, NY: Resident Engineer for the Fire/Life Safety Reconstruction project. Coordinated with all prime contractors and supervised the construction and installation of enclosed steel bridges for evacuation purposes of inmates. Supervised the construction work and responded to the client's Engineering Department, and performed contract administration and coordination of work force and Contractors hired by the owner for this project. Monitored sub -contractor's work and coordinated the compliance with contract documents. Attended project meetings, walk-through's and close out meetings. Organized and kept records of submittals, shop drawings, and sketches issued by the Client for modifications. Coordinated the work and modifications of the scope of work accordingly with the client's A & E Department. Managed all project administrative correspondence. International Terminal 4 at JFK International Airport, Jamaica, Queens, New York of the Port Authority of New York & New Jersey, NY/ NJ: Served as Field Supervising Engineer in the Redevelopment of the project which included the implementation of temporary Arrivals Hall and means of access to the existing Terminal 4, demolition and reconstruction of the old Terminal 4 Facilities and construction of new building for the West Wing and renovation of the existing East Wing. AECOM 195 35 YEARS OF EXPERIENCE FIRM MAGBE Consulting Services, Inc. EDUCATION BA, Psychology, Biscayne College MAGALI ABAD Public Information Magali Abad has been serving the South Florida community for 35 years. She is an experienced project manager with expert community relations and grass roots expertise. Magali is well regarded in both the Hispanic/ Latino and African American/Caribbean communities of Miami -Dade County. She is an active member of several local, state and national civic organizations and is extremely committed to her community. She has been recognized for her dedication and public service as past Chair of the Miami -Dade Hispanic Affairs Advisory Board and past Chair of the Miami - Dade County Commission for Women. She was recently appointed to the Miami -Dade County Elder Affairs Advisory Board. SUMMARY OF RELEVANT EXPERIENCE Served as: • Resident Initiative Specialist, National Housing Group • Executive Director & Grant Administrator, Miami OTAC/TAO: Successfully administered over 25 Federal Grants for USHUD totaling $2.1M • Program Director, Jewish Community Services of Greater Miami Center Director, Miami Dade Community Action Agency, Head Start Program Successfully conducted public involvement programs for: • South Florida Water Management District • Miami -Dade County Water & Sewer Department • Miami -Dade Capital Improvements Department • Miami -Dade County Public Works • Miami -Dade MPO • City of Miami, Florida • City of Sunrise, Florida • Florida Department of Transportation (FDOT) • The Department of Housing and Urban Development (HUD) • Native American Community, Snoqualmie Tribe, Seattle, WA AECOM 196 15 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Civil Engineering, University of Florida REGISTRATIONS/ rFRTIFIrATIO ATSSA Certified SWPPP Certified AFFILIATIONS AACEi ASCE FELIPE POLETTO Project Controls Manager Felipe Poletto has 15 years of experience in the construction industry, with experience in construction management, change management, scheduling, project controls, and cost estimating for different types of projects. He is the manager of the estimating and scheduling practice for the Florida Region, responsible for a multitude of estimates and schedules for public clients in Florida. He draws on his previous responsibilities that included overall project administration throughout the construction process, including start-up and closeout, creation of the CPM baseline schedule and schedule updates, contract negotiation with subcontractors and suppliers, reviewing submittals/shop drawings/RFIs, material procurement, quantity tracking, preparing construction cost estimates, preparing and reviewing change orders, as well as internal project controls to forecast labor, material, and equipment costs. SUMMARY OF RELEVANT EXPERIENCE Hillsborough County Scheduling Services, FL: Leads the team providing the Critical Path Method and Project Controls for over 600 projects county wide for the Public Works Department. The projects ranged from $100k to $100M, and includes stormwater improvements, intersections, mill/resurface, and road widening. South Florida Water Management District, STA 1W Expansion No. 2, Palm Beach County, FL: Overseeing the cost estimating and scheduling effort for the construction of a $180 million wetlands restoration project. This project included 4 pump stations with a total capacity of 1745 cfs, approximately 10.5 miles of levee construction, and approximately 18 miles of canal excavation. FDOT, 1-4 Beyond the Ultimate Program, FL: Oversaw Critical Path Method schedule, quantity take -off, project breakdown and limits, activity breakdown and durations for multiple segments and projects of the 1-4 Beyond the Ultimate program in excess of $2 billion dollars of construction. FDOT District 5, Wekiva Parkway Design Section 7A, Orlando, FL: Provided schedule for Section 7A for the Wekiva Parkway to study cost impacts with the timing of other projects in the area. Clearwater Beach North Marina Master Plan, Clearwater Beach, FL: As Lead Estimator, provided cost estimating for future improvements of the Clearwater Beach Marina. The estimate included reconstruction of parking areas, drainage improvements, landscape improvements, handrail installation, pipe pile installation, seawall reconstruction, and installation of floating docks. Palm Beach International Airport, Master Plan Projects, Palm Beach, FL: As Estimator, provided Class C estimates for the Master Plan for the AECOM 197 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami FELIPE POLETTO Project Controls Manager years of 2016 thru beyond 2035 — reconfiguring runways, building facilities and terminal renovation. Provided the team with construction cost estimate of Airport (Airside) Development, Commercial Passenger/Terminal Development, General Aviation Development, and Air Cargo Development. Overrun Soil Stabilization, Naval Air Station Jacksonville, FL: As Lead Estimator, provided Class B cost estimating for all material and labor to stabilize an roughly 770-feet of the overrun area by way of soil cement that can sustain heavy loads. US Airforce Academy Cadet Chapel, Colorado Springs, CO, The Cadet Chapel was awarded the American Institute of Architects National Twenty-five Year Award in 1996 named a U.S. National Historic Landmark in 2004 for its unique architectural features. Lead Estimator that performed construction cost estimates as well as construction schedule from Conceptual to Final Design Development/Construction Drawings for the pemediation project. Bid results currently pending. AMTRAK, ADASP Station Improvements, U.S.; Provided Class C, B, and A cost estimating to upgrade various AMTRAK stations throughout the continent of the United States to meet ADA requirements. The overall program scope was to estimate Interim, 100%, and Issue For Bid drawings for roughly 30 stations over a 1 year period. The estimates ranged from $500K to $8 Million Dollars and included drilled shaft installation, helical pile installation, concrete platform construction, ADA concrete ramp construction, ADA parking lot construction, sidewalk construction, ticket window renovation, interior and exterior seating renovation, bathroom renovation, signage installation, pavement marking, and platform canopy installation. Grant Barracks Building Renovation, West Point, NY: Lead cost estimator and scheduler for various projects in the U.S. Military Academy including renovation of a 1920s cadet dorm, Grant Barracks. Provided Class C, B, and A. Costs estimates included the estimating for the structural, shell, interior construction, asbestos abatement, LEED requirements, and site development as well as a provided the resource loaded schedule. The estimate performed well against bid results at less than 1% lower than the second bidder. USPS Pavement Restoration Project, Jersey City, NJ: Provided Class B cost estimate for full reconstruction of $60 Million dollar pavement restoration job for the Jersey City USPS facility. The estimate included foundations, full reconstruction of asphalt parking lot, pavement marking, reconstruction of concrete truck pads, and storm drainage improvements. Other duties were to compare the cost difference between timber pile, micro pile, and dry soil mixing foundations. Klamath River Dam Removal Project, Southern Oregon and Northern California: As Lead Estimator, led the team in providing Class C initial cost estimating and scheduling for the removal of 4 dams along the Klamath River. The estimate and schedule include the removal of 1 earth dam and 3 concrete dams. The estimate activities include mass soil excavation and hauling, mass concrete demolition, structural steel demolition, penstock removal, overhead gantry crane removal, and hydroelectric equipment removal. Dozens of items were taken into account for risk assessment. Fort Gordon Access Point, Fort Gordon Georgia, Savannah, GA: Assisted with the Class A cost estimating for the Fort Gordon Access Control Georgia. The estimate included site preparation, Storm drainage installation, utility water pipe installation, site excavation, site backfill, asphalt road construction, concrete pavement construction, fence installation, concrete island construction, and site signage improvements. Kings Bay Inner Channel Caisson Repair, Kings Bay, GA: Provided cost estimating for the structural demolition and construction on the $8 Million dollar dry-dock concrete caisson. The estimate included demolition and necessary repairs to keep this caisson in certification. AECOM 198 13 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Civil Engineering - Structural and Land Development, Pennsylvania State University REGISTRATIONS/ CERTIFICATIONS Project Management Professional (PMP # 2238933) LEED Accredited Professional Building Design + Construction, (GBCI# 10299872) Engineer in Training (License PA#016083) AFFILIATIONS American Society of Civil Engineers - Transportation and Development Institute American Society of Civil Engineers Construction Management Association of America DAN I EL CASTELLON, PMP, LEED AP BD+C Change Management Daniel Castellon manages the Project Controls Group in the Southeast Region, providing project controls related services to multi -million - dollar projects and programs around the region. With over 13 years of engineering and team leadership experience in the design and construction management industry, he is accomplished in project controls of program and project management contracts, cost engineering and management, constructability, design development, value engineering, CPM scheduling, time impact analysis, cost evaluation, asset cost reallocation, building information modeling (BIM) and on -site project engineering. Additional areas of accomplishments include conceptual plan development, as -built plan preparation, and costs estimates for various building, bridge, highway projects, and large-scale programs. SUMMARY OF RELEVANT EXPERIENCE DC Water, Construction Management Services for CM-4F Contract, Washington, DC. This program included small diameter water line rehabilitation, replacement of large diameter valves, rehabilitation of main and trunk sewer lines, and associated structures and pumping stations. Cost engineering services included the development of independent estimates, proposal review, and negotiation support. Performed Time Impact Analysis and developed contract extension negotiation strategies. Provided oversight of baseline and monthly update CPM Schedule reviews. Disciplines evaluated include Architectural, Structural, Civil, and MEP. US General Services Administration, Three White Flint North, Rockville, MD. Cost estimator responsible for reviewing change orders, developing 95% to 100% CDs changes independent government estimate (IGE), developing several change order IGEs, and performing cost analyses. US General Services Administration, Consumer Financial Bureau Headquarters, Washington, DC. Lead Independent Government Estimates (IGEs) during the design -build delivery process. Conducted change order settlement negotiation sessions with the Contractor. Participate in scope and change order negotiation process. Review and analyze change order proposals submitted by the design -construction team. Review and analyze schedule updates. Review and analyze project monthly schedule submissions. Lead in-depth schedule logic work sessions with project delivery team. Johns Hopkins Applied Physics Laboratory Improvement Program, Baltimore, MD. Cost engineering services included development of independent estimates, proposal validation, and negotiation support. Oversight of CPM schedule baseline and monthly update evaluation. Disciplines evaluated include Architectural, Structural, Civil, and MEP. AECOM 198 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami DAN I EL CASTELLON, PMP, LEED AP BD+C Change Management British Embassy Major Renovation Project, Washington, DC. In charge of project direction and cost management for the CMa team during design, procurement, and construction phases. Performed project construction cost comparison and projection analyses. Reviewed and analyzed subcontractor proposal submissions. Disciplines evaluated include Architectural, Structural, Civil, and MEP. US General Services Administration, Foreign Affairs Security Training Center (FASTC) Ft Pickett, Blackstone, VA. Provided baseline and monthly schedule review and technical recommendation on milestones, critical path, logic, activity duration, CPM coding, performance measurement/evaluation, schedule narrative, and commissioning requirements. Provided cost engineering evaluations on payment applications submitted by the Contractor. US Architect of the Capitol, Cannon House Office Building Construction Management Services, Washington, DC. Led a group of 10 or more estimators in developing independent government estimates (IGEs) during design development and construction phases. In charge of cost estimate final assembly and report development. Estimated site, structural, and architectural packages in major detailed cost estimates. Participated in proposing and analyzing potential savings during value engineering sessions. Reviewed and analyzed contractor construction cost estimate submissions. Performed quantity verification and take -off utilizing BIM models. Port Authority of New York and New Jersey, Bayonne Bridge - Navigational Clearance Project, Staten Island, NY. Construction engineer for replacement of the main span roadway and approach structures. In charge of reviewing all structural steel related change orders, providing independent estimates and recommendation to the Port Authority project officials. Proposed value engineering option on deck construction over winter months. Provided schedule, and estimated costs for cast -in -place vs. pre -cast deck construction. Pennsylvania Department of Transportation, SR 202 Parkway —Section 700, Philadelphia, PA. Project engineer on a 9-mile Route 202 Parkway between SR 63 and PA 611 in Doylestown Township. Managed and monitored project control submission and review cycles. Documents included design plan, shop drawing, and request for information submissions. Generated as -built plan packages in coordination with design and field project staff. Reviewed change orders and provided technical recommendation to PennDOT. Ensured contractors provide project elements as specified in the contract documents. Monitored contractor's work progress to ensure schedule milestones were accomplished. Assisted senior project manager on invoice preparation and timesheet/expense report review of staff. Maintained solid public relations with residents and local authorities impacted by the project. Rectified roadway, driveway, drainage, and basin designs during construction phase. Mitigated potential construction delays by developing and modifying maintenance and protection of traffic plans. Developed plans to facilitate utility relocation work among utility companies and local authorities. AECOM 199 22 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Construction Management, Florida International University REGISTRATIONS: CERTIFICATIONS VMA I, Value Methodology Associate MICHAEL BARBA, VMA Cost Estimating Michael Barba is a Senior Estimator and Scheduler with over 20 years' experience providing technical guidance with scheduling, cost estimating, subcontractor/vendor solicitation, planning, schedule impact analysis and risk analysis for a variety of project types including parks, transportation, governmental, and port terminal facilities. He has estimated and bid projects for the Port of Miami, Port Everglades, FDOT, Florida Turnpike, Miami Dade Expressway Authority, Miami Dade Transit, City of Coral Gables, and Broward County. Michael is currently perusing a CVS, Certified Value Specialist, certification and has completed the first requirement and is a Certified VMA I, Value Methodology Associate. SUMMARY OF RELEVANT EXPERIENCE Port Miami, Terminal B Consulting, Miami Dade County, FL. As Senior Estimator/Scheduler, working directly with the Port Miami Capital Development Department on this $320 million project. Is an integral part of the GMP negotiation process for the 166,500 sf Sate of the Art Terminal B Building, Parking Garage, and roadway project. His skills and experience were utilized for determining the validity of GMP subcontractor proposals and estimates. Reviewed and submitted comments/recommendations on all subcontractor proposals and estimates, on the summary sheets provided by the JV and on the preliminary schedule. Successfully negotiated with the JV team and brought the cost of construction down on several vital items of work. Currently attending weekly owners meetings and is a vital part of the team. In charge of labor, material, and equipment cost verification for all forthcoming requests for change orders and/or contingency draws. South Corridor Rapid Transit Project, FTA MTD, Miami, FL. As lead estimator for this $300 million Small Starts Project, is responsible for updating the estimate utilizing drawings in the development phase. Has worked closely with the PM and engineers to adjust his estimate to meet the required grand total. This project will have a Value Engineering Study performed and Mr. Barba will be part of the VE Team. Major M&R Waterfront, USCG Station Marathon, FL. As Senior Estimator/Scheduler, worked with Project Managers and designers to provide an estimate and initial schedule for this project. Currently at a Design Development stage, this project included many work items that needed to be accounted for in a safe, conservative, and realistic manner in order to lower the risk associated with the current design level and type of work. The estimate was in line with the USCG's original study when those costs were adjusted to present day. Port Miami, Terminal E & F Consulting, Miami -Dade County, FL. As Senior Estimator/Scheduler, worked directly with the Port Miami Capital Development Department reviewing change orders/contingency draws AECOM 200 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MICHAEL BARBA, VMA Cost Estimating and construction schedules from the contractor for Terminal F. Provided vital input to lowering the total amount of the change orders/contingency draws. Attended all change order meetings and negotiated directly with the contractor and the contractor's subs with the full support and on behalf of Port Miami. Was also a part of the plans and construction documents review process for the Terminal E project. Maggiore Park Renovations, Coral Gables, FL. As lead estimator for this project, analyzed the plans and created the estimate and preliminary construction schedule for the Park. The estimate included the installation and maintenance of erosion control, tree removal and relocation, excavation, fill, and grading of the site, the removal and replacement of a pedestrian sidewalk, decorative stamped concrete and brick pavers, the installation of artificial grass and playground equipment, site furnishings such as benches, tables, and bike racks, the building of a decorative stone wall and steps, installation of an entrance gate and park signage. Procured vendor quotes for the custom pagoda and playground equipment that was incorporated into the estimate. The project also included landscaping, irrigation, water line, and site electrical and light poles. Port Miami, Provisioning Entrance Modification, Miami, FL. As Senior Estimator/Scheduler, provided the cost estimate and a conceptual schedule for the renovation of an entrance at Port Miami. This included the redesign of a loading dock, demolition of an existing platform, relocation of ticket toll booths, relocation of an existing canopy, and new pavement and pavement markings. Port Miami, Federal Inspection Facility, Miami, FL. As Senior Estimator/Scheduler, provided the cost estimate and schedule for the construction of a Federal Inspection Facility at Port Miami. As this job was at a very conceptual stage, Mr. Barba used his experience from past projects to determine the best way of estimating the costs. He was able to successfully estimate a 4 story building including all sitework with a roof top parking lot and a first floor inspection/storage warehouse. The roof top parking lot was accessed by a spiral concrete ramp. The site also included an X-Ray Building for inspecting vehicles as they drove into the warehouse. Port Everglades Turning Notch Extension Project, Port Everglades Wetlands Restoration, Broward County, FL. As Senior Estimator, was a vital part of the procurement of this project. Provided the estimate and schedule, and was also a part of the proposal presentation to the Broward County Selection Board and was the main contact with Broward County throughout the subcontractor selection process. This project included the lengthening of the existing deepwater turn -around area for cargo ships from 900 feet to 2,400 feet, which will allow for up to five new cargo berths at Port Everglades. Mr. Barba's estimate also included the transformation of almost nine acres of an existing mangrove conservation easement with almost 17 acres of invasive trees and miscellaneous materials into a thriving mangrove wetlands area with approximately 70,000 red and black mangroves and some buffer species trees to complete the area. This project also included a deep channel to allow for manatee access. AECOM 201 22 YEARS OF EXPERIENCE FIRM Program Controls, Inc. EDuCHi UN MS, Construction Management, Florida International University, Miami BS, Civil Engineering, Universidad Del Valle, Cali Colombia ftLuiS 1 F4A1 IONS/ CERTIFICATIONS Certified Cost Engineer, AACEI Earned Value Professional, AACEI 4FFII I®TIONS Construction Management Association of America National Council of Architectural Registration Boards ANA BU ITRAGO, CCE, EVP Estimator Ana Buitrago, with 22 years of experience, is a certified Cost Engineer and has over 22 years of experience in Project controls, cost engineering, construction management and scheduling on large projects and Capital Improvement Programs in a wide range of areas. She is a well -versed controls engineer with experience in different areas of project controls, project engineering and construction management. Her areas of expertise include cost engineering, budget controls, estimating, change order management, and contract administration. She has helped develop cost control systems and cash flows for programs. She has strong interpersonal and organizational skills coupled with acute problem analysis and decision making capabilities. SUMMARY OF RELEVANT EXPERIENCE Capital Improvement Program, Miami -Dade Water and Sewer Department (WASD), Miami, FL: As Cost Manager, is working with Miami - Dade Water and Sewer Program Management Office (PMO) providing support to manage and maintain nearly 700 projects for the $5 billion CIP through planning, design, procurement and construction. Assist WASD PMO, Atkins Team and WASD Project Managers of various divisions, such as pipelines, pump stations and water and wastewater treatment plants with the scope definition, estimating templates, budget validation, change order review, development of Estimating Manual and procedures, all levels of estimating, tracking of budget and cost information for the projects by fiscal years to support the program goals. Responsibilities also include maintaining project cost controls system, budget monitoring, project forecasting, estimate to complete and project cost control functions including preparing ER and budget revisions, cost reports, cashflows, earned value and variance reports, project performance indicators (SPI and CPI) and recommendations on project progress and performance. Also assist with incorporation of workflows and controls modules in implementation of e-Builder as the Management Information System. Consent Decree (CD) Program, Miami Dade Water and Sewer Department (WASD), Miami, FL. Serves as Senior Controls/Cost Engineer for the $2 billion CD Program. This large and complex program spans over 10 years and includes over 180 projects. Due to very high penalties associated with the set project milestones in the Consent Decree, the schedule coordination, management and control of various projects became crucial to the success of the program. As the lead cost engineer helped establish the cost control system in PRISM, including tracking budget, commitments, actual cost and earned value with information from PeopleSoft and estimating group. Analyzes and prepares monthly cash flow and the Monthly Cost Narrative report for the Program. Functions also include managing, updating, and tracking Expenditure Requisition (ERs), including budget update using latest Estimate at Completion, current schedule dates, cash flows generated in PRISM, preparation of AECOM 202 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami ANA BUITRAGO, CCE, EVP Estimator documentation and actual costs. Also, analyzes cost and schedule impacts, support estimating in direct and indirect costs, coordinate with the A/Es on alternatives; evaluate possible alternatives and life -cycle costing, including recommendations for preferred options based on value analysis. North Terminal Development, Miami International Airport North Terminal, Miami, FL: As Change Manager/Cost Engineer, responsibilities included preparing Program -wide financial close out reports on a monthly basis tracking work progress applying Earned Value Principles and quarterly Cost Trends; and analyzing budget status and forecasting project cost, profit and loss and cost at completion. Managed contingency budget allowing approximately $1.0 million in savings and managed payment requisitions to the owner averaging $3 million per month. Reviewed and negotiated change orders with trade contractors and owner and assisted with close-out processes. Issued proposals for change orders, change authorizations for approved change orders to trade contractors including processing of Time and Material billings by analyzing time and material field tickets, certified payroll, material and equipment invoices. Assists with the Cost Loaded Schedule (Primavera P6) cost update in a monthly basis. The 1.3-mile long and $3 billion North Terminal Development Program included 3.6 million SF of facility provides 50 dual use gates, a 72 lane Federal Inspection Facility (FIS) facility, 278 ticketing positions, a new baggage handling system (BHS) with over 10 miles of conveyors, an Automated People Mover (APM) system. Balit Construction, Miami Beach, FL: As Assistant Project Manager, was responsible for estimates and construction inspection for remodeling of existing buildings for commercial use in South Beach, Miami, FL. All Design Systems, Broward, FL: As Assistant Project Manager, was responsible for structural design, drawings, and construction inspection for interior remodeling of residential properties in Port St Lucy after hurricane damages. AECOM 203 30 YEARS OF EXPERIENCE FIRM 300 Engineering Group EDUCATION BS, Construction Management, Florida International University RAMON BETANCOURT Estimator/Scheduler Ramon Betancourt has more than 30 years of combined experience in the engineering and construction industry in the area of project management and project controls in a multicultural and multidisciplinary environment. He has served as project Manager for Miami International Airport (MIA) Concourse J and South Terminal projects under the South Terminal Expansion Program (STEP), Program Scheduler at the Fort Lauderdale - Hollywood International Airport, Project Controls Scheduling Manager for the Port Everglades and Program Scheduler/Cost Estimator for the Miami Dade County Pump Station Improvement Program (PSIP). Ramon brings extensive experience on water/wastewater and aviation projects, both airside and terminal/landside from the beginning of the projects through construction and close out, including multidisciplinary coordination of A/Es, contractors, and stakeholders. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade Pump Station Improvement Program (PSIP), Miami, FL: Served as Program Scheduler/Cost Estimator, Project involved upgrade of the Wastewater Collection and Transmission System (WCTS) including pump stations and force mains pursuant to which each pump station must be certified as capable of meeting a nominal average pump operating time (NAPOT) of less than or equal to 10 hours per day. Pump stations exceeding the NAPOT criteria must have a Remedial Action Plan (RAP) and no certificate of occupancies can be issued for connections to the WCTS upstream of that pump station until the RAP recommendations are implemented. The program aims to bring into compliance 118 sewage pump stations that do not comply with the NAPOT and Peak Flow Criterion in addition to 35 force mains. This program is comprised of four main phases: 1) Planning and Engineering which includes the basis of design report development for pump station and force main projects; 2) Design Management of 8 Design Consultants; 3) Construction Management of multiple pump station and force main contractors through the County's MCC 7040 procurement method; and, 4) Infiltration and Inflow Management Program. Miami International Airport: Fourth Runway 8R-26L, North Terminal Development Program (NTD) and MDAD Capital Improvement Program (CIP), Miami, FL: Provided Project Controls Services for the CIP which included the new fourth Runway at $150 million, which consisted of construction of an 8,600-foot-long by 150-foot-wide runway, airfield lighting, signage, markings, NAVAIDs and four drainage, water and sanitary packages. The NTD consisted of 42 new gates, concessions and an automated people mover train. Duties included control were budget evaluations, including change orders, and budget transfers; analysis of construction schedule phasing; preparation of master program schedules using Primavera to monitor projects progress in construction, as well as AECOM 204 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami RAMON BETANCOURT Estimator/Scheduler budget for the CIP; monitoring planning, design, bid and award, construction and close out process project schedules for the CIP; analysis of the NTD Budgets for the CIP; among others. Hollywood International Airport: Expansion of the New Runway 9R-27L and Land Acquisition for New Runway, Fort Lauderdale, FL: Served as Program Scheduler. Prepared master program schedules to monitor work package construction progress as well as budgets for the entire Fort Lauderdale Airport Capital Improvement Program. Monitored planning, design, bid and award, construction and close out process project schedules for the Fort Lauderdale Airport Capital Improvement Program. Coordinated the interface of utilities and drainage projects with the overall Runway Expansion. In addition, assisted in the issuance of schedules status reports on individual project schedules and assess impacts on the Program Master Schedule. He coordinated and monitored FAA (Federal Aviation Authority) milestones necessary to the completion of the Runway Program. Miami International Airport: South Terminal Expansion Program, Miami, FL: Project Manager for the new terminal and concourse J, consisting of 17 new gates with loading bridges for domestic and international flights, new baggage system fully automatic with the latest technology, concessions for numerous vendors, offices for multiple airlines, new FIS facilities for the Federal Agencies, Center for Disease Control (CDC) facilities, security check points, premise distribution system (PPS) to support security and airport operation. The project included of a new concrete apron for hardstand aircraft parking, fuel lines and utilities to support the operation of both the terminal and the concourse J. Art in public places were closely coordinated with the local artists. Life safety requirements were implemented through the program in close coordination with the Fire Marshall of Miami Dade County. Miami International Airport: Fire Suppression System Program, Miami, FL: Served as Project Manager. The Fire Suppression System Program was established to replace the existing Wet Systems or Water Fire Sprinklers for a gas fire suppression system for all new and old facilities such as utilities rooms, computer rooms, electrical rooms, IT support rooms controlling the airport or airlines operation and any other facilities determined by the Miami Dade Aviation Department. The scope consisted of replacement of the existing electrical installation for a new one to support the new electrical devices monitoring the gas suppression system tanks. Brought to the latest fire rating code all the gas suppression system rooms such as walls, doors and ventilation systems. Connected to the Premise distribution system all the fire suppression rooms for electronic monitoring. Responsible for commissioning of all the rooms following the manufacturer specifications. The project also included the construction of gas fire suppression rooms for the Automatic People Mover (APM) stations built for American Airlines new Terminal. Miami International Airport: Airport Security Check Points Program, Miami, FL: As Project Manager, managed and coordinated the development of construction documents (planning, design, bid and construction) for the entire security checkpoint within MIA. The coordination included daily interaction with the TSA, Authority Having Jurisdiction and consultants and monitor contractors and consultants during construction of the check points. The Airport Security Check Points Program consisted of new, refurbish and or relocate all the security check points at MIA. After September 2001, the TSA required all the check points to be operated with the new TSA guidance for public safety. The new requirement consisted of new electrical design to support the new search machine installation, increase the square footage per check point to accommodate large passenger traffic during peak hours. Installation of new life safety devices in close coordination with the Fire Department. AECOM 205 32 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Civil Engineering and Hydraulics, Technical University of Civil Engineering, Bucharest, Romania REGISTRATIONS/ CERTIFICATIONS LEED-AP (USGBC) Community Association Manager — active license AFFILIATIONS Construction Management Association of America National Council of Architectural Registration Boards M I HAELA-ELENA TOMULESCU, LEED AP Scheduler Mihaela-Elena Tomulescu is a Senior Estimator and Scheduler with over 30 year experience providing technical guidance with scheduling, cost estimating, planning, schedule impact analysis and risk analysis for a variety of project types including transportation, transit/rail, medical, aviation, power and governmental facilities. She has expertise in a wide range of software, including eBuilder, Primavera P6, Prolog, On -Screen Takeoff, Bluebeam Revu, and Timberline Project Management. SUMMARY OF RELEVANT EXPERIENCE Doral Parks Bond Program, Doral, FL: As Senior Estimator/Scheduler, provided the schedule and conceptual cost estimate. Validation Analysis for Miami Dade College Projects — All Campuses, Miami, FL: As Senior Estimator/Scheduler, provided the conceptual cost estimate. Coral Gables Public Safety Building, Coral Gables, FL: As Senior Estimator/Scheduler, provided the cost estimate from the concept level to 100% documents. Rickenbacker Bridge, Miami, FL: As Senior Estimator/Scheduler, provided the conceptual cost estimate. USVI-HFA United States Virgin Islands — Housing and Finance Authority US Virgin Islands: As Senior Scheduler, provided guidance in construction scheduling related to scheduling methodology, work breakdown structure, coding, activity durations, constraints, critical path, etc. Daily schedule update based of the Roofing Program Status Report and sending the pdf schedules by subcontractor. Amtrak Rail Transit Stations, U.S.: As Senior Estimator/Scheduler, provided the cost estimate and schedule for the renovation of stations in 26 locations throughout USA in order to be ADA compliant. Estimates included new buildings, platforms, sidewalks, ramps, station interior, signage, and a bridge across the railroads. Bus Rapid Transit, Miami, FL: As Senior Estimator/Scheduler, provided the wave station conceptual cost estimate. Proposal for "Cagni Park", City of North Miami, FL: As Senior Estimator/ Scheduler, provided the conceptual cost estimate. Broward County Courthouse, FL: As Senior Estimator/Scheduler, provided the conceptual cost estimate. Navy - Rota (Spain), Einsiedlerhof and Volgelweh Planning District (Germany): Senior Estimator/Scheduler responsible for the schedule and conceptual cost estimate. AECOM 206 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MIHAELA-ELENA TOMULESCU, LEED AP Scheduler US Army COE, ADP Sterrebeek Annex District, ADP Redstone Tech Park: As Senior Estimator/ Scheduler, provided the schedule and conceptual cost estimate for the budget purpose. For Qatar (Dubai) and Vicenza (Italy), provided the plumbing estimate in MII. Naval Air Station - Bldg 840 — Ventilation, Dust Collection and Gas Systems Improvements: As Senior Estimator/Scheduler, provided the structure cost estimate. AECOM 207 23 YEARS OF EXPERIENCE FIRM Program Controls, Inc. EDUCATION MBA, Florida International University BS, Construction Management, Western Michigan University REGISTRATIONS/ CERTIFICATIONS PSP - Planning & Scheduling Professional CCC - Certified Cost Consultant EVP — Certified Earned Value Professional LEED© AP - U.S. Green Building Council SAFETY - OSHA 30 Hour Certified JULIAN ORTEGA, PSP, EVP, LEED AP Scheduler Julian Ortega has a wide spectrum of experience in the engineering & construction industry for over 23 years specializing in project controls and project management including an extensive knowledge of CPM scheduling on very large and complex programs. He has led key roles on many multi -billion -dollar public and private programs in airports, ports, water & wastewater, power plants, manufacturing facilities and commercial and residential construction. His skills include project planning, construction phasing, program and construction scheduling, contracts management, change management, claims/dispute resolution, risk management, and quality assurance/quality control. He has developed construction procedures, processes, systems and has also been involved with a number of claims analysis, value engineering and constructability studies. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade College Capital Program, Miami, FL: Serving as Scheduling Manager for the Capital Improvement Program (CIP). The multi -year plan includes new construction, remodeling and renovation projects and related land/facilities acquisition at each of the College's eight campuses and one permanent center. The CIP contains approximate 66 projects worth over $700 million of work around the eight campuses. PCI is responsible for Estimating, VE, Scheduling, Phasing, Sequencing, Cost Engineering, Change Management and PMO services on the program. Port of Miami, Miami -Dade County, FL: Scheduling Manager for the $1 billion CIP to renovate and build several new cruise terminals, including Cruise Terminal B - $200 Million 166,500 SF Terminal for Norwegian Cruise Lines; Cruise Terminal F for Carnival; Cruise Terminal H Bulkhead wall - $45 Million bulkhead modification including new seawall, dredging, extension of berth; and Cruise Terminal V for Virgin Voyages. As a part of the Program Management Consultant Services team, providing Estimating, VE, Scheduling, Phasing, Sequencing, Change and Construction Management services. Consent Decree Program for Miami Dade Water and Sewer Department, Miami, FL: Serving as Scheduling Manager for the $2 billion CD Program. PCI services include Estimating, VE, Scheduling, Phasing, Sequencing, Cost Engineering, Change Management, Construction Management, PMO. Capital Improvement Program, Miami -Dade County Public Schools, Miami, FL: As Scheduling Manager, is responsible for managing construction schedules on several design/build, CMAR and design -bid - build school projects for the School District. Lead the scheduling team to review of contractor's baseline, critical path analysis, progress updates, ensuring contract compliance and Time Impact Analyses. (Palm Springs North Elementary, Coral Park Elementary, Scott Lake Elementary, Air AECOM 208 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JULIAN G. ORTEGA, PSP, EVP, LEED AP Scheduler Base K-8 Center for International Education, Miami Palmetto Senior High, Ben Sheppard Elementary, Ethel Koger Beckham Elementary, Cutler Bay Middle, Miami Arts Studio at Zelda Glazer, Miami Beach Senior High) Terminal E—Automated People Mover, Miami International Airport, FL: As Scheduling Manager, was responsible to oversee the $58 Million Terminal E Automated People Mover replacement contract schedule using Primavera P6. The project is a design/build contract with two phases for South and North trains. Responsibilities included review and management of contactor's baseline, progress updates and Time Impact Analyses. Also, participated in owner's weekly meetings, highlighted risks, issues and concerns, and provided support for claims related with time extensions and delay impacts and prepared monthly analysis and summary report for management review. North Terminal Development (NTD) Program, Miami International Airport, FL: Served as Senior Program Controls Engineer for the 1.3-mile long and $3 billion North Terminal Development Program. Was responsible for development and maintaining of the program cost database. This system tracked individual project budgets, contract values, approved change orders, potential changes, forecasts to completion, estimates (for projects not yet awarded), and invoices for 35 individual design packages and 85 individual construction packages all of which were recorded and monitored through this cost system. Capital Improvement Program, Dallas -Ft Worth International Airport, TX: As Controls Manager, was responsible for developing conceptual schedules and presentations for multi-billon new Terminal concepts and provide technical expertise and guidance to the Controls Group at DFW's Design, Code and Construction to manage over 140 projects worth $1 Billion dollars. PCI services include Estimating, VE, Scheduling, Phasing, Sequencing, Cost Engineering, Change Management, and the PMO. Airport Expansion Program, Fort Lauderdale - Hollywood International Airport, FL: As part of the Program Management Team, had overall responsibility to manage the design, procurement and construction of the Site Preparation and NAVAIDS Infrastructure Project which prepares the new runway, taxiway and adjacent areas for final paving. Managed all elements of cost, schedule and quality at the program level. Overall responsibility for the design, procurement and construction of over 13,000 LF of new 24" water main and 16" sanitary sewer main piping; including coordination with designers, multiple contractors and agencies having jurisdiction. The $230 million project was completed on budget and on schedule. As Construction Oversight Manager, was responsible for coordination and general oversight of the work of two construction management firms assigned to the Terminal 4 Renovation and Runway Expansion projects respectively. Developed the Program's Construction Logistics Plan and coordinated overall haul routes, staging areas, emergency processes and construction phasing. Helped develop the Prolog Contract Management system (processes and reports) and authored numerous construction phase procedures to be utilized program -wide. Ritz Carlton Residences and Wynwood 25, Miami, FL: As Senior Schedule/Claims Consultant, provided contractor schedule review, analysis and recommendations to the owner during the course of construction. Reviewed contractor claims for additional time and assisted with general contract review and drafting of responses to the contractor. AECOM 209 23 YEARS OF EXPERIENCE FIRM Program Controls, Inc. EDUCATION MS, Construction Management, Florida International University, Miami, FL. BS, Civil Engineering, UFBA, Brazil REGISTRATIONS/ CERTIFICATIONS PMP— Project Management Institute PMI-SP — Scheduling Professional CCC - Certified Cost Consultant EDUARDO TUDE, PMP, PMI-SP, CCC Scheduler Eduardo Tude is a Civil Engineer with a Master's Degree in Construction Management and extensive experience in scheduling, project controls and construction management on large capital improvement programs in US and other countries. He has helped the programs in effective planning, mitigating crucial delays and assisted the owners with millions in savings in claims review and analysis and avoiding potential claims. Eduardo has extensive experience in CPM scheduling using Primavera P6 with thousands of activities on very large projects and programs. He has developed and managed the Program Master schedules, project schedules and detailed construction schedules and reporting. He also leads the scheduling team in reviewing and analyzing contractors' construction schedules baselines, claims mitigation and analysis and management reporting. He is also well versed in cost engineering, earned value analysis, and cashflows. SUMMARY OF RELEVANT EXPERIENCE Capital Improvement Program, Miami -Dade County Public Schools, Miami, FL: As Senior Scheduler, is responsible for managing construction schedules on several design/build, CMAR and design -bid -build school projects for the School District including review of contactor's baseline, critical path analysis, progress updates, ensuring contract compliance and Time Impact Analyses. Participates in project management and construction meetings, field visits, monitor progress and support payment applications; highlight risks, issues and concerns, and provide support with time extensions and delay impacts; and preparation of Schedule Report for the District comprising schedule and variance analysis. Terminal Optimization Program (TOP), Miami International Airport, Miami, FL: Scheduling Manager for the $1.4 billion Terminal Optimization Program (TOP) consisting of a total of 31 projects to modernize the older terminal facilities to accommodate larger modern aircraft with changing infrastructure requirements. Projects include revamped Automated People Mover (APM) connecting Concourse E Satellite, renovated Federal Inspection Services (FIS), rehabilitation of Taxiways, new automated checked baggage inspection system and miscellaneous projects. Participates in project management and weekly construction meetings, field visits, monitor progress and support payment applications; highlight risks, issues and concerns, and provide support for claims related with time extensions and delay impacts; and preparation of a Monthly Schedule Report for MDAD comprising schedule and variance analysis, utilization of resources and cash flow, identification of potential claims and delays, recovery plan and exception reporting. North Terminal Development (NTD) Program, Miami International Airport, FL: Project Scheduler/Cost Engineer for the 1.3-mile long, $3 billion North Terminal Development Program. Services included AECOM 210 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami EDUARDO TUDE, PMP, PMI-SP, CCC Scheduler Estimating, VE, Scheduling, Phasing, Sequencing, Cost Engineering, Change Management, Construction Management, PMO. Cruise Terminal B (Norwegian), Port of Miami, Miami -Dade County, FL: Senior Scheduler for the $1 billion CIP to renovate and build several new Cruise Terminals including Cruise Terminal B - $200 Million 166,500 SF Terminal for Norwegian Cruise Lines; Cruise Terminal F for Carnival; Cruise Terminal H Bulkhead wall - $45 Million bulkhead modification including new seawall, dredging, extension of berth; and Cruise Terminal V for Virgin Voyages. As a part of the Program Management Consultant Services team, providing estimating, VE,scheduling, phasing, sequencing, change and construction management services. North Terminal Development Program, Miami International Airport, FL: As Project Engineer, responsibilities included the quality assurance and technical compliance of work performed. Coordinated technical, construction and contractual issues with client, engineers, architects, and subcontractors. Conducted site reviews and conducted meetings with designers and subcontractors and review and prepared submittals per project specification. Coordinated, reviewed and updated "as -built" construction drawing specifications and review, measured and reported field production against original budget and schedule. Reviewed locations of existing utilities for possible conflict and/or relocation, and established need to carry or provide for future utilities. Grand Parkway Project, Houston, TX: As Project Manager/Planner, supervised and coordinated planning construction activities of the $1.1 billion Grand Parkway Project. The project consists of more than 120 bridges, intermittent frontage roads and comprehensive utility infrastructure. Responsibilities included review and analysis of claims, preparation of internal funding documents, services request and contracting of consultants and contractors. AECOM 211 42 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Bachelor of Science, Building Surveying, University of Reading (UK) Certificate Diploma, Business Accounting & Finance REGISTRATIONS/ CERTIFICATIONS Member, Royal Institution of Chartered Surveyors (MRICS) AFFILIATIONS US Green Building Council Research Advisory Committee, Past Chair PETER MORRIS, MRICS rnnnmirc Peter Morris has over 40 years' experience in cost management and control, including construction cost planning and estimating, risk management, life cycle costing, scheduling and market analysis. Peter leads the AECOM Project Cost Consultancy Team in the Americas. Peter's cost management work spans a wide range of project types and delivery methods. He has worked on over 1,000 projects in throughout North America over the past 37 years of practice with AECOM (including predecessor companies). He has a deep knowledge of the US construction market, having seen it through several business cycles and many code cycles. He also has extensive experience working with project teams, owners and contractors to manage cost to plan throughout the whole project delivery process, from inception and budgeting, through design and construction to delivery and final account. The cost management includes risk and contingency management, setting appropriate mitigation strategies, including contingencies, and then managing to the risk plan. He is active in a team from the Lean Construction Institute developing guidelines for Target Value Delivery. Peter is a frequent presenter at major conferences on topics such as cost escalation, estimating best practices and risk management. SUMMARY OF RELEVANT EXPERIENCE City of Napa, Public Works Department, Napa Civic Center, Napa, CA: Peter provided technical advisory services for the planned City Hall and Public Safety redevelopment project. The project was developed as a Public Private Partnership, which included development of a new civic center building coupled with private redevelopment of the existing civic center site. Peter's work included construction and life cycle cost planning, and development of technical performance standards for the development. The project is currently deferred indefinitely due to the COVID-19 impact on city revenue, in particular transient occupancy tax, which is a major contributor to the city. - Project value: $110 million. Dates: 2018-ongoing. Client contact: Heather Maloney, Administrative Services Manager, City of Napa, (707) 257-9209, hmaloney@cityofnapa.org,1600 First Street, Napa, CA 94559. University of California, Santa Barbara, Ocean Road Mixed Use Redevelopment, Santa Barbara, CA: Peter provided cost consulting and technical advisory services for the planned Ocean Road redevelopment. The project comprises mixed use redevelopment of Ocean Road on the University of California, Santa Barbara campus. The development is to provide Faculty and staff housing, along with creating a new public realm along a key edge of the campus, connecting to the existing Isla Vista community. The project includes rental and for -sale town housing AECOM 212 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami PETER MORRIS, MRICS Economics and retail spaces, along with redevelopment of the streetscape. The project has entered the exclusive negotiation phase with the selected proposer. - Project value: $100 million. Dates: 2018-ongoing. Client contact: Rosemary Peterson, Executive Director, UCSB Community Housing Authority, (805) 893-3187, rosemary.peterson@ucsb.edu, 1325 Cheadle Hall, MC-2030, Santa Barbara, CA 93106. University of California, UC Merced Project 2020, Merced, CA: The project comprises the expansion of the existing UC Merced campus to accommodate a further 5,000 FTE students. The project is being delivered under a Public/Private Partnership (P3) procurement process. Peter led the cost management for the University, providing financial analysis, including cost estimating, market assessments, escalation modeling, development of Life Cycle Costs across the project and the Value For Money/Risk Assessment. This work included analysis of the existing campus operations and cost basis to establish space and functional needs for the expansion, and to set ongoing budgets for both availability payments and retained costs. Project value: $1 billion. Dates: 2013-present. US General Services Administration, National Cost Management Tool Development, Nationwide: Over the past ten years, Peter has worked closely with the Federal General Services Administration (GSA) to develop a range of cost standards, procedures and tools for Federal buildings, culminating in the development of a National Cost Management Tool (NCMT) for use nationwide. The most recent work has included developing a Total Cost of Ownership (TCO) module for the tool to support the Federal Mandate for applying TCO evaluation to all projects, from budgeting to delivery. Peter's work includes developing and updating cost guidelines for new construction, renovation, repair and alteration, and for ongoing operational costs. Dates: 2010-present. AECOM 213 14 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Engineering Management (Enterprise Systems Concentration), Florida International University BS, Industrial Engineering, University of Miami, Coral Gables AFFILIATIONS Institute of Industrial and Systems Engineers Julia Bolte is a program controls director with 14 years of experience in construction, software implementation, and process improvement. She has applied these skills to various industries including healthcare, higher education, transportation, pharmaceuticals, and aviation. Julia has held roles in various aspects of construction and IT project management on both the client and contractor side, in public and private environments. Julia brings unique insight into major programs controls and process improvement to deliver significant, bottom -line results. SUMMARY OF RELEVANT EXPERIENCE Public Health Trust of Miami -Dade County: c/o Jackson Health System, Jackson Health System Capital Plan, Miami, FL: Project Controls Director for the health system's $1.2 billion capital program. Responsible for improving the existing PMIS (e-Builder) and implementing Phase 2 integration to Lawson accounting software to improve program transparency and delivery. Additional responsibilities include implementation of an Owner Direct Purchasing Program, training of all staff associated with the program (internal and external), quality metrics development, and tracking and improvement including but not limited to document controls, financial controls, contract compliance and audit. City of Miami, e-Builder Implementation, Miami, FL: Served as Project Controls Director providing program management services for implementation and integration of e-Builder to multiple platforms for the use on Capital Bond program. Mount Sinai Medical Center, Facility Planning Department, Miami Beach, FL: As Director, responsible for the development of the Facility Planning Department. The department directly oversees the Program and Construction for the $300 million Surgical Bed Towner and Emergency Department project. Facility Planning implemented the ERP system, e-Builder, to manage all capital project expenditures. All processes for day to day program operations including RFIs, submittals, drawings changes, PCO, change orders and budget approvals were designed and built internally. An Owner Direct Purchasing Process was also implemented outside the system due to hospital audit policies. In addition to managing the e-Builder controls, Facility Planning is also responsible for the development, implementation and management of the Capital Review Process for all capital expenditures and chairs the review committee and council. Additional responsibilities include operational review and planning, site logistics management, master planning, and space planning, and counsels on strategic planning. AECOM 214 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JULIA BOLTE PMIS Mount Sinai Medical Center, Facility Planning Department, Miami Beach, FL: Served as Construction Project Manager. Responsible for a new 350,000-square-foot, seven -story Surgical Tower and Emergency Department. Additionally, implemented the use of e-Builder and associated processes in order to better manage the construction program. Baptist Health-SMH Pavilion Renovation Floors 4-7, South Miami, FL: Project Engineer for major renovation project that included 50,000 square feet of space on four floors, in addition to select locations two additional floors in one of the towers at South Miami Hospital. Responsibilities includes pay applications, budget control, change management, implementation of LEED and Lean initiatives, Sharepoint collaboration site design and maintenance, and all engineering review for the project scope. Sheltair Westside Development, Fort Lauderdale, FL: Served as Project Engineer/Superintendent. The project consisted of a 106,000 square foot tilt -up FBO airplane hangar facility plus 26,000 square feet of office areas at Fort Lauderdale International Airport. Responsibilities included engineering design and field coordination of the work, insurance management, design documents, and change management. Miami Intermodal Center Pump Station, East Concourse, Miami, FL. Engineer for project involving extension of an elevated pedestrian concourse, extensive specialty engineered metal canopies, four independent one-story buildings, and train platforms for Amtrak and Tri-Rail systems. Additional work included the Pump Station/Sewer scope outside the project limits and demolition. Responsibilities included managing the engineering of CSI Divisions 06, 08,10, 12. Responsibilities included managing and coordinating BIM meetings for the project and close-out of two previous GMP facilitating projects. Scandinavian Health Limited Office Building & Packaging Plant, Deerfield Beach, FL. Served as Project Engineer. The design -build project consisted of complete interior demolition and renovation of 46,000 square feet of office and warehouse space, along with significant civil/site work. It included clean rooms, kitchen, office space, civil, structural, compressed air, low voltage and high -end finishes for all office spaces. Responsibilities included change management, project budget control, design review, and permitting. Florida Atlantic University Culture & Society Building, Boca Raton, FL. Field Engineer on project for a three-story tilt -up including four theaters and four-story atrium with high end finishes, cafe, and full -service kitchen; site drainage and utility improvements; new parking lot, underground utility to existing university tunnel system, as well as new remote cooling towers. Responsibilities included the roles of both assistant project engineer and superintendent. Additional responsibilities included the LEED tracking. AECOM 215 6+ YEARS OF EXPERIENCE FIRM PCI EDUCATION MS, Construction Management, Civil Engineering, University of Florida Bachelor of Technology, Civil Engineering, Jawaharlal Nehru Technological University REGISTRATIONS/ CERTIFICATIONS Project Management Professional (PMP) PMI Scheduling Professional Certified Construction Manager (CCM) Earned Value Professional (EVP), AACEI RUTHWIK PASUNURU, PMP, PMI-SP, CCM, EVP PMIS Ruthwik Pasunuru is a Civil Engineer with experience in construction management of projects in commercial and aviation areas. He is a proficient scheduler who has developed and managed fully cost loaded project schedule in Primavera P6 with over 3,000 activities including performing critical path analysis to identify project changes, trends, risks and opportunities and to develop potential recovery plans for time and cost. Ruthwik has also coordinated preconstruction services for competitive bidding by the subcontractors for various trades; responsible for subcontractor bid packages and scope of work; and has been heavily involved in budgeting, value engineering and awarding of subcontracts. SUMMARY OF RELEVANT EXPERIENCE School Board of Palm Beach County: Capital Program, Palm Beach, FL: As Program Scheduler, responsible for managing program schedule on the $1.2 billion program. Reviewed construction schedules on several design/build, CMAR and design -bid -build school projects for the School District including review of contactor's baseline, critical path analysis, progress updates, ensuring contract compliance and Time Impact Analyses. Participation in project management and construction meetings, field visits, monitor progress and support payment applications; highlight risks, issues and concerns, and provide support with time extensions and delay impacts; and preparation of Schedule Report for the District comprising schedule and variance analysis. Miami -Dade Water & Sewer Department: Consent Decree (CD) Program, Miami, FL. Served as Construction Engineer. The $2 billion CD Program is an expansion of the Water & Sewer Department Collection, Transmission and Treatment systems as required by the Consent Decree with the EPA. This large and complex program spans more than 10 years and includes over 180 projects. Due to very high penalties associated with the set project milestones in the Consent Decree, the schedule coordination, management and control of various projects became crucial to the success of the program. PCI services include Estimating, VE, Scheduling, Phasing, Sequencing, Cost Engineering, Change Management, Construction Management, PMO. Responsibilities include providing support to the Construction Managers in managing multiple infrastructure construction projects; reviewing and processing contractor request for information, shop drawings and submittals; managing contractors' change proposals using SharePoint change management system; review contractors' schedule using Primavera Enterprise (P6) and verify work progress to confirm the progress with the project schedule and other project records for Earned Value Analysis; interpretation of contract drawings and specifications; assist with the general administration of the project; including maintaining meeting minutes, document controls, issuance of non-conformance reports and AECOM 216 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami RUTHWIK PASUNURU, PMP, PMI-SP, CCM, EVP PMIS processing of change orders; and track and update Cost information using PRISM system to evaluate projects status relative to baselines and perform variance analysis. Miami International Airport (MIA): Satellite E APM Replacement, Miami, FL: As Project Engineer, responsibilities included developing, maintaining and updating fully cost loaded project schedule in P6 with more than 3,000 activities including performing critical path analysis to identify project changes, trends, risks and opportunities and developing potential recovery plans for time and cost. Prepared and processed design submittals and RFIs for construction and operation of two automated people movers; monthly reports and managed the construction and design submittal logs. Created monthly payment requisitions and coordinated with all parties involved in getting them approved. Prepared commissioning reports for hundreds of construction, safety, quality control and operation tests for both the trains. Actively involved in analyzing the time delays and cost impacts to put together various claims and change orders and coordinated with architect and FOR in preparing project's as -built drawings. Previously served as Estimator. Coordinated preconstruction services for competitive bidding by the subcontractors for various trades. Responsible for subcontractor bid packages and scope of work. Heavily involved in budgeting, value engineering and awarding of subcontracts. Arena Town Center (Phase 1), Hyderabad, India: Served as Assistant Project Manager. Duties included assisting project manager in coordinating the operations and supervision of the $30 million project. Communicated efficiently with all the stakeholders at all levels of project. AECOM 217 24 YEARS OF EXPERIENCE FIRM AECOM EDUCATION B.S. Public Law, Northern Illinois University REGISTRATIONS/ (' PTII I((`ATI(1N!- Project Management Institute Certified Project Management Professional (PMP) Association of Energy Engineers Certified Energy Manager (CEM) United States Green Building Council LEED AP BD+C accredited professional AECOM GARY M. DEWULF, PMP, CEM, LEED AP BD+C Project Controls Gary DeWulf has over 24 years of experience managing at risk scopes of work on a wide variety of efforts including Public -Private Partnerships, educational, infrastructure, energy and sustainability, environmental, museums, historic renovations, seismic upgrades, multi -use campuses, water/waste water facilities, wet/dry laboratories, vivariums, transportation, critical mission facilities, medical office buildings, forensic claims development and negotiation, and programmatic planning. His responsibilities have included managing effective and efficient teams, identifying and mitigating risk, contract and change order negotiation, developing and writing scopes of work, prequalifying and evaluating contractor bids, post -performance contractor evaluation, quality assurance and quality control, developing programmatic and construction schedules, financial analytics, and creating collaborative document control systems. SUMMARY OF RELEVANT EXPERIENCE State of Maryland Purple Line Light Rail Transportation Program, Riverdale, MD: As the Director of Project Control s and Owner's Representative for the State of Maryland Mr. DeWulf worked in situ with Maryland state officials on a $2.5 billion dollar, six year, design -build project procured under a P3 (Public -Private Partnership) model. The effort will result in a new light rail system used by the public connecting station from Bethesda to New Carrolton in Maryland. A distance of 16.2 miles embedded within commercial, residential, state, and federal lands. Role includes leadership of project controls and claims management team reviewing invoices. Mr. DeWulf coordinated with the Design/Builder to increase owner's payment retention for deliverables until final client approval to 30% - a practice that was not defined in the contract and was implemented at zero cost to the MTA and facilitated greater accountability, an enhanced auditing position, and created a deferred burn rate. Johns Hopkins University Applied Physics Lab, Laurel, MD: As the Owner's Representative conducted seminars to educate JHU APL project teams and leadership on how to improve contracts, specifications, and measure accountability to reduce risk, improve performance, and identify potential impacts as early as possible. In addition, Mr. DeWulf actively worked on $35 - $80M ground -up brown and greenfield projects addressing schedule delays, schedule recovery, and negotiator for financial and time relief. District of Columbia Water and Sewer Authority, Washington D.C.: Owner's Representative acting as Program Manager on multiple client projects with the Blue Plain campus and its footprint of operations. Responsibilities focused on advocating for DC Water through claims analysis of relief events for liquid dated damages, contractor change orders, client directed changes, and programmatic scheduling and financial projects for future budget requests and projected cash flow burn rates. 218 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami GARY M. DEWULF, PMP, CEM, LEED AP BD+C Project Controls Maryland Transit Administration Light Rail Vehicle Constuction and Train Control System Improvements, Baltimore, MD: Owner's Representative focused on analysis of progress schedule, development of recovery schedules, collaborative acceleration, and mitigated impacts. To date, several intensive workshops have been conducted with the design/build contractor to perform deep dives into logic an durations to improve coordination and expedite execution of deliverables. Maryland Transit Administration Light Rail Vehicle Stock Midlife Overhaul, Baltimore, MD: Advocated on behalf of the MTA a 60% plus reduction in schedule delays and zero dollar contract change by negotiating improved logistics, fast tracking manufacturing efforts, and eliminating perceived constraints to progress. AECOM 219 45 YEARS OF EXPERIENCE FIRM PCI EDUCATION BSc, Civil Engineering, New York University Graduate Course Study, Business Management, Farleigh Dickinson University REGISTRATIONS/ CERTIFICATIONS OSHA Health and Safety Training 10hr & 30hr MICHAEL GREENHAUS Claims Michael Greenhaus is a Civil Engineer and Construction Management Professional with more than 45 years of proven leadership and team building abilities. He has a rare combination of technical and managerial experience in large and complex infrastructure projects and programs. Michael has experience in civil, utilities, industrial, power, airport, marine and ports, roadway, structures, commercial, healthcare, hospitality, and residential, including ground up and major renovations combined with the proven ability to balance schedule, budget and resources for successful outcomes in high stress environments. He has direct experience at all levels of Program and Construction Management from "mud on the boots" craft supervision and project engineering and controls to senior management of major projects and several corporations. Michael has a solid background in Contract Management, Project Controls, Contract and Change Negotiation, Claims, Field Supervision, Quality, and Safety. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade Water & Sewer Department: Consent Decree (CD) Program, Miami, FL: Senior Construction Manager for this $2 billion CD Program, an expansion of the Water & Sewer Department Collection, Transmission and Treatment systems as required by the Consent Decree with the EPA. This large and complex program spans more than 10 years and includes over 180 projects. Due to very high penalties associated with the set project milestones in the Consent Decree, the schedule coordination, management and control of various projects became crucial to the success of the program. PCI services include Estimating, VE, Scheduling, Phasing, Sequencing, Cost Engineering, Change Management, Construction Management, PMO. Responsibilities include duties as Senior Construction Manager on infrastructure construction projects; managing multiple contracts, reviewing and processing contractor request for information, shop drawings and submittals; managing contractors' change proposals, negotiating change orders, review contractors' schedule and verify work progress and other project records, interpretation of contract drawings and specifications; assist with the general administration of the project; including maintaining meeting minutes, document controls, issuance of non-conformance reports and processing of change orders. Norwegian Cruise Terminal B, Port of Miami, Miami -Dade, FL: Served as Construction Change Manager. The $1 billion CIP is to renovate and build several new Cruise Terminals including Cruise Terminal B - $200 Million 166,500 SF Terminal for Norwegian Cruise Lines; Cruise Terminal F for Carnival; Cruise Terminal H Bulkhead wall — $45 Million bulkhead modification including new seawall, dredging, extension of berth; and Cruise Terminal V for Virgin Voyages. As a part of the Program Management Consultant Services team, providing Estimating, VE, Scheduling, Phasing, Sequencing, Change Management, Construction AECOM 220 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami MICHAEL GREENHAUS Claims Management services. Specific services include review of CMAR's change proposals, merit/ entitlement, coordination with stakeholders, negotiations and issuance of change orders. Review of potential impacts and risks and provide recommendations on cost savings opportunities and mitigation of schedule impacts. Airport Expansion Program, Fort Lauderdale - Hollywood Int'I Airport, Ft Lauderdale, FL: Project and QA Manager, as part of the Program Management Office (PMO) for $1.3 Billion expansion at Fort Lauderdale —Hollywood International Airport. The project included a new 8,000-foot runway and parallel taxiway and 24 gate 360,000-square-foot terminal replacement. Managed a $220 million design -build contract of the structures/tunnels that carry Runway and parallel Taxiway over U.S. 1, FEC Railway and the Airport's East Perimeter Road. Design and Construction activities included piling, concrete structures, MEP and Life Safety Systems, roadways, ramps and ITS, embankment, drainage, water and sanitary force mains. Developed Quality Management Program which established guidelines for QA/QC on all projects for design and construction of and Terminal, Structures and Runway. Implemented and monitored QA/QC programs of Construction Managers, Contractors and Lead Design firms. John Moriarty & Associates: Condominium Project, Hollywood, FL: Served as Senior Project Manager. Managed and reorganized the luxury 29-story, $75 million condominium project being constructed on the site of historic beachfront hotel in Ft Lauderdale, Florida. Instituted standard management procedures, and project controls including schedule, budgets and documentation. Self -performed several critical areas of work to recover time lost due to difficult labor market and implemented start up and commission of systems as installed to gain time at turnover. North Terminal Development Program, Miami International Airport, Miami, FL: As Senior Project Manager, managed seven contracts within $2.0 Billion North Terminal Development Program at Miami International Airport, including aprons, taxiways, underground utilities, airport mechanical and electrical systems., terminal construction and renovations. Responsible for management of construction of $35 million AHCA certified Medical Arts Building and Parking Garage, and four renovation projects in existing hospital facility. Projects were in schedule and budget overrun with a dissatisfied client. Turned projects around and rehabilitated relationship with Owner. JANCO Inc/MARTEC Inc/FCL/IWRA (Inter -Related Companies) Miami, FL and San Juan, PR: Held Ownership and Executive Positions. Started and successfully managed four companies for 20 years including contracting, ship repair, maritime operations and equipment leasing and rental. Power Generating Plants, TWOMBLY, Inc. Montvale, NJ: Served as Project Executive. Project involved turnkey installation of gas turbine, combined cycle and fossil fuel generating plants both onsite and as Senior Project Manager and Project Executive for multiple projects from corporate headquarters. Successfully completed projects in over thirty markets ranging in size from emergency projects of several thousand dollars to the construction of $500 million plants. AECOM 221 40 YEARS OF EXPERIENCE FIRM G. Navarrete EDUCATION Masters, Construction Management, Florida International University BS, Architectural/ Construction Management, Florida International University GEORGr NAVARRETE Contract Management / Disputes George Navarrete leverages his 40-year experience as the President and Founder of G. Navarrete to assist government agenciesand municipalities in the implementation of capital programs and projects. His services include such areas as organizational structure and staff review, scopes - of -work development, contracts development and review, policies and procedures review, consultant management strategies and project controls and oversight requirements. He also assists project and legal staff in legal documents and contract preparation, dispute mitigation, analysis, evaluation and resolution. SUMMARY OF RELEVANT EXPERIENCE Miami -Dade Parks, Recreation and Open Spaces Department (PROS), FL. Served as Director of the third largest parks department in the country with over 270 parks, 2,000 employees and a yearly budget of approximately $220 million. Provide leadership to the executive staff of the department including three assistant directors, a deputy director and the directors of ZooMiami and the Deering Estate at Cutler. PROS is both a regional parks system with 6 marinas and 5 golf courses and large regional parks like Tropical and Crandon park, but it also provides neighborhood and community parks for the unincorporated areas of Miami -Dade County. Miami -Dade Parks, Recreation and Open Spaces Department, FL. Served as Deputy Director. Planning and directing the activities of the Parks, Recreation and Open Spaces Department. I was directly responsible for the Planning, Design, Landscape Design, Capital Development and Maintenance functions of the department. Oversaw the Park Operations divisions. Emphasis of the work was on developing departmental objectives, policies and procedures, assuring adequate staffing for departmental activities and supervising fiscal operations of the department. I was also responsible for the supervision of professional, administrative, technical and clerical employees with assigned responsibilities in various phases of operations and locations of the department. General direction was received from the Department Director who reviewed work through personal conferences and written reports and held me responsible for the efficient and effective management of departmental fiscal and operational activities. Duties included representing and assuming authority and responsibility for the director in his absence, including appearing before the Board of County Commissioners and private meetings with elected officials. Miami -Dade Office of Capital Improvement, FL. As the Director of OCI, I was responsible for providing support services to the Capital County departments and agencies for a wide range of pre -construction and construction activities. This included the $2.9 billion voter -approved Building Better Communities Bond Program that is still making improvements to public buildings and facilities throughout Miami -Dade. AECOM 222 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami GEORGF NAVARRETE Contract Management / Disputes Administered the Safe Neighborhood Parks Bond Program ($200 million) and the Quality Neighborhood Improvement Bond Program ($250 million). I also managed the Miscellaneous Construction Contracts Programs (MCC) which awarded an average of $100 million in construction contracts per year. Duties included monitoring federal, state and local legislative initiatives to ensure that projects met regulatory requirements and worked closely with other County departments and the County Attorney's Office to mitigate construction claims and ensure that the County's relationship with the construction industry remained fair and balanced. I also managed the solicitation process for architectural and engineering and design/build services countywide. Miami -Dade Office of Capital Improvement, FL. As Assistant Director and Chief, was responsible for monitoring, oversight and implementation of Miami -Dade County's $2.9 billion General Obligation Bond program, the Safe Neighborhood Parks bond program, the Quality Neighborhood Improvement Program bonds and the Construction Division. Also responsible for the maintenance and upgrade of the Capital Improvements Information System, the oversight of the Construction Management Training and Miscellaneous Construction Contracts Programs and the Economic Stimulus Plan. In addition, responsibilities include the development of standard construction contract language to be implemented Countywide. Miami -Dade Transit Agency, FL. As Acting Assistant Director, Planning & Development. was responsible for planning, engineering, construction, project controls and contract administration for the implementation of the capital construction components of the People's Transportation Plan (PTP), a $2.5 billion expansion of the existing rail system. Also responsible for providing litigation support to the County Attorney's Office. Miami -Dade Transit Agency, FL. As Chief, Project Control, was responsible for all scheduling, cost control, budgets, construction claims, contract administration and configuration management for the $87 million Palmetto extension to Miami's Metrorail system and other transit capital projects. Miami -Dade Park & Recreation, FL. As Interim Assistant Director for Planning & Development, was responsible for all planning, design and construction for the Parks department during the Safe Neighborhood Parks Bond capital program ($200 million). Responsible for organizing group, developing a staffing plan, defining scopes -of -work and schedules for over 400 projects and Miami -Dade Transit Agency, FL. As Chief, Project Control, was responsible for all scheduling, cost control, budgets, construction claims, contract administration and configuration management for the $248 million extension to Miami's people mover system and other transit capital projects. Morrison Knudsen Engineers, FL. As Senior Cost and Scheduling Engineer, was responsible for all scheduling for the $580 million expansion to Interstate 95 in South Florida. Metropolitan Dade County Transit Agency, FL. As Manager, Project Control and Claims for Metro -Dade Transit Responsible for all project control duties for Miami's one -billion -dollar transit system. Also responsible for the administration of construction claims. Began as Contract Administrator. AECOM 223 13 YEARS OF EXPERIENCE FIRM 300 Engineering Group tuuCHiION BS, Business Administration and International Business, Florida International University, Miami (in progress) AA, Business Administration, Miami - Dade College, Miami PATRICIA LIBREROS Document Controls Patricia Libreros is an executive administrative professional with more than 13 years of experience in a variety of fields, including daily business operations, contract administration, customer service, client relationship management, business development, real estate and marketing. Strong ability and experience in preparing and delivering marketing strategies presentations, business plans, and budget forecasts. She brings an extensive ability to provide staff su-pervision and training in addition to managing simultaneous projects, leveraging available business tools, proac-tively managing risk and meeting deadlines within demanding environments and