Loading...
HomeMy WebLinkAboutBack-Up DocumentsPROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project Project Specific EXP U.S. Services Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 5 ARTICLE 2 GENERAL CONDITIONS 7 2.01 TERM 7 2.02 SCOPE OF SERVICES 7 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS - NOT APPLICABLE .7 2.04 COMPENSATION 7 ARTICLE 3 PERFORMANCE 8 3.01 PERFORMANCE AND DELEGATION 8 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 8 3.03 CONSULTANT KEY STAFF 8 3.04 TIME FOR PERFORMANCE 8 3.05 STANDARD OF CARE 8 ARTICLE 4 SUBCONSULTANTS 8 4.01 GENERAL 8 4.02 SUBCONSULTANT RELATIONSHIPS 9 4.03 CHANGES TO SUBCONSULTANTS 9 ARTICLE 5 DEFAULT 9 5.01 GENERAL 9 5.02 CONDITIONS OF DEFAULT 9 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 9 ARTICLE 6 TERMINATION OF AGREEMENT 10 6.01 CITY'S RIGHT TO TERMINATE 10 6.02 CONSULTANT'S RIGHT TO TERMINATE 10 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 10 ARTICLE 7 DOCUMENTS AND RECORDS 10 7.01 OWNERSHIP OF DOCUMENTS 10 7.02 DELIVERY UPON REQUEST OR CANCELLATION 10 7.03 RE -USE BY CITY 10 7.04 NONDISCLOSURE 11 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 11 7.06 E-VERIFY 11 ARTICLE 8 INDEMNIFICATION 12 ARTICLE 9 INSURANCE 12 9.01 COMPANIES PROVIDING COVERAGE 12 9.02 VERIFICATION OF INSURANCE COVERAGE 13 9.03 FORMS OF COVERAGE 13 9.04 MODIFICATIONS TO COVERAGE 13 ARTICLE 10 MISCELLANEOUS 13 10.01 AUDIT RIGHTS; INSPECTION 13 10.02 ENTIRE AGREEMENT 14 10.03 SUCCESSORS AND ASSIGNS 14 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 14 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 14 10.06 NOTICES 14 10.07 INTERPRETATION 15 10.08 JOINT PREPARATION 15 10.09 PRIORITY OF PROVISIONS 15 1 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.10 MEDIATION - WAIVER OF JURY TRIAL 16 10.11 TIME 16 10.12 COMPLIANCE WITH LAWS 16 10.13 NO PARTNERSHIP 16 10.14 DISCRETION OF DIRECTOR 16 10.15 RESOLUTION OF CONTRACT DISPUTES 17 10.16 INDEPENDENT CONTRACTOR 17 10.17 CONTINGENCY CLAUSE 17 10.18 THIRD PARTY BENEFICIARY 17 10.19 ADDITIONAL TERMS AND CONDITIONS 17 10.20 SEVERABILITY 18 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES 18 ATTACHMENT A - SCOPE OF WORK 22 ARTICLE Al GENERAL 22 A1.01 SCOPE OF SERVICES 22 A1.02 WORK ORDERS 22 A1.03 PAYMENTS 22 ARTICLE A2 OVERVIEW OF PROJECT SERVICES 22 A2.01 DEVELOPMENT OF OBJECTIVES 23 A2.02 SCHEMATIC DESIGN 23 A2.03 DESIGN DEVELOPMENT 23 A2.04 CONSTRUCTION DOCUMENTS 23 A2.05 BIDDING AND AWARD OF CONTRACT 23 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 23 A2.07 TIME FRAMES FOR COMPLETION 23 ARTICLE A3 ADDITIONAL SERVICES 23 A3.01 GENERAL 23 A3.02 EXAMPLES 23 A3.03 ADDITIONAL DESIGN 24 ARTICLE A4 REIMBURSABLE EXPENSES 24 A4.01 GENERAL 24 A4.02 SUBCONSULTANT REIMBURSEMENTS 24 ARTICLE A5 CITY'S RESPONSIBILITIES 25 A5.01 PROJECT AND SITE INFORMATION 25 A5.02 CONSTRUCTION MANAGEMENT 25 SCHEDULE Al - SUBCONSULTANTS 26 SCHEDULE A2 - KEY STAFF 26 ATTACHMENT B - COMPENSATION AND PAYMENTS 27 ARTICLE B1 METHOD OF COMPENSATION 27 B1.01 COMPENSATION LIMITS 27 B1.02 CONSULTANT NOT TO EXCEED 27 ARTICLE B2 WAGE RATES 27 B2.01 FEE BASIS 27 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 27 B2.03 MULTIPLIER 27 B2.04 CALCULATION 27 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 28 B2.06 ESCALATION 28 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 28 B3.01 LUMP SUM 28 B3.02 HOURLY RATE FEES 28 B3.03 REIMBURSABLE EXPENSES 28 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 29 B3.05 FEES FOR ADDITIONAL SERVICES 29 B3.06 PAYMENT EXCLUSIONS 29 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 29 ARTICLE B4 PAYMENTS TO THE CONSULTANT 29 B4.01 PAYMENTS GENERALLY 29 B4.02 FOR COMPREHENSIVE BASIC SERVICES 30 B4.03 BILLING - HOURLY RATE 30 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 30 B4.05 DEDUCTIONS 30 2 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE B5 REIMBURSABLE EXPENSES 30 B5.01 GENERAL 30 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 31 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 31 B6.01 GENERAL 31 SCHEDULE B1 - WAGE RATES SUMMARY 32 SCHEDULE B2 - CONSULTANT INVOICE 33 3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Consultant Office Location City Authorization Agreement Number Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project Project Specific (RFQ No. 19-20-031) EXP U.S. Services Inc. 201 Alhambra Circle Suite 800 Coral Gables, Florida 33134 Section 18-87, City of Miami Code 19-20-031 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this day of in the year 2021 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and EXP U.S. Services Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 19-20-031 on July 15, 2020 for the provision of Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents ("Solicitation Documents"), and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) or inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, including, without limitation, City Code Section 18-87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: 4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency that is a party hereto and for which services under this Agreement are to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager who may delegate certain tasks the Director as defined in Section 1.12. 1.08 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.09 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.11 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly known as Capital Improvements and Transportation Program ("CITP"). 1.12 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of the Office of Capital Improvements or their authorized designee. 1.13 Errors means items in the plans, specifications, or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the Contractor to perform corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.14 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant which must be corrected in order for the project to function or be built as intended. 1.15 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.16 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that the Consultant may begin work on the Project. 1.17 Omissions means items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 5 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1.18 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.19 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.20 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.21 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.22 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services," as applicable, which are within this definition. 1.23 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all attachments, and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.24 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, or increase the Project Budget, among other matters. 1.25 Risk Management Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.26 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables, and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.27 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), means a firm that has been certified by Miami -Dade County, who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the Consultant as required pursuant to City Code Section 18-87. 1.28 Subconsultant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.29 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement that justify and form the basis for professional fees regardless of actual manner of compensation. 1.30 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.31 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. 1.32 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. 6 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall take effect upon the date written above upon its execution by the authorized officers and shall be effective until final completion of construction of the Project and Final Payment is made to the Consultant. 2.02 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work, hereto, which is incorporated into and made a part of this Agreement. 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS — NOT APPLICABLE Prospective Firms must (shall) adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami Dade County as a Small Business Enterprise ("SBE"), formerly referred to as Community Business Enterprise ("CBE"), in good standing; 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the SBE requirements, visit the Miami Dade County, Internal Services Department website at http://www.miamidade.gov/smallbusiness/certification programc.acp. Failure to adhere to thccc tents will cauco tho firm to bo dicqualifiod as nonresponsive or at a subsequent time cause the - Agreement to be canceled. 