schedules. Contract admin-istration experience includes preparation of Real estate contracts and ensuring agreements comply with terms and conditions. SUMMARY OF RELEVANT EXPERIENCE Pump Station Improvement Program (PSIP), Miami, FL: Served as Document Control Assistant for the upgrade of the Wastewater Collection and Transmission System (WCTS) including pump stations and force mains. Each pump station must be certified as capable of meeting a nominal average pump operating time (NAPOT) of less than or equal to 10 hours per day. The program aims to bring into compliance 118 sewage pump stations that do not comply with the NAPOT and Peak Flow Criterion. This program is comprised of four main phases: 1) Planning and Engineering which includes the basis of design report development for pump station and force main projects; 2) Design Management of 8 Design Consultants; 3) Construction Management of multiple pump station and force main contractors through the County's MCC 7040 procurement method; and, 4) Infiltration and Inflow Management which entails the management of 4 different contractors for Manhole, Sanitary Sewer Evaluation Survey (SSES), CIPP, and Dig and Replace (D&R) contracts. Helps adhere to record retention policies, safeguard information and retrieve data more effectively. In addition, specific functions also include the following: updated Proliance project properties, project summary journals, and daily work journals, maintained document control log, uploaded program and project files into MDWASD's SharePoint. North Miami Beach Water: NMB Water Program, Miami, FL: As Program Administrator, responsible for the water program/project related communications, documentation, data management and document control. Participated in corporate, client internal and City public meetings. Organized, coordinated and participated in the NMB Water community outreach events. Responsible for the preparation of meeting minutes for client meetings and the official North Miami Beach's Public Utilities Commission monthly meetings. Responsible for the development, management and status updates of the NMB Water Program Master Action List on SharePoint. Worked with senior leadership and public relations team to provide outstanding customer service in addressing AECOM 224 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami °ATRICIA LIBREROS Document Controls escalated customer service issues. Assisted with the development of weekly and monthly reports for the leadership team, operation and maintenance team, and the Public Utilities Commission. Responsible for daily office management activities. Monitor and manage office calendars to avoid conflict of schedules among all managers, engineers and the client. Colonial Builders Real Estate Advisory, Miami, FL: Served as Realtor. Managed real estate portfolio, international sales, investment brokerage, and pre -construction property opportunities. Assisted developer and lead architect conceive projects, select potential project locations, acquire the land, determine the target market, obtain the financing, oversee the estimated construction cost, economic performance of the project and marketing strategies. Responsible for negotiation, draft and execution of contracts. Preparation and presentation of comparable market analysis and investment opportunities for each client. Advise potential investors and first-time buyers on comprehensive property analysis and portfolio development. Fortune International Realty Real Estate Advisory, Miami, FL: In-house Licensed Realtor for new development at Midtown 2, 4 and Midblock Miami. Responsible for international sales, and marketing strategies to represent the developers in selling the projects. Performed day to day business operations, presentations, attending meetings, company events, generating leads, calculate and revise investment income and expenses, carrying cost and cap rates. Responsible for negotiating various investment opportunities for clients to help increase their assets. Executing sales contracts, listing agreements and closings. Monitored deposits and confer with escrow companies and lenders to ensure that purchase agreements comply with terms and conditions. Responsible for compiling, charting, graphing, and creating all reports regarding statistical information on market and competitive advantage. Promotion, sales analysis, ROI and survey of real estate inventory. AECOM 225 20 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Health Services Administrator, Keiser University, Ft. Lauderdale, FL YU RI MA HAYWOOD Budget Analyst Yuri Haywood is a project administrator providing project support services to managers in the South Florida AECOM offices. Her responsibilities include invoice reconciliation, MUR preparation, coordination of sub consultant invoices and submittals, project audit support, accounting support and internal project set up. She has knowledge of project management platforms such as ORACLE and Salesforce, and for over three years has used this knowledge to assist AECOM project managers in maintaining projects aligned with their baseline projections. Mrs. Haywood has experience with large programs. such as WASD's $2.1 Billion Consent Decree program and has provided support to project accountants on the Jackson Health Systems' $1.4 billion Miracle Bond Program. SUMMARY OF RELEVANT EXPERIENCE AECOM, Miami, FL. As Project Management Administrator, duties include assisting project managers in project control on major projects; reviewing subconsultant invoices and enter them into AECOM's subs portal; preparing Monthly and Quarterly Utilization Report for Miami Dade county contracts; assisting project managers with internal and external audits; preparing monthly client invoices; assisting project managers with Technical Quality Planning and Review process; assisting project managers with ePM-APIC (AECOM internal financial system); participating in monthly project reviews meetings; preparing correspondence and maintaining project files and document control; reviewing and processing sub -consulting invoices on a monthly basis for various projects; and creating weekly Estimate to Complete report for Project Manager. Projects include: • WASD Consent Decree - Wastewater Systems Priority Projects Program: Provided support with sub consultant invoices and submittals, MUR preparation, project audit support and accounting support. • Jackson Health Systems $1.4 billion Miracle Bond Program: Provides support with sub consultant invoices and submittals, QUR preparation, project audit support and accounting support. AECOM 226 19 YEARS OF EXPERIENCE FIRM AECOM EDUCATION AA, Broward College ANA REYES Administrative Support Ana Reyes has 19 years of vast experience in project administrative support and document controls. She supports project and office staff, with responsibilities that include processing shop drawings, assisting with contracts, organizing meetings, and maintaining office supplies. SUMMARY OF RELEVANT EXPERIENCE Administrative Assistant/Document Controls Coordinator - AECOM, Miami, FL. Provides administrative support to Architecture, Engineering and Interior's Departments in a fast -paced environment. Duties include processing shop drawings for various projects; mail sorting and distribution; fields telephone inquiries from clients and colleagues; provides administrative support to principals; maintain and orders office supplies; assists Legal Department with contracts; and makes travel arrangements for project managers and principals. Miami -Dade County Public Schools, Miami Carol City Senior High School Replacement, Miami, FL. Phased replacement of Miami Carol City Senior High School. The new facilities were constructed in phases on the open spaces (playing fields) while keeping the school fully operational. This was the first senior high school constructed by the client using Academy components to create small learning communities that encouraged student interaction within each related academic area, and reduced the need for students to engage the whole student body. As part of the culture of corporate social responsibility, the team coordinated with the construction manager to incorporate the ACE (Architecture, Construction and Engineering) mentor program to the construction technology education class for three continuous years. Modular Prototype Classroom Buildings (District -Wide), Miami, FL. District -Wide Modular Prototype Classroom Building Program. The program was created to replace portable classrooms and reduce school overcrowding. The buildings, designed with 7, 9, 11 and 13 modules plus one group toilet, on one, two and three stories tall, are simple modular buildings with tilt panel walls that can be erected quickly on any site. Each module is 760 SF and can be reconfigured to different learning environments such as classrooms, laboratories, cafeterias, media centers, and computer rooms. Thought the Program, there were more than 100 buildings erected with a total budget surpassing 1 billion dollars. 3 Miami Central, All aboard Florida. A 610,000 mixed -use project, on a nearly two -acre urban site in Historic Overtown, will act as the link to the Southern Terminus of All Aboard Florida's passenger rail system connecting South Florida to Orlando. The project lies at a critical cross road serving the northern cusp of the downtown core and the southern edge of the Historic Overtown neighborhood. The project will be comprised of 32,000 street level retail and anchor tenant space, a mid- AECOM 227 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami ANA REYES Administrative Support level parking podium, a topped by 112,600 SF of office space. Zoo Miami, Florida: Mission Everglades and New Entrance. A $52 million, 4.5 acre expansion "Florida: Mission Everglades" and new main entrance at Zoo Miami. Services included complete professional architectural and engineering services. AECOM scope included the development of the essential zoological facilities and themed areas such as animal exhibits, animal caring and housing needs, educational components, animal management/ administration support, animal/keeper support areas, thematic rides, food service/concessions and safety/security areas of the facility. Collier County Courthouse 5th & 6th Floor Renovations, Naples, FL. This 13,700 square foot Courthouse renovation included the design of three new courtrooms, judicial chamber suites, and offices for the Probation department. The project involved phased renovations of two floors of the existing courthouse and was designed to allow for uninterrupted use of the current courthouse. Collier County Courthouse Annex, Naples, FL. The Courthouse Annex consists of a 7-story, 137,000 square foot office building addition linked to the existing courthouse by a new 4-story atrium. The Annex houses the offices for the Clerk of Courts, State Attorney Collier County Government Center Chiller Plant Expansion Naples, FL. Spillis Candela DMJM was retained by Collier County Department of Facilities Management to conduct an investigation of the existing central chiller plant serving the Collier County Government Center to evaluate the existing plant capacity, performance, and ability to expand, in order to support the additional cooling load projected as part of master plan implementation. The evaluation was based on research of available record documents, site investigation and data collection from data loggers installed in strategic locations to obtain accurate readings of the current plant operation. Collier County Parking Garage, Naples, FL. The parking garage consists of a six level garage of 410,310 SF with capacity to park 1,128 vehicles. AECOM 228 29 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Communications, Southern Oregon State College, Ashland, OR Political Science, University of Oregon, Eugene, OR REGISTRATIONS/ CERTIFICATIONS Paralegal Certification, National Academy of Paralegals. Spokane, WA LORETTA OWENS Procurement Loretta Owens is a subcontract administrator responsible for facilitating, preparing, and submitting subcontractor purchase orders for many southern states, with an emphasis on Florida. She coordinates paperwork (continuing service agreements, health and safety evaluations) between subcontractors, project managers, and AECOM's legal department. Loretta has worked on several large projects involving a number of AECOM employees, subcontractors, and various State and Local agencies. SUMMARY OF RELEVANT EXPERIENCE Florida Department of Environmental Protection, Remediation and Excavation Projects, FL. Prepare purchase orders to approved subcontractors for various remediation and excavation projects throughout the state of Florida. Miami -Dade Water and Sewer Department, TO 2.05 FY 2019-2020, Miami, FL. Subcontract administrator responsible for administering subcontracts for all task work orders for the Miami Dade Water & Sewer Management Consent Decree Project. Work closely with the project team and subcontractors to maintain compliance with the client requirements. Miami -Dade Water and Sewer Department, FY 2019-2020 Consent Decree Program, Miami, FL. Subcontract administrator managed the procurement process for contracts to support program level management services to WASD in implementing the Consent Decree (CD) program. Program level services do not allocate to individual projects, they apply across all projects and services. Florida Department of Transportation - District 4, Various Projects, FL. Procurement specialist prepared purchase orders for approved subcontractors for various projects associated with District IV in South Florida, and acted as a liaison between subcontractors and project managers when appropriate. City of Naples, Climate Vulnerability Assess, Fort Myers, FL. Subcontract administrator processed the procurement of contracts to support the climate vulnerability assessment. Collier County, Continuing Service Agreement 2014-2019 - Landfill Deep Injection Well SCADA Design, Fort Myers, FL. Subcontract administer processed contract documents to support for development of a SCADA design for a deep injection well at the Collier County landfill. Lockheed Martin, Tallevast Remediation, Tallevast, FL. Procurement specialist worked closely with the project manager and site staff to approve subcontractors for long term project which included demolition, design -build, and remediation. Since specific client flow- AECOM 229 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami LORETTA OWENS Procurement downs are required, worked as an extension of AECOM contracts and project managers to ensure subcontractors met or exceeded client requirements such as health & safety and liability insurance. Issued multiple purchase orders to a variety of subcontractors and/or vendors, keeping updated records for the project manager. United Technologies Corporation, UTC/PW STB Expansion, Jupiter, FL. Subcontract administrator responsible for managing all subcontracts on the project. Client has flow -down requirements for all subcontractors and it was my responsibility to verify all subs were aware of and adhered to the flow - downs. AECOM 230 43 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Master of Urban Planning, University of Colorado BA Economics Honors, Spanish Honors, University of Illinois AFFILIATIONS Advisor, Bay Area Council, Economic Institute, Science and Innovation Guest Lecturer: University of Oregon Business School Public Private Partnership Conference (P3C) Board of Advisors US National Academy of Science: Govnmt. / Industry Research Roundtable US University/ Industry Demonstration Partnership ILL KU RTH, APA Planning Working at the intersection of strategy, communications, and business planning, Jill Kurth collaborates with academic clients to enhance communities through performance, policy delivery, economic development and social impact. Jill is skillful at creating and maintaining trusted relationships that deliver tangible impact and measurable outcomes. An expert in reorganization and asset management projects, Jill is adept at using engaging strategies to ensure collaboration and transparency across diverse partners and stakeholders. SUMMARY OF RELEVANT EXPERIENCE University of Central Florida, Orlando Florida • Strategic Academic and Master Planning - Creation of a transformational academic roadmap for a new downtown innovation campus of 15,000 students. Organization financial and real estate strategies to integrate the programs of 5 schools with social, economic and local business needs; Creation of MOU/P3 agreements with local Community leaders, Mayor of Orlando, Chambers of Commerce. • Development and Outreach —Development of branding and communications products associated with the downtown campus publicity campaign Alleghany County Drone Zone, VA • Strategic Master Plan — Visioning, economic modelling, branding, transportation, physical and business planning and public private partnership study for regional autonomous aerial vehicle ecosystem • Visioning and Engagement: Facilitated outreach to city, private operators and investors, State, and Federal agencies and local community. City of Scappoose, Columbia County, OR • P3 Development Strategy and Masterplan — 6msqft development that unites economic development authority landowners, city, manufacturers educators, airport and transit agencies in a manufacturing innovation district. Detroit Water and Sewer, Detroit MI • Capital Improvement Program — Labor market assessment, and internal resources assessment leading to planning for an inclusive AECOM 231 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami J I LL KURTH, APA Planning workforce pipeline that facilitates DWSD to stand up an organization capable of sustaining the CIP. • Contractor Participation Model — Plan to develop Increased contracting opportunities for DBEs small businesses and Detroit based businesses based on national best practices Great Lakes Water, Detroit MI • Capital Improvement Program - Resource and organizational evaluation, organizational restructuring and change management process design. Goal is to lay a foundation and undertake an implementation process for successful long- term organizational transformation to a best in class Capital Investment Planning and Delivery team. State of California, Sacramento, CA • Department of Natural Resources Change Management — Integrated resource planning, engagement and operational change management to consolidate 7 dispersed departments of 3,500 staff into a single integrated building. • Health and Human Services Strategic Plan — Integrated strategic planning, engagement and operational change management to consolidate 3 dispersed departments of 1,500 staff into a single integrated campus. Brooklyn Waterfront —Sunset Park, New York Integrated master plan - Unites transportation agencies, anchor institutions and economic development agencies for district regeneration. Assessment of potential relocation of University, healthcare, industry and government agencies in transformative mixed -use development. City of Denver, CO • Colfax Corridor Plan — Integrated physical, transportation, environmental and economic development plan to link major townships with Downtown Denver. Included coordination with city agencies, major employers and institutions to coordinate transformational development initiatives. Colorado Department of Transportation, Denver, CO • Mobility Strategic Plan — Creation of metrics driven innovation plan that links future investments in technology, data and mobility with Governor's plan for the Colorado through operational and resource improvements and refocusing. JA and Kathryn Albertson Foundation, Boise, ID • Kathryn Albertson Park —Operations Model: Finance, operations and user experience plan to upgrade existing park to a state-of-the-art interactive outdoor educational resource. • Planning and Design — Master planning, Full landscape, signage and infrastructure design City of Boise, ID • Downtown Learning Corridor —Creation of a public private partnership for delivery of public services between City of Boise, Library, Apple Inc., University local schools and entrepreneurs. Included service delivery definitions investment and operations modelling. • Boise Innovation Arts District: Creation of a public private partnership for delivery of public services, included: public outreach, partnership and business consulting services to assist in the development of a community focused service model. Bond financing advisory for School District, City, Library, Museum and University. Meridian Partnership, South Meridian, Idaho AECOM 232 30 YEARS OF EXPERIENCE FIRM AECOM EDUCATION BS, Landscape Architecture, University of Wisconsin REGISTRATIONS/ CERTIFICATIONS Landscape Architect, Florida No. 6666766 AFFILIATIONS American Society of Landscape Architects (AS LA) National Parks and Recreation Association (NRPA) American Planning Association (APA) JOSEPH WEBB, RLA Parks / Recreation Support Joseph Webb is a Professional Landscape Architect with extensive, diverse experience in the planning, design and development of parks and recreation facilities. Joe has over thirty years of experience in both the public and private sectors and has been involved in numerous park planning and design projects from detailed design to large scale systems planning with an emphasis on the integration of open space with transportation and urban form. SUMMARY OF RELEVANT EXPERIENCE Morningside Park, Miami, FL. Project Included the redesign of a premier, 40 acre waterfront park on Biscayne Bay in a rapidly changing, diverse community in north central Miami. The project was designed to incorporate sustainable practices, resiliency and mitigate the impacts of sea level rise while preserving the historic character of the park. Working extensively with the community, the plan provides much needed improvements to park amenities, improved facilities and aesthetic improvements to return the park to its former place as a premier park in the City. Amelia Earhart Park, Miami -Dade County, FL. Project included the development of a park planning program plan for the 515 acre regional park and extreme sports venue for Miami -Dade County Park and Recreation Department. The project was designed to be developed and operated as a public / private partnership with input from major sports and entertainment providers as well as a comprehensive business plan. Haulover Park, Miami -Dade County, FL. Project included the development of a park planning program plan for the 260+ acre waterfront, heritage park for Miami -Dade County Park and Recreation Department. Improvements included major vehicular, pedestrian, bicycle, and transit improvements, the provision of multiple restaurant and concession venues and significant modifications to insure barrier free access to the beach and intercostal promenade. Matheson Heritage Park and Marina, Miami -Dade County, FL. Project included the development of a master for a 630 acre, historically and environmentally significant, waterfront park in Miami -Dade County. The plan provided for the restoration of historic structures and pristine Hardwood Hammock landscapes as well as extensive measures to mitigate the impacts of sea level rise. West Kendall District Park, Miami -Dade County, FL. Project included the development of a 150 acre regional park and completion sports venue for Miami -Dade County Park and Recreation Department. The park was designed to serve as a regional recreation facility but also serves as a emergency operation and distribution center, during disasters. AECOM 233 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami JOSEPH WEBB, RLA Parks / Recreation Support Oak Grove Park / Father Gerard Jean Juste Community Center, Miami -Dade County, FL. Project included the development of a park master plan and architectural design of a community center in unique, diverse community within Miami -Dade County. Planning was done with the extensive involvement of community leaders and a series of community meetings to insure the park and facilities were in keeping with the unique culture of the community. The final design received unanimous support from the Board of County Commissioners and accolades from the local community. Fort Lauderdale Parks and Recreation System Master Plan, Fort Lauderdale, FL. Developed a Parks and Recreation Long Range Strategic Plan that set forth a clearly defined mission and long range plan for the Fort Lauderdale Parks and Recreation Department that reflects community interest and significant levels of community support. The Plan sought to maximize citizen use and enjoyment of existing parks, facilities and recreation services while setting forth specific recommendations for meeting the future needs of the community. This plan positioned the Department to secure voter approval of a $200M General Obligation Bond to meet the recreational needs of an urbanizing City as well as the changing demographics and lifestyles of its residents. This critical funding will allow the department to continue to be one of the premier park systems in the country. AECOM 234 30 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Master of Architecture, Washington University Bachelor of Environmental Design, Miami University REGISTRATIONS/ CERTIFICATIONS Registered Architect: VA and 25 U.S. States LEED Accredited Professional National Council of Architectural Registration Boards AFFILIATIONS American Institute of Architects, Fellow STEVE LOOMIS, FAIR, LEED AP, NCARB Police Department / Public Safety Steve Loomis is the practice leader for public safety facilities with 100+ law enforcement, training, and mission -critical facilities to his credit. Recognized nationally for his expertise in public safety facilities, he has elevated the function of public safety facilities through sympathetic and innovative practices. He is a proven leader in the site evaluation, planning, programming, and design for critical public safety facilities, including law enforcement, 9-1-1, emergency operations centers and training centers. He is committed to quality control —completing projects on time and within budget —with roles varying from programming and space planning to design and project management, for which he has overseen all project phases. He focuses on collaboration for clients and colleagues in order to provide holistic designs, analyses, and recommendations. SUMMARY OF RELEVANT EXPERIENCE Coral Gables Public Safety Building, Coral Gables, FL. Principal public safety design and programming for a state-of-the-art public safety facility within the downtown core that would replace their out dated building. The new state-of-the-art facility will serve as the police and fire headquarters for the City and include an Emergency Operations Center, 9-1-1 Center, Fire Station #4 and a full -service public safety training center. (116,600 GSF + 74,090 GSF secure parking; Total Value: $54.2M) St Petersburg Police Headquarters, St Petersburg, FL. Principal and Public Safety Design Director, in collaboration with a local architectural studio, for the new 160,000-square foot headquarters and operations facility. The new St. Petersburg Police Department headquarters building will include complete police administrative, investigations, patrol operations, and training facilities. An annex is from the support functions for laboratories, lockers and evidentiary services. The design also provides for a new police communication center and emergency operations center for the City. A new parking garage was planned and developed in the center of the redeveloped block for police vehicles. (160,000 GSF; Total Value: $68M) Pennsylvania Department of General Services (DGS), Pennsylvania Emergency Management Administration Agency (PEMA), Harrisburg, PA. Principal -in -Charge for programming, planning and design for a new facility to house multiple functions, including the PEMA office of administration, Commonwealth Emergency Operations Center, a Joint Information Center, Governor's COOP space, Pennsylvania Department of Transportation spaces, (including the Statewide Traffic Management Center and District 8 Traffic Management Center), Department Homeland Security office, and senior leader situation room. The 135,000-SF building will sustain emergency operations independent of outside utilities for up to five days. This project recently completed construction and achieved LEED certification. (135,000 GSF; Total Value: $50M) AECOM 235 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami STEVE LOOMIS, FAIA, LEED AP, NCARB Police Department / Public Safety Chicago Joint Public Safety Training Center, Chicago, IL. Design Principal responsible for the programming, planning, and design for the new $85 million academy to consolidate Chicago's Police Department and Fire Department training facilities in a centralized campus equipped with the latest technology and scenario -based training. (185,000 GSF; Total Value: $85M) AECOM 236 20 YEARS OF EXPERIENCE FIRM AECOM EDUCATION Masters in Public Policy, Shorenstein Fellow, Harvard University, John F. Kennedy School of Government Bachelor's, Public Policy and Management, University of Pennsylvania SAMARA BAREND P3 Consultant Samara Barend has over 20 years of infrastructure policy experience, a decade of which has been focused solely on public -private partnerships. She is a national thought leader on public -private partnerships and has developed projects in government and the private sector. At AECOM, she provides leadership in PPP work across all business lines. She previously led AECOM's PPP Advisory group, where the firm has advanced major government side advisory projects such as the LaGuardia Airport Terminal replacement ($3.6b), the UC Merced campus expansion ($1 b), and the Pennsylvania Rapid Bridge Replacement Program ($1.1b). SUMMARY OF RELEVANT EXPERIENCE North America Public -Private Partnership Lead, AECOM. Leads project development, deal pipeline, and pursuit teaming for all major P3 pursuits. Oversaw AECOM's P3 Advisory Group, where the firm leads major government side advisory projects such as the LaGuardia Airport Terminal replacement ($3.6b), the UC Merced campus expansion ($1 b), and the Pennsylvania Rapid Bridge Replacement Program ($1.1b). Direct responsibility for the group's overall strategy and ensured priorities were aligned, provided teaming support, and oversaw delivery. Performance Based Building Coalition (PBBC), New York, NY. Founded and lead this national 501 c6 organization comprised of more than 100 infrastructure funds, contractors, engineering/architecture firms, law firm, banks, unions, and public officials to urge Congress to catalyze the use of public -private partnerships (P3s) for public buildings. The City of Los Angeles credits the PBBC with playing a major role in their decision to advance the $500M LA Civic Center as a P3. New York State Commission on Asset Maximization (SAM) New York, NY. Served as Executive Director. The SAM Commission, created from a gubernatorial Executive Order in 2008, was charged with broadly examining whether asset maximization can benefit New York State, as well as whether any specific New York State assets are suitable candidates for public -private partnerships. • Oversaw State Commission, comprised of 12 elected officials and leaders from private sector, academia, and labor. • Responsible for drafting the Commission's preliminary and final reports, directed and steered all Board meetings, organized six public hearings around the State, developed and managed request for participation process with the private sector, cultivated tremendous stakeholder support among private sector, labor unions, legislative leaders, environmental groups, business, and the construction industry. AECOM 237 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami SAMARA BAREND P3 Consultant Identified 26 specific public -private projects (Energy, Real estate, Transportation, Information Technology, and Public Buildings), along with a process for sustaining asset maximization through the creation of a new Board to facilitate, screen, and oversee all public -private partnerships in the State. Several of the projects identified have moved forward through design - build or P3, such as the Goethals Bridge and the statewide bridge bundling program. STV Incorporated New York, NY. Served as Vice President and Government Affairs Director. STV is a national engineering, architectural, planning, environmental and construction management services firm that consistently rank among the top 25 firms in education, corrections, highways, bridges, rail and mass transit. • Oversaw the company's legislative and policy efforts, reporting directly to the CEO. • Created a national Government Affairs division and reinvigorated the previously dormant STV PAC • Worked with elected officials, agency heads, and other leaders to shape national infrastructure policy. • Monitored and interpreted federal and state legislation, appropriations and authorizations, and proposed or existing federal and state regulations. • Served as representative on key industry associations and was involved in numerous industry wide policy initiatives. AECOM 238 22 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MS, Marine Science, College of William and Mary BS, Civil and Environmental Engineering, Cornell University REGISTRATIONS/ CERTIFICATIONS Professional Engineer (Civil), CA AFFILIATIONS American Society of Civil Engineers American Shore and Beach Preservation Association American Geophysical Union J USTI N VANDEVER, PE Coastal Adaptation Specialist Justin Vandever has extensive experience in coastal and marine science, engineering, and climate change adaptation. His project experience includes climate change vulnerability and risk assessments, sea level rise inundation mapping, coastal processes and flooding, design of coastal and estuarine restoration and monitoring projects, and response of coastal and estuarine environments to sea level rise. Justin has served as a quality reviewer and technical advisor on numerous coastal flooding and climate change -related projects. He has co-authored technical articles related to climate change vulnerability, including mitigating climate change through coastal wetland restoration and has presented at regional, nationwide, and international coastal conferences. Justin was selected as one of the American Society of Civil Engineers' "New Faces of Civil Engineering" in 2013. SUMMARY OE RELEVANT EXPERIENCE Miami Beach, Sea Level Rise Vulnerability Assessment, Miami Beach, FL. Coastal Engineer on AECOM's project to assist the City of Miami Beach in conducting a sea level rise vulnerability assessment as part of a broader resiliency effort within the City. Mr. Vandever led the development of sea level rise inundation maps to evaluate exposure of City assets to flooding and sea level rise and provided technical review of a climate science summary memo. Also assisted in the development of a citywide asset database and vulnerability assessment tool to support the City's capital planning process. City of Naples, Stormwater Master Plan update, Naples, FL. Coastal Engineer on AECOM project to complete a Stormwater Master Plan Update for the City of Naples. Mr. Vandever led completion of the climate adaptation chapter of the master plan, which evaluated the effects of sea level rise (SLR) on stormwater management within the city. The plan documented historical and future SLR projections and evaluated SLR and flooding impacts on stormwater system components such as pump stations, outfalls, and catch basins. Economic Impacts and Sea Level Rise and Coastal Storms, Dania Beach, FL. Coastal Engineer on an AECOM project to conduct an analysis of the potential economic costs that could occur from failing to take action to protect Dania Beach's business communities from future storm surge and sea level rise impacts, as well as the economic benefits from adaptation actions that mitigate future coastal hazards to the City's commercial core. Served as a technical advisor to the economics team to help interpret coastal hazard mapping datasets used in the economic analysis. Port of Long Beach, Climate Adaptation and Coastal Resiliency Strategy, Long Beach, CA. Provided coastal engineering expertise in AECOM 239 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami J USTI N VANDEVER, PE Coastal Adaptation Specialist support of an evaluation of climate change impacts, assessment of risks to the port, and preparation of a climate resiliency plan. Climate change and coastal hazards are anticipated to cause direct or indirect consequences to the port's infrastructure and operations. A climate adaptation and coastal resiliency plan was prepared for the port to enhance its infrastructure and operations. Regional Adaptation Strategies Cost Estimating, San Francisco Bay, CA. Coastal Engineer, assisting MTC with sea level rise adaptation strategy costing for the Horizon initiative. AECOM is developing unit cost estimates for a number of physical adaptation strategies to adapt the Bay Area's shorelines to 2050 sea level rise of 1, 2, and 3 feet. Federal Emergency Management Agency (FEMA) - Region IX, Risk Map Program - Coastal Hazard Analysis, Pacific Coast, CA. Technical lead on a team conducting tide frequency analysis, nearshore wave modeling, wave runup and overtopping, and coastal flood mapping for central California. FEMA performed a detailed coastal engineering study of the Pacific coast of California. Results from this study will be used to remap the coastal flood risk and wave hazards for the California coast. National Aeronautics and Space Administration (NASA), Ames Research Center - Sea Level Rise Inundation Mapping, San Francisco Bay Area, CA. As task lead, mapped future inundation and flooding extent for daily and extreme tide flood levels. The results will inform groundwater and stormwater assessments for future conditions and the development of climate change adaptation strategies for the facility. AECOM 240 23 YEARS OF EXPERIENCE FIRM AECOM EDUCATION MA (Honors) in Natural Sciences, Cambridge University, UK AFFILIATIONS National Ecodistricts Board Sustainability Committee, Urban Land Institute San Francisco CLAIRE BONHAM-CARTER Sustainability: Climate Change/Sea Level Rise/Planning Claire Bonham -Carter is a Principal with AECOM with 18 years of experience working on climate change mitigation and adaptation planning for public and private sector clients. She specializes in climate vulnerability and risk assessments and adaptation planning for cities and public sector agencies, with projects for clients such as the City and County of San Francisco, City of Long Beach, San Francisco Bay Area's Metropolitan Transportation Commission, the Los Angeles County Metro, Ports of Los Angeles and Long Beach, and the Federal Highways Administration. She manages AECOM's partnership with the Rockefeller Foundation 100 Resilient Cities Program, for whom AECOM is working with 30 cities around the world to develop a resilience strategy. SUMMARY OF RELEVANT EXPERIENCE Sea Level Rise Response Plan, Port of Oakland, CA. Project director. AECOM is helping the Port of Oakland prepare a sea level rise response plan to address the needs of AB691. This includes a vulnerability assessment, estimation of cost of inaction and adaptation strategies to address impacts expected in 2030, 2070 and 2100 from sea level rise and storm surge. Bay Area Resilient by Design Challenge; All Bay Collective Team, CA. Project manager. AECOM was the lead organization making up the All Bay Collective (ABC) team: a diverse group of professionals, academics, students, and policy makers. Our first phase research showed key challenges were groundwater flooding, vulnerable transportation corridors, social equity issues and jurisdictional barriers to cooperation. In the design phase, the team identified solutions for the San Leandro Bay Area through both design and governance, focusing on the importance of community leadership and involvement. 100 Resilient Cities Program Rockefeller Foundation. Principal -in - charge. AECOM is a key strategy partner for the 100 Resilient Cities program, pioneered by the Rockefeller Foundation. AECOM is working with 30 selected cities around the world (including in Europe, North America, Latin American and the Caribbean and Australasia) collaborating with the CROs and 100RC to provide technical leadership in identifying and addressing the resilience challenges and opportunities of each city, ultimately developing a resilience strategy. North America cities include Miami, San Francisco, Berkeley, Oakland, Chicago, Dallas, Seattle, Calgary and Vancouver. Sea Level Rise Response Plan, City of Olympia, WA. Principal -in -charge. AECOM assisted the City of Olympia in the development of a Sea Level Rise (SLR) Response Plan to analyze options for protecting downtown and develop recommendations, implementation schedules, decision making AECOM 241 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami CLAIRE BONHAM-CARTER Sustainability: Climate Change/Sea Level Rise/Planning thresholds, funding needs, and emergency response approaches to address SLR vulnerabilities and risks in the future. San Diego Airport Climate Resilience Plan, CA. Technical advisor. AECOM prepared a climate vulnerability assessment and adaptation plan for the airport to address extreme heat and sea level rise impacts to the airport assets and operations. Metropolitan Transportation Commission, Caltrans Regional Planning Grant: A Resilient Transportation System for Safe and Sustainable Communities. San Francisco Bay, CA. Technical lead. AECOM is the lead consultant on a project to conduct a Bay wide sea -level rise vulnerability study and resilience plan for Bay Area transportation infrastructure, development and conservation areas, and vulnerable populations. This effort will conduct a regional assessment of transportation and community assets and develop strategies to address SLR vulnerabilities and risks. Creating Safe Growth Strategies for the San Francisco Bay Area, CA. Principal -in -charge. On behalf of ABAG and BCDC, EPA commissioned AECOM to incorporate resilience to natural hazards and climate change into regional and local land use planning, decision making and implementation. AECOM developed a list of strategies to reduce vulnerabilities to SLR and earthquakes within planned high growth areas. Metropolitan Transportation Commission, Climate Change / Extreme Weather Event Pilot Project, San Francisco, CA. Principal -in -charge and project manager. Hired by MTC, BART, Caltrans, and BCDC for a Federal Highway Administration -funded pilot project, AECOM developed adaptation strategies for key transportation \assets and adjacent community assets in three focus areas in Alameda County. The project involved a refined vulnerability assessment, developed evaluation criteria to assess potential adaptation strategies, and developed appropriate adaptation strategies to address vulnerabilities identified for the assets. AECOM 242 25 YEARS OF EXPERIENCE FIRM 300 Engineering Group EDUCATION PhD, Water Resources Massachusetts Institute of Technology (MIT), Cambridge, MA MS, University of California, Irvine CA BS, Mechanical Engineering Universidad Simon Bolivar, Caracas, Venezuela REGISTRATIONS/ CERTIFICATIONS Professional Engineer (PE), FL Board Certified Environmental Engineer (BCEE) Diplomate, Water Resources Engineer (DWRE) FERNANDO M I RALLES- WI LHELM, BCEE, DWRE Sea Level Rise Fernando Miralles-Wilhelm is an environmental and water resources engineer with more than 25 years of experience in water resources, water supply and sanitation systems, including: hydrologic and water quality modeling for stormwater management and flood prevention; integrated urban water master planning; development of numeric models for basin management; climate -hydrology -vegetation interactions in wetlands; ecohydro-logical modeling of agricultural and urban runoff; analysis of the impact of climate change on water re -sources management; debris flow modeling; evaluation of numerical models for aquifer storage and re- covery; development of simulation models of sea driven coastal flooding; development of integrated en-ergy-water nexus modeling tools. SUMMARY OF RELEVANT EXPERIENCE City of Doral: Stormwater Master Plan, Doral, FL: Served as Project Manager. Provided professional engineering services for a cost-effective Stormwater Master Plan (SWMP) for City of Doral. The SWMP was based on a comprehensive program of data collection and management, hydrologic and water quality modeling, to achieve distinct levels of service for water quality, pollutant reduction and flood protection. The scope of work tasks were focused on collection of existing information from entities other than the City, and their graphical representation in maps that can be used for stormwater master planning purposes; basin and sub - basin delineation within the City of Doral: this allows for an organizational framework to identify and propose solutions to stormwater management problems; and prioritization of identified stormwater man-agement problems, to allow for prioritization of expenditures and the development of a Capital Improve-ments Plan for SWMP improvements in the City. Miami -Dade Aviation Department (MDAD): Stormwater Management Master Planning, Miami -Dade County, FL: As Project Manager, responsible for planning the improvements of the stormwater management systems at the Miami International Airport, Opa-locka General Aviation Airport and Kendall-Tamiami Exec-utive Airport. The SWMP included comprehensive evaluations of hydrology, hydraulics, water quality, Best Management Practices (BMPs), and facility planning in phases to allow cost-effective implementation of the CIP while aircraft operations continued and increased to serve growing air traffic demands. Aircraft passenger safety issues regulated by the Federal Aviation Administration (FAA) had to be balanced versus the environmental requirements of the United States Environmental Protection Agency (EPA), South Florida Water Management District (SFWMD), and Miami -Dade Department of Environmental Resource Manage-ment (DERM). AECOM 243 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami FERNANDO M I RALLES-WI LH ELM, BCEE, DWRE Sea Level Rise Immokalee Stormwater Master Plan, Collier County, FL: Served as Senior Engineer. Led the development of a stormwater master planning numerical model in XP-SWMM. Duties centered on defining the hydrologic parameters for model input, development of criteria for simulation of structural operations, impacts to water quality from adjacent agricultural and urban runoff, and analysis and QA/ QC of modeling results, production of final reports and presentations to the client and the public. Everglades National Park, FL: Senior Engineer for ecohydrological modeling of agricultural driven opera-tions of pump stations. As the lead investigator, tasked with the evaluation of the operation of pump sta-tions S-332B and S-332C to reduce agricultural runoff and seepage from the Rocky Glades to the L-31 N canal. These pump stations maintain the water levels in the respective retention basins. Low canal stages over -drain the adjacent Everglades wetlands. On the other hand, high water levels cause adjacent wet -lands to be excessively flooded. Therefore, to protect the adjacent wetlands from excessive flooding and minimize adverse vegetation and water quality impacts, the pump stations should be operated to mimic the natural marsh conditions. Stormwater Impacts of Superstorm SANDY, NY: Served as Project Manager and Lead Investigator tasked with the analytical study of extreme precipitation events for the case of superstorm Sandy. Services. This climatological study of precipitation data was focused on forecast errors in order to provide the basis for analysis to understand, and ultimately improve quantitative precipitation forecasting. Analysis of events in which precipitation forecasts were poorly predicted informed both observational needs, reveal areas of required numerical model improvement using ICPR, and offer forecasters guidance regarding predictability (or lack thereof) during specific extreme weather regimes. Everglades Restoration Progress Review, FL: As Project Manager, was the lead investigator tasked with the assessment of progress in restoring the natural Everglades system. The project included the review of im-plemented stormwater and water quality models in the Comprehensive Everglades Restoration Project (CERP). Evaluation of modeling approaches, including ICPR and other modeling platforms. Evaluation of climate change and sea level rise information used in CERP and assessment of modeling results for implica-tions in flood extent, LOS and water quality. Everglades National Park, FL: Served as Senior Engineer for ridge and slough ecohydrological dynamics at the park. Led the development of a numerical model of hydrologic flow, nutrient and sediment transport (with soil accretion) and vegetation dynamics in the ridge and slough systems of the Florida Everglades. The model is being developed to study the potential impacts of hydrologic modifications upgradient on the stability and dynamics of the ridge and slough environment, and a water quality assessment (Phosphorous issues) of agricultural areas of the Florida Everglades. AECOM 244 ((Page Left Intentionally Blank) AECOM 245 . . . . . ti ,,,,,,, 4 ,,,„,, . ,p? 16c,/), 1-1e1-10 5-10 L L \ RFC# 19-20-019 Principal -in -Charge PETE HERNANDEZ, PE (A) Senior Program Manager AARON PANKONIN, PMP (A) TECHNICAL SUPPORT Architecture TIM BLAIR, AIA, LEED AP BD+C (A) KARL ROMESBURG,AIA, LEED AP (A) MICHAEL TRADER, AIA, CCM (A) EVAN SIEGEL, LEED AP BD+C (A) Civil Engineering KAREN BRANDON, PE (A) AMY EASON, PE (A) Structural Engineering SAEED HASSANI, PE (A) Environmental KEITH STANNARD (A) Resilience LAUREN SWAN (A) Stormwater Engineering JORGE SZAUER, PE (300) Grants/Funding NICOLE BOOTHMAN-SHEPARD (A) Bond Strategy/Planning MARK WHITELEY (A) Mechanical/Plumbing CHEN LI, PE, LEED AP (300) SHAWN SHIELDS,PE, LEED AP (A) JOHN BLOOMFIELD (A) ERNEST CANO (CES) Electrical Design MATT PASSARO (A) Electrical Inspection/Estimator/ Change Orders WILLIAM CHOW (PCI) CAD Support JACQUELINE ROWE (A) Landscape Support MICHAEL BROWN (A) Transportation JOSE SOLER, PE (A) Transportation Engineer JULIO BOUCLE, PE (A) A: AECOM PCI: PCI 300: 300 Engineering M: MAGBE CES: CES GN: George Navarrete AECOM Budget Analyst YURIMA HAYWOOD (A) Administrative Support ANA REYES (A) Procurement Specialist LORETTA OWENS (A) THE CITY OF MIAMI Lead Program Manager MATT HARRIS, CCM, LEED AP BD+C, ICC BSP (A) PROJECT MANAGEMENT Senior Project Managers JIM WILLE, CGC (A) DAN WILLEM (A) NANCY ROSENBERG (A) Project Managers PEDRO NUNEZ (A) JENNA SANTAMARINA (A) JORGE ZURITA, CGC (CES) MICHAEL TRADER, AIA, CCM (A) OMAR ELKHALIL (CES) FERNANDO GALAN (A) RENE PFEILSTICKER (A) DAVID HOOT, PE (CES) Assistant Project Manager LIVERACHE MEJIA (A) Construction Managers MARINO LLAMAS, AIA, NCARB (300) RICK ULKUS, GC (A) PAUL KNEEDLER, LEED AP (A) Citywide Program Management Support Services for the City of Miami Project Advisors SRINI KRIS (A) JUAN ALFONSO, AIA (A) Right -of -Way Construction Manager DANIEL MATHEWS, CM (300) CE&I Services JOSE POLO, PE (A) CE&I - Field Inspection ALEJANDRO MAYA (A) CARLOS SOUSA (A) ED MANSHIP, CET (A) HARRY PRICE (CES) LEIGH HEINLEIN (A) CE&I - Field Inspection/QAQC ALBERTO NEGRON (CES) Public Information MAGALI ABAD (M) CITY DEPARTMENT SUPPORT (AS NEEDED) Zoning Support TIM BLAIR, AIA, LEED AP BD+C (A) Planning JILL KURTH (A) Public Works — Parks/Recreation Support JOE WEBB (A) Public Works — Police Department/ Public Safety STE V E LOO M I S (A) P3 Consultant SAMARA BAREND (A) Project Cost Estimator and Scheduler MARK MCLENAHAN, CPE (A) Project Controls Manager FELIPE POLETTO (A) Project Controls PAULA ECHEVERRY, PMP (PCI) DANIEL CASTELLON (A) Cost Estimating MICHAEL BARBA (A) ANA BUITRAGO (PCI) RAMON BETANCOURT (300) Scheduling MIHAELA TOMULESCU (A) JULIAN ORTEGA, PSP, EVP, LEED AP (PCI) EDUARDO TUDE, PMP (PCI) Economics PETER MORRIS, MRICS (A) PMIS JULIA BOLTE (A) RUTHWIK PASUNURU, PMP, CCM, EVP (PCI) Claims/Disputes GARY DEWULF (A) MICHAEL GREENHAUS (PCI) GEORGE NAVARRETE (GN) Document Controls PATRICIA LIBREROS (300) Sustainability — Coastal Adaptation JUSTIN VANDEVER (A) Sustainability—Climate Change/ Sea Level Rise/Planning CLAIRE BONHAM-CARTER (A) Sustainability — Sea Level Rise/ Hydraulic Modeling FERNANDO MIRALLES-WILHELM (300) 246 150 STAFF IN MIAMI 1,270 STAFF IN FLORIDA 56,000 STAFF IN USA B ssaaoad 8'I!4d u61sa4 L 8 Design Philosophy & Process Form RFQ-DPP RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: AECOM Technical Services, Inc. In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1.B of the RFQ. Additional pages may be added as necessary. Please see following pages. 247 RFQ-DPP Revised 3/22/19 Design Philosophy 13 and Technical Capabilities Statement B1 Design Philosophy and Process Philosophy Our design philosophy will be guided by the core values that define the AECOM project team, including: - Program management integrity - Clear lines of responsibility - Design integrity - Management of construction through understanding of the design approach - Providing solutions that create transformative projects for the City of Miami and all program stakeholders Process Additional elements of our philosophy and process/approach include: a MANAGIN( DESIGN ENGAGING AECOM TECHNICAL GROUPS We understand our role on this Program would be primarily related to managing design, as we are not designing the Program. However, we typically provide a great deal of value, expertise, and recommendations during this stage of our program and project management services, and would also be involved in the preliminary concept phase where we can assist the City with setting up the validating conditions and program which will set up the design. We will proactively guide all projects to optimize modernization of existing facilities and infrastructure, maintain public safety, improve the quality of life in the community, maximize economic return to the City, and promote equitable benefit across communities. We will apply specific/niche technical groups within AECOM, to connect resources for custom engagements. For example, technical groups within AECOM can be engaged for aspects such as High -Performance Buildings; Climate Change + Resilience; Energy Management + Energy Master Planning; Greenhouse Gas + Emissions Reduction; Energy + Environment, Health and Safety (EHS) Management Systems; Management Information Systems; Renewable Energy Programs; and EHS + Air Quality Management Consulting. AECOM 248 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Functionality and programmatic compliance are the primary measures of quality in spaces. Our design managers confirm DESIGN that the program design guidelines are being met, and that SOLUTION architects and engineers are empowered to provide the best design solutions while being cost-effective and aesthetically pleasing. Our team will be highly engaged at the conceptual stage HIGHLY of each project, and through each of the design stages we ENGAGED will provide expert constructability reviews, scheduling and TEAM coordination input, permitting support, cost evaluation, and Value Engineering input and reviews. Our team's Design Review process will consist of elements including: - Develop or Review Conditions of Satisfaction (Design Criteria and Budget) - Develop/Review Design Intent in coordination with the Office of Capital Improvements - Establish the Review Checklist for Design Elements - Support Procurement with Design team selection - Support Procurement/OCI with Design Contract negotiations - Kick-off meeting with Design team - Establish periodic meetings with project team to review design status - Review Design progress along each Design submittal through e-Builder - Incorporate AECOM support team to review elements of DESIGN Design that may need additional review REVIEW - Provide Constructability or Value Engineering support as - needed through eBuilder - Measure compliance with respect to Cost/Budget and report findings/recommendations with OCI and project team - Engage City's Building Department with preliminary reviews once the documents are getting close to 100% - Engage AECOM design experts as the documents are being finalized to provide technical support (as -needed) - Provide detailed review of 100% documents prior to bidding/ permitting - Support the Design team through the permitting process; work with City's Building Department for continual communication and support - Manage/support the transition from the Design to Construction Phase This is a unique capital program with many varying elements, so it will require an overarching guiding philosophy and the viewpoints of those familiar with and expert in each project/project type. The overarching viewpoint will be creative, forward - thinking, and sensitive to long-term environmental concerns. We summarize our philosophies by project type on the following pages, and commit to dedicate our resources to apply subject matter expertise to each project. AECOM 249 Key B i sca IL EXIT • I ' Our design philosophy for ROADS AND TRANSPORTATION Our design philosophy provides new and innovative approaches to roadway design as needed for the advent of connected vehicles, the prioritization of multi - modal transit, and providing climate resiliency. Within the City of Miami, the design of road and transportation infrastructure is no longer focused solely on passenger vehicles. Our design philosophy provides new and innovative approaches to roadway design, as needed for the advent of connected vehicles, the prioritization of multi -modal transit, and providing climate resiliency. In order to help address greenhouse gases, multiple modes of transit, such as bicycles, bus, and pedestrian access, are factored much more heavily into the roadway design in the form of Road Diets to achieve systematic improvements in multi -modal use, capacity, and safety. The design of new transportation infrastructure, and the modification of existing infrastructure, must also take climate resiliency into account. Rising sea levels and groundwater tables will affect roadway maintenance by causing degradation in asphalt pavement. Localized flooding will impact property owners, and evacuation routes will be impacted by tidal flooding. As a result, the incorporation of innovative design approaches, such as Low Impact Design (LID) techniques, living shorelines, and coastal armoring in coastal transportation corridors, will help protect existing assets within constrained urban areas from flooding and reduce impacts to roadway infrastructure. AECOM 250 We will provide the creative planning, design and management of open space as the framework for building a more livable and sustainable urban fabric. Our design philosophy for PARKS AND CULTURAL FACILITIES Our approach will provide innovative ideas to renovate and improve the quality of the City's parks while enhancing safety and sustainability, and will meet the City's challenge to provide an increasingly diverse breadth of recreation and social services while working within the limits of available funding. We will provide the creative planning, design, and management of open space as the framework for building a more livable and sustainable urban fabric. AECOM has assisted the City with park projects while resolving sustainability and sea level rise challenges. Joe Webb, AECOM's proposed Landscape/Parks Planner is highly regarded at the City and is knowledgeable of its parks and other public facilities. We will help create opportunities for the City to develop new, creative strategies for collaboratively providing high -quality services to residents while reducing maintenance and increasing protection against sea level rise. AECOM 251 • MIN Our philosophy is that the design of public safety facilities must enhance the ability of public safety professionals to provide exceptional services in a modern, inspirational environment Public safety buildings range in purpose but share essential features, such as communication, continuous operation, and public engagement and trust. Our philosophy is that the design of public safety facilities must enhance the ability of public safety professionals to provide exceptional services in a modern, inspirational environment and, in doing so, elevate the profile of departments in the communities they serve. Our planning for public safety facilities will include provisions for force protection that are not glaringly obvious, security and separation that begin with site planning and facility location, facility designs that provide access to natural light as an essential design element, and interior designs that will create durable, safe, calming, and comfortable environments for first responders. We will collaborate with the City, relevant public safety departments, and community partnerships, to develop facilities that are highly unique, resilient, forward reaching, and speak to the high regard the City places on collaboration and cooperation in the delivery of public safety services. We have provided such facilities with designs for the Miami Dade School Districts' Magnet High School, and for Homeland Security in conjunction with the City of Miami Police Department's College of Police. Steve Loomis, AECOM's Public Safety expert, and Jim Koepp, AECOM's project manager for public safety projects, have collaborated in multiple projects for the City of Miami and Miami -Dade County; in Steve's case, he has designed and managed award -winning public safety facilities throughout the United States. AECOM 252 We use our skills and knowledge of coastal modeling and climate science to understand and identify hazards, and to develop feasible, cost-effective solutions. Our design philosophy for SEA LEVEL RISE AND FLOOD PREVENTION We incorporate a range of data for each of our Sea Level Rise and Flood Prevention projects regarding changing climate conditions and resulting hazards, including flooding due to increased storms, increased storm intensity, and rising tides. We will use our skills and knowledge of coastal modeling and climate science to understand and identify hazards, and to develop feasible, cost-effective solutions. - Deploy our research and knowledge of the range of changing climate conditions and resulting hazards, including flooding due to increased storms, increased storm intensity, and rising tides into each of our coastal projects; - Design and engineering support by working with architects/engineers of record to identify and develop feasible solutions by exploring a balance of green, blue, and grey infrastructure -based solutions; - Evaluating above -minimum code standards for asset performance to protect the City and improve its properties; - Consider capital, operational, and maintenance costs when assessing and developing a menu of solutions; - Provide prioritized and phased implementation plans based on local knowledge of conditions, regulatory requirements, economic value, and community importance. AECOM 253 We can help create and preserve affordable housing units across diverse income levels, especially for those affected by sea level rise and flooding. We can help facilitate interaction at all levels of City, community, and end -user leadership to bring efficient and sustainable building practices for creating and preserving affordable housing units across diverse income levels, especially for those affected by sea level rise and flooding. Together, we will work to increase local employment opportunities through job training, and assist in the development and growth of local existing and new businesses. We will apply extensive experience in finding and applying best funding mechanisms for projects, ranging from conventional owner financing to alternative project delivery and financing. This collaborative approach will improve availability of financing for affordable housing units, and involves working with the City to identify the source and quality of revenue to support each project, and then matching the revenue stream with appropriate funding mechanisms. This process includes matching risk appetites and premiums, degree of project control, revenue volatility, and the like, with the source of funds that best suits the needs of the project. As a part of any alternative funding approach, we will develop different procurement mechanisms for each component of the project and match the funding structure to the individual requirements, while providing a single, seamless project delivery, which also may include private developer assets, city facilities (both revenue and non -revenue generating), and extensive public realm improvements. Our approach structures the procurement strategy to minimize the funding exposure of the city, while maximizing the money released by the private development to support the public need. For example, as in the case of Loma Linda University, AECOM's team, led by Mark Whiteley, assisted this client in identifying funding sources and leveraging different sources in order to augment the client's capital budget. AECOM 254 Our sustainability design philosophy will be guided by the City's Miami Forever Climate Ready 2020 Principles, Goals and Actions. Our sustainability design philosophy will be guided by the City's Miami Forever Climate Ready 2020 Principles, Goals and Actions. We are recognized globally for our expertise in sustainability and implementation. We deliver a broad, comprehensive list of sustainability services that range from strategic planning engagements to high performing facilities and sustainable infrastructure projects. We are one of the world's largest sustainability consultants providing services such as strategic sustainability advisory consulting (including planning, program development, management systems, advisory services, and reporting) and resource optimization (including energy, water, waste, and others). We know sustainability performance — at the City level and facility level. Our team can provide inventories and assessments, including site inspection and reduction plans, compiling and evaluating data and information around specific resources areas of interest, identifying and evaluating resource use reduction opportunities, completing gap analyses to achieve desired performance, and developing action plans for the ongoing management of resources and implementation of reduction initiatives to achieve City sustainability goals. This process brings an auditor viewpoint to all our work, an important perspective when completing gap assessments toward future performance. This extensive technical service offering is underpinned by the services of our broader business and specific technical groups such as High -Performance Buildings; Climate Change + Resilience; Energy Management + Energy Master Planning; Greenhouse Gas + Emissions Reduction; Energy + Environment, Health and Safety (EHS) Management Systems; Management Information Systems; Renewable Energy Programs; and EHS + Air Quality Management Consulting. AECOM 255 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami B1.a Design Methodology and Process for the Miami Forever Bond Program Projects Our team's design management services will include support in selection of A/E design teams for projects, managing the prequalification of firms, assembling and issuing RFQ documents, negotiating scopes of services and rates, and managing the design process to verify compliance with the City's design standards and goals for the projects. In the preliminary concept phase, we can assist the City with setting up the validating conditions and program. Collaborative design reviews will occur at the 30% and 60% design stages to include stakeholder input. The AECOM CPMSS team will organize and lead design review sessions with stakeholders, or as required by City, to provide end -user input to the design, cost, and schedule review processes. It is contemplated that these reviews will include City staff designated as end -users. By utilizing resources available in our Coral Gables office, with AECOM centers of excellence for Sea Level Rise, we could also develop bridging documents, providing 15-30% design documents that the City can use to bridge into a full-blown design. This could be especially helpful for approved Tranche 2 projects, where we can accelerate the projects by developing the design to a point where City Procurement can use those documents to better illustrate the design requirements for design services RFQs. This saves time in the design phase of a project. As an example, as a part of our Program Management assignment for the School District of Palm Beach County, our team performed in this capacity, and we developed site plans and floor plans that allowed the district's planning team to negotiate interlocal agreements that when approved quickly, launched the project into design procurement. Key stakeholders then had the ability to visualize the project without necessarily entering into an agreement with the designer of record. This would be critical to the City of Miami, particularly for housing, public safety, and City Parks projects, where the stakeholders and public needs initial buy -in prior to final Program approval. AECOM has also done this in the past for the City of Miami at Morningside Park. B1.b Design Management Issues Commonly Encountered, and Methodology for Resolution Managing Risk— Projects can often be initiated on the basis of non -data -driven and over -optimistic assumptions, inadequate appraisal of alternative options, or insufficient use of design, cost, schedule, and community impact risk analysis. Projects can become locked into unviable and inefficient solutions. AECOM evaluates the real -world data, design challenges, potential costs, impacts and benefits to community, and conducts a risk analysis of all potential projects, developing both a plan for mitigating identified risks, as well as a plan for failure. Managing Complexity— Example: engaging utility companies early to perform necessary relocation or modernization work minimizes the impact and potential for conflict of having project contractors and utility contractors working in the same location at the same time. Managing Visibility— We deliver visibility through establishing strategic planning, clearly understanding and communicating expectations, and implementing strategies. Understanding Stakeholder Objectives - Within specific constraints of cost, time, and quality, and putting systems in place to ensure timely and valid communication of progress. We collaborate with all stakeholders across a program, from the initiation of each project through the end of the warranty period to ensure that each project delivers as planned. Engaging the community early and often, during all stages of each project, allows for the development of realistic mitigation strategies and informs the communities well in advance of the interim and permanent effects of each project. We recommend that the City employ a more data -driven approach that emphasizes engineering reviews in their infrastructure project selections. AECOM 256 goeaddy dej goal Z'8 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Citywide Program Management Support Services RFQ Number: 19-20-019 Name of Proposer: AECOM Technical Services, Inc. In the space provided below, respond to the requirements of the RFQ for Technical Capabilities & Approach. Additional pages may be added as necessary. Please see following pages. 257 RFQ-TCA Revised 2/26/19 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami B2 Technical Capabilities and Approach Introduction Our firm has been a part of Miami's history for decades, and is uniquely qualified to implement a local, comprehensive, and collaborative Program Management Support solution for the City's capital projects and Miami Forever Bond Program. Our approach to Program Management Support Services will provide a deliberate and objective project selection process; engagement of all stakeholders, including the City, local businesses, and the community; thorough assessment of citywide needs and requirements; efficient optimization of all available local resources at each stage of the Program; and delivery of outcomes that create a stronger, more resilient and innovative City of Miami. Your CPMSS team is supported by a global network of 56,000 integrated engineers, scientists, technicians, management, and operations specialists, to develop and implement innovative solutions to the City's capital projects' most complex challenges, including infrastructure modernization and sea level rise mitigation and flood prevention. Meeting these challenges requires a fully integrated program and project management services organization with the capabilities to support the entire project in a holistic manner — from inception through construction, operations and maintenance, to decommissioning and closure. Our staff's technical knowledge, local connections and broad market experience allow us to deliver specialized services across the entire project life cycle. Through the use of integrated project management and our technical resources, AECOM will plan, develop and execute program review and permitting, manage engineering and architectural design, procurement, construction and commissioning for the Miami Forever Bond Program and all other projects as may be assigned by The City of Miami. ESTABLISH PURPOSE Establish purpose and need for the task order as we begin developing the scope with City of Miami, which enables the team to work toward a common objective. IDENTIFY STAKEHOLDERS DEVELOP SCOPE Identify the key Develop a result - stakeholders that oriented scope, should be involved which is based on a with the solid project assignment, which understanding and may include other well-founded City of Miami approach with Departments/ clearly -defined Divisions as well as deliverable(s), local, state, and schedule, and federal agencies. budget. DELIVER EFFECTIVE PM P1 Provide effective project management, which is based on development and implementation of our project/task order execution plan. This plan will be used to manage the budget, schedule and technical quality of the assignments, and to implement corrective actions, if needed. AECOM 258 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Our Project Management Approach Planning Project/Program Definition Document Work Breakdown Structure Pre- programming Project/Construction Management Project/Program Controls Quality Assurance Stakeholder Meetings Basis of Design Program Report Programming Requirements Validation Standards Compliance Page Turn Reviews Construction Documents Design Communications Technical Support Construction Administration Security and Safety QA Inspection Code Compliance Construction B2.a Value Engineering Methodology and Maximization of Efficiency with Design Elements Value Engineering (VE) studies will be performed at 60% and 90% design document stages. Utilizing subconsultant cost and constructability teams, CPMSS team will review each project for possible Value Engineering implementation by evaluating material and equipment cost, availability, and quality, reviewing design elements and details to verify compatibility and availability with local construction labor market skills, and confirming compliance with program standards to avoid "over -designing." B2.b Ensuring Timely Completion of Projects/Phases Managing timely completion of projects starts with scheduling design deliverables which we will provide for each project, and include time for design, cost, and VE reviews. As a component of the Program Master Schedule, the CPMSS team will prepare a Design Deliverable Schedule for each project as a part of the planning phase, utilizing Microsoft Project° scheduling software to simplify the respective design team's scheduling responsibilities. The CPMSS team's Project Cost Estimator and Scheduler will maintain control of all project schedules, reviewing all proposed Diversity/Public Outreach Schedule/Budget Steering Committee Activation Checklists Passenger/ Operations Simulation Systems and Facilities Maintainability Sustainability Warranties O&M Manuals Demobilization Activation Commissioning Closeout schedule modifications prior to implementation. Periodic project and Program schedule reviews will be done with input from The City, Lead and Senior Program Managers, and the necessary design team managers. B2.c QC/QA Procedures Responsibilities will include managing and monitoring all required Code and third -party Quality Assurance, contractors' Quality Control inspections, and ongoing design compliance inspections for projects under construction. Managed by the AECOM QA/QC Manager, the CEI Services Specialist will review all QA/QC plans and reports, verify resolution of all deficiency notices regardless of source, verify all inspections and testing required for the projects are performed and results properly reported, and assemble final QA/QC report(s) for projects. The AECOM CPMSS and A/E teams will collaboratively and continuously monitor and inspect the work to provide assurance that the projects are constructed as designed, specified, and scheduled. Our team will provide City inspection coordination services to verify effective deployment of inspection services across the many projects in the program, with all requests for City required inspections be routed through the inspection coordinator. AECOM 259 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami QA/QC Approach • • • • • • • • • • • • 4Act Fix Any Problems & Improve Procedures • • • • • • • • • • • • • Quality • • • • • •• • • • • • • • • • • • • • • • • • • •• The inspection coordinator will meet on a regular basis with the appropriate City agencies to review scheduling and workload requirements. Contractors will remain responsible for obtaining, managing, and closing all permits. Additionally, our team will: - Have one or more third -party inspection firms to provide all required construction Quality Assurance inspections and testing. - Provide oversight of the contractors' construction Quality Control plans, reviewing QC plans and field reports. - With design teams, concurrently review all pay applications, confirming through field staff that all work that is billed as completed is in place and acceptable. - With design teams, concurrently review all contractor change notifications, whether design or impact related, and provide input to the Project Management team. B2.d Timely Reporting and Program Record Documents Our team will implement and maintain complete, clear, and concise Program record documents, using the City's e-Builder system for document management; prepare monthly status reports to City and Citizens' Oversight Board; and utilize the City e-Builder® web -based project management information system, drawing on our internal resources and expertise with e-Builder® systems to verify that all project participants have proper access and controls to upload and access data and project/program status. AECOM's prior proven expertise with the e- Builder® platform will provide all design team members proper and effective training on the use of the City e-Builder® system, ensuring real-time communication and collaboration with all project partners while still controlling the level of access. AECOM is the City's consultant for implementation of e-Builder, and we are using it to provide program management support services on our Miami -based Jackson Health System Miracle -Building Bond Program. Our Program Controls Manager will review and verify that all standard forms, templates, and tools are utilized to verify documents meet all Program requirements. In support of the Program, AECOM will provide the resources and expertise to develop management dashboards to communicate complex information about the Program, as well as other tools for budget and cost management; earned value management; contract, change, field and document management; and daily reports, submittals and deficiency lists. Utilizing our dedicated Microsoft -centric platform, with reporting dashboards customized for City of Miami, clear, concise, real-time data is reported for program and all projects' design, cost, and schedule status. Presentations will be made to City or Citizens' Oversight Board as requested by City. Program -Wide Phasing & Focus Cost Tracking - Schedule Integration - Change Management - Health & Safety - Time Tracking - Cost Estimating - Risk Management - Field Work Coordination - CEI Tracking AECOM 260 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami B2.e Reviewing Pay Applications and Change Ordere The Program Management Plan requires properly executed releases (preliminary and final) as a required part of all pay applications, cost loaded updated construction schedule with each pay application, signed daily job reports for each project from each project's superintendent, monthly progress reports from each contractor for each project, and incident/accident reports to be filed within 24 hours. Change Order Management is a part of the Program Management Plan, overseen by the PCM with review support from Project and Construction Managers, and cost estimating support from PCES AECOM in-house estimating staff, architects, and engineers, and, as needed, estimating support from PCI. Schedule impact claims as well as schedule changes as a part of Change Order Requests shall be reviewed and analyzed by the PCM, with input from the PM and CM assigned to the particular contractor. All Change Order requests will be concurrently reviewed by the project design team for verification of entitlement. Change Order Logs, providing status and exposure for all open requests, will be maintained and reported as a part of the program monthly report, with separate logs for each of the program projects. B2.f Capacity to Provide On -Call Services in a Timely Manner Our general approach to CPMSS is based on providing you with the right expertise at the right time. We fully understand the support approach to program management, and recognize the efficiencies that brings to a client; we follow the motto: "here when needed, gone when done." We also understand that with these types of contracts there is the necessity to offer qualified technical staff quickly and efficiently as projects arise. We commit to being responsive, flexible, and resourceful in providing on -call staff. We know that service requests can range widely in nature and scope. Our approach to achieving project goals and objectives on every request is to proactively identify key issues and address them efficiently. We will do this on every assignment that we undertake, working as a seamless extension of the City of Miami's OCI team, as well as other key stakeholder and senior leaders in the City. Upon receipt of a service request or a request to manage a project, the AECOM Lead Program Manager and the Senior Program Manager, after discussion with City staff, will identify an appropriate Project Manager for City approval. Once approved, Matt and the designated Project Manager will then meet with the City's Project Manager to discuss the project and its challenges, including all relevant constraints and how our work needs to be integrated with any on -going planning, design or environmental review and permitting activities. Trusted to manage their largest programs, AECOM has provided program and construction management, and owner's representative services to the Greater Orlando Aviation Authority since 1997. t- _ RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Your CPMSS team will be led by Lead Program Manager (LPM) Matt Harris, a CMAA Certified Construction Manager, USGBC LEED AP BD+C Professional, and ICC Building Safety Professional, with 30 years of experience managing large, complex, urban development and redevelopment programs. Matt will provide the leadership and oversight necessary to guide the successful delivery of multiple concurrent projects during each tranche of the Bond Program. Senior Program Manager (SPM) Aaron Pankonin, PM! Project Management Professional and DRII Certified Business Continuity Professional, with 20 years of experience managing large infrastructure bond programs, will lead the Project and Construction Management Team to provide all day-to-day planning, procurement, and implementation for all constructed projects. Management of the implementation and launch of the of the Program and Project/Construction Management Team will be augmented with Michael Trader, AIA Florida Registered Architect and CMAA Certified Construction Manager, who will be available to supplement the team in the event the project assignment load requires additional senior -level program management services. We will keep the City fully informed in advance of all staffing for the Program through the use of our Work Plan, Responsibility Matrix and Timeline Schedule, which identifies the resources and responsibilities for each project in the Program, when the resources are applied, and includes all Program team members including City, A/E, PgM, CM, and Field Support. This approach is centered around our specific planning for each of the different stages of a project, starting with design, through procurement, and then construction. B2.g CADD Design and Drafting Capabilities AECOM has available in our Coral Gables offices the services of six CADD experts available to support the City OCI as may be needed for capital projects; we have the local expertise and capacity to handle CADD requests throughout the Program. B2.h QC/QA for Coordination Between Design Discipliner Quality Control and Assurance will be provided during design, including Program validation studies, design studies, environmental and community impact studies, and design documents. - Each project design team will conduct program validation studies for each of their projects, to include presentations to the Citizens' Oversight Board as needed, meeting with affected community groups or representatives, and meeting with City staff designated as end -users. We have assisted Jackson Health System and the County in writing and implementing the private provider process, which will be utilized to provide plans reviews and inspections for the bond projects. 