2.04 COMPENSATION 2.04-1 Compensation Limits The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, Compensation and Payments, hereto, which is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation payable to the Consultant by the City, exceed $501,268.96, for Phase 1 as detailed in Exhibit A, Consultant Work Order Proposal, attached hereto, unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. Said fee is comprised of a Lump Sum of $501,268.96 for Basic Services. Additional funding may be required to proceed with the Concept chosen by the City upon completion of Phase 1. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditures, costs, fees, or charges beyond the compensation limits of this Agreement, as it may be amended from time to time. The Work may never exceed the limitations provided in Section 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for continuing contracts and other limitations on compensation, as applicable. 2.04-2 Payments Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper Invoice" as defined by Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of invoices. 7 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to the work of said employees under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their designee with information required to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claims by the Consultant for additional compensation or for any damages. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative Code Chapter 61G1, Chapter 471 (Engineering), and Chapter 481 (Architecture, Interior Design, and Landscape Architecture) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. Consultant shall perform due diligence, in accordance with industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services without additional compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications or other Services. ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional 8 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. 4.02 SUBCONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Subconsultants. The Consultant acknowledges that the Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge. 4.03 CHANGES TO SUBCONSULTANTS The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. If Consultant is given notice of default and does not cure such default in accordance with section 5.03 of this Agreement, the City, in addition to all remedies available to it by law, may immediately, without further notice to the Consultant, terminate this Agreement whereupon no further amounts shall be payable to Consultant all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also suspend or withhold reimbursements to the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. 9 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its officials or employees. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies (Deliverables), will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit Project sites for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole 10 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement for the current Project. 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course ofjudicial or legislative proceedings, or otherwise required by law, where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, and Subconsultants to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant shall keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, as amended, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above, provided, however, such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS ("OCI") WHO IS ADMINISTERING THIS CONTRACT. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Agreement and 11 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, hold harmless, save and defend the City, its officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of services under this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory, contractual, tort, strict liability, or other claims, actions, injuries or damages arising or resulting from the work, unless it is alleged that the City, its officials and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own cost and expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also survive the cancellation or expiration of this Agreement. This indemnity shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable. If any portion of the Indemnity is invalidated by a court of competent jurisdiction to be invalid, unenforceable or illegal, the unenforceable provision shall not affect the otherwise valid terms and provisions of this Section. The applicable terms and provisions shall be deemed modified and will be given effect to the extent necessary to render such provision(s) enforceable, and the rights and obligations of the parties will be construed and enforced accordingly , preserving to the fullest extent possible the intent and agreements of the parties as are set forth in this Section. The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated, either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also known as the Director of the Risk Management Department, or their authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition. 12 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Procurement Department and Risk Management Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount, and classification required by these provisions, and in accordance to Insurance Exhibit C contained herein. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03-1 Commercial General Liability and Automobile Liability The Consultant shall maintain commercial general liability coverage written on a primary and non- contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favor of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03-2 Business Automobile The Consultant shall provide business automobile liability coverage including coverage for all owned, hired, and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03-3 Professional Liability Insurance The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000.00 per claim, $1,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one (1) year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. 9.03-4 Worker's Compensation Insurance The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03-5 Subconsultant Compliance The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market, and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102 of the City Code are applicable to this Agreement and are deemed as being incorporated by reference herein. 13 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of a breach of any other provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must maintain an action to enforce the duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Arthur Noriega V City Manager Office of the City Manager, City of Miami 444 SW 2nd Avenue, 10th Floor Miami, Florida 33130-1910 Email: ANoriega©miamigov.com Phone: 305-416-1025 14 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Annie Perez, CPPO Director Department of Procurement, City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: AnniePerez©miamigov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney, City of Miami 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: VictoriaMendez©miamigov.com Phone: 305-416-1832 With Copies to: Hector Badia Interim Director Office of Capital Improvements, City of Miami 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email: HBadia©miamigov.com Phone: 305-416-1236 For EXP U.S. Services Inc.: Kyle Henry Vice President EXP U.S. Services Inc. 201 Alhambra Circle Suite 800 Coral Gables, Florida 33134 Email: Kyle.Henry@exp.com Phone: 561-329-9263 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all the subsections of such Section, unless the reference is made to a subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 15 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants and/or independent contractors retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 Non -Discrimination The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status, national origin or sexual orientation, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA Compliance The Consultant warrants that it will comply with all safety precautions as required by federal, state, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- compliance with safety regulations is exhibited by the Consultant. 