1r��s-'l111PvP41" 1101101111W... itleirw3°11011111 morrii 1-00101111111111113 ■rja ;r;ii ii iliiaU limi hhhJ RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami - The CPMSS team will primarily utilize AECOM staff and 300 Engineering Group, P.A. (300) to provide design quality control reviews, with general reviews and assembly of review reports provided by in-house staff, to verify coordination between design disciplines, compliance with program requirements, conformance to professional and industry standards, and conformance with all applicable code requirements. - CPMSS team will provide reviews of all projects for compliance with requirements of Miami21. - All reviews and reports will be scheduled and tracked as individual activities as a part of each of the project design schedules. B2.i Compliance with Program Requirements and Professional/ Industry Standards AECOM is committed to not only satisfying, but to exceeding the City's requirements. We have developed a Program Management Plan (PMP) that identifies the pathway to compliance with the Program, and includes a QA/QC section that incorporates monthly project reviews that outline the status of the Program, and checks that we are meeting the program requirements. Juan Alfonso and Pete Hernandez will also have periodic meetings with City staff to make sure that all expectations are being met. AECOM will provide periodic updates for changes to standards related to program management, and will present case studies to the City. B2.j Conformance with Applicably Code Requirements AECOM is committed to not only satisfying, but to exceeding all applicable code requirements. AECOM and our subconsultants have an extensive history of working to support the City of Miami and all of its departments, including OCI. Our familiarity with applicable codes and City guidelines and processes are the direct result of our numerous assignments with the city and the County over the years. These include: On the current Jackson Health System's Miracle Bond Program, AECOM collaborated with the County Procurement and Attorney Offices to successfully implement the construction mentoring program that will benefit minority contractors that do not have experience in the healthcare field. Additionally, AECOM has assisted Jackson Health System and the County in writing and implementing the private provider process, which will be utilized to provide plans reviews and inspections for the Bond projects. At the Miami -Dade Water and Sewer Department, as part of the PM/CM services for the Consent Decree, AECOM is assisting the Department in advancing its internal operation toward recognition under the EPA's Effective Utility Management program. AECOM also will be working with the Water and Sewer Department to develop a risk/vulnerability scorecard as the first step in creating priorities in a Resiliency Plan. Quality Control and Assurance during design, including program validation studies, design studies, environmental and community impact studies, and design documents: - Each project design team will conduct Program validation studies for each of their projects, to include presentations to the Citizens' Oversight Board as needed, meeting with affected community groups or representatives, and meeting with City staff designated as end -users. - The CPMSS team will primarily utilize AECOM staff and 300 Engineering Group, P.A. (300) to provide design quality control reviews, with general reviews and assembly of review reports provided by in-house staff, to verify coordination between design disciplines, compliance with program requirements, conformance to professional and industry standards, and conformance with all applicable code requirements. - CPMSS team will provide reviews of all projects for compliance with requirements of Miami21. - All reviews and reports will be scheduled and tracked as individual activities as a part of each of the project design schedules. Constructability reviews of each project and each stage of the design process: - As a part of the design QA process, as well as a supplement to the VE process, CPMSS team will conduct thorough constructability reviews at the 60%and 90%design document stages, primarily reviewing documents for completeness and coordination, while also providing input to the VE process for alternate design details and materials selections that affect the installation cost. AECOM 263 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami B2.k Prior Exr.. r Pric? with Governmental and Historic Facilities Governmental Facilities Ja,+.urn .7,11" '1 404-0410,001111, !►° r)' ►o 9tlll,rrlf - , EVE 264 0 0 0 0 0 0 City of Doral (Parks Bond Program Management Services) —$150 Million Orange County Convention Center (Program Management Services)—$650 Million ($748 million for previous expansion) Orange County Public Schools (Program Management—$3.5 billion Adrienne Arsht Center for Performing Arts (Program Management) —$450 million Marlins Ballpark (Program Management) — $515 million City of Miami Beach Parks and Facilities (Program Management—$100 million) City of Orlando Community Venues Program (Program Management—$1.2 B) Greater Orlando Aviation Authority New South Terminal Complex (Program Management—$2 billion) Miami Dade County (Consent Decree Program Management Services) Police Training Facility (Design and Construction Administration Services) Sumter County Courthouse (Program Management Services) AECOM RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami B2.k Prior Experience with Governmental and Historic Facilities Historic Facilities • !n I!I 111 IT t7,17 lei • 11 _ >!! 1111 Ili R RI jr ,II 1111 lil 1111 I Li,1 111I 1 HA, 1lA '.!.'I '!®] �i.i MI 0 n eel III in i en "HI 101111 111 111 1 a 11 rikk- ma ma ilia IhII 1rd O Freedom Tower, Miami, Florida City College of New York, Shepard Hall, New York City, New York New York Public Library, Main Branch, New York City, New York David W. Dyer Courthouse, Miami, Florida Cannon House Office Building, Washington, D.C. Richmond Virginia Capital Improvement Program, Richmond, Virginia U.S. Custom House, Philadelphia, Pennsylvania AECOM 265 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Understanding of the Overall CPMSS Scope of Services/Additional Services to be Provided by AECOM AECOM will provide a best -in -class team of CPMSS professionals to support the City, to act as your agent to assist in undertaking Miami Forever Bond - funded and other capital projects as assigned to us by the City's Office of Capital Improvements (OCI). We will work in tandem with City, and any other CPMSS team, under the direction of in-house City staff on the management and execution of said projects as assigned by the OCI. We understand that all selections are made in accordance with Florida Statute Section 287.055, CCNA, as amended. As a part of the City CPMSS team, we will provide all necessary resources to efficiently and effectively manage, coordinate and integrate multiple concurrent projects from assignment through completion. We will provide key personnel to execute all needed services for the management of all assigned City projects and programs. Program Management Support AECOM's CPMSS team will provide a coordinated delivery of portfolios of projects for all assigned projects or Forever Miami Bond tranche. We manage this through a systematic application of process - based methods supported by suitable technology and implementation procedures. Program and Project Scoping - Provide conceptual project specific scopes, site assessments, cost models, schedules, and risk assessments to assist City staff in evaluation of all projects to be included in each Bond tranche. - Provide guidance to assist City staff in assembling achievable program portfolios for each Bond tranche. - Provide scope validation at each design stage. Support and Management for Program Launch and Design/Program Initiation AECOM will have in place processes and systems to support an immediate start of CPMSS at Notice to Proceed, including engagement of local SBE firms to provide services that may include: - Planning - Program scheduling and cost control - Cash flow projection - Contract management - Risk management - Cost estimating - Information management systems - Document control - Communication and public outreach - Value engineering and peer review - Permits/environmental compliance - Design management - Alternative delivery and Procurement strategy - Construction execution planning We provided PM services for the Dora! Parks Bond Projects, including planning, procurement, project and construction management, cost estimating, scheduling and close out services. RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami - Construction management - Supply chain management - Pre-purchase/procurement strategy - Program safety - Operational review - Commissioning - Quality assurance/quality control - Local jobs programs Feasibility Studies Feasibility studies will be completed for all projects assigned to the AECOM-Ied CPMSS team, to include environmental and community impact, cost, schedule, and risk analysis. Studies will include the use of AECOM's Global Unite Indicative Design Estimator (GUIDE) international benchmarking and project performance indicator database. As a part of our program, cost and consultancy services, this tool is utilized to provide early stage construction cost and design advice based on the benchmarks of similar projects, helping predict early stage construction costs more accurately due to the size, scale and reach of our information library. GUIDE is the only construction industry benchmarking product that covers as broad a range of data and utilizes as many projects to present its information. We will also prepare and review with City the budgets and schedules for each project in the Program. We developed a life cycle cost analysis on the Orange County Convention Center resulted in a $10 million reduction in the fees proposed by the local utility, enabling substantial initial capital savings on the project at no additional life cycle cost. Selection of A/E Firms The CPMSS team will manage selection of qualified architectural and engineering firms for each project. - AECOM in-house Architects and Civil/Structural/ MEP engineering staff will prepare program specific design standards, to include City design standards and guidelines, and to include CAD requirements and BIM standards. - The CPMSS team will proactively prequalify all available local design and engineering firms for expertise and capabilities, creating and maintaining a roster of firms by discipline, locality, and SBE status, to be supplemented as necessary with other firms that may become available or needed over the life of the program. We will conduct all qualifications reviews with AECOM staff architects and engineers, providing a peer level evaluation of each firm. AECOM will utilize the roster in assigning projects based on each firm's then -current workload for the program, and will support City of Miami processes and initiative: - City of Miami SBE firms - Miami -Dade SBE firms - City of Miami non-SBE firms - Miami -Dade non-SBE firms - Florida based SBE firms - Florida based non-SBE firms ;4 r ./.9TRICIDIPIRIMNP.N41,7.,119,1221.1.,RealllWallIOVIIIIMIIITMEIMBA. MAYS TIVRIVYILIMIJINNOMIL RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Optimal Procurement Strategies AECOM's collaborative team approach will effectively support the City design -bid -build procurement model for the program projects for restoration or improvements to existing facilities. We recommend that City consider design -build or CMAR for Program projects that are new construction or major additions to existing facilities. Constructibility Reviews The CPMSS team will conduct constructability reviews of each project at each stage of the design process. As a part of the design QA process, as well as a supplement to the VE process, our team will conduct thorough constructability reviews at the 60% and 90% design document stages, primarily reviewing documents for completeness and coordination, while also providing input to the VE process for alternate design details and materials selections that affect the installation cost. Cost and Schedule Analyses Cost and schedule analyses and review at the 30%, 60%, 90%, and 100% design document stages of the design process. AECOM, along with Program Controls, Inc. (PCI) will prepare increasingly detailed cost estimates at each stage, to verify conformance to the approved project budget. In the event the estimated cost at any stage exceeds the approved project budget, a program review will be conducted and, if needed, a Value Engineering review. Program and Project Scheduling Our team will prepare Program master schedule after selection of projects for each program tranche. During the project validation phase, we will provide scheduling validation for design, procurement, and construction phases of each project, update program master schedule as needed. We will refine project schedules at 30%, 60%, and 90% design stages, update program master schedule as needed. Under the guidance of AECOM, PCI will prepare a preliminary construction schedule at the 60% stage to verify conformance with the approved project schedule, with conformance updates at the 90% and 100% stages. This scheduling exercise is for the confirmation of overall duration only, will not be issued or released as a part of the project bid documents, and with any sequencing or schedule restraints to be listed as conditions in the project's bid documents. The PCES will be a part of the CPMSS team, providing preparation, management, and oversight of all scheduling for the program. The CPMSS team will maintain the Program Master Schedule in accordance with the Program Management Plan, review and approve all consultant and contractor project specific schedules, review and approve all schedule modifications, and prepare and issue monthly schedule update reports. Cost Estimating - Provide conceptual estimates for all potential projects through use of AECOM GUIDE system, in-house estimators, and third -party firms. - Update cost estimates at each design phase to provide validation of budgets. - Provide cost estimates for validation of all change order requests. Program Monitoring, Controlling and Reporting Our lead staff will provide full-time monitoring of all Program elements, management of program and project staff, coordination with City staff, and will be continuously available to respond to all requests of City. We will have robust program controls, fully SCHEDULE INPUT COST ESTIMATE SCOPE OF WORK OUTPU PEER REVIEW QA/QC Cost Estimating Process Model AECOM 268 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami defined in the Program Management Plan, ready and in place to ensure the goals of the City program are met. Controls are discussed in the Technical Capabilities and Approach section. Project Management The AECOM-Ied CPMSS team will provide a systematic application of specialized methodology and processes to deliver a particular project to satisfy defined constraints such as schedule, cost, quality, and scope. - Planning: The CPMSS team is engaged at the conceptual stage of each project, bringing expertise to planning and procurement of each project, specifically as relates to validity and completeness of schedule and scope. Working with the AECOM technical team and City staff, this collaborative effort ensures selection of projects that meet the program goals. - Design: The CPMSS team is engaged at the conceptual stage of each project, and through each of the design stages manages and provides experienced constructability reviews, scheduling and coordination input, permitting support, cost evaluation, and Value Engineering input and reviews. - Bidding: The CPMSS team works with the City during the Planning phase to develop bid strategies and project delivery plans for the program projects, develops bid scopes and packages during the Design phase, and issues and manages bid packages during the Procurement phase, to ensure the City is delivered best value on each project. Risk Assessment Risk assessments will be prepared for each project during the project concept and selection phase, and an accompanying risk register prepared. Assessments will be reviewed monthly and at each design stage, and, if needed, updated. Construction Management Our CPMSS team is an experienced team of industry leading professionals that applies effective management techniques to the planning, design, and construction of each project from inception to completion for the purpose of controlling time, cost, scope, and quality. :Otelti l I list l{L•1i - hlaI1s1i :itkel1L•IL Risk Assessment Life Cycle 1 Establish Context Risk Assessment Risk Identification Risk Analysis - Risk Evaluation ++Iszz."1" 1++ At �onitorin. an. •evie - Construction: The CPMSS team, Ied by a Certified Construction Manager, provides full management and control for all program projects to facilitate on -time and on -budget delivery of projects with minimal disruption to communities and business. )oc ment control: Under the direction of the Project Controls Manager (PCM), our Document Control Specialist/Field Engineer will make certain that all project related documents are properly logged and stored in the City e-Builder® system, and that all project participants are properly trained on accessing and utilizing the system. Budget management: Under the direction and review of the Lead Program Manager, the PCM and the Project Cost Estimator and Scheduler (PCES) will provide continuous monitoring and reporting to City of the budget status for each project and the program, including any known or potential project impacts that may affect the projects' budgets or the program budget. AECOM 269 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami : Under the direction and review of the Senior Program Manager, the PCM, PCES, and PMs and CMs will provide continuous monitoring of all aspects of each project and report any changes to projected cash flow, change order cost exposure, and identification of potential cost impacts for each project. Qualitv assurance/quality contrr : Under the direction of the AECOM QA/QC Manager, the CEI Services Specialist will review all QA/ QC plans and reports, ensure resolution of all deficiency notices regardless of source, ensure all inspections and testing required for the projects are performed and results properly reported, and assemble final QA/QC report(s) for projects. Risk management: Prior to start of construction for each project, the CPMSS team will review the risk register for relevant risks, identify with contractor any perceived risks not in the register, and report any changes to the Lead Program Manager (LPM). During construction the CPMSS team will continuously monitor the risk register report any changes to the LPM. Risk assessments will be reviewed monthly, and, if needed, registers updated. Risk mitigation strategies will be developed or modified as needed and implemented through a risk mitigation plan for each project. Quality Assurance Process : The risk of claims is mitigated through the use of valid comprehensive Critical Path Method (CPM) scheduling, prepared collaboratively with the contractor. CPM is consistently monitored and updated by PCES with input from CPMSS team during the project construction. - The CPMSS team will ensure that all agreements, changes, and directed extra work is documented in writing, and properly authorized. All project related correspondence will be uniquely and consecutively numbered and maintained in City e-Builder® system to facilitate analysis in the event of any schedule change or dispute. CPMSS team will daily record actual start and completion dates of each CPM schedule activity, providing timely and adequate input. All change orders and time extensions will be added to this update, as well as out -of - sequence starts, the status of RFIs, and the dates of any delay or impact occurrence. : Our CPMSS team will prepare and manage all contracts for each project utilizing City standard forms and processes. PHASE PROJECT MANAGER PROJECT DIRECTOR DISCIPLINE DISCIPLINE DISCIPLINE RESPONSIBLE PARTIES DISCIPLINE LEADS PROJECT MANAGER PROJECT PROJECT QUALITY AECOM 270 RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Project meeting' : CPMSS team will organize, chair, and record weekly Owner Architect Contractor project meetings for each project, with additional meetings as may be required for resolution of specific issues. Scheduie reviews: CPMSS team will conduct weekly project reviews with contractor to review schedule, pay application (if applicable), challenges, and potential changes. Payment controlb: We will review and process all pay applications and delivered reviewed applications to City for approval and payment. - PCM will verify prior payment and approved change order values prior to CPMSS team review. Close-out documentation: The AECOM CPMSS team will assemble and deliver to City, for each program project, a closeout package that includes all final contractor as -built drawings (CAD, pdf, and hard copy) and specifications, approved submittals, operations and maintenance manuals, City staff training, verification of delivery of spare parts, verification of delivery of attic stock, final bill of materials, if required, contractor and manufacturer warranties, Final Release of Lien for contractor, an affidavit certifying that all suppliers and Subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and consent of the surety to final payment, as a condition precedent to the CPMSS team's approval of the release of contractor retention. : AECOM staff shall be available during all program project warranty periods in the event City requires any assistance in managing program project warranty claims. Through the above described tasks and services, as well as the processes described in Form RFQ-T (Technical Capabilities and Approach), AECOM will provide assistance to City in the procurement of architecture, engineering, and construction services under the direction of the City's Department of Procurement (Procurement), and in accordance with governing state law and City ordinances and policies. As described in the tasks above and the processes in Form RFQ-T, we will be fully engaged to assist OCI in coordinating with outside agencies, and construction inspection. As described in the tasks above and the processes in Form RFQ-T, our CPMSS team will be fully engaged to provide professional and technical expertise, including architectural and engineering services, construction administration, CADD operator and construction inspector capabilities. As described in the tasks above and the processes in Form RFQ-T, our team will be fully engaged, as needed, to provide services such as public relations, budgeting, permitting, finance staff augmentation, value engineering analysis, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the City's Capital Improvements Program. Permitting Permitting analysis and review with City, State, and Federal officials to verify that all regulatory requirements are met for and by each project. - Initial regulatory reviews will be conducted by AECOM as a part of each project's due diligence, to identify any significant or unique requirements for a project and to prepare and implement a plan for managing these requirements. - The design teams will conduct regulatory reviews and ongoing permitting reviews as a part of the design process for each project, including managing of any remaining significant or unique requirements. "For over 12 years the [AECOM] team has been the program manager for the Orange County Public Schools building program. Having personally worked with their team during this entire time, I can attest to the professional, thorough, and conscientious manner in which their staff and leadership have always conducted themselves." J. David Torbert, AIA, Partner, Schenkel Shultz Architecture AECOM 271 Master Budget Analysis Managed by the PCM, the PCMT will work with the technical group to develop each project specific budget, validate the budgets with City, update the budgets as necessary through the design process, and manage the budgets through the procurement, construction, and closeout of the projects. Cost Managemem - Managed by the PCM, AECOM's cost management begins with the budgeting process and continues through the closeout of the project. During the design phase the budgets are reviewed at each design stage, with final budget reconciliation and approval after the completion of the 100% design documents. - As one of the largest cost management consultancies, AECOM has access to unprecedented cost data on projects across contexts and sectors. Based on that intelligence and analysis, we've developed industry -leading benchmarking data sets on a global basis. Along with our extensive experience and specialist knowledge of end markets and building types, we can provide more accurate advice on the cost implications of any potential changes to program or specific project requirements. - Cost modeling and cost planning - Benchmarking - Value and risk analysis - Life -cycle costing Claims Resolution, Claims Avoidance, and Dispute Resolution Claims Resolution will be managed in accordance with City contract terms & conditions. Risk is one of the biggest drivers of claims. The highest risks are fast -track projects, aggressiveness of contractors' bids, and the contracting strategy. AECOM proposes the following strategy to mitigate the occurrence of claims: - Avoid projects with aggressive schedule or budget targets. - AECOM's budget and schedule development and review process will provide reasonable and achievable targets. RFQ# 19-20-019 Citywide Program Management Support Services for the City of Miami Budget and Estimating Life Cycle Budget Change orders Contract Estimates - Avoid bidding projects without 100% design documents, to minimize contractor risk. - Early bidding will be avoided unless required by City. - Refrain from using the contracting process as a means of shifting risk to the contractor. - AECOM recommends that contracts avoid penalties and Liquidated Damages unless offset by potential bonuses. - Use functionally integrated teams to oversee contractor work and act when problems arise. - AECOM will assemble a functionally integrated team with the authority to take action to resolve problems without delay. - Understand site conditions. As a part of the program validation phase, site evaluations of all proposed project sites will be performed by AECOM staff architects, engineers, and Project and Construction Managers, to verify existing conditions, evaluate conditions that may impact construction (adjacent property improvements, proximity to water, access restrictions, restrictions on hours of work,), and gain an understanding of the impact of the work on the immediate community. AECOM 272 - Use strong owner scheduling and controls resources to verify an evidentiary trail as a basis for deciding whether a claim is warranted or not. By maintaining control of the Program Master Schedule, maintaining detailed schedule and cost records in the City e-Builder® system, and as approval authority for all proposed schedule modifications, AECOM will quickly and accurately determine validity of any schedule - based claim. - Increase the burden of proof by requiring contractual releases and detailed, frequent status reports. Dispute resolution in accordance with City contract terms and conditions. Citywide Program Management Support Services for the City of Miami -- ,„Ay We have the Miami , capital program expertise to make this the best -managed municipal capital improvement program in the U.S. Commissioning Commissioning will be procured and managed as needed by project requirements. Project and Program Close -Out The goal of the project closeout activities is to end each project, and lastly the program, in prescribed organized process, which requires comprehensive planning at the programming stage to make the process straightforward. Closeout processes will be fully defined in the Program Management Plan, and reviewed with each contractor and consultant at the start of each project. - Contractor Project Closeout - Client Project Closeout - Subcontractor Closeout - Program Closeout - Final Risk Assessment and Report - Project Final Report - Program Team Closeout AECOM 273 c i_' s�uaod doad 10 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ Information and Acknowledgement Form The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated March 6, 2020 Addendum No. 2, Dated March 25, 2020 Addendum No. 3, Dated April 10, 2020 Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, Submission Requirements. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: ■ Proposal Letter ■ Narrative ■ Qualifications of Proposer ■ Experience of the Proposer ■ Qualifications/Experience of the Lead Program Manager ■ Qualifications/Experience of the Sr. Program Manager ■ Qualifications/Experience of the Project Managers/Construction Managers ■ Qualifications/Experience of the Architects ■ Qualifications/Experience of the Civil, Structural, and MEP Engineers ■ Qualifications/Experience of the CEI Services Team Member ■ Qualifications/Experience of the Project Cost Estimator and Scheduler ■ Qualifications/Experience of the Sub -Consultants ■ Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: ■ Design Philosophy and Process ■ Technical Capabilities and Approach Citywide Program Management Support Services RFQ No. 19-20-019 31 274 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: ■ RFQ Proposal Forms (Section 6.0) ■ Information for Determining Joint Venture Eligibility - Form A (if applicable) ■ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Sub- Consultant(s)/Sub-Contractor(s) ■ FDOT Notice of Qualifications (if applicable) 4. Lack of any other documentation/information/form requested in the RFQ document. Missing forms, unsigned forms, or forms signed by any individual, other than either the Proposer, Proposer's team members, and/or individuals personally attesting to the portrayed project experience will not be cured and shall deem a Proposal non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations/irregularities not listed above. Such minor deviations may be cured by the Proposer, at the sole discretion of the City. Material deviations/ irregularities cannot be waived by the City or cured by the Proposer. RFQ No. 19-20-019 certify that any and all information contained in response to this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: AECOM Technical Services, Inc. Firm's Name 800 S. Douglas Entrance, North Tower, 2nd Floor, Coral Gables, FL 33134 Principal Business Address (305) 444-4691 Telephone (305) 675-3843 (Fax) Fax Juan Alfonso, AIA, NCARB E-mail address juan.alfonso@aecom.com Name Vice President; PM/CM Business Unit Leader - Florida Title Authorized Signature Citywide Program Management Support Services RFQ No. 19-20-019 32 275 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF Califomia ) SS: COUNTY OF Los Angeles I HEREBY CERTIFY that a meeting of the Board of Directors of the AECOM Technical Services, Inc. a corporation existing under the laws of the State of California , held on July 18 , 2019 the following resolution was duly passed and adopted: Authorized Signatory "RESOLVED, that, Juan Alfonso , as •President of the Corporation, be and is hereby authorized to execute the Proposal dated, March 18 2020 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 19th , day of February , 20 20 Secretary: Charles Charles F. Szurgot FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 33 276 AECOM AECOM Technical Services, Inc. 213.593.8100 tel 300 South Grand Avenue 213.593.8730 fax 9th Floor Los Angeles, CA 90071 www.aecom.com SECRETARY'S CERTIFICATE AECOM TECHNICAL SERVICES, INC. a California corporation I, Manav Kumar, DO HEREBY CERTIFY that I am the duly elected and acting Secretary of AECOM Technical Services, Inc., a corporation organized under the laws of the State of California ("ATS" or "Corporation"), and the keeper of its records and corporate seal. I FURTHER CERTIFY that ATS's full legal address is c/o CT Corporation System, 818 West 7th Street, Los Angeles, CA 90017-0000 and that the Corporation's principal place of business is 300 South Grand Avenue, 9th Floor, Los Angeles, California 90071. I FURTHER CERTIFY that pursuant to the Written Consent of the Board of Directors of ATS, adopted on April 20, 2020, and attachedhereto as Exhibit A, Juan Alfonso has signatory authority for ATS and are authorized to execute contracts and other documents on behalf of the Corporation. IN WITNESS WHEREOF, I have subscribed my name and affixed the seal of the Corporation, this 4th day of May, 2020. Manav Kumar Secretary 277 UNANIMOUS ACTION OF THE BOARD OF DIRECTORS OF AECOM TECHNICAL SERVICES, INC. Excerpt The undersigned, being all the members of the Board of Directors of AECOM TECHNICAL SERVICES, INC. (the "Corporation"), a California corporation, hereby take the following action: RESOLVED: That, "the following U.S. based persons are designated with authority by the Board of Directors to execute contracts and other legal documents on behalf of the Corporation within the boundaries of specific Regions and Business Lines as noted and effective as of the dates set forth below:" Effecti'e April 20, 2020: Last Name First Name Region Area/Market Sector Business Line Alfonso Juan Southeast Florida PPM 278 IN TESTIMONY WHEREOF, all the Directors have hereunto set their hands this 20th day of April, 2020. Keenan Edward Driscoll Roger Wiederkehr 279 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company Name: AECOM Technical Services, Inc. (c) Individual Name: Juan Alfonso, AIA, NCARB Signature: ----n==-= Date: May 11, 2020 Citywide Program Management Support Services RFQ No. 19-20-019 38 280 (e/u) V WJO Z'� Not applicable. 281 sldieoe xel •sne E'3 State of Florida Department of State I certify from the records of this office that AECOM TECHNICAL SERVICES, INC. is a California corporation authorized to transact business in the State of Florida, qualified on August 21, 1995. The document number of this corporation is F95000004014. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 14, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Second day of March, 2020 Secretary of State Tracking Number: 9336742692CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication 282 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 64D0824 BUSINESS NAME/LOCATION AECOM TECHNICAL SERVICES INC 800 SW 37TH AVE CORAL GABLES, FL 33134 OWNER AECOM TECHNICAL SERVICES INC C/O CHARLES ALBERT Employee(s) 75 H® RECEIPT NO. RENEWAL 4641578 Iat SEC. TYPE OF BUSINESS 212 P.A.JCORP/PARTNERSHI P/FIRM l 1 �LBT J EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 EB8115 PAYMENT RECEIVED BY TAX COLLECTOR 337 50 09/20/2019 C R E D I TCARD-19.077152 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 holder's qualifications, to do business, Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply la the busineu. The RECEIPT NO. above must be displayed an all commercial vehicles - Miami -bade Code Sec Ba-276. For more information, visitwww.atiamidade.00vitaxcollectar 283 C-20 AECOM TECHNICAL SERVICES INC AECOM TECHNICAL SERVICES INC attn Tax Dept Specialist 4840 COX RD GLEN ALLEN, VA 23060 DETACH HERE AND DISPLAY RECEIPT IN A CONSPICUOUS PLACE CITY OF CORAL GABLES, FLORIDA LOCAL BUSINESS TAX RECEIPT ANNUAL FIRE INSPECTION FEE RECEIPT THIS IS NOT A BILL -DO NOT PAY CUST. NO. 019046 RECEIPT NO. BT-0018058050 2019-2020 BUSINESS NAME: AECOM TECHNICAL SERVICES INC LOCATION: 800 DOUGLAS RD DBA NAME: AECOM TECHNICAL SERVICES INC 200 CLASSIFICATION: NO. OF UNITS 1 UNCLASSIFIED 75 PERSONS 2 3 4 5 6 SQUARE FOOTAGE OF SPACE: 23000 BUSINESS TAX RECPT RENEWAL "" This receipt does not constitute authority to begin operating at this location without a Certificate of Use and Inspection Approval "" UNIT DESCRIPTION AMOUNT PAID: $ 4,624.00 VALID ONLY AT LOCATION ABOVE. RECEIPT EXPIRES 09/30/2020 284 C-21 State of Florida Department of State I certify from the records of this office that 300 ENGINEERING GROUP, P.A. is a corporation organized under the laws of the State of Florida, filed on September 18, 2006. The document number of this corporation is P06000119745. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 9, 2020, 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 Ninth day of January, 2020 KlatgAiifr Secretary of State Tracking Number: 6418108408CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication 285 006545 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7117450 BUSINESS NAME/LOCATION 300 ENGINEERING GROUP PA 3850 BIRD RD STE 601 MIAMI FL 33146 OWNER 300 ENGINEERING GROUP PA C/0 FRANKLIN TORREALBA L Iployee(s) 3 RECEIPT NO. RENEWAL 6559265 SEC. TYPE OF BUSINESS 212 P.A./CORP/PARTNERSHIP/FIRM LBT \ J EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 09/25/2019 CREDITCARD-19-079261 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 all commercial vehicles - Miami -Dade Code Sec 8a-276. For more information, visit www.miamidade.gov/taxcollector 286 NOT TRANSFERRANLE OR VALID AT ANOTHER ADDRESS UNLESS APPROVED a IHE FINANCE DEPARTMENT CITY OF MIAMI 414 S W AV 6T" FLOOR, MIAMI Ft 33130 PHONE f30514t6-1q1P Effective Year Oct. 1 2019 Thru Sep. 30 2020 RECEIPT FOR 300 Engineering Group, P.A ISSUED 0001. 2019 TOTAL FEE PAID 116 00 ACCOUNT NUMBER 123543 RECEIPT NUMBER 163712 NAME OF BUSINESS 300 Ergineertng Group, PA> DBA LOCATION 3850 BIRD RD 601 S HEREBY IN COMPLIANCE 0 ENGAGE IN OR MANAGE HE OPERATION OF: PROF ASSNIFIRMICO.IPTNERSHPS,CORP Adele Valencia Code Compliance Director IrIIINVI MILL DO NOT PAY Tr ss c, tuErrS, ! -I 2020 Local Business Tax fleceipt Miami —Dade County, State of Florida -THISIS NtO-A. - 00 Ni71. PFN 7 11 7476 ws®.EF.•.rarN TDRFEAF-BR FRANKLIN A PE 3050 =BItD RD FIE 601 &IL N FL 33146 mom TCFUELIA RAC', .11o� 30119i3k61Hlk;Cti a,P PR • �IIIPTR. RENEWAL 7 39 50€4 SW 'MEW !-SIRS 2"2 AIL)Lii tJ3 �L LBT EXPIRES S EPTEM BER 30, 2020 b• aria.0 a pi. {a b.. w.amr,1 ra Gourrr�r 0,3.11 ie. 1 SA -An 4&i8 ary Diana Sk 107 3713 V rl 9 _x_,-CIRi-19-061343 TRY IieiBirrT�Rm. prailcar°-rm r.e,. ia= E nnal Tax. Ps M1®µ,r.t a Dana. dsti+RiiitrYlid®o!SaRadr xyn I SS aa,a7oin_ 1n1. li, i.r+reaiaspT Tiiiarri gasmmais ymrrer 1.11Ankrr Inward m=i,w,31rnT'..3^.-1.Ya.na.% TV®CINTlM Ebya s,r.s d.,a aiw a.a :a„r r-. Ta,_s-ai ar-5 Cods Rc ME -MS. 1 ana. ,tsrri arr 1. yxw nar lash am'.iaen .3•r State of Florida Department of State I certify from the records of this office that CES CONSULTANTS, INC. is a corporation organized under the laws of the State of Florida, filed on October 6, 1997. The document number of this corporation is P97000085972. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 6, 2020, 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 Sixth day of January, 2020 Secretary of State Tracking Number: 7205305641CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication 289 001997 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - D0 NOT PAY 4465969 BUSINESS NAME/LOCATION CES CONSULTANTS INC 3150 SW 38TH AVE STE 450 MIAMI FL 33146 OWNER CES CONSULTANTS INC Employee(s) RECEIPT NO. RENEWAL 4662285 SEC. TYPE OF BUSINESS 212 P.A./CORP/PARTNERSHIP/FIRM E88811 LBT EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & TO PAYMENT RECEIVED BY TAX COLLECTOR S49.50 10/07/2019 ECHECK-20-001 151 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 holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NQ. ahovsmusLhedieplalrerren elI commercial vehicles - Miemi-Dade Code Sec Ba-276. For more information, visit www miemidade,govAaxcellector Please note that this Business Tax Receipt expires on September 30th of the effective year listed herein. Ensuring renewal by October 1st is the responsibility of the business entity. For further information you may call: (305) 416-1570 or (305) 416- 1918. Favor de tomar nota que este Recibo de Impuesto para Negocio se vence el 30 de Septiembre de ano indicado. Asegurar la renovation para el fro de Octubre es la responsabilidad del negocio. Para mas information puede Ilamar al: (305) 416-1570 0 (305) 416-1918. Souple pran not ke Resi Enpo pou Biznis-sa ap exspire 30 Septan-m ane sa men-m nan lis la. Se responsablite dirijan Biznis sa pou li renouvle-I Pwemie Oktob kap vini. Si ou bezwen plis enfomasiyon sou zafe sa , pa bliye rele nan (305) 416-1570 ou byen (305) 416-1918. CCCiUURJ T ? 