10.12-3 ADA Compliance The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 16 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable; or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the project(s), no additional terms or conditions, which materially or substantially vary, modify or alter the terms or conditions of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 10.20 SEVERABILITY If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law 17 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 18 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: EXP U.S. Services Inc., a Foreign Profit Corporation Signature Kyle Henry, Vice President Print Name, Title Print Name, Title ATTEST: (Corporate Se -I) sultant Secretary sultant Secretary (Affirm Consultant Seal, if available) ATTEST: Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: CITY OF MIAMI, a municipal corporation of the State of Florida Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department 19 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of EXP U.S. Services Inc. , a corporation organized and existing under the laws of the State of Delaware stinldd on the 10th day of June , a resolution was duly passed and adopted authorizing (Name) Kyle Henry as (Title) Vice President of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this loth day of June Secretary: Print: Hae-Jin (Priscilla) Ahn CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip 20 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Signed: Print: NOTARIZATION STATE OF c_7A SS: COUNTY OF The foregoing instrument was acknowledged before me this le day of �LAL)6. , 20 2-1 , by 1iAF_ - 31-N ('17 t5c.,T C to f/ AM, v', who is personally known to me or who has produced as identification and who (0/ did not) take an oath. SIGNATURE OF NOTARY LIC" STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 21 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The Consultant shall provide Architectural and Engineering Services for the 1-395 Pedestrian Baywalk and Bikeway Bridge Project located underneath the 1-395 MacArthur Causeway, between Maurice A. Ferre Park (1103 Biscayne Blvd., Miami, FL 33131) in the south, to the property owned by Resorts World Miami LLC/Genting (1 Herald Plaza, Miami, FL 33131) in the north. The Consultant will be tasked with designing an approximately 20-foot wide, over -the -water pedestrian and bicycle (ped/bike) bridge underneath the causeway that will connect the two sites. The approximate run length is 500 feet. A1.01 SCOPE OF SERVICES A1.01-1 The Consultant agrees to provide comprehensive Professional Services in accordance with all applicable laws, building and environmental regulations, including the Florida Building Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. Consultant may be required to perform all or some of the services described in this Agreement, depending on the needs of the City for the Project. The Scope of Services shall include, but are not limited to, complete planning and design services, programming, surveying, geotechnical, feasibility studies, options, evaluations, public meetings, irrigation, lighting, electrical, mechanical, plumbing, landscaping, parking analysis, detailed facility assessments, cost estimates, opinions of probable construction cost, permitting, preparation of bid and construction documents, review of work prepared by Sub -consultants and other consultants, field investigations and observations, construction contract administration, as -built documentation, and other related architectural and engineering services as needed to complete the Project. Consultant shall provide comprehensive architectural and engineering services for the Project for which Consultant was selected in accordance with Section 287.055 Florida Statutes, as amended, Consultants' Competitive Negotiations Act (CCNA). A more detailed version of scope of work is included in Exhibit A., "Consultant Work Order Proposal". A1.02 WORK ORDERS When OCI has determined that the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments. No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order, NTP and/or Purchase Order. ARTICLE A2 OVERVIEW OF PROJECT SERVICES Consultant agrees to provide complete architectural and engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not 22 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Chapter 471 of the Florida Statutes and Rules 61G15-18 through 61G15-37 of the Florida Administrative Code. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. A2.01 FEASABILITY STUDY Please refer to Exhibit A, "Consultant Work Order Proposal". A2.02 SCHEMATIC DESIGN Please refer to Exhibit A, "Consultant Work Order Proposal". A2.03 DESIGN DEVELOPMENT Please refer to Exhibit A, "Consultant Work Order Proposal". A2.04 CONSTRUCTION DOCUMENTS Please refer to Exhibit A, "Consultant Work Order Proposal". A2.05 BIDDING AND AWARD OF CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal". A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal". A2.07 TIME FRAMES FOR COMPLETION The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5. Feasibility Study Schematic Design Design Development 50% Construction Documents 100% Construction Documents Dry — Run Permitting Bidding and Award of Construction Contract Construction Contract Administration 180 days 60 days 90 days 60 days 60 days 60 days 60 days 365 days ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 23 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A3.02-2 Specialty Design: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. A3.02-4 Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, sub -contractor, or equipment manufacturer. A3.02-5 Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Subconsultant for the purposes listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between the Consultant's various permanent offices and Subconsultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this agreement. A4.01-2 Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the Consultant. A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 Other: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. A4.02 SUBCONSULTANT REIMBURSEMENTS Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. 24 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A5.01-2 Soil Borings, Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 Existing Drawings: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 above, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A5.02-2 If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. 25 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Inform Studio Architecture Cummins Cederburg Marine Engineering, Environmental Consulting Langan Engineering Survey, Geotechnical Engineering ArquitectonicaGEO Landscape Architecture Janus Research Cultural Resources Assessment Hazen & Sawyer Civil Pedelta Structural SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION John Flint (EXP) Principal Byron Danley (EXP) Senior Project Manager Tom Hoepf (EXP) Technical Expert — Architecture Jose Clavell (EXP) Technical Expert — PD&E Aram Ebben (EXP) Sr. Engineer - Lighting Jeanette Lazo (EXP) Technical Expert — Public Involvement Michael Guthrie (Inform Studio) Lead Architect Jason Cummins (CC) Sr. Engineer Danielle Irwin (CC) Project Engineer Michelle Cintron (ArqGeo) Landscape Architect Margarita Blanco (ArqGeo) Landscape Architect Christopher Kish (H&S) Civil Engineer Rose Jesse (H&S) Certified Cost Estimator Corey Lavigne (Inform Studio) Lead Designer Ken Hardin (Janus) Cultural Resource Lead Carmine Borea (EXP) Structural Engineer Eugene Collings-Bonfil (EXP) Municipal Engineer 26 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rate Fees, and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 - Wages Rates Summary identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative and clerical support, other employee time or travel and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage Rates Summary. 27 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits), and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement. B2.06 ESCALATION There shall be no escalation clause as part of this Agreement. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost, or expense above this figure. B3.02-2 CONDITIONS FOR USE Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify, and/or calculate the complete nature, and/or aspects, tasks, man- hours, or milestones for a Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. 28 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope fora Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Article A4 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets, which can be found on the City's Webpage at https://www.miamigov.com/Government/Departments-Organizations/Office-of- Capital-I mprovements. The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 Determination of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.05-2 Procedure and Compliance An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-3 Fee Limitations Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be found on the OCI website at https://www.miamigov.com/Government/Departments-Organizations/Office- of-Capital-Improvements. Failure to submit invoice(s) within sixty (60) calendar days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. 29 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the Specialty Subconsultants in the interest of the Work for the purposes identified below: B5.01-1 Transportation: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 Travel and Per Diem: Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. B5.01-3 Communication Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant and Subconsultants. B5.01-4 Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. B5.01-5 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5.01-6 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. 30 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5, Reimbursable Expenses, herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. 31 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) Principal $85.50 $247.95 Senior Project Manager $81.00 $234.90 Technical Expert $76.52 $221.91 Senior Engineer $68.75 $199.38 Project Engineer $51.25 $148.63 Engineer $40.35 $117.02 CAD Designer $38.75 $112.38 Project Administrator $32.07 $93.00 Senior GIS Specialist $44.14 $128.01 (*) Flat rate, no multipliers applied. 32 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MIAMI�" OFFICE OF CAPITAL IMPROVEMENTS (OCI) CONSULTANT STANDARD INVOICE To: ATTN: From: NOTE: City of Miami Office of Capital Improvements (OCI) 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 Invoice Number: Invoice Date: Page: Invoice Period. Contract No.: Contract Title: Project No.: Project Name: Purchase Order No.: Work Order No: Month 00, 0000 From: To: Month 00, 0000 Month 00, 0000 Invoices received past 3:00 PM will be stamped with the Next Business Date Prepare invoices properly to avoid payment delay. Each invoice must be signed by a Principal of the firm as designated. Attach appropriate back-up documents to each invoice. Submit two (2) signed originals. SERVICE CONTRACT AMOUNT %COMPLETE TOTALEARNED TO DATE PREVIOUSLY INVOICED CURRENT INVOICE AMOUNT Schematic Design (SD) $ - 0% $ - $ - $ - DesignDevelopment(DD) $ - 0% $ - $ - $ - 30% Construction Documents (30% CD) $ - 0% $ - $ - $ - 60% Construction Documents (60% CD) $ - 0% $ - $ - $ - 90% Construction Documents (90% CD) $ - 0% $ - $ - $ - 100% Construction Documents (100% CD) $ - 0% $- Dry Run Permitting $ - 0% $ - $ - $ - Bidding or Negotiation Phase $ - 0% $ - $ - $ - Construction Administration (CA) $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $- Reimbursable Expenses $ - 0% $ - $ - $ - 1. (Title) $ - 0% $ - $ - $ - 2. (Title) $ - 0% $ - $ - $ - 3. (Title) $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - Additional Services $ - 0% $ - $ - $ - 1. (Title) $ - 0% $ - $ - $ - 2. (Title) $ - 0% $ - $ - $ - 3. (Title) $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - TOTAL: Prior to this Invoice Remaining Contract Balance: $ - $ - $ - $ - Subtotal: $ - $ - Deductions: Total Due : $ - TO BE COMPLETED BY CONSULTANT FIRM CERTIFIED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CHECKLIST: Activation Letter of Phase being Invoiced: Supporting Documents for Invoice: Construction Status Report Final Payment Documents: Additional Service Author¢ations: (Signature of Principal) (Type Name and Title of Principal) CITY OF MIAMI APPROVAL: AREA TO BE COMPLETED BY CITY OF MIAMI DATE SIGNATURE Date Received CIP: 0 PROJECT MANAGER CHIEF PROJECT MANAGER Date Received for Payment Processing (Budget Department): ASSISTANT DIRECTOR DIRECTOR 33 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project Contract Type Project Specific Consultant EXP U.S. Services Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 5 ARTICLE 2 GENERAL CONDITIONS 7 2.01 TERM 7 2.02 SCOPE OF SERVICES 7 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS - NOT APPLICABLE .7 2.04 COMPENSATION 7 ARTICLE 3 PERFORMANCE 8 3.01 PERFORMANCE AND DELEGATION 8 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 8 3.03 CONSULTANT KEY STAFF 8 3.04 TIME FOR PERFORMANCE 8 3.05 STANDARD OF CARE 8 ARTICLE 4 SUBCONSULTANTS 8 4.01 GENERAL 8 4.02 SUBCONSULTANT RELATIONSHIPS 9 4.03 CHANGES TO SUBCONSULTANTS 9 ARTICLE 5 DEFAULT 9 5.01 GENERAL 9 5.02 CONDITIONS OF DEFAULT 9 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 9 ARTICLE 6 TERMINATION OF AGREEMENT 10 6.01 CITY'S RIGHT TO TERMINATE 10 6.02 CONSULTANT'S RIGHT TO TERMINATE 10 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 10 ARTICLE 7 DOCUMENTS AND RECORDS 10 7.01 OWNERSHIP OF DOCUMENTS 10 7.02 DELIVERY UPON REQUEST OR CANCELLATION 10 7.03 RE -USE BY CITY 10 7.04 NONDISCLOSURE 11 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 11 7.06 E-VERIFY 11 ARTICLE 8 INDEMNIFICATION 12 ARTICLE 9 INSURANCE 12 9.01 COMPANIES PROVIDING COVERAGE 12 9.02 VERIFICATION OF INSURANCE COVERAGE 13 9.03 FORMS OF COVERAGE 13 9.04 MODIFICATIONS TO COVERAGE 13 ARTICLE 10 MISCELLANEOUS 13 10.01 AUDIT RIGHTS; INSPECTION 13 10.02 ENTIRE AGREEMENT 14 10.03 SUCCESSORS AND ASSIGNS 14 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 14 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 14 10.06 NOTICES 14 10.07 INTERPRETATION 15 10.08 JOINT PREPARATION 15 10.09 PRIORITY OF PROVISIONS 15 1 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.10 MEDIATION - WAIVER OF JURY TRIAL 16 10.11 TIME 16 10.12 COMPLIANCE WITH LAWS 16 10.13 NO PARTNERSHIP 16 10.14 DISCRETION OF DIRECTOR 16 10.15 RESOLUTION OF CONTRACT DISPUTES 17 10.16 INDEPENDENT CONTRACTOR 17 10.17 CONTINGENCY CLAUSE 17 10.18 THIRD PARTY BENEFICIARY 17 10.19 ADDITIONAL TERMS AND CONDITIONS 17 10.20 SEVERABILITY 18 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES 18 ATTACHMENT A - SCOPE OF WORK 22 ARTICLE Al GENERAL 22 A1.01 SCOPE OF SERVICES 22 A1.02 WORK ORDERS 22 A1.03 PAYMENTS 22 ARTICLE A2 OVERVIEW OF PROJECT SERVICES 22 A2.01 DEVELOPMENT OF OBJECTIVES 23 A2.02 SCHEMATIC DESIGN 23 A2.03 DESIGN DEVELOPMENT 23 A2.04 CONSTRUCTION DOCUMENTS 23 A2.05 BIDDING AND AWARD OF CONTRACT 23 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 23 A2.07 TIME FRAMES FOR COMPLETION 23 ARTICLE A3 ADDITIONAL SERVICES 23 A3.01 GENERAL 23 A3.02 EXAMPLES 23 A3.03 ADDITIONAL DESIGN 24 ARTICLE A4 REIMBURSABLE EXPENSES 24 A4.01 GENERAL 24 A4.02 SUBCONSULTANT REIMBURSEMENTS 24 ARTICLE A5 CITY'S RESPONSIBILITIES 25 A5.01 PROJECT AND SITE INFORMATION 25 A5.02 CONSTRUCTION MANAGEMENT 25 SCHEDULE Al - SUBCONSULTANTS 26 SCHEDULE A2 - KEY STAFF 26 ATTACHMENT B - COMPENSATION AND PAYMENTS 27 ARTICLE B1 METHOD OF COMPENSATION 27 B1.01 COMPENSATION LIMITS 27 B1.02 CONSULTANT NOT TO EXCEED 27 ARTICLE B2 WAGE RATES 27 B2.01 FEE BASIS 27 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 27 B2.03 MULTIPLIER 27 B2.04 CALCULATION 27 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 28 B2.06 ESCALATION 28 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 28 B3.01 LUMP SUM 28 B3.02 HOURLY RATE FEES 28 B3.03 REIMBURSABLE EXPENSES 28 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 29 B3.05 FEES FOR ADDITIONAL SERVICES 29 B3.06 PAYMENT EXCLUSIONS 29 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 29 ARTICLE B4 PAYMENTS TO THE CONSULTANT 29 B4.01 PAYMENTS GENERALLY 29 B4.02 FOR COMPREHENSIVE BASIC SERVICES 30 B4.03 BILLING - HOURLY RATE 30 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 30 B4.05 DEDUCTIONS 30 2 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE B5 REIMBURSABLE EXPENSES 30 B5.01 GENERAL 30 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 31 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 31 B6.01 GENERAL 31 SCHEDULE B1 - WAGE RATES SUMMARY 32 SCHEDULE B2 - CONSULTANT INVOICE 33 3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Consultant Office Location City Authorization Agreement Number Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project Project Specific (RFQ No. 19-20-031) EXP U.S. Services Inc. 201 Alhambra Circle Suite 800 Coral Gables, Florida 33134 Section 18-87, City of Miami Code 19-20-031 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this day of in the year 2021 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and EXP U.S. Services Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 19-20-031 on July 15, 2020 for the provision of Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents ("Solicitation Documents"), and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) or inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, including, without limitation, City Code Section 18-87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: 4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency that is a party hereto and for which services under this Agreement are to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager who may delegate certain tasks the Director as defined in Section 1.12. 