9JM8ER 161 FT C.EiPT NUMBER 185 SULTANTS INC 3BAV450 IS HEREBY IN COMPLIANCE TO 'ENGAGE IN OR MANAGE 291 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7296176 BUSINESS NAME/LOCATION G NAVARRETE CONSULTING INC 8961 SW 124TH ST MIAMI, FL 33176 OWNER G NAVARRETE CONSULTING INC C/O GEORGE NAVARRETE MIAMMAID RECEIPT NO. RENEWAL 7585817 SEC. TYPE OF BUSINESS 212 CONSULTANT LBT� EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 100.00 02/20/2020 CREDITCARD-20-033018 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 holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information, visit www.miamidade.gov/taxcollector 292 onss 5 " 111211K i.aa4 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 4669959 aUSIRESSNAMEAOCATION MAGBE CONSULTING SERVICES INC 2430 SW I8TH ST MIAMI FL 33145 RECEIPT NO. RENEWAL 4875739 OWNER SEC. TYPE OFERISINESS MAGBE CONSULTING SERVICES INC 212- CON4ULIANT (LBT; EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $60.00 07/ 11 /201 9 -- CHECK21-19-053991 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 holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles- Miami -Dade Code Sec Ba-276. For more information, visit www.miamidade.gov/taxcotlector 293 State of Florida Department of State I certify from the records of this office that PROGRAM CONTROLS, INC. is a corporation organized under the laws of the State of Florida, filed on April 15, 2002. The document number of this corporation is P02000040369. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on March 13, 2020, and that its status is active. T 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 Thirteenth day of March, 2020 Secretary of State Tracking Number: 4462449893CC To authenticate this certiticate,visit the following site,enter this number, and then follow the instructions displayed. http s: //services.sunbiz. org/Filings/C ertiticateOfStatus/C ertificateAuthentication 294 9325104 City of Miami Customer Invoice Busin ss Tax Receipt 0 Regular Send Payment To: PO Box 71234 Charlotte NC 28272-1234 Page 1 of 1 INVOICE DATE INVOICE NUMBER LIEN NUMBER NEW CHARGES PAST DUE AFTER FOLIO NUMBER 01-JUL-19 9325104 30-SEP-19 01-4117-003-2630 DOCUMENT NUMBER DESCRIPTION BILLING UNITS TRANSACTION AMOUNT M017 - ADMINISTRATIVE OFFICE - PROGRAM CONTROLS, INC. SCO1 - SERVICE CHARGE For online payments, visit: http://miamigov.com/pay Please submit all required documentation (e.g. license, registration) if applicable to: City of Miami 444 S.W. 2 Ave, 6th Floor Miami, FL 33130 Attn.: Customer Service The activities of the business for this BTR are limited only to those for which the BTR and/or CU have been issued. Failure to comply may result in fines, penalties, and/or revocation. Pursuant to Florida Statute 205,194, all required documentation, including State of Florida business license, must accompany the renewal payment for a BTR to be issued. BTRs that are not renewed when due and payable are delinquent and subject to a delinquency penalty of 10% for the month of October, plus an additional 5% penalty for each subsequent month thereafter, not to exceed 25%. To avoid late fees, payment must be RECEIVED on or before the due date. Any BTR not paid within 150 days after the initial notice, and who doesn't obtain the required BTR is subject to civil actions, and penalties, and other costs, actions, and a penalty of $150 - City Code 31.39(c). For questions and assistance, please contact Customer Service at (305) 416-1570 1 1 131.00 3.50 SERVICE/PROPERTY ADDRESS 3150 SW 38 AV 1304 CUSTOMER NUMBER 132741 LEGACY REFERENCE 129508-1114141 TOTAL AMOUNT DUE $134.50 SEE REVERSE SIDE FOR BILLING INQUIRES 4. DETACH HERE AND PLEASE RETURN THE BOTTOM PORTION WITH YOUR PAYMENT - RETAIN TOP PORTION AS YOUR RECEIPT 4• City Of Miami FINANCE DEPARTMENT,444 SW 2nd Avenue, Miami, FL 33130 CUSTOMER NUMBER INVOICE NUMBER 132741 9325104 TOTAL AMOUNT DUE $134.50 SERVICE/PROPERTY ADDRESS 3150 SW 38 AV 1304 NEW CHARGES PAST DUE AFTER 30-SEP-19 MAILING ADDRESS CHANGE PROGRAM CONTROLS, INC. 3150 SW 38 AV 1304 Miami FL 33146 PAYMENT AMOUNT ENCLOSED • i 11 9325104 u DO NOT WRITE BELOW THIS LINE 1. Do NOT send cash. Make Check payable to: City of Miami and send to the address above. 2. Restrictive endorsements will NOT be honored. 3. Include account number on face of check or money order. 4. Please make mailing address changes to the right and mail your payment with such changes to City of Miami - Customer Services, 444 SW 2"d Ave, Miami, FL 33130, DETACH BEFORE MAILING 00132741 3 09325104 7 000001345Q 0 9 9291216 City of Miami Customer Invoice Certificate of Use Send Payment To: PO Box 71234 Charlotte NC 28272-1234 Page 1 of 1 INVOICE DATE INVOICE NUMBER LIEN NUMBER NEW CHARGES PAST DUE AFTER FOLIO NUMBER 01-JUL-19 9291216 30-SEP-19 01-4117-003-2630 DOCUMENT NUMBER DESCRIPTION BILLING UNITS TRANSACTION AMOUNT CUO6 - GENERAL COMMERCIAL -OFFICE- CU 100 42.00 F806 - GENERAL COMMERCIAL OFFICE FSP 100 53.00 SX06 - GENERAL COMMERCIAL OFFICE SWF 100 76.00 SCO1 - SERVICE CHARGE 1 3.50 For online payments, visit: http://miamigov.com/pay The activities of the business for this CU are limited only to those for which the CU have been issued. Failure to comply may result in fines, penalties, and/or revocation. Any renewal fee which is not paid by the due date specified, will be considered delinquent and assessed a penalty of 10% of the current renewal fee plus an additional 5% for each subsequent month thereafter, not to exceed 25% - City Code 2.207(c)(6). To avoid late fees, payment must be RECEIVED on or before the due date. For questions and assistance, please contact Customer Service at (305) 416-1570 SERVICE/PROPERTY ADDRESS CUSTOMER NUMBER LEGACY REFERENCE TOTAL AMOUNT DUE 3150 SW 38 AV 1304 132741 129508-1080245 $174.50 SEE REVERSE SIDE FOR BILLING INQUIRES 4 DETACH HERE AND PLEASE RETURN THE BOTTOM PORTION WITH YOUR PAYMENT - RETAIN TOP PORTION AS YOUR RECEIPT 4 City Of Miami FINANCE DEPARTMENT,444 SW 2ndAvenue, Miami, FL 33130 CUSTOMER NUMBER INVOICE NUMBER 132741 9291216 TOTAL AMOUNTDUE $174.50 SERVICE/PROPERTY ADDRESS 3150 SW 38 AV 1304 NEW CHARGES PAST DUE AFTER 30-SEP-19 MAILING ADDRESS CHANGE PROGRAM CONTROLS, INC. 3150 SW 38 AV 1304 Miami FL 33146 PAYMENT AMOUNT ENCLOSED i • i 9291216 u DO NOT WRITE BELOW THIS LINE 1, Do NOT send cash. Make Check payable to: City of Miami and send to the address above. 2. Restrictive endorsements will NOT be honored. 3. Include account number on face of check or money order. 4. Please make mailing address changes to the right and mail your payment with such changes tc : City of Miami - Customer Services, 444 SW 2"d Ave, Miami, FL 33130. (- DETACH BEFORE MAILING 00132741 3 09291216 2 00000174,p 6 9 Department of Finance Online Payments Receipt Your Reference Number: 2019251001-48 07/ 08 2019 d: 1 a: « rive VGeD User TRANSACTIONS If you have a Customer Number, please click $309,00 here 2019251001-48-1 CUSTOMER f#: 132741 AR Payment INVOICE 11: 9291216_ BALANCE DUE: 174.50 AR Payment INVOICE ##: 9325104 BALANCE DUE: =.- PAYMENT Visa Credit Sale CARD NUMBER: " **yy**** -'`' FIRST NAME Ashish LAST NAME: I(timar 13 i N CE2Q19251001-48 n ri I $174.50 $134.50 TOTAL AMOUNT: 3Q9_OO S309.00 I 297 slenO _LOCH 17'0 RON DESANTIS GOVERNOR FDDT Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 April 3, 2020 Carlos Garcia, Vice President AECOM TECHNICAL SERVICES, INC. 150 North Orange Avenue, Suite 200 Orlando, Florida 32801 Dear Mr. Garcia: KEVIN J. THIBAULT, P.E. SECRETARY The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 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 4.3.1 - Complex Bridge Design - Concrete 4.3.2 - Complex Bridge Design - Steel 4.4 - Movable Span Bridge Design 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 Safety, Mobility, Innovation www.ot.gov 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 Group 8 - Survey and Mapping 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 9 - Soil Exploration, Material Testing and Foundations 9.1 - Soil Exploration 9.4.1 - Standard Foundation Studies 9.4.2 - Non -Redundant Drilled Shaft Bridge Foundation Studies 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 - Steel 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 Safety, Mobility, Innovation www.ot.gov Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until March 27, 2021 for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense 131.94% 105.24% Excluded No 10.82% 14.05%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. CBHK/kw Sincerely, 7L11/( Carliayn Kell Professional Services Qualification Administrator Safety, Mobility, Innovation www.Fot.gov ABOUT AECOM AECOM is the worlds premier infrastructure firm, delivering professional services throughout the project iifecycle - from planning, design and engineering to consulting and construction management. We partner with our clients in the public and private sectors to solve their most complex challenges and build legacies for generations to come. On projects spanning transportation, buildings, water, governments, energy and the environment, our teams are driven by a common purpose to deliver a better world. AECOM is a Fortune 500 firm with revenue of approximately $20.2 billion during fiscal year 2019. See how we deliver what others can only imagine at aecom.com and @AECOM. Tttu of �ittmi ADDENDUM No. 1 March 6, 2020 REQUEST FOR QUALIFICATIONS (RFQ) No. 19-20-019 CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for RFQ No. 19-20-019, "Citywide Program Management Support Services" (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. 1. MODIFICATIONS/CLARIFICATIONS A. The following are revisions to the RFP document. 1. The Proposal Submission Due Date has been extended to April 1, 2020, by 2:00 p.m. (local time); 2. On page 28, in Section 4.3, "Submittal Guidelines," please delete the first paragraph, and replace with the following text: "Two (2) Proposals from responsive and responsible individuals, firms, partnerships, corporations, or joint -ventures will be considered in response to this RFQ. Sub-Consultants/Sub-Contractors may be included in more than one Proposal submitted by more than one Proposer. A firm, partnership, corporation, or joint venture that submits a Proposal as a Prime Consultant shall not be a Sub- Consultant/Sub-Contractor on another Proposal submitted in response to this RFQ." 3. Selected Consultants shall be required to use Owner's Project Management software, eBuilder. One (1) license will be distributed to each Design Professional, at cost to Owner, which will allow access into e-Builder for one or multiple projects as awarded by Owner. Usage of this license will be provided throughout the duration of the Project. At the sole discretion of Owner, and based on availability, additional licenses may be provided. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. , k..x.---Annie Perez, CPPO, Director Department of Procurement, City of Miami ADDENDUM No. 2 March 25, 2020 REQUEST FOR QUALIFICATIONS (RFQ) No. 19-20-019 CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for RFQ No. 19-20-019, "Citywide Program Management Support Services" (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. MODIFICATIONS/CLARIFICATIONS The following are revisions to the RFP document. 1. The Proposal Submission Due Date has been extended to April 15, 2020, by 2:00 p.m. (local time). 2. On page 12, in Section 3.5(2), please delete the entire paragraph, and insert the following text: "2. Possess a minimum of ten (10) years of proven professional experience providing architectural, engineering, and/or program/project management support services, as described in Section 2.0, `Scope of Services';" 3. On page 12, Section 3.5(3), please delete the entire paragraph and insert the following text: "3. Employ a team member to serve as the Lead Program Manager, who will be the primary lead for all program management efforts for this Project, who has been practicing for a minimum of ten (10) years as a) a registered Architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," or b) as a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," or c) as a Program Manager with a bachelor's degree in Architecture, Civil Engineering, Construction Management, Public Administration, Business Administration, or related field from an accredited institution in the United States. In addition, the Lead Program Manager MUST have been a Project Management Professional (PMP), preferably a Program Management Professional (PgMP) accredited by the Project Management Institute, Inc., or by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years;" 4. On page 12, Section 3.5(4), please delete the entire paragraph and insert the following text: "4. Employ a team member to serve as the Sr. Program Manager, who has been practicing for a minimum of five (5) years as a) a registered Architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," or b) as a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," or c) as a Program Manager with a bachelor's degree in Architecture, Civil Engineering, Construction Management, Public Administration, Business Administration, or related field from an accredited institution in the United States. In addition, the Sr. Program Manager MUST have been a Project Management Professional (PMP), preferably a Program Management Professional (PgMP) accredited by the Project Management Institute, Inc., or by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years;" 5. On page 14, Section 3.5(i), please delete the entire paragraph and insert the following text: "i. The Proposer's qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program/project management projects similar in size, scope, and complexity to the Project described in this RFQ within the last ten (10) years. One (1) of the reference projects is preferred to have been contracted by a governmental agency; and" 6. On page 14, Section 3.5(ii), please delete the entire paragraph and insert the following text: "ii. The Lead Program Manager's qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program/project management projects similar in size, scope, and complexity to the Project described in this RFQ within the last ten (10) years. One (1) of the reference projects is preferred to have been contracted by a • governmental agency; and" 7. On page 14, Section 3.5(iii), please delete the entire paragraph and insert the following text: "iii. The Sr. Program Manager's qualifications and experience, including two (2) previously completed or currently ongoing architectural, engineering, and/or program/project management projects similar in size, scope, and complexity to the Project described in this RFQ within the last five (5) years. One (1) of the reference projects is preferred to have been contracted by a governmental agency; and" 8. On page 14, Section 3.5(iv), please delete the entire paragraph and insert the following text: "iv. The Project Managers' qualifications and experience, including two (2) previously completed or currently ongoing architectural, engineering, and/or program/project management projects similar in size, scope, and complexity to the Project described in this RFQ within the last five (5) years; and" Citywide Program Management Support Services 2 RFP No. 19-20-019 Addendum No. 2 9. On page 14, Section 3.5(v), please delete the entire paragraph and insert the following text: "v. The Construction Managers' qualifications and experience, including two (2) previously completed or currently ongoing architectural, engineering, and/or program/project management projects similar in size, scope, and complexity to the Project described in this RFQ within the last five (5) years; and" 10. On page 14, Section 3.5(xii), please delete the entire paragraph and insert the following text: "xii.Any other proposed Sub -Consultants' qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program/project management project similar in nature to the Project described in this RFQ within the last three (3) years." 11. On page 21, Section 4.1(A)(5), "Experience of the Proposer" must reflect the stipulated ten (10)-year minimum experience requirement, and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects. 12. On page 21, Section 4.1(A)(7), "Experience of the Lead Program Manager" must reflect the stipulated ten (10)-year minimum experience requirement, and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects. 13. On page 22, Section 4.1(A)(9), "Experience of the Sr. Program Manager" must reflect the stipulated five (5)-year minimum experience requirement, and submit proof of at least two (2) previously completed or currently ongoing architectural, engineering, and/or program management projects. 14. On page 23, Section 4.1(A)(10), "Qualifications and Experience of the Project Managers" must reflect the stipulated five (5)-year minimum experience requirement, and submit proof of at least two (2) previously completed or currently ongoing architectural, engineering, and/or program management projects. 15. On page 23, Section 4.1(A)(11), "Qualifications and Experience of the Construction Managers" must reflect the stipulated five (5)-year minimum experience requirement, and submit proof of at least two (2) previously completed or currently ongoing architectural, engineering, and/or program management projects B. RESPONSES TO REQUESTS FOR INFORMATION (RFIs) Q1 Would the awarded firm be precluded to bid on design work out of the bond program? Al. The selected CPMSS consultants, and its subconsultants, may provide these services for projects they are not managing under this contract. Q2. If our firm is a subconsultant on one of the selected teams, please confirm that our firm would not be precluded from providing our services (as prime or subconsultant) on any other City of Miami projects. A2. Please refer to response to Q1, above. Q3. Section 2.1 states that the selected Citywide Program Management Support Services firms will work "under the direction of, in-house City staff on the management and execution of said projects..." Please confirm that the current Program Manager is considered "in-house City staff" in the context of Section 2.1 Citywide Program Management Support Services 3 RFP No. 19-20-019 Addendum No. 2 and is precluded from submitting/participating in this solicitation. In addition, please provide a list of the existing Program Manager and its subconsultants to avoid conflict of interest. A3. The selected CPMSS consultants will work under the direction of an employee of the City of Miami working within the Office of Capital Improvements (OCI), not a consultant. The current consultant supporting OCI is Atkins North America under the Capital Program Support Services, Contract No. 15-16-032, and as such, it will be precluded from participating in the selection process for the CPMSS. Q4. Section 2.2 states "...providing professional and technical expertise, such as architectural and engineering services and construction administration..." Sections 3.5-7, and 3.5-8 require Architects, Civil, Structural, and Mechanical, Electrical, and Plumbing Engineers to be part of the Citywide Program Manager's team. Please confirm if the Architects and Engineers under the City's Citywide Program Managers will be responsible for preparing: • Planning Studies; • Project Definition Documents; • Conceptual Design; • Schematic Design; • Design Criteria Packages; and/or, • Construction Documents A4. The Architects and Engineers under the selected CPMSS consultants will not be allowed to engage in any design activity that should require the production of signed and sealed drawings. Q5. Section 2.3 states that a "detailed scope of work will be developed for each Work Order issued." Considering the Work Order nature of this contract, please confirm: 1) That the City be flexible when selecting projects to assign each Citywide Program Manager to minimize potential conflicts of interest with pool of consultants. 2) That the City will allow one of the two PM Teams to perform supervision of a design performed by a member of the other PM Team. 3) If that the Work Orders will be based on negotiated lump sum values. A5. 1) The CPMSS is intended to provide the necessary controlled flexibility to assign projects or portfolio of projects as needed. For a project to be assigned to a selected CPMSS consultant, the consultant and its sub -consultants must not have been part of any procurement activity in support of the same project, reducing any potential conflicts of interest. 2) Please see response above. 3) Work Orders will be negotiated on a lump sum basis, as project or portfolio specific. Q6. Section 3.5-3 requires that the Lead Program Manager be a registered architect or engineer in the state of Florida and carry a "Certified Program Manager" accreditation from "a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years". The Project Management Institute (PMI) offers multiple certifications relevant to the Citywide Program Manager role including Project Management Professional (PMP) Citywide Program Management Support Services 4 RFP No. 19-20-019 Addendum No. 2 and Program Management Professional (PgMP). While there are over 1 million certified PMPs in the world, only a couple thousand PgMP certifications have been awarded. Both certifications were born from the IT industry and obtaining and holding each certification will not ensure that the Lead Program Manager can lead a program of this size, nature, and complexity. To allow for competition between the respondents, please confirm: ■ Whether the City will eliminate the Requirement for five (5) years of Certified Program Manager accreditation and make it a Preference that the Lead Program Manager hold a PMP and a minimum of ten years of Program Management experience. A6. Please refer to Modification No. 3, above. Q7. Section 3.5-4 requires that the Sr. Program Manager be a registered architect or engineer in the state of Florida and prefers that the Sr. Program Manager carry a "Certified Program Manager" accreditation from "a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years". Please confirm that: 1) This preference is equivalent to a Project Management Institute (PM I) Project Management Professional (PMP) certification. 2) In addition, please confirm if the City will allow the Sr. PM to be a member of the key Sub of the Prime? A7. 1) Please refer to Modification No. 4, above. 2) The proposed Sr. Program Manager must be employed by the Proposer/Prime Consultant. Q8. Section 3.5.i requests the Proposer's qualification including "three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects". Please confirm that this requirement is for the Prime only and not the team. A8. The requirement indicated in Section 3.5.(i), as amended, applies only to the Proposer/Prime Consultant. Please refer to Modification No. 5, above. Q9. Section 4.1.A-4 states that "any other pertinent information shall be submitted which demonstrates the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualification Requirements" are required. Section 3.5 outlines the different positions required to meet the minimum qualification requirements as does Section 4.1.A 5-16. Please confirm that the experience and qualification documentation should only be included in sections 4.1.A 5-16 and not duplicated in Section 4.1.A-4. A9. Section 3.5, "Minimum Qualification and Experience Requirements," describes the minimum qualifications and experience required from the Proposer/Prime Consultant and each one of the required team members. Section 4, "Instructions for Submitting a Proposal," provides for a detailed description of the forms and documents that are required to demonstrate said qualifications and experience. Q11. Sections 3.5.3 and 3.5.4 of the RFQ respectively require that "The Lead Program Manager MUST be a Certified Program Manager accredited by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years;" and that "The Sr. Program Manager is Citywide Program Management Support Services 5 RFP No. 19-20-019 Addendum No. 2 PREFERRED to be a Certified Program Manager by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years" in addition to practicing as a Florida registered architect or Florida registered engineer. Federal, municipal and utility agencies across the country routinely rely on experienced architectural, engineering, and/or program management firms and their experienced Professional Engineers to manage large and complex infrastructure programs without requiring a Program Manager certification. This requirement could result in a situation that is counter to the City's interests, as this requirement is not standard practice amongst the agencies requesting this type of work. Could the City consider limiting the requirement to qualified Professional Engineer with more than 10 years of experience? This would allow the City to have access to a Senior professional with experience in Project and Program Management. A11. Please refer to Modification Nos. 3 and 4, above. Q12. Sections 3.5.ii and 3.5.iii on page 14 of the RFQ respectively require that the Lead Program Manager and Sr. Program Manager demonstrate experience with three (3) previously completed or currently ongoing project similar in size, scope and complexity to the RFQ within the last five (5) years. Given that similar programs typically last for five years or more, could the City consider expanding the requirements to within the last fifteen (15) years? Al2. Please refer to Modification Nos. 6 and 7, above. Q13. Sections 4.10 through 4.14 request that the proposer complete and submit Form RFQ-QSC to document the qualifications and experience of a variety of personnel. The version of Form RFQ-QSC provided with the RFQ does not appear to correspond with the instructions as it is titled "Qualifications of Sub-Consultants/Sub- Contractors" and does not include any fields wherein personnel qualifications and experience can be described. Could the City consider providing additional information in the instructions on how to utilize the existing Form RFQ-QSC or provide an alternate form that allows for the description of personnel qualifications and experience? A13. Sections 4.10 through 4.15 require that the Proposer/Prime Consultant completes and submits Form RFQ-QSC to list the personnel required in said sections. A one - page resume (double -sided if needed) is required to be submitted for all personnel listed on Form RFQ-QSC to reflect his/her education, qualifications, and experience. The resume should include, at a minimum, the client's name, address, and contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of full cost, for each project submitted as proof of the required experience. Q14. Will the City consider removing the requirement for Program Manager Certification ,for the Lead and Senior Program Manager positions? A14. Please refer to Modification Nos. 3 and 4, above. Citywide Program Management Support Services 6 RFP No. 19-20-019 Addendum No. 2 Q15. Can the Senior Program Manager position be an employee of a team member as supposed to being employed by the Proposer? A15. The proposed Sr. Program Manager must be employed by the Proposer/Prime Consultant. Q16. Page 12, item #3, last sentence states: "The Lead Program Manager MUST be a Certified Program Manager accredited by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years." Would the City consider waiving the Certified Program Manager" requirement and change it to a preferred requirement? Alternatively, would a Project Management Professional (PMP) certification be accepted instead of the Certified Program Manager requirement? Also, please clarify whether there is a requirement for the LPM to have held the "Certified Program Manager" (or PMP certification, if acceptable by the City) for a minimum of five (5) years. Page 12, item #3 states this, however page 21, item #6 doesn't mention that the Certified Program Manager requirement has to be for a minimum of five (5) years. A16. Please refer to Modification No. 3, above. Q17. Page 21, item #6 states that the Lead Program Manager "MUST shall have a minimum of five (5) years of experience, and have served as the LPM providing said services on a minimum of three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in in Section 2.0, "Scope of Services" of this RFQ within the last (5) years." Due to the nature of program management contracts and that they may entail a significant program duration lasting for more than five (5) years, would the City consider extending the project timeframe requirement to the last ten (10) years? A17. Please refer to Modification No. 3, above. Q18. Page 22 of the RFP, item #8 states that the Senior Program Manager (SPgM) shall be employed by the Proposer and it is preferred this person be a Certified Program Manager accredited by a recognized program/project management institute or organization in the United States or equivalent. Would the City consider waiving the requirement that the SPgM be employed by the Proposer and allow this position to be held by one of the proposer's major subconsultants? Also, the RFQ states it is PREFERRED that the SPgM be a Certified Program Manager. Would a Project Management Professional (PMP) certification be acceptable as a PREFERRED certification (but not required). A18. Please refer to Modification No. 4, above. Q19. Project involvement of Atkins - we understand that they will continue to provide staff augmentation services during the term of this traditional type program management (PM) contract, which can include planning studies to the development of design/build criteria •or basis of design (BODR) type preliminary designs (30% development stage), and may have a staff member assigned by the City to oversee the one or both of the contracted PM teams. Due to this, please confirm that Atkins and its subcontractors (please define the team members) are excluded from submitted/participating in one of the PM team selected, as well as any other excluded firms. Citywide Program Management Support Services 7 RFP No. 19-20-019 Addendum No. 2 A19. Please refer to response to Q3, above. Q20. Resolution Methods for Potential Design Conflicts - it is understood that conflicts could arise in the event that a team member (prime or sub) of the selected PM in the event of the supervision of designs performed. In consideration for this situation, please confirm if the City will remedy this potential situation by allowing one of the two PM Teams to perform supervision of a design performed by a member of the other PM Team. Also, please confirm if there is a remaining conflict in the event that there are multiple conflicts between both PM Teams, if the City will allow a firewall where a sub of a team can perform the supervision of the conflicted team members design (i.e., construction management by a separate firm within one of the two PM Teams). A20. Please refer to response to Q5, above. The CPMSS is intended to provide the necessary controlled flexibility to assign projects or portfolio of projects as needed. For a project to be assigned to a selected CPMSS consultant, the consultant and its sub -consultants must not have been part of any procurement activity in support of the same project, reducing any potential conflicts of interest. Q21. Project Contract Values - during the Voluntary meeting, it was indicated that a total contract value for the five (5) year term renewable for five (5) one-year terms (total of ten (10) years) is not specified and will be resulting based on individually specified and negotiated lump sum based task orders over the performance of the contract. Please confirm this understanding. A21. Work Orders will be negotiated on a lump sum basis, as project or portfolio specific. Q22. Selection of Two Program Management Teams — to allow competitive selections and avoid restrictions that eliminate participation from experienced firms that understand the needs of the City providing these values, we recommend that two firms be selected providing a City goal of providing each team an equal share of the total awarded contract fees (i.e., approximately 50/50). A22. The work will distributed among the selected CPMSS consultants based on longstanding standard practice that ensures equitable distribution of the available projects based on the estimated value of potential assignments. Q23. Similar Project Experience — to avoid restricting competitive bid submittals maintaining a requirement for properly qualified bidders, please allow for a minimum of one (1) project example that provides for a size, scope, and complexity to the Project described in this RFQ within the last ten (10) years that has been completed within the US or currently ongoing program or project management that provides for one (1) of the reference projects having been contracted by a governmental agency (considering that there are very limited comparable programs within the past (5) years that would allow for three (3) similar projects). A23. Please refer to Modification Nos. 3 through 10, above. Q24. Lead Program Manager (PM) and Sr. PM Qualifications - during the voluntary pre - solicitation meeting, various concerns were raised about there being a very limited number of certified PMP professionals with five (5) years' worth of certification timeframes along with Florida PE's to meet the required qualification. In addition, there is a requirement that the Sr. PM must be employed by the Prime (not a Sub). Due to this issue, and in consideration for the need to allow for competitive bid submittals from a fair number of proposers to avoid limiting submittals, we are Citywide Program Management Support Services 8 RFP No. 19-20-019 Addendum No, 2 requesting that the City allow for a revision of the qualifications to allow for the following team staff members: 1) Lead Program Manager (PM): ■ Please confirm that the accreditation from a recognized program/project management institute or organization allows for a Project Management Institute (PMI) Project Management Professional (PMP) certification as an equivalent. ■ Please revise the qualifications to allow this professional to be employed the Prime (i.e., not a sub) while having a minimum of two (2) years' worth of PMP certification. 2) Sr. Program Manager (PM): ■ We are requesting a revision of the qualifications to allow for this professional to be employed by the team's key sub having two (2) years' worth of PMP certification timeframe along with a preference (i.e., not a requirement) for having a Florida PE certification. 3) Project Managers; Construction Managers; Architects; Civil Engineers; Structural Engineers; Mechanical, Electrical and Plumbing ("MEP") Engineers; Construction Engineering and Inspection ("CEI") Services; Project Cost Estimator and Scheduler: ■ We are requesting that all specific qualifications and requirements be removed for these personnel, whether provided through the Proposer's staff or that of any Sub -Consultant. The RFQ specifies in detail what qualifies each candidate for these positions (see pages 12-15 & 20-24) and it is the responsibility of the Prime and its PM to provide and maintain a capable and experienced staff. This change would avoid restricting team members for competitive competition/selections and it is understood that the Prime is held responsible for the overall team's performance and guarantees it ability to deliver quality services. A24. 1) Please refer to Modification No. 3, above. 2) Please refer to Modification No. 4, above. 3) Please refer to Modification Nos. 8 through 10, above. Qualifications and experience requirements for personnel listed in Sections 3.5(iv) through 3.5(xii) will remain unchanged. Q27. Public Information Services - as the provision of public information services is understood as a critical component of a large program management initiatives, please consider the addition of an allowance for a Miami -Dade certified SBE firm to provide these services. A27. As provided in Section 3.5(xii), Prime Consultants may add sub -consultants to provide services beyond those that are required at a minimum in the RFQ document. A specific allowance will not be included for said purpose. Q28. E-Builder Software Experience - during the Voluntary meeting, it was confirmed that E-builder will be a requirement of this contact via an addendum will follow to specify this requirement and request that experience be provided by the Prime or its key team members (i.e., not required of SBE team members to avoid teaming restrictions). Please confirm when this requirement will be provided via addendum. A28. Confirmed. The language has been provided as part of Addendum No. 1. Citywide Program Management Support Services 9 RFP No. 19-20-019 Addendum No. 2 Q29. Two Tier Selection Process — it was mentioned that a first -tier qualifications stage may allow for the competitive selection committee to select the two PM firms without a second tier that may include a project approach submittal and/or a formal presentation for selection. Please confirm these understandings and if there is anticipated to be a one tier or two-tier selection process. A29. Whether the evaluation process will require a Step 2 Meeting, which may include requiring the submission of additional information or even oral presentations, will be the sole discretion of the Evaluation Committee appointed by the City Manager. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Citywide Program Management Support Services 10 RFP No. 19-20-019 Addendum No. 2 4Eitu of Atiatni ADDENDUM No. 3 April 10, 2020 REQUEST FOR QUALIFICATIONS (RFQ) No. 19-20-019 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for RFQ No. 19-20-019, "Citywide Program Management Support Services" (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. MODIFICATIONS/CLARIFICATIONS The following are revisions to the RFP document. 1. The Proposal Submission Due Date has been extended to May 13, 2020, by 2:00 p.m. (local time). 2. On page 7, please delete second paragraph from the top, and replace with the following text: "Proposers shall include in their Proposal the requested Sub - Consultant information and all relevant information required of the Proposer." 3. On page 10, please delete the second paragraph in its entirety, and replace with the following text: "The Successful Proposer(s) will serve as the City's Program Manager/Consultant during any construction phase related to, or stemming from, this Project. This RFQ has been initiated for program management services only. Any construction activity related to, or stemming from, the Project will be performed by firm(s) selected through a separate solicitation process independent from this RFQ." 4. On page 14, please delete Section 3.5(11) in its entirety, and replace with the following text: "Preferably, have, as of the Proposal Submission Due Date, a proven track record of qualifications and experience necessary in (1) providing a capital structure and leverage program; (2) recommending sources of matching funds; (3) offering program strategy development services; (4) providing support in reviewing proposals and negotiating contracts; and (5) providing process training and assisting in the preparation of PM/CM policies and procedures." 5. On page 15, please delete Section 3.6, "Small Business Enterprise (SBE) Participation Requirements" in its entirety. 6. On page 39, please delete Section 6.4, "Certificate of Compliance with Section 18- 87 of the City Code" in its entirety. 7. On page 30, please delete Section 5.3, "Five Bonus and SBE Participation" in its entirety. B. RESPONSES TO REQUESTS FOR INFORMATION (RFIs) Q10. Section 3.5.11 states that "a proven track record of qualifications and experience necessary in (1) offering a Local Workforce Development and Training Program..." is preferred. Please confirm if Firms with similar development programs willing to help the City implement a local program will meet this preference or if a local, Miami - based, company for the Local Workforce Development and Training Program is required. A10. Please refer to Modification No. 4, above. Q25. Team Subcontractors - during the voluntary meeting it was confirmed that a prime can't be a sub on a separate team. Similarly, subcontractors should be maintained exclusive to the prime to avoid the selection of subs that may reside on multiple selected teams that can provide for multiple performance conflicts (assignment knowledge/conflicts in execution, firewall protections for design -construction management, etc.). A25. Subconsultants/Subcontractors will be allowed to participate on only one (1) team, and must not respond to this solicitation as a Prime Consultant on any other team. Q26. SBE Firm Requirements - concerns were raised that the RFQ can considerably limit the availability of qualified SBE firms for a program of this magnitude necessitating various professional capabilities to provide relevant support services for a specialized service as required by the City. The following are recommendations to enhance competitive selections of qualified team members and avoid restrictive selections: 1) Regarding the awarding of the 5 extra points (beyond the maximum 500 points for a perfect submittal equals a possible 505 maximum score) for the required 15% participation to Miami -Dade certified SBE firms, we are requesting clarifications as indications were provided that SBE's must be locally headquartered within the City of Miami to be able to qualify for the 5 extra points. Please confirm that this is understood to have been meant as locally headquartered SBE firms within Miami -Dade County (i.e., not City of Miami) to allow for the inclusion of qualified/experienced firms with local operations and certifications. 2) As the RFQ doesn't provide language requiring locally headquartered SBE firms, please confirm that the intent of the RFQ is to obtain SBE firms with a local business address (within Miami -Dade County and not within the City of Miami boundaries) to allow for SBE firms certified by Miami -Dade County be provided the additional 5 points for having their local headquarters within Miami -Dade County? This request avoids limits on competition along while Citywide Program Management Support Services 2 RFP No. 19-20-019 Addendum No. 3 providing a local preference. 3) Please confirm that federal grants are included in this program as such grants restrict the contractual provision of local preferences. 4) It is recommended that SBE firms be exclusive to avoid performance conflicts (similar to other team subcontractors) to prevent being on the two selected firms that can result in having conflicts of interest in the execution of the work (assignment knowledge/conflicts in execution, firewall protections for design - construction management, etc.). A26. Please refer to Modification Nos. 5 through 7, and Response to Q25, above. Q27. We would like to know if the City is considering switching to an all -electronic submittal, if not, we will take the necessary steps to insure a safe and timely delivery of the proposal to the Clerk's Office. A27. The proposal submission delivery method has not changed. Considering the ongoing public health emergency, the Clerk's Office has requested to reschedule the submission of responses to any City solicitation for May 2020. Please refer to Modification No. 1, above. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Citywide Program Management Support Services 3 RFP No. 19-20-019 Addendum No. 3 Titg 4Lrni REQUEST FOR QUALIFICATIONS (RFQ) CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES RFQ NUMBER 19-20-019 ISSUE DATE FEBRUARY 12, 2020 VOLUNTARY PRE -PROPOSAL CONFERENCE FEBRUARY 19, 2020 3:00 p.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE FEBRUARY 28, 2020 5:00 p.m. PROPOSAL SUBMISSION DUE DATE MARCH 18, 2020 2:00 p.m. CONTACT Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP Assistant Director, A&E and Construction Services Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Phone: 305-416-1902 Email: FPonassi@miamigov.com TABLE OF CONTENTS PUBLIC NOTICE 3 SECTION 1 - INTRODUCTION TO REQUEST FOR QUALIFICATIONS 4 1.1 INVITATION 4 1.2 SUBMISSION OF PROPOSALS 4 1.3 VOLUNTARY PRE -PROPOSAL CONFERENCE 4 1.4 CONE OF SILENCE 4 1.5 ADDITIONAL INFORMATION OR CLARIFICATION 5 1.6 AGREEMENT TERMS AND CONDITIONS 5 1.7 AWARD OF AGREEMENT 5 1.8 AGREEMENT EXECUTION 5 1.9 UNAUTHORIZED WORK 1.10 SUBMITTAL INSTRUCTIONS 1.11 CHANGES/MODIFICATIONS/ALTERATIONS 1.12 SUB-CONSULTANT(S)/SUB-CONTRACTOR(S) 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS 1.14 DISQUALIFICATION 1.15 PROPOSER'S EXPENDITURES 1.16 EXECUTION OF PROPOSAL 1.17 INSPECTION OF SITE 6 6 6 6 7 7 7 8 8 SECTION 2 - RFQ SCOPE OF SERVICES 9 2.1 PURPOSE 9 2.2 SCOPE OF SERVICES 9 2.3 PROPOSED TEAM / KEY PERSONNEL 9 SECTION 3 - RFQ GENERAL CONDITIONS 11 3.1 ACCEPTANCE/REJECTION 11 3.2 LEGAL REQUIREMENTS 11 3.3 NON -APPROPRIATION OF FUNDS 11 3.4 BUSINESS TAX RECEIPT REQUIREMENT 11 3.5 MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS 11 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS 15 3.7 PUBLIC ENTITY CRIMES 17 3.8 RESOLUTION OF PROTESTS 17 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS 17 3.10 COLLUSION 17 3.11 CLARIFICATIONS 17 3.12 KEY PERSONNEL 18 Citywide Program Management Support Services RFQ No. 19-20-019 1 3.13 AUDIT RIGHTS AND RECORDS RETENTION 3.14 PUBLIC RECORDS 3.15 E-VERIFY 3.16 CONFLICT OF INTEREST 3.17 DEBARRED/SUSPENDED VENDORS 3.18 NON-DISCRIMINATION 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS 3.20 ADDITIONAL TERMS AND CONDITIONS 18 18 18 18 18 19 19 19 SECTION 4 - INSTRUCTIONS FOR SUBMITTING A PROPOSAL 20 4.1 SUBMISSION REQUIREMENTS 20 4.2 PROPOSAL SUBMISSION DATE AND LOCATION 27 4.3 SUBMITTAL GUIDELINES 28 SECTION 5 - EVALUATION/SELECTION PROCESS 29 5.1 EVALUATION PROCEDURES 29 5.2. EVALUATION CRITERIA 30 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION 30 SECTION 6 - RFQ PROPOSAL FORMS 31 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM 31 6.2.1 CERTIFICATE OF AUTHORITY - (IF CORPORATION) 33 6.2.2 CERTIFICATE OF AUTHORITY - (IF PARTNERSHIP) 34 6.2.3 CERTIFICATE OF AUTHORITY - (IF JOINT VENTURE) 35 6.2.4 CERTIFICATE OF AUTHORITY - (IF LIMITED LIABILITY CORPORATION) 36 6.2.5 CERTIFICATE OF AUTHORITY - (IF INDIVIDUAL) 37 6.3 DEBARMENT AND SUSPENSION 38 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE 39 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A 40 Citywide Program Management Support Services RFQ No. 19-20-019 2 ..it 3ithuni PUBLIC NOTICE RFQ NO. 19-20-019 CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES Completed Proposals must be delivered to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00 p.m., on March 18, 2020 ("Proposal Submission Due Date"). Any Proposals received after the above date and time or delivered to a different address, department, or location will not be considered. Request for Qualifications ("RFQ") documents may be obtained on or after February 12, 2020, from the City of Miami ("City"), Office of Capital Improvements ("OCI") webpage at: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the OCI webpage for updates and the issuance of addenda. The Department of Procurement ("Procurement") has scheduled a Voluntary Pre - Proposal Conference, which will occur on February 19, 2020, at 3:00 p.m. EST, at the Miami Riverside Center, located at 444 SW 2nd Avenue, 6th Floor, Conference Room 602, Miami, FL 33130. Proposers not attending the Pre -Proposal Conference will not be precluded from submitting a proposal. The City reserves the right to accept any Proposals deemed to be in the best interest of the City, to waive any minor irregularities, scrivener's errors, omissions, deviations, and/or technicalities in any Proposals, or to reject any or all Proposals and to re -advertise for new Proposals, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this RFQ. The responsibility for submitting a Proposal before the stated time and date is solely and strictly that of the Proposer. The City is not responsible for any delay, late, misdelivered, or non -delivered Proposals, no matter the cause. PROPOSERS ARE ADVISED THAT PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS, EXPERIENCE, AND SUBMISSION REQUIREMENTS OF A REQUEST FOR QUALIFICATIONS ("RFQ"), REQUEST FOR PROPOSALS ("RFP"), INVITATION TO BID ("ITB"), INVITATION FOR BIDS ("IFB"), INVITATION TO QUOTE ("ITQ"), REQUESTS FOR LETTERS OF INTEREST ("RFLI"), AND REQUEST FOR SPONSORSHIPS ("RFS") SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. ANY SOLICITATION ISSUED AFTER MAY 6, 2019 SHALL COMPLY WITH APM 2-19. APM 2-19 IS EXPRESSLY INCORPORATED BY REFERENCE AND MADE A PART OF THIS SOLICITATION AS IF SET FORTH IN FULL. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED BY PROPOSERS AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER, AND ARE NOT WAIVABLE BY THE CITY. THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI CODE. Emilio T. Gonzalez, PhD., City Manager Citywide Program Management Support Services RFQ No. 19-20-019 3 SECTION 1 INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION Thank you for your interest in this RFQ. The City of Miami ("City"), through its Department of Procurement ("Procurement"), seeks Proposals, which offer to provide the services described in Section 2, Scope of Services. This RFQ is being issued pursuant to Section 287.055 of the Florida Statutes: the "Consultants Competitive Negotiation Act" ("CCNA"). All references to Florida Statutes, City of Miami and Miami -Dade County Codes, and other laws/regulations will be interpreted to include "as amended from time to time." Copies of this solicitation are available on the OCI webpage by visiting http://www.miamigov.com/MiamiCapital/NewBidsandProposals.htmi. For purposes of this RFQ, the words: a) "Proposal" shall mean the completed written and properly signed submission in response to this RFQ by a Proposer. b) "Proposer" shall mean the entity submitting a Proposal in response to this RFQ. Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements. Any Proposal that does not meet the mandatory requirements is subject to immediate disqualification. 1.2 SUBMISSION OF PROPOSALS Sealed written Proposals must be received by the Office of the City Clerk no later than the date, time and at the location indicated in Section 4.2, Proposal Submission Date and Location, in order to be considered. Faxed documents are not acceptable. One (1) unbound, tabbed original hardcopy and one (1) copy in digital format (preferably on a USB) in bookmarked and searchable .pdf file format of the Proposer's Proposal must be timely received by the Office of the City Clerk, or the Proposal will be disqualified. Proposals can be hand delivered to the Office of the City Clerk, no later than the date, time, and at the location indicated in Section 4.2, Proposal Submission Date and Location. Untimely or misdelivered submittals will not be considered. 1.3 VOLUNTARY PRE -PROPOSAL CONFERENCE A Voluntary Pre -Proposal Conference ("Conference") will be held on Wednesday, February 19, 2020, at 3:00 p.m. EST, at the Miami Riverside Center, located at 444 SW 2nd Avenue, 6th Floor, Conference Room 602, Miami, FL 33130. Prospective Proposers are strongly encouraged to attend this meeting to obtain information relative to the RFQ. 1.4 CONE OF SILENCE Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFQ. Oral communication is prohibited as long as the Cone of Silence remains in effect. Written communications must be in the form of fax, mail, or e-mail to Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, A&E and Construction Services, City of Miami, Department of Procurement, by mail at 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130, or e-mail FPonassi@miamigov.com with a copy to the Office of the City Clerk at Clerks@miamigov.com. Please review City of Miami City Code Section 18-74 for additional information pertaining to the Cone of Silence. Proposers are hereby cautioned not to contact any member of the Evaluation Committee or City of Miami staff regarding this RFQ, except as provided in the RFQ, or until such time as the Cone of Silence is lifted. Failure to abide by this condition of the RFQ shall be cause for rejection of a Citywide Program Management Support Services RFQ No. 19-20-019 4 Proposer's Proposal, and may result in potential suspension or debarment, pursuant to the applicable provisions of the City Code and applicable regulations. 1.5 ADDITIONAL INFORMATION OR CLARIFICATION Requests for additional information or clarifications must be made in writing. Proposers may e- mail their requests for additional information or clarifications in accordance with Section 1.4, Cone of Silence. Facsimiles must have a cover sheet that includes the Proposer's name, the RFQ number and title, and the number of pages transmitted. Any request for additional information or clarification must be received in writing no later than 5:00 PM, on February 28, 2020. Late or misdelivered requests for additional information or clarification may not receive a response in the subsequent addendum. Procurement will issue responses to inquiries received and any other corrections or amendments it deems necessary via written addenda, prior to the Proposal Submission Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFQ and in any written addenda to this RFQ. Where there appears to be conflict between the RFQ and any addenda issued, the last addendum issued shall prevail. Addenda will only be made available on the OCI webpage, and it is the Proposer's sole responsibility to assure its review and receipt of all addenda. Prior to submitting the Proposal, the Proposer should check the OCI webpage for all addenda: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html. 1.6 AGREEMENT TERMS AND CONDITIONS The Proposer selected to render the services requested herein ("Successful Proposer") shall be required to execute a Professional Services Agreement ("PSA" or "Agreement") with the City. Certain provisions of the Agreement are non-negotiable. These include, without limitation, applicability, and compliance with applicable laws (e.g., State Statutes, County and City Codes), venue, hold harmless, duty to defend, indemnity and insurance, payment and performance bond, and cancellation for convenience or due to lack of funding, by the City Manager. 1.7 AWARD OF AGREEMENT Two (2) Agreements may be awarded to the two top -ranked Proposers for the Project by the City Commission, following a written recommendation by the City Manager, as applicable, and based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, an Agreement with the Successful Proposers, when it is determined to be in the City's best interest. The City does not represent that any award will be made. The award and execution of an Agreement shall comply with CCNA, Florida Statute Section 287.055, as amended, and codified in the City of Miami Code as Section §18-87. 1.8 AGREEMENT EXECUTION By submitting a Proposal, the Successful Proposers agree to be bound to and execute the PSA, in substantially the form furnished by the City, for the Citywide Program Management Support Services project ("Project"). Upon commencement of the PSA negotiation process, and without diminishing the foregoing, the Successful Proposers may request clarification and submit comments concerning the Agreement for the City's consideration. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Agreement during the negotiation process. The City shall require the Successful Proposers to provide for themselves and their Sub - Consultants all of the following documentation to support any Fee Proposal (if applicable), as a condition precedent to execution of an Agreement: Citywide Program Management Support Services RFQ No. 19-20-019 5 ■ Current financial statement(s), preferably an audited financial statement(s) for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead, and a statement of profit or operating margin. ■ Raw labor rates by labor or professional classification certified as accurate by an officer of the company. ■ Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours. ■ Updated information reflecting information resulting from negotiation of the Agreement. ■ Copy of current Notice of Qualification letter from the Florida Department of Transportation (FDOT). 1.9 UNAUTHORIZED WORK The Successful Proposers shall not begin work until the City issues a written Notice to Proceed ("NTP"). Such NTP shall constitute the City's authorization to begin work. Any unauthorized work performed by the Successful Proposers, prior to receiving the NTP, or during the term of the Agreement, shall be deemed non-compensable by the City. Successful Proposers shall not have any recourse against the City for prematurely performing unauthorized work. 1.10 SUBMITTAL INSTRUCTIONS Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Proposals in accordance with the requirements of Section 4, Instructions for Submitting a Proposal. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entries in all blanks on the forms provided for inclusion in the Proposer's Proposal. Proposals shall be submitted in sealed envelopes or packages, with the RFQ number, title, and opening date clearly noted on the outside of the envelopes or packages. 1.11 CHANGES/MODIFICATIONS/ALTERATIONS Proposers may submit a modified Proposal to replace all or any portion of a previously submitted Proposal or withdraw a Proposal at any time prior to Proposal Submission Due Date (referenced in the Public Notice). All modifications or withdrawals shall be made in writing, to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133. Oral/Verbal modifications are prohibited, and they will be disregarded. Written modifications will not be accepted after the Proposal Submission Due Date. The City will only consider the latest version of the Proposal as submitted by the Proposal Submission Due Date. 1.12 SUB-CONSULTANT(S)/SUB-CONTRACTOR(S) For purposes of this RFQ, the terms "Sub -Consultant" and "Sub -Contractor" are used interchangeably. A Sub -Consultant or Sub -Contractor is any individual, firm, entity, or organization, other than the employees of the Proposer, who has or will have a contract with the Proposer to assist in the performance of Services required under this RFQ. A Sub -Consultant shall be paid directly by the Proposer and shall not be paid directly by the City. The Proposer must clearly identify in its Proposal the Sub -Consultants to be utilized in the performance of required Services. The City retains the right to accept or reject any Sub -Consultant proposed in accordance with Section 3.5, "Minimum Qualification and Experience Requirements," and Section 4.1, "Submission Requirements," or proposed prior to execution of the Agreement. Any and all liabilities regarding the use of a Sub -Consultant shall be borne solely by the Successful Proposer, and insurance for each Sub -Consultant must be approved by the City and maintained in good standing throughout the duration of the Agreement. Neither the Successful Proposer nor any of its Sub -Consultants are considered employees, partners, affiliates, or agents of the City. Failure Citywide Program Management Support Services RFQ No. 19-20-019 6 to list all Sub -Consultants and provide the required information may disqualify any unidentified Sub -Consultants from performing work under this RFQ. Proposers shall include in their Proposal the requested Sub -Consultant information and all relevant information required of the Proposer. Proposers must identify each of its Small Business Enterprise (SBE) Sub -Consultants via Letter of Agreement (LOA) utilizing Form RFQ-LOA at the time of Proposal submittal. Additional information concerning the SBE requirements can be found in Section 3.6, "Small Business Enterprise (SBE) Participation Requirements - Mandatory." After Proposal submittal, Proposers are expressly prohibited from substituting any team member, whether employed by the Proposer or by any Sub -Consultant or Sub -Contractor, as included in their Proposal. Just cause and prior written approval by the City Manager or City Manager's authorized designee are required for substitution of any Sub -Consultants. If approved, the City reserves the right to request additional required documentation as specified in the RFQ. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing, in the manner prescribed in Section 1.4, Cone of Silence. If applicable, the City will issue a written addendum to the RFQ clarifying such conflicts or ambiguities. It is agreed that any such alleged discrepancies, errors, or omissions will not be construed against the drafting party. 1.14 DISQUALIFICATION This RFQ requires the use and submission of specific City forms. In addition, the RFQ requires the submission of additional documents and information. Failure to use the City forms will result in the Proposal being deemed non -responsive, and the Proposal will not be further considered for award. Modification of, retyping, or any alterations to, the City forms may also result in the Proposal being deemed non -responsive. The City reserves the right to disqualify Proposers upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Proposal, to reject any or all Proposals in whole or in part, or to reissue this RFQ. Any Proposer who submits in its Proposal any information that is determined by the City, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Agreement. Any Proposal submitted by a Proposer who is in arrears, (e.g., money owed or otherwise in debt by failing to deliver goods or services to the City, including any agency or department of the City), or where the City has an open or liquidated damages claim against a Proposer for monies owed to the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City Contract or Agreement, or has been debarred by a federal, State of Florida, or local public entity within the past five (5) years, or is on the convicted vendor list per Florida Statute § 287.133, will be rejected as non -responsive and shall not be considered for award. Prior to award of the Agreement, the above requirements must be met, and is a condition that must be maintained during the term of the Agreement. 1.15 PROPOSER'S EXPENDITURES Proposers understand and agree that any expenditure incurred in preparation and submittal of Proposals, or in the performance of any services requested by the City in connection with the Proposals for this RFQ, are exclusively the responsibility of the Proposers. The City shall not pay or reimburse any expenditure, or any other expense incurred by any Proposer in preparation of a Proposal, and/or anticipation of Agreement award, and/or to maintain the approved status of the Citywide Program Management Support Services RFQ No. 19-20-019 7 Successful Proposer if an Agreement is awarded, and/or administrative or judicial proceedings resulting from the solicitation process. Proposers agree to these terms by submission of a Proposal. 1.16 EXECUTION OF PROPOSAL The Proposal must be manually and duly signed by an authorized corporate officer, principal, or partner (as applicable) with an original signature in full. When a firm is the Proposer, the Proposal shall be signed in the name of the firm by one or more of the partners. When a corporation is the Proposer, the officer signing shall set out the corporate name in full, beneath which he shall sign his/her name, give title of his/her office, and affix the corporate seal. Anyone signing the Proposal as an agent, must file legal evidence of signature authority with it. Proposers who are corporations shall furnish their Proposal to the City with a copy of their authorization to transact business in the State of Florida. Failure to submit promptly this evidence of qualification to do business in the State of Florida may be a basis for rejection of the Proposal. Proposers understand that submitting a Proposal to this RFQ does not constitute an Agreement or Contract between the City and the Proposer. Proposers have no contract right or expectation by submitting to the City a response to this RFQ. 1.17 INSPECTION OF SITE Proposers should carefully examine the site location before submission of a Proposal and make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all services required pursuant to the mandates and requirements of this RFQ and the Agreement. No plea of ignorance of conditions or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the services pursuant to the Proposal as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for a failure or omission on the part of the Successful Proposer to fulfill, in every detail, all of the requirements, as defined in the Agreement, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. END OF SECTION Citywide Program Management Support Services RFQ No. 19-20-019 8 SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE The City is seeking to engage two Citywide Program Management Support Services (CPMSS) firm(s) to act as agent(s) of the City to assist with undertaking, primarily, Miami Forever Bond - funded projects such as roadways and right of ways, parks, municipal facilities, public facilities, public safety facilities, environmental, and sea -level rise, and flood prevention infrastructure projects, as well as other capital project as assigned by the City's Office of Capital Improvements (OCI). The selected CPMSS firm(s) will, as a team, work in tandem with, and under the direction of, in-house City staff on the management and execution of said projects as assigned by the OCI. The Successful Proposer shall be selected in accordance with Florida Statute Section 287.055, CCNA, as amended. 2.2 SCOPE OF SERVICES The purpose of the CPMSS is to manage, coordinate and integrate multiple, concurrent projects, at specific stages from assignment through completion. The scope of services includes, but is not limited to, (1) program management consisting of project scoping, project/program scheduling, cost estimating, recommending optimal procurement strategies, and risk assessment; (2) project initiation and program monitoring, controlling and reporting; (3) project/construction management throughout the project phases (planning, design, bidding, construction, closeout, warranty or related services); (4) as needed, assisting in the procurement of architecture, engineering, and construction services under the direction of the City's Department of Procurement (Procurement), and in accordance with governing state law and City ordinances and policies; (5) assisting OCI in coordinating with outside agencies, and construction inspection; (6) as needed, providing professional and technical expertise, such as architectural and engineering services and construction administration, CADD operator and construction inspector capabilities; and (7) as needed, providing program support services such as public relations, budgeting, permitting and finance staff augmentation. Other services may include value engineering analysis, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the City's Capital Improvements Program. 2.3 PROPOSED TEAM / KEY PERSONNEL The Successful Proposer shall serve as the lead and managing agent for all disciplines required for the Project. The Successful Proposer's work shall be performed by the Key Personnel listed below, as described in the RFQ and shall consist, at a minimum, of the following personnel/disciplines: ■ Lead Program Manager ■ Sr. Program Manager In addition to the Key Personnel listed above, the Proposer's team must have at a minimum the following required personnel, through either the Proposer's staff or that of any Sub -Consultant: ■ Project Managers ■ Construction Managers ■ Architects ■ Civil Engineers ■ Structural Engineers ■ Mechanical, Electrical and Plumbing ("MEP") Engineers ■ Construction Engineering and Inspection ("CEI") Services ■ Project Cost Estimator and Scheduler Citywide Program Management Support Services RFQ No. 19-20-019 9 The Successful Proposer shall designate a primary lead individual, referred to as the "Lead Program Manager," to lead all program management efforts for the Project. In addition, the Successful Proposer shall also designate a second lead individual, referred to as the "Sr. Program Manager" to assist the Lead Program Manager's efforts. The Lead Program Manager and the Sr. Program Manager shall not be the same individual. Additionally, the Successful Proposer(s) shall employ both individuals serving as the Lead Program Manager and the Sr. Program Manager, and they shall both meet the minimum qualification requirements specified in Section 3.5, "Minimum Qualification Requirements." It is preferred that Proposers have, as of the Proposal Submission Due Date, qualifications and experience necessary to (1) offer a Local Workforce Training Program, (2) The Successful Proposer(s) will serve as the City's Program Manager/Consultant during any construction phase related to, or stemming from, this Project. This RFQ has been initiated for program management services only. Any construction activity related to, or stemming from, the Project will be performed by firm(s) selected through a separate solicitation process independent from this RFQ. The Successful Proposer may perform work for various departments of the City including, but not limited to the OCI, Department of Real Estate and Asset Management, Building Department, Office of Zoning, Planning Department, Department of Resilience and Public Works, Department of Parks and Recreation, Police Department, and Fire Department. A detailed scope of work will be developed for each Work Order issued. Note: As further detailed in the ensuing Professional Services Agreement, as may be amended from time to time, the City, acting by and through its City Manager or the City Manager's authorized designee, prior to issuance of any Notice to Proceed, or at other reasonable intervals decided by the City Manager, may elect at the City's discretion, to proceed with the Project on a phased basis END OF SECTION Citywide Program Management Support Services RFQ No. 19-20-019 10 SECTION 3 RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION The City reserves the right to accept any or all Proposals that best meet the criteria in the Solicitation or reject any or all Proposals. The City also reserves the right to reject any Proposer(s) who has previously failed to perform properly under the terms and conditions of a City contract, to deliver on time any contracts with the City, and who does not have the capacity to perform the requirements defined in this RFQ. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The City, at its sole discretion, may waive minor informalities, technicalities, minor irregularities, deficiencies and request additional information/clarification for the services specified in this RFQ, and may withdraw and/or re -advertise the RFQ. 3.2 LEGAL REQUIREMENTS This RFQ is subject to all applicable federal, state, county, city and local laws, codes, ordinances, rules and regulations, loan documents, funding and grant agreements that in any manner affect any and all the services covered herein. Lack of knowledge by the Proposer, shall in no way be cause for relief from responsibility for compliance with these requirements. Proposers shall fully comply with all applicable Federal, State and local laws, rules and regulations, and loan and grant requirements. The foregoing will be considered as part of the duties of performance of the Proposers under the Agreement. 3.3 NON -APPROPRIATION OF FUNDS In the event that insufficient funds are appropriated, and budgeting or funding is otherwise unavailable or not allocated in any fiscal period for the Agreement, the City shall have the unqualified right to terminate the Work Order(s), and/or Agreement, upon written notice to the Successful Proposer, without any penalty or expense to the City or recourse against the City. No guarantee, promise, warranty, or representation is made that any work or project(s) will be assigned to the Successful Proposer. 3.4 BUSINESS TAX RECEIPT REQUIREMENT Proposers shall meet the City's Business Tax Receipt ("BTR") requirements in accordance with Chapter 31, Article II of the City of Miami Code, as amended, and any required County Business Tax Receipt ("County BTR"). Proposers with a business location outside the City's municipal boundaries shall meet all applicable local BTR requirements. A copy of the Proposer's BTR should be submitted with the Proposal. The City, at its sole option, may allow the Proposer to submit a copy of their BTR after the Proposal Submission Due Date. 3.5 MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS The City is seeking to procure qualified architectural and/or engineering services firms, as stipulated in Florida Statutes, Section 287.055, CCNA, or program management services firms. Proposers shall have the following mandatory minimum qualifications and experience as of Proposal submission due date: Citywide Program Management Support Services RFQ No. 19-20-019 11 1. Be a licensed, registered, and practicing architectural, engineering, and/or program management firm in the State of Florida for the last five (5) years under its current business name; 2. Possess a minimum of five (5) years of proven professional experience providing architectural, engineering, and/or program management support services, as described in Section 2.0, "Scope of Services"; 3. Employ a team member to serve as the Lead Program Manager, who will be the primary lead for all program management efforts for this Project, who has been practicing as a registered architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," or as a registered engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida. The Lead Program Manager MUST be a Certified Program Manager accredited by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years; 4. Employ a team member to serve as the Sr. Program Manager, who has been practicing as a registered architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," or as a registered engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida. The Sr. Program Manager is PREFERRED to be a Certified Program Manager by a recognized program/project management institute or organization in the United States or equivalent, for a minimum of five (5) years; 5. Have team members, who shall serve as Project Managers (PMs), who hold a bachelor's degree in Architecture, Civil Engineering, Construction Management, Public Administration, Business Administration, or related field from an accredited U.S. institution, with a proven track record of five (5) years at a minimum in project management activities related to specific areas of assignment, such as roadway, traffic control, parks, stormwater and sea -level rise infrastructure design and/or vertical/facilities. Active licensure as a Professional Engineer, Registered Architect or General Contractor in the State of Florida is preferred. The duties required of the position include, but are not limited to, reviewing project proposals to determine project time frame, funding, procedures required to complete the project, staffing requirements, and allotment of available resources for various phases of the project; reviewing status reports prepared by project personnel and modifying schedules or plans as required; preparing project reports for the director or designee; providing on -site project support as required; visiting and inspecting project sites during different phases ensuring compliance with building plans and codes; conferring with project personnel to provide technical advice and to resolve problems; as needed, providing direction and administration of design and construction projects through architects, engineers and contractors; planning, assigning and reviewing the work of a professional staff to ensure success in the monitoring of the work of architectural and engineering consultants and contractors engaged in the design and construction of a variety of simple to moderate complex City structures and related projects; conducting research of past practices, preparing reports and providing recommendations; providing input into the development of the divisions budget, and other special projects as assigned; coordinating project activities with activities of other governmental agencies; and performing other related work as required; Citywide Program Management Support Services RFQ No. 19-20-019 12 6. Have team members, who shall serve as Construction Managers (CMs), who hold a bachelor's degree in Architecture, Civil Engineering, Construction Management, Public Administration, Business Administration, or related field from an accredited U.S. institution, with a proven track record of five (5) years at a minimum in construction management activities related to specific areas of assignment, such as design, construction, and/or management of building, roadway infrastructure, or drainage construction projects. Active licensure as a Professional Engineer, Registered Architect or General Contractor in the State of Florida is preferred. The duties required of the position include, but are not limited to, assisting consultants and City agency officials with the development of building, roadway infrastructure, or drainage construction projects; preparing for City's approval and execution of work orders to consultants, surveyors and testing labs; verifying consultants' invoices and recommending payment; reviewing consultants' plans and specifications at various stages of development for conformance to program and design standards, completeness and accuracy; suggesting changes, additions and corrections; monitoring consultants' cost estimates; scheduling, attending and writing reports of meetings with consultants and City agency representatives; coordinating printing and distribution of plans and specifications for bidding purposes; assisting in conducting pre -bid conferences; assisting in evaluating bids and making recommendations for award of contract; assisting in coordinating the signing of contracts with contractors; scheduling and assisting in conducting pre -construction meetings with consultants, contractors and sub -contractors; preparing for City's approval Notices to Proceed to contractors and work orders to consultants and testing labs; reviewing and recommending approval of periodic requisitions, invoices and supporting data from contractors, consultants and testing labs; reviewing field inspection reports; assisting in the preparation of schedules and conducting site visits to monitor construction progress; keeping user agencies informed; assisting in the preparation of change orders to existing contracts; keeping records of contingency allowance and consultants' payments; assisting in the inspection of projects for substantial completion and prepares list of any deficiencies; preparing performance reports on contractors and consultants; arranging for correction of defects by contractor during warranty period; scheduling and conducting site inspections at end of warranty period and assuring correction of defects; qualifying the department as general contractor and obtaining building permits; maintaining project administrative records and files; and performing related work as required; 7. Have team members to serve as Architects, who has been practicing as a registered Architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture as applicable to the named profession in the State of Florida, for a minimum of five (5) years; 8. Have team members to serve as Civil, Structural, and Mechanical, Electrical and Plumbing (MEP) Engineers, all of whom have been practicing as registered Engineers under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; 9. Have a team member, who shall serve as the Construction Engineering and Inspection (CEI) Services Specialist, who has been practicing as a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; Citywide Program Management Support Services RFQ No. 19-20-019 13 10. Have a team member, who shall serve as the Project Cost Estimator and Scheduler, who has been practicing as a Professional Estimator certified by the American Society of Professional Estimators or equivalent, for a minimum of five (5) years, and 11. Preferably, have, as of the Proposal Submission Due Date, a proven track record of qualifications and experience necessary in (1) offering a Local Workforce Development and Training Program; (2) providing a capital structure and leverage program; (3) recommending sources of matching funds; (4) offering program strategy development services; (5) providing support in reviewing proposals and negotiating contracts; and (6) providing process training and assisting in the preparation of PM/CM policies and procedures. Failure to meet the above -stated mandatory minimum requirements may, at the sole discretion of the City, result in the Proposer's Proposal being rejected as non -responsive. Please see Section 4, "Instructions for Submitting a Proposal," for further direction. Proposers shall provide information on: i. The Proposer's qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in this RFQ within the last (5) years. One (1) of the reference projects must have been contracted by a governmental agency; and ii. The Lead Program Manager's qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in this RFQ within the last five (5) years. One (1) of the reference projects must have been contracted by a governmental agency; and iii. The Sr. Program Manager's qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in this RFQ within the last five (5) years. One (1) of the reference projects must have been contracted by a governmental agency; and iv. The Project Managers' qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last five (5) years; and v. The Construction Managers' qualifications and experience, including three (3) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last five (5) years; and vi. The Architects' qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years; and vii. The Civil Engineers' qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years; and Citywide Program Management Support Services RFQ No. 19-20-019 14 viii. The Structural Engineers' qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years; and ix. The MEP Engineers' qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years; and x. The CEI Services Team Member's qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years; and xi. The Project Cost Estimator and Scheduler's qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years. xii. Any other proposed Sub -Consultants' qualifications and experience, including one (1) previously completed or currently ongoing architectural, engineering, and/or program management project similar in nature to the Project described in this RFQ within the last three (3) years. The reference project must have been contracted by a governmental agency. See Section 4, "Instructions for Submitting a Proposal," for further direction. Proposals that do not completely adhere to all requirements may be considered non -responsive and disqualified (additional qualifications may be stated in Section 4). The City may consider a Proposal responsive where a Proposer has less than the stipulated minimum number of years of experience solely where the Proposer has undergone a name change and such change -of -name has been filed with the State of Florida, or where the Proposer was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. Failure to include such documentation with the Proposal may result in the Proposal being deemed non -responsive. 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS Unless precluded by Florida Statutes, Federal laws or regulations, or grant requirements, the City has established mandatory SBE Participation requirements, formerly referred to as Community Business Enterprise ("CBE"), Requirements Ordinance 13331, codified as Section 18-87(p) of the City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Business Enterprise (SBE) at the following link: http://www.miamidade.gov/smallbusiness/library/reports/certify-sbe-ae.pdf. OCI has established procedures to assist Proposers in complying with these SBE participation requirements. Proposers shall adhere to the SBE Participation requirements as indicated below: ■ Assign a minimum of fifteen percent (15%) of the comprehensive award value to firms currently certified by Miami -Dade County as an SBE firm. ■ Submit the following SBE forms with their Proposal: 1) Sign and attach Form 6.4 - Certificate of Compliance. 