1.08 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.09 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.11 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly known as Capital Improvements and Transportation Program ("CITP"). 1.12 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of the Office of Capital Improvements or their authorized designee. 1.13 Errors means items in the plans, specifications, or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the Contractor to perform corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.14 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant which must be corrected in order for the project to function or be built as intended. 1.15 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.16 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that the Consultant may begin work on the Project. 1.17 Omissions means items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 5 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1.18 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.19 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.20 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.21 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.22 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services," as applicable, which are within this definition. 1.23 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all attachments, and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.24 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, or increase the Project Budget, among other matters. 1.25 Risk Management Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.26 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables, and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.27 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), means a firm that has been certified by Miami -Dade County, who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the Consultant as required pursuant to City Code Section 18-87. 1.28 Subconsultant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.29 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement that justify and form the basis for professional fees regardless of actual manner of compensation. 1.30 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.31 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. 1.32 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. 6 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall take effect upon the date written above upon its execution by the authorized officers and shall be effective until final completion of construction of the Project and Final Payment is made to the Consultant. 2.02 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work, hereto, which is incorporated into and made a part of this Agreement. 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS — NOT APPLICABLE Prospective Firms must (shall) adhere to the following requirements: 4) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami Dade County as a Small Business Enterprise ("SBE"), formerly referred to as Community Business Enterprise ("CBE"), in good standing; 2-) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the SBE requirements, visit the Miami Dade County, Internal Services Department website at http://www.miamidade.gov/smallbusiness/certification programc.acp. Failure to adhere to thcco foc amonts will cauco tho firm to bo dicqualifiod as nonresponsive or at a subsequent time cause the Agreement to be canceled. 2.04 COMPENSATION 2.04-1 Compensation Limits The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, Compensation and Payments, hereto, which is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation payable to the Consultant by the City, exceed $501,268.96, for Phase 1 as detailed in Exhibit A, Consultant Work Order Proposal, attached hereto, unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. Said fee is comprised of a Lump Sum of $501,268.96 for Basic Services. Additional funding may be required to proceed with the Concept chosen by the City upon completion of Phase 1. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditures, costs, fees, or charges beyond the compensation limits of this Agreement, as it may be amended from time to time. The Work may never exceed the limitations provided in Section 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for continuing contracts and other limitations on compensation, as applicable. 2.04-2 Payments Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper Invoice" as defined by Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of invoices. 7 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to the work of said employees under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their designee with information required to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claims by the Consultant for additional compensation or for any damages. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative Code Chapter 61G1, Chapter 471 (Engineering), and Chapter 481 (Architecture, Interior Design, and Landscape Architecture) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. Consultant shall perform due diligence, in accordance with industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services without additional compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications or other Services. ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional 8 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. 4.02 SUBCONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Subconsultants. The Consultant acknowledges that the Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge. 4.03 CHANGES TO SUBCONSULTANTS The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. If Consultant is given notice of default and does not cure such default in accordance with section 5.03 of this Agreement, the City, in addition to all remedies available to it by law, may immediately, without further notice to the Consultant, terminate this Agreement whereupon no further amounts shall be payable to Consultant all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also suspend or withhold reimbursements to the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. 9 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its officials or employees. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies (Deliverables), will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit Project sites for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole 10 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement for the current Project. 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings, or otherwise required by law, where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, and Subconsultants to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant shall keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, as amended, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above, provided, however, such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS ("OCI") WHO IS ADMINISTERING THIS CONTRACT. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Agreement and 11 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, hold harmless, save and defend the City, its officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of services under this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory, contractual, tort, strict liability, or other claims, actions, injuries or damages arising or resulting from the work, unless it is alleged that the City, its officials and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own cost and expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also survive the cancellation or expiration of this Agreement. This indemnity shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable. If any portion of the Indemnity is invalidated by a court of competent jurisdiction to be invalid, unenforceable or illegal, the unenforceable provision shall not affect the otherwise valid terms and provisions of this Section. The applicable terms and provisions shall be deemed modified and will be given effect to the extent necessary to render such provision(s) enforceable, and the rights and obligations of the parties will be construed and enforced accordingly , preserving to the fullest extent possible the intent and agreements of the parties as are set forth in this Section. The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated, either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also known as the Director of the Risk Management Department, or their authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition. 12 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Procurement Department and Risk Management Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount, and classification required by these provisions, and in accordance to Insurance Exhibit C contained herein. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03-1 Commercial General Liability and Automobile Liability The Consultant shall maintain commercial general liability coverage written on a primary and non- contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favor of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03-2 Business Automobile The Consultant shall provide business automobile liability coverage including coverage for all owned, hired, and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03-3 Professional Liability Insurance The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000.00 per claim, $1,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one (1) year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. 9.03-4 Workers Compensation Insurance The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03-5 Subconsultant Compliance The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market, and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102 of the City Code are applicable to this Agreement and are deemed as being incorporated by reference herein. 13 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of a breach of any other provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must maintain an action to enforce the duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Arthur Noriega V City Manager Office of the City Manager, City of Miami 444 SW 2nd Avenue, 10th Floor Miami, Florida 33130-1910 Email: ANoriega©miamigov.com Phone: 305-416-1025 14 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Annie Perez, CPPO Director Department of Procurement, City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: AnniePerez©miamigov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney, City of Miami 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: VictoriaMendez©miamigov.com Phone: 305-416-1832 With Copies to: Hector Badia Interim Director Office of Capital Improvements, City of Miami 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email: HBadia@miamigov.com Phone: 305-416-1236 For EXP U.S. Services Inc.: Kyle Henry Vice President EXP U.S. Services Inc. 201 Alhambra Circle Suite 800 Coral Gables, Florida 33134 Email: Kyle.Henry©exp.com Phone: 561-329-9263 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all the subsections of such Section, unless the reference is made to a subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 15 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants and/or independent contractors retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 Non -Discrimination The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status, national origin or sexual orientation, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA Compliance The Consultant warrants that it will comply with all safety precautions as required by federal, state, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- compliance with safety regulations is exhibited by the Consultant. 10.12-3 ADA Compliance The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 16 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable; or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (Hi) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the project(s), no additional terms or conditions, which materially or substantially vary, modify or alter the terms or conditions of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 10.20 SEVERABILITY If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law 17 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 18 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: EXP U.S. Services Inc., a Foreign Profit Corporation Signature Signature Kyle Henry, Vice President Print Name, Title Print Name, Title ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Arthur Noriega V, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department 19 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of a corporation organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , , a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: Names and addresses of aartners: Name Street Address City State Zip 20 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Signed: Print: NOTARIZATION STATE OF SS: COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 21 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The Consultant shall provide Architectural and Engineering Services for the 1-395 Pedestrian Baywalk and Bikeway Bridge Project located underneath the 1-395 MacArthur Causeway, between Maurice A. Ferre Park (1103 Biscayne Blvd., Miami, FL 33131) in the south, to the property owned by Resorts World Miami LLC/Genting (1 Herald Plaza, Miami, FL 33131) in the north. The Consultant will be tasked with designing an approximately 20-foot wide, over -the -water pedestrian and bicycle (ped/bike) bridge underneath the causeway that will connect the two sites. The approximate run length is 500 feet. A1.01 SCOPE OF SERVICES A1.01-1 The Consultant agrees to provide comprehensive Professional Services in accordance with all applicable laws, building and environmental regulations, including the Florida Building Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. Consultant may be required to perform all or some of the services described in this Agreement, depending on the needs of the City for the Project. The Scope of Services shall include, but are not limited to, complete planning and design services, programming, surveying, geotechnical, feasibility studies, options, evaluations, public meetings, irrigation, lighting, electrical, mechanical, plumbing, landscaping, parking analysis, detailed facility assessments, cost estimates, opinions of probable construction cost, permitting, preparation of bid and construction documents, review of work prepared by Sub -consultants and other consultants, field investigations and observations, construction contract administration, as -built documentation, and other related architectural and engineering services as needed to complete the Project. Consultant shall provide comprehensive architectural and engineering services for the Project for which Consultant was selected in accordance with Section 287.055 Florida Statutes, as amended, Consultants' Competitive Negotiations Act (CCNA). A more detailed version of scope of work is included in Exhibit A., "Consultant Work Order Proposal". A1.02 WORK ORDERS When OCI has determined that the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments. No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order, NTP and/or Purchase Order. ARTICLE A2 OVERVIEW OF PROJECT SERVICES Consultant agrees to provide complete architectural and engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not 22 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Chapter 471 of the Florida Statutes and Rules 61G15-18 through 61G15-37 of the Florida Administrative Code. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. A2.01 FEASABILITY STUDY Please refer to Exhibit A, "Consultant Work Order Proposal". A2.02 SCHEMATIC DESIGN Please refer to Exhibit A, "Consultant Work Order Proposal". A2.03 DESIGN DEVELOPMENT Please refer to Exhibit A, "Consultant Work Order Proposal". A2.04 CONSTRUCTION DOCUMENTS Please refer to Exhibit A, "Consultant Work Order Proposal". A2.05 BIDDING AND AWARD OF CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal". A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal". A2.07 TIME FRAMES FOR COMPLETION The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5. Feasibility Study Schematic Design Design Development 50% Construction Documents 100% Construction Documents Dry — Run Permitting Bidding and Award of Construction Contract Construction Contract Administration 180 days 60 days 90 days 60 days 60 days 60 days 60 days 365 days ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 23 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A3.02-2 Specialty Design: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. A3.02-4 Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, sub -contractor, or equipment manufacturer. A3.02-5 Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Subconsultant for the purposes listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between the Consultant's various permanent offices and Subconsultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this agreement. A4.01-2 Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the Consultant. A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 Other: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. A4.02 SUBCONSULTANT REIMBURSEMENTS Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. 24 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A5.01-2 Soil Borings, Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 General Proiect Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 Existing Drawings: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 above, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A5.02-2 If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. 25 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Inform Studio Architecture Cummins Cederburg Marine Engineering, Environmental Consulting Langan Engineering Survey, Geotechnical Engineering ArquitectonicaGEO Landscape Architecture Janus Research Cultural Resources Assessment Hazen & Sawyer Civil Pedelta Structural SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION John Flint (EXP) Principal Byron Danley (EXP) Senior Project Manager Tom Hoepf (EXP) Technical Expert — Architecture Jose Clavell (EXP) Technical Expert — PD&E Aram Ebben (EXP) Sr. Engineer - Lighting Jeanette Lazo (EXP) Technical Expert — Public Involvement Michael Guthrie (Inform Studio) Lead Architect Jason Cummins (CC) Sr. Engineer Danielle Irwin (CC) Project Engineer Michelle Cintron (ArqGeo) Landscape Architect Margarita Blanco (ArqGeo) Landscape Architect Christopher Kish (H&S) Civil Engineer Rose Jesse (H&S) Certified Cost Estimator Corey Lavigne (Inform Studio) Lead Designer Ken Hardin (Janus) Cultural Resource Lead Carmine Borea (EXP) Structural Engineer Eugene Collings-Bonfil (EXP) Municipal Engineer 26 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rate Fees, and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 - Wages Rates Summary identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative and clerical support, other employee time or travel and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage Rates Summary. 27 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits), and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement. B2.06 ESCALATION There shall be no escalation clause as part of this Agreement. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost, or expense above this figure. B3.02-2 CONDITIONS FOR USE Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify, and/or calculate the complete nature, and/or aspects, tasks, man- hours, or milestones for a Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. 28 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope fora Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Article A4 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets, which can be found on the City's Webpage at https://www.miamigov.com/Government/Departments-Organizations/Office-of- Capital-I mprove ments. The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 Determination of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.05-2 Procedure and Compliance An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-3 Fee Limitations Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be found on the OCI website at https://www.miamigov.com/Government/Departments-Organizations/Office- of-Capital-Improvements. Failure to submit invoice(s) within sixty (60) calendar days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. 29 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the Specialty Subconsultants in the interest of the Work for the purposes identified below: B5.01-1 Transportation: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 Travel and Per Diem: Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. B5.01-3 Communication Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant and Subconsultants. B5.01-4 Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. B5.01-5 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5.01-6 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. 30 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5, Reimbursable Expenses, herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. 31 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) Principal $85.50 $247.95 Senior Project Manager $81.00 $234.90 Technical Expert $76.52 $221.91 Senior Engineer $68.75 $199.38 Project Engineer $51.25 $148.63 Engineer $40.35 $117.02 CAD Designer $38.75 $112.38 Project Administrator $32.07 $93.00 Senior GIS Specialist $44.14 $128.01 (*) Flat rate, no multipliers applied. 32 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MIAMI�" OFFICE OF CAPITAL IMPROVEMENTS (OCI) CONSULTANT STANDARD INVOICE To: ATTN: From: NOTE: City of Miami Office of Capital Improvements (OCI) 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 Invoice Number: Invoice Date: Page: Invoice Period. Contract No.: Contract Title: Project No.: Project Name: Purchase Order No.: Work Order No: Month 00, 0000 From: To: Month 00, 0000 Month 00, 0000 Invoices received past 3:00 PM will be stamped with the Next Business Date Prepare invoices properly to avoid payment delay. Each invoice must be signed by a Principal of the firm as designated. Attach appropriate back-up documents to each invoice. Subm it two (2) signed originals. SERVICE CONTRACT AMOUNT % COMPLETE TOTAL EARNED TO DATE PREVIOUSLY INVOICED CURRENT INVOICE AMOUNT Schematic Design (SD) $ - 0 % $ - $ - $ - Design Development (DD) $ - 0% $ - $ - $ - 30% Construction Documents (30% CD) $ - 0% $ - $ - $ - 60% Construction Documents (60% CD) $ - 0% $ - $ - $ - 90% Construction Documents (90% CD) $ - 0% $ - $ - $ - 100% Construction Documents (100% CD) $ - 0% $- DryRunPermihing $ - 0% $ - $ - $ - Bidding or Negotiation Phase $ - 0% $ - $ - $ - Construction Administration (CA) $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - $ - 0% $- Reimbursable Expenses $ - 0% $ - $ - $ - 1. (Title) $ - 0% $ - $ - $ - 2. (Title) $ - 0% $ - $ - $ - 3. (Title) $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - Additional Services $ - 0% $ - $ - $ - 1. (Title) $ - 0% $ - $ - $ - 2. (Title) $ - 0% $ - $ - $ - 3. (Title) $ - 0% $ - $ - $ - $ - 0% $ - $ - $ - TOTAL: Prior to this Invoice Remaining Contract Balance: $ - $ - $ - $ - Subtotal: $ - $ - Deductions: Total Due : $ - TO BE COMPLETED BY CONSULTANT FIRM CERTIFIED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CHECKUST: Activation Letter of Phase being Invoiced: Supporting Documents for Invoice: Construction Status Report: Final Payment Documents: Additional Service Authorizations: (Signature of Principal) (Type Name and Title of Principal) CITY OF MIAMI APPROVAL: AREA TO BE COMPLETED BY CITY OF MIAMI DATE SIGNATURE Date Received CIP: 0 PROJECT MANAGER CHIEF PROJECT MANAGER Date Received for Payment Processing (Budget Department): ASSISTANT DIRECTOR DIRECTOR 33 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: June 14, 2021 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation for Award of Contract for Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project — D2, for the Office of Capital Improvements REFERENCES: Request for Qualifications ("RFQ") No. 19-20-031 ENCLOSURES: Fee Proposal, 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 that the referenced Project be awarded to EXP U.S. Services, Inc. ("Consultant"), for RFQ No. 19-20-031, Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 (the "Project"). The Consultant shall provide architectural, engineering, and construction phase services and work with the City of Miami ("City"), Miami Downtown