2) Sign and attach Form RFQ-QSC - List of Subconsultants. Citywide Program Management Support Services RFQ No. 19-20-019 15 3) Sign and attach the Letter of Agreement(s) (Form RFQ-LOA) with each SBE Subconsultant. The "CITP Forms" webpage includes a link to "Community Business Enterprise - Forms and Reports," including a forms checklist and a "Frequently Asked Questions" (FAQ) page containing important information. For detailed instructions and access to require SBE forms, click on the following link: http://www.miamigov.com/MiamiCapital/forms.html. Unless precluded by Florida Statutes, Federal laws and regulations, or grant requirements, Proposers who meet the mandatory SBE participation requirement by agreeing to use firms located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation process. In addition to submitting the required SBE forms, refer to Section 5.C, "Five Bonus Points and SBE Participation," to qualify to receive the five (5) bonus points. Proposers must include the following documentation with their Proposal to be considered for the five (5) bonus points: ■ Attach copies of both a current City of Miami Business Tax Receipt AND a current Miami - Dade County Business Tax Receipt for the SBE Subconsultant(s). To verify the above requirements, the City has provided Form "C-1 List of Subconsultants" to identify all sub -consulting firms (including SBE certified firms) that are part of the Proposer's team. Failure to include the completed form(s) with Proposer's Proposal may cause the Proposal to be deemed non -responsive. SECTION 18-73 CITY OF MIAMI CODE Local office means a business within the City, which meets all the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or Proposals were received, and be available for review and approval by the City Manager or City Manager's authorized designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or Proposals were received, a prior fully -executed lease within the corporate limits of the City that documents, in writing, continuous business residence within the corporate limits of the City for a term of no less than the twelve (12) months immediately preceding the date bids or Proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the City Manager or the City Manager's authorized designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the City Manager or the City Manager's authorized designee; Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue, a current Business Tax Receipt issued by both the City and Miami -Dade County, if applicable; and (3) Citywide Program Management Support Services RFQ No. 19-20-019 16 (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or Proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification be borne by the business applicant submitting a bid or Proposal. 3.7 PUBLIC ENTITY CRIMES In accordance with Florida Statutes Section 287.133, a person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime, may not: a) submit a response on a contract to provide any goods or services to a public entity; b) submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) submit responses on leases of real property to a public entity; d) be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under a contract with any public entity; and e) transact business with any public entity in excess of the threshold amount of $35,000.00 provided in Florida Statutes Section 287.017, CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Proposer shall result in rejection of the Proposal, cancellation of the Agreement (if awarded), and may result in Proposer's debarment. 3.8 RESOLUTION OF PROTESTS Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the City Manager, in accordance with the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code), as amended, describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file a Notice of Intent to Protest and/or the Protest, shall constitute a forfeiture of such party's right to file a protest. THERE WILL BE NO EXCEPTIONS MADE TO THIS REQUIREMENT. 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal meets the requirements of the RFQ, is submitted in the format outlined in Section 4.1.D, Proposal Submission Format, is of timely submission, and has appropriate signatures/attachments, as required on each document. 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Proposal for the same Services, or with any City department or agency. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it complies with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal Submission Due Date. Citywide Program Management Support Services RFQ No. 19-20-019 17 3.12 KEY PERSONNEL Subsequent to submission of a Proposal and prior to award of an Agreement, Key Personnel shall not be changed. Proposers shall not change any member of their Key Personnel without just cause and prior written approval by the City. The City reserves the right to request additional documentation, as required by the RFQ prior to making its determination. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 3.13 AUDIT RIGHTS AND RECORDS RETENTION The Successful Proposer agrees to provide access, at all reasonable times, to the City, or to any of its duly authorized representatives, to any books, documents, papers, invoices, receipts, reimbursement information and records of Proposer which are directly pertinent to this RFQ, the Agreement, the loan reimbursement and grant reimbursement (if applicable), for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all the books, documents, papers and records pertinent to the Agreement for five (5) years after the City makes final payment and all other pending matters are closed. Proposer's failure or refusal to comply with this condition shall result in the immediate termination of the Contract (if awarded) by the City. The Audit and Inspection Provisions of Sections 18-102 and 18- 101 of the Miami City Code are incorporated by reference herein. 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS(a�MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 3.15 E-VERIFY Successful Proposer shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Successful Proposer during the term of the Agreement and shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. 3.16 CONFLICT OF INTEREST Proposers, by responding to this RFQ, certify that to the best of their knowledge and belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFQ. Any such interests on the part of the Proposer or its employees shall be disclosed in writing to the City. Further, Proposers shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock of the Proposing firm. 3.17 DEBARRED/SUSPENDED VENDORS An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not: a) submit a response on a contract to provide goods or services to a public entity; b) Citywide Program Management Support Services RFQ No. 19-20-019 18 may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) may not submit a response on leases of real property to a public entity; d) may not be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under contract with any public entity; and e) may not transact business with any public entity. 3.18 NON-DISCRIMINATION Proposer agrees that it shall not discriminate by race, gender, color, age, religion, national origin, marital status, or disability in connection with its performance under this RFQ. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, gender, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity called for or required in connection with services rendered under this Agreement. 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the Contract. 3.20 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the Proposal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted purposely, through either intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists, or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Proposer's authorized signature affixed to the Proposer's acknowledgment form, attests to this. END OF SECTION Citywide Program Management Support Services RFQ No. 19-20-019 19 SECTION 4 INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 SUBMISSION REQUIREMENTS Submit the following information and documents with the Proposal. Failure to do so may cause the Proposal to be deemed non -responsive. Proposals deemed non -responsive will receive no further consideration. Each Proposal must contain the following documents and forms required by Sections 4.1, A - C, fully completed, and signed as required. Proposers shall prepare their Proposal utilizing the same format outlined below in Section 4.1.D, Proposal Submission Format. Each item of the Proposal, as stipulated in Section 4.1, A - C, shall be separated by a tabbed divider identifying the corresponding item number. Proposers are not to submit any information in response to this RFQ that has not been requested or which the Proposer considers confidential. Submission of any confidential information will be deemed a waiver of any confidentiality or other such protection, which would otherwise be available to the Proposer, except as specifically permitted under Florida Statute. Proposers shall not include any documents not specifically required or requested. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. Hard cover binders shall not be used in the submission of the Proposal. Proposers should also make every effort to utilize recycled paper in preparing its Proposal. Double -sided printing is permitted, provided that the Proposal complies with the format set forth in Section 4.1, D. Do not include additional information not requested in this RFQ, unless specified in an Addendum. This RFQ requires the use and submission of specific City forms. The City forms shall not be expanded or altered. Additional pages may not be added unless the form specifically states that pages can be added. Failure to utilize the City's forms will result in the rejection of the Proposal as non -responsive. A. Content of Qualifications and Experience Requirements: All forms referenced in Sections 4.1, A - C are required (as applicable). 1. Table of Contents The Table of Contents should follow in sequential order the sections and documents specified in Section 4.1, A - C, including all documents requested in subsections. All pages of the Proposal must be consecutively numbered and correspond to the Table of Contents. 2. Proposal Cover Letter Proposer shall complete and submit Form RFQ-PCL for this section of the Proposal. (One (1) page maximum). 3. Narrative Proposer shall complete and submit Form RFQ-PN for this section of its Proposal. Provide a brief overview of the Proposer's firm and why the Proposer is the most qualified for this Project. 4. Qualifications of the Proposer Proposer shall complete and submit Form RFQ-QPC for this section of its Proposal. Proposer shall be a licensed, registered, and practicing architecture, engineering, and or program management firm, authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal). Licenses and any other pertinent information shall be submitted which Citywide Program Management Support Services RFQ No. 19-20-019 20 demonstrates the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualification Requirements." In addition, Proposers must disclose, in detail, any and all judgments, suits, claims, arbitrations, and back charges asserted or awarded against the Proposer or any proposed Subconsultant in the past seven (7) years where the threshold exceeded $100,000. Proposers that do not provide such documentation may be deemed non -responsive. No company brochures are to be included as part of the Proposal (one (1) form, three (3) pages maximum). 5. Experience of the Proposer Proposer shall complete and submit Form RFQ-EPC for this section of its Proposal to provide a comprehensive summary of the Proposer's experience in architectural, engineering, and/or program management services. The Proposer MUST have a minimum of five (5) years of experience, and have served as Lead/Prime Consultant providing said services on a minimum of three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in in Section 2.0, "Scope of Services" of this RFQ within the last (5) years. One (1) of the reference projects must have been contracted by a governmental agency. Submitted reference projects shall include: client name, address, phone number, description of work, the year the project was completed, total amount of fees paid or projected to be paid to the firm, the number of full-time personnel assigned to the project, and the total value of the project. Failure to meet the stipulated five (5) year minimum experience requirement and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects shall result in a non -responsive determination for the Proposal. One (1) Form RFQ-EPC needs to be submitted for each project reference. Form RFQ-EPC must be completed and signed by the Proposer, who is ultimately responsible for the accuracy of the information provided. 6. Qualifications of the Lead Program Manager Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Lead Program Manager (LPM). The LPM shall be employed by the Proposer and shall be a licensed, registered, and practicing architect or engineer in the State of Florida, and MUST be a Certified Program Manager accredited by a recognized program/project management institute or organization in the United States or equivalent. Additionally, a one -page (double -sided if needed) resume is required to be submitted that reflects the LPM's education, licenses, qualifications and any other pertinent information to demonstrate compliance with all the requirements identified in Section 3.5, "Minimum Qualification Requirements." 7. Experience of the Lead Program Manager Proposer shall complete and submit Form RFQ-ELPM for this section of its Proposal to provide a comprehensive summary of the LPM's experience in architectural, engineering, and/or program management services. The LPM MUST have a minimum of five (5) years of experience, and have served as the LPM providing said services on a minimum of three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in in Section 2.0, "Scope of Services" of this RFQ within the last (5) Citywide Program Management Support Services RFQ No. 19-20-019 21 years. One (1) of the reference projects must have been contracted by a governmental agency. Submitted reference projects shall include: client name, address, phone number, description of work, the year the project was completed, total amount of fees paid or projected to be paid to the firm, the number of full-time personnel assigned to the project, and the total value of the project. Failure to meet the stipulated five (5) year minimum experience requirement and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects shall result in a non -responsive determination for the Proposal. One (1) Form RFQ-ELPM needs to be submitted for each project reference. Form RFQ-ELPM must be completed and signed by the Proposer, who is ultimately responsible for the accuracy of the information provided. 8. Qualifications of the Sr. Program Manager Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Sr. Program Manager (SPgM). The SPgM shall be employed by the Proposer and shall be a licensed, registered, and practicing architect or engineer in the State of Florida, and is PREFERRED to be a Certified Program Manager accredited by a recognized program/project management institute or organization in the United States or equivalent. Additionally, a one -page (double -sided if needed) resume is required to be submitted that reflects the SPgM's education, licenses, qualifications and any other pertinent information to demonstrate compliance with all the requirements identified in Section 3.5, "Minimum Qualification Requirements." 9. Experience of the Sr. Program Manager Proposer shall complete and submit Form RFQ-ESPM for this section of its Proposal to provide a comprehensive summary of the SPgM's experience in architectural, engineering, and/or program management services. The SPgM MUST have a minimum of five (5) years of experience, and have served as the SPgM providing said services on a minimum of three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects similar in size, scope, and complexity to the Project described in in Section 2.0, "Scope of Services" of this RFQ within the last (5) years. One (1) of the reference projects must have been contracted by a governmental agency. Submitted reference projects shall include: client name, address, phone number, description of work, the year the project was completed, total amount of fees paid or projected to be paid to the firm, the number of full-time personnel assigned to the project, and the total value of the project. Failure to meet the stipulated five (5) year minimum experience requirement and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects shall result in a non -responsive determination for the Proposal. One (1) Form RFQ-ESPM needs to be submitted for each project reference. Form RFQ-ESPM must be completed and signed by the Proposer, who is ultimately responsible for the accuracy of the information provided. Citywide Program Management Support Services RFQ No. 19-20-019 22 10. Qualifications and Experience of the Project Managers Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Project Managers (PMs) must have been practicing as such for a minimum of five (5) years. The proposed PMs are required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the PMs' ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page (double -sided if needed) resume is required to be submitted for all proposed PMs that reflects his/her individual education, qualifications, and experience within the last five (5) years on a minimum of three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects; one (1) of the reference projects must have been contracted by a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, address, contact information (e-mail address and phone number), description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated five (5) year minimum experience requirement and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects shall result in a non -responsive determination for the Proposal. 11. Qualifications and Experience of the Construction Managers Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Construction Managers (CMs) must have been practicing as such for a minimum of five (5) years. The proposed CMs are required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the PMs' ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page (double -sided if needed) resume is required to be submitted for all proposed CMs that reflects his/her individual education, qualifications, and experience within the last five (5) years on a minimum of three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects; one (1) of the reference projects must have been contracted by a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, address, contact information (e-mail address and phone number), description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated five (5) year minimum experience requirement and submit proof of at least three (3) previously completed or currently ongoing architectural, engineering, and/or program management projects shall result in a non -responsive determination for the Proposal. 12. Qualifications and Experience of the Architects Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Architects must have been practicing as a registered architect as applicable to the named profession in the State of Florida, for a minimum of three (3) years. The proposed Architects are required to meet this condition as of the Proposal Submission Citywide Program Management Support Services RFQ No. 19-20-019 23 Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Architects' ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page (double -sided if needed) resume is required to be submitted for the Architects that reflects their individual education, qualifications, and experience within the last three (3) years on a minimum of one (1) previously completed or currently ongoing architectural, engineering, and/or program management project, preferably for a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, client's address, client's contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated minimum three (3) year experience requirement and submit proof of at least one (1) completed or currently ongoing architectural, engineering, and/or program management project, will result in the Proposal being deemed non -responsive. 11. Qualifications and Experience of the Civil, Structural, and MEP Engineers Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Civil, Structural, and MEP Engineers must have been practicing as registered engineers as applicable to the named profession in the State of Florida, for a minimum of three (3) years. The proposed Civil, Structural, and MEP Engineers are required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page (double -sided if needed) resume is required to be submitted for the Civil, Structural, and MEP Engineers that reflects their individual education, qualifications, and experience within the last three (3) years on a minimum one (1) previously completed or currently ongoing architectural, engineering, and/or program management project, preferably for a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, client's address, client's contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated minimum three (3) year experience requirement and submit proof of at least one (1) completed or currently ongoing architectural, engineering, and/or program management project for each of the Civil, Structural, and MEP Engineers, will result in the Proposal being deemed non -responsive. 12. Qualifications and Experience of the CEI Services Specialist Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed CEI Services Specialist must have been practicing as such, for a minimum of three (3) years. The proposed CEI Services Specialist is required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page (double -sided if needed) resume is required to be submitted for the CEI Services Specialist that reflects his/her education, qualifications, and experience Citywide Program Management Support Services RFQ No. 19-20-019 24 within the last three (3) years on a minimum of one (1) previously completed or currently ongoing architectural, engineering, and/or program management project, preferably for a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, client's address, client's contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated minimum three (3) year experience requirement and submit proof of at least one (1) completed or currently ongoing architectural, engineering, and/or program management project, will result in the Proposal being deemed non -responsive. 14. Qualifications and Experience of the Project Cost Estimator and Scheduler Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Project Cost Estimator and Scheduler (PCES) must have been practicing as such, for a minimum of three (3) years. The proposed PCES is required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a one -page (double -sided if needed) resume is required to be submitted for the PCES that reflects his/her education, qualifications, and experience within the last three (3) years on a minimum of one (1) previously completed or currently ongoing architectural, engineering, and/or program management project, preferably for a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, client's address, client's contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated minimum three (3) year experience requirement and submit proof of at least one (1) completed or currently ongoing architectural, engineering, and/or program management project, will result in the Proposal being deemed non -responsive. 15. Qualifications and Experience of Sub -Consultants Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal, should other personnel be required at his/her discretion. Proposer shall base the Proposal on the anticipated levels of staffing required to deliver the services identified in Section 2, RFQ Scope of Services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 3.5, "Minimum Qualification and Experience Requirements." Proposer shall provide one form for all Sub - Consultants to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity). Additionally, a one -page (double -sided if needed) resume is required to be submitted for all proposed Sub -Consultants that reflects his/her education, qualifications, and experience within the last three (3) years on a minimum of one (1) previously completed or currently ongoing architectural, engineering, and/or program management project, preferably for a governmental agency. Project/s referenced in resumes shall, at a minimum, include the client's name, client's address, client's contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Citywide Program Management Support Services RFQ No. 19-20-019 25 Failure to meet the stipulated minimum three (3) year experience requirement and submit proof of at least one (1) completed or currently ongoing architectural, engineering, and/or program management project for each of the proposed Sub - Consultants, will result in the Proposal being deemed non -responsive. 16. Team Organizational Chart An organizational chart of the Proposer's Team shall be provided for Key Personnel. B. Design Philosophy and Technical Capabilities Statement: 1. Design Philosophy and Process Proposer shall complete and submit Form RFQ-DPP for this section of its Proposal. Proposer shall include explanation of its design philosophy, methodology, and process as it relates to this RFQ. This should include an understanding of the Scope of Services; clearly defined issues commonly encountered and methodology for resolution of these project issues; value engineering; and the process and approach to meeting the requirements of the Scope of Services. 2. Technical Capabilities and Approach Proposer shall complete and submit Form RFQ-T for this section of its Proposal to provide a brief comprehensive explanation of the firm's technical capabilities and approach to program management support services: a. Value Engineering — methodology used in determining material and equipment quality, and maximizing efficiency with design elements; b. Ensuring timely completion of projects/phases; c. Quality control and assurance procedures, including timely reporting, and reviewing pay applications and change orders, and Capacity to provide on -call services in a timely manner; d. Computer aided design and drafting capabilities; e. Quality control and assurance, including coordination between design disciplines, compliance with program requirements professional/industry standards, and conformance with all applicable code requirements, including Miami 21; and, f. Prior experience with governmental and historic facilities. C. RFQ Forms 1. RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) 3. Business Tax Receipt(s)/Occupational License(s) for Proposer and all Sub- Consultant(s)/Sub-Contractor(s) 4. FDOT Notice of Qualifications (if applicable) D. Proposal Submission Format Proposers shall prepare and submit the Proposal in the format below. Failure to comply with this format may result in the Proposal being deemed non -responsive. All original hardcopy proposal submissions need to be unbound and tabbed, and all electronic proposal submissions need to be in bookmarked and searchable .pdf format. The below serves as a check list for the following: Citywide Program Management Support Services RFQ No. 19-20-019 26 Section A ❑ Table of Contents ❑ RFQ-PCL Proposal Cover Letter ❑ RFQ-N Proposal Narrative ❑ RFQ-QPC Qualifications of Proposer ❑ RFQ-EPC Experience of Proposer ❑ RFQ-QKP Qualifications of the Lead Program Manager, plus Resume ❑ RFQ-ELPM Experience of the Lead Program Manager ❑ RFQ-QKP Qualifications of the Sr. Program Manager, plus Resume ❑ RFQ-ESPM Experience of the Sr. Program Manager ❑ RFQ-QSC Qualifications and Experience of Project Managers, plus Resume ❑ RFQ-QSC Qualifications and Experience of Construction Managers, plus Resume ❑ RFQ-QSC Qualifications and Experience of the Architects, plus Resume ❑ RFQ-QSC Qualifications and Experience of the Civil, Structural, and MEP Engineers, plus Resume ❑ RFQ-QSC Qualifications and Experience of the CEI Services Specialist, plus Resume ❑ RFQ-QSC Qualifications and Experience of the Project Cost Estimator and Scheduler, plus Resume ❑ RFQ-QSC Qualifications and Experience of the Sub-Consultant(s) ❑ Team Organizational Chart Section B ❑ RFQ-DPP Design Philosophy and Process ❑ RFQ-TCA Technical Capabilities and Approach Section C ❑ RFQ Proposal Forms (Section 6) ❑ Information for Determining Joint Venture Eligibility - Form A (if applicable) ❑ Business Tax Receipt(s)/Occupational License(s) for Proposer and for all Proposer's Sub- Consultant(s)/Sub-Contractor(s) ❑ FDOT Notice of Qualifications (if applicable) 4.2 PROPOSAL SUBMISSION DATE AND LOCATION One (1) unbound, tabbed original hardcopy and one (1) copy in digital format (preferably on a USB) in bookmarked and searchable .pdf file format), of your complete Proposal for this RFQ shall be delivered in accordance with the following: Proposal Submission Due Date: March 18, 2020 by 2:00 p.m. Proposal Delivery Location: Mr. Todd Hannon, City Clerk City of Miami, Office of the City Clerk 3500 Pan American Drive, First Floor Miami, Florida 33133 Citywide Program Management Support Services RFQ No. 19-20-019 27 Proposals must be clearly marked on the outside of the package referencing the following documentation: RFQ NO. 19-20-019 CITYWIDE PROGRAM MANAGEMENT SUPPORT SERVICES Proposals received at any other location than the aforementioned, or after the Proposal Submission Due Date and time, shall be deemed non -responsive, and shall not be considered. Proposals should be signed by an official authorized to bind the Proposer to the provisions given in the Proposals. Proposals are to remain valid for at least 180 days. Upon award of an Agreement, the contents of the Successful Proposer's Proposal shall be incorporated within and included as part of the Agreement. Additional information on submission requirements can be found in Section 4.1, "Submission Requirements." 4.3 SUBMITTAL GUIDELINES General Only one (1) Proposal from an individual, firm, partnership, corporation, or joint venture will be considered in response to this RFQ. Sub-Consultants/Sub-Contractors may be included in more than one Proposal submitted by more than one Proposer. A firm, partnership, corporation, or joint venture that submits a Proposal shall not be a Sub-Consultant/Sub-Contractor on another Proposal submitted under this RFQ. Joint venture firms must complete and submit with their Proposal the form titled "Information for Determining Joint Venture Eligibility," (Form A, located in Section 6 of this RFQ) and submit a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate their respective roles, responsibilities, and levels of participation for this RFQ. Failure to timely submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the Proposer's Proposal. Joint venture Proposals will be evaluated based on the combined team. Each member of a joint venture shall provide the information identified above. Proposer must clearly identify any Sub -Consultants proposed to be used and provide for the Sub - Consultant the same information required of the Proposer. The City retains the right to accept or reject any proposed Sub -Consultants. It is the policy of the City that, prior to award of an Agreement, the Successful Proposer register as a vendor indicating the commodities/services which the Proposer can regularly supply to the City. The Proposer can register as a City vendor, via the internet at: http://www.miamigov.com/Procurement/pages/SupplierCorner/default.asp. For any questions regarding vendor registration, contact the Department of Procurement at (305) 416-1922. Proposers must be registered as a condition of award. It is the sole responsibility of the Proposer to ensure that the registration is completed. END OF SECTION Citywide Program Management Support Services RFQ No. 19-20-019 28 SECTION 5 EVALUATION/SELECTION PROCESS 5.1 EVALUATION PROCEDURES The procedure for Proposal evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of Proposals. 3. Opening and listing of all Proposals received. 4. Preliminary review by City's Procurement staff for compliance with the submission requirements of the RFQ, including verification that each Proposal includes all documents required. 5. Review by professional staff and/or an Evaluation Committee ("Committee") certifying that the Proposer is qualified to render the required services according to State regulations. 6. The Committee, appointed by the City Manager, shall meet to evaluate each responsive Proposal in accordance with the requirements of this RFQ. The Committee may, at its sole discretion, shortlist a minimum of three (3) firms deemed the most highly qualified to perform the required services, to hold brief oral presentations or interview sessions at a later date, unless fewer than three (3) Proposals are received. 7. The Committee may, at its sole discretion, hold oral presentations and interview sessions with the shortlisted firms, to include a visual component, ranging from a collage or sketch to a high -resolution rendering, to convey the shortlisted firms' vision for the Project. Subsequent to oral presentations, the Committee will re-evaluate and re -score the Proposals. 8. Procurement staff will calculate the final score for each shortlisted firm, to finalize the composite scores and ranking of the Committee. 9. The Committee will forward its recommendation to the City Manager, listing the Proposers in ranking order. 10. After reviewing the Committee's recommendation, the City Manager may: a) Approve the recommendation of the Committee and authorize Procurement to enter into negotiations with the top ranked Proposer(s) or request that the Committee provide additional information as to the ranking of the Proposals. Upon approval of the Committee's recommendation, the Proposers will be listed in the Committee's ranking order on the OCI webpage, http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html; b) Reject the Committee's recommendation and instruct the Committee to re- evaluate and make further recommendations; c) Reject all Proposals; or d) Recommend that the City Commission reject all Proposals. 11. Upon successful negotiation of the Agreement(s), Procurement will forward the recommended Agreement(s) to the City Manager for approval, and the City Manager upon acceptance of the negotiated Agreement(s) will approve the award for Agreements not exceeding $500,000 or recommend that the City Commission, when Citywide Program Management Support Services RFQ No. 19-20-019 29 required by the City's Procurement Code, approve the recommendation of the Committee and the award of the Agreement(s). Where Procurement is not able to negotiate successfully an Agreement with the top ranked Proposer(s), Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement enter into negotiations with the next ranked Proposer(s) until an Agreement is negotiated or all Proposals are rejected. 12. After reviewing the City Manager's recommendation, the City Commission may: a) Approve the City Manager's recommendation and authorize award of the Agreement(s). Upon approval of the City Manager 's recommendation, an award memorandum will be included on the OCI webpage, http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html, of which written notice shall be provided to all Proposers; b) Reject the City Manager's recommendation to award the Agreement(s); or c) Reject all Proposals and direct the City Manager to re -open negotiations or to solicit new Proposals. 5.2. EVALUATION CRITERIA Proposals shall be evaluated according to the following criteria and respective weight: Technical Criteria Maximum Points Proposer's Qualifications and Experience 30 points Lead Program Manager's Qualifications and Experience 20 points Sr. Program Manager's Qualifications and Experience 20 points PMs and CMs' Qualifications and Experience 15 points Design Philosophy/Technical Capabilities and Approach 10 points Amount of Work Awarded by the City* 5 points TOTAL MAXIMUM POINTS 100 points (") Points for this evaluation criterion will be assigned by the City according to a sliding scale based on the amount of work awarded and paid by the City during the three (3) years prior to the Proposal Submission Due Date to Proposers submitting a responsive Proposal, including their Sub- Consultants/Sub-Contractors, as follows: Amount of Work Awarded by the City Awarded Score Up to $500,000 5 points From $500,001 to $1,000,000 4 points From $1,000,001 to $2,500,000 3 points From $2,500,001 to $5,000,000 2 points From $5,000,001 and over 1 point 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION Unless precluded by Florida Statutes, federal laws or regulations, or grant requirements, bonus points will be granted to Proposers who agree to use Miami -Dade County SBE Firms from within the City of Miami municipal boundaries. The awarded firm must agree to assign a minimum of fifteen percent (15%) of the contract value to Miami -Dade County certified SBE firm(s) that maintain a "Local Office," as defined in City Code Section 18-73. END OF SECTION Citywide Program Management Support Services RFQ No. 19-20-019 30 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ Information and Acknowledgement Form The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, Submission Requirements. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: ■ Proposal Letter ■ Narrative ■ Qualifications of Proposer ■ Experience of the Proposer ■ Qualifications/Experience of the Lead Program Manager ■ Qualifications/Experience of the Sr. Program Manager ■ Qualifications/Experience of the Project Managers/Construction Managers ■ Qualifications/Experience of the Architects ■ Qualifications/Experience of the Civil, Structural, and MEP Engineers ■ Qualifications/Experience of the CEI Services Team Member ■ Qualifications/Experience of the Project Cost Estimator and Scheduler ■ Qualifications/Experience of the Sub -Consultants ■ Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: ■ Design Philosophy and Process ■ Technical Capabilities and Approach Citywide Program Management Support Services RFQ No. 19-20-019 31 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: ■ RFQ Proposal Forms (Section 6.0) ■ Information for Determining Joint Venture Eligibility - Form A (if applicable) ■ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Sub- Consultant(s)/Sub-Contractor(s) ■ FDOT Notice of Qualifications (if applicable) 4. Lack of any other documentation/information/form requested in the RFQ document. Missing forms, unsigned forms, or forms signed by any individual, other than either the Proposer, Proposer's team members, and/or individuals personally attesting to the portrayed project experience will not be cured and shall deem a Proposal non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations/irregularities not listed above. Such minor deviations may be cured by the Proposer, at the sole discretion of the City. Material deviations/ irregularities cannot be waived by the City or cured by the Proposer. RFQ No. 19-20-019 I certify that any and all information contained in response to this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature Citywide Program Management Support Services RFQ No. 19-20-019 32 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of , held on 20, the following resolution was duly passed and adopted: "RESOLVED, that, as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 33 6.2.2 STATE OF SS: COUNTY OF CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on , 20, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 34 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of held on , 20, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and that their execution thereof shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Secretary: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 35 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Limited Liability Corporation be and is hereby authorized to execute the Proposal dated, 20, to the City of Miami and that their execution thereof shall be the official act and deed of this 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 (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 36 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF SS: COUNTY OF I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (If applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20, to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of me as an individual d/b/a (doing business as) (If applicable) I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20_ NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Citywide Program Management Support Services RFQ No. 19-20-019 37 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company Name: Individual Name: Signature: Date: Citywide Program Management Support Services RFQ No. 19-20-019 38 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE hereby certify that: i) 1 am the (President/Secretary or Principal) of (Proposer); ii) 1 have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) hereby agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"); OR iv) (Proposer) hereby is certified by Miami -Dade County as an SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Proposer's SBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (iii), above, to certified SBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF SS: COUNTY OF ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and sworn to before me this day of , 20_ My commission expires: Notary Public, State of Florida at Large Bonded by: Citywide Program Management Support Services RFQ No. 19-20-019 39 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision -making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: Citywide Program Management Support Services RFQ No. 19-20-019 40 NOTE: If, after filing this form and before the completion of the Joint Venture's work on the Agreement, and if there is any significant change in the information submitted, the Joint Venture must inform the City in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venture(r) in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture(r) relevant to the joint venture, by authorized representatives of the City. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: Citywide Program Management Support Services RFQ No. 19-20-019 41