Development Agency ("DDA"), Florida Department of Transportation ("FDOT"), and community stakeholders to design three (3) Concepts for an approximately 20-foot wide, over -the -water pedestrian and bicycle (ped/bike) bridge passing underneath the MacArthur Causeway that will connect the existing baywalk within Maurice A. Ferre Park and the future baywalk on the Genting property, which creates a critical connection and Downtown destination. The participatory design process will produce a completed design that prioritizes community needs and desires for an iconic bridge. During Phase 1 of the Project, the Consultant shall fully develop three (3) concepts for the Project: a "Connector Concept," an "Enhanced Connector/Destination Concept," and an "Iconic Destination Concept." Also, the Consultant shall create a Feasibility Study consisting of Project background and purpose; study area and process; existing conditions and data collection inputs; coordination with City Departments; coordination with FDOT; coordination with other planning and development entities having jurisdiction; upland survey; bathymetric survey; marine reconnaissance survey; initial geotechnical investigation; resiliency and material evaluation; permitting requirements and outline; determination of environmental class of action for build alternative; design criteria development; structural designs of bridge concepts; bike and pedestrian traffic counts; baywalk geometric analysis; identify and evaluate existing drainage patterns and outfalls; landscape architecture analysis; conceptual plan of proposed signage; conceptual lighting plan; assistance with funding support; detailed Project schedule; opinion of probable cost; administration and management; and quality assurance/quality control. During Phase 2 of the Project, the Consultant shall provide full design and permitting services for the Concept chosen at the discretion of the City and the DDA; upland survey; coastal design criteria consisting of current measurements, hydrodynamic model development, modelling of tidal and storm hydrodamics, modeling of wave propagation, wave and hydrodynamic loading, scour, and coastal design report; updated marine resources survey; geotechnical investigation; NEPA processing consisting of public involvement, engineering analysis and reports, environmental analysis and reports; submitting environmental PR21126 Page 2 - Recommendation of Award of Professional Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2, Arthur Noriega V, City Manager documents to FDOT; coordination with FDOT on the lease of submerged lands; environmental permitting; utility coordination; schematic design (10%) and design development (40%); final design (90% submittal and 100% submittal); construction documents prepared utilizing the FDOT Standard Specifications; refining the Project Schedule; update of opinion of probable cost; administration management; quality assurance and quality control; and bid processing assistance. FISCAL IMPACT: The potential fiscal impact to the City for the negotiated contract may vary between not -to -exceed amounts of $1,483,479.26 and $4,332,053.41, inclusive of a Reimbursable Expenses and Owner's Contingency Allowances, depending on the Concept chosen by the City for full development at the end of Phase 1. The above not -to -exceed amounts are comprised of the following: Concept 1 "Connector" Concept 2 "Enhanced Connector/Destination" Concept 3 "Iconic Destination" Phase 1 $ 501,268.96 $ 501,268.96 $ 501,268.96 Phase 2 Task 2.1 $ 144,757.30 $ 406,761.31 $ 572,105.00 Task 2.2 $ 663,971.13 $ 1,865,728.13 $ 2,624,124.70 Task 2.3 $ 8,286.75 $ 23,285.38 $ 32,750.62 Task 2.4 $ 53,803.88 $ 151,186.41 $ 212,641.91 Subtotal Phase 2 $ 870,819.06 $ 2,446,961.23 $ 3,441,622.23 Reimbursable Expenses $ 24,309.33 $ 35,000.00 $ 45,000.00 Owner's Contingency $ 87,081.91 $ 244,696.12 $ 344,162.22 Grand Total $ 1,483,479.26 $ 3,227,926.31 $ 4,332,053.41 Currently, Phase 1 is fully funded. Additional funding may be required to proceed with the Concept chosen by the City upon completion of Phase 1. The original price proposal submitted by the Consultant for Phase 1 totaled $608,408.46; therefore, negotiations resulted in $107,139.50 or 17.61% of savings for our taxpayers. BACKGROUND: On July 15, 2020, Procurement issued a solicitation under full and open competition to obtain proposals from qualified firms. On August 28, 2020, Procurement received eight (8) proposals in response to the solicitation (see attached Proposal Security List). Subsequently, the proposals were reviewed by Procurement staff, upon which six (6) proposals were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ; two (2) proposals, however, were deemed non -responsive in accordance with the minimum qualifications and experience requirements of the RFQ. Accordingly, on December 16, 2020, the Evaluation Committee ("Committee") met and completed the evaluation and ranking of all proposals following the stipulated guidelines in the solicitation. The proposals were evaluated in accordance with six (6) evaluation criteria and ranked by total awarded points (see enclosed Report of Evaluation Committee Memorandum). Upon review and subsequent approval of the Report of the Evaluation Committee Memorandum by the City Manager on January 5, 2021, negotiations were initiated with the Consultant, the highest ranked firm. The City's negotiation team, comprised of staff from the Office of Capital Improvements ("OCI") and the PR21126 Page 2 - Recommendation of Award of Professional Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2, Arthur Noriega V, City Manager Office of Planning, Perez Art Museum Miami, and Miami DDA held good faith negotiations with the Consultant's principals that addressed: 1. Coordination of the various professional consulting services necessary for the Project; 2. Established and capped fair market professional services fee schedule; 3. A Project tasking solution which supports an implemental and fiscally sound agreement, in the best interest of the City and its residents, and; 4. Legally sufficient and binding agreement terms and conditions, with the assistance and support of the City Attorney's Office. Successful negotiations were accomplished, and an agreement was mutually reached on April 22, 2021. Based on the above findings, Procurement hereby recommends award of a Professional Services Agreement with EXP U.S. Services, Inc. for the Project. Your signature below indicates your approval of Procurement's recommendation. Approved: Arthur Nori6ga V, City Manager Date: JUN 2 2 2021 c: Nzeribe Ihekwaba, PE, PhD, Deputy City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Jorge Mora, Assistant Director, OCI Neal Schafers, Senior Manager, Planning, Resilience + Transportation, DDA Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR21126 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega, V DATE: December 28, 2020 FILE: City Manager FROM: Annie Perez, CPPO, Director SUBJECT: Report of Evaluation Committee for Department of Procurement �i Request for Qualifications (RFQ) No. 19-20-031, I- 395 Pedestrian Baywalk and Bikeway Bridge Project - D2 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 July 15, 2020, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 19-20-031 for the provision of professional services for the 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 ("Project"), on behalf of the Office of Capital Improvements (OCI). Previously, on March 9, 2020, the State of Florida issued a Declaration of Emergency through Executive Order 20-52 (copy attached) as a result of the Novel Coronavirus Disease 2019 (COVID-19) pandemic. Subsequently, on August 28, 2020, Procurement received eight (8) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, upon which six (6) proposals from Jacobs Engineering Group, Inc. ("Jacobs"), Perkins & Will Architects, Inc. ("Perkins"), NV5, Inc. ("NV5"), EXP U.S. Services, Inc. ("EXP U.S."), Stantec Consulting Services, Inc. ("Stantec"), and Bermello, Ajamil & Partners, Inc. ("Bermello"), 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 an Environmental Engineer without holding a professional registration in the State of Florida as required by the RFQ. On November 30, 2020, pursuant to Section 3.1, "Acceptance/Rejection" and in consultation with the City Attorney's Office, R.E. Chisholm Architects, Inc. and Berenblum Busch Architecture, Inc. were sent non - responsiveness letters outlining the reasons for such decision. 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. On November 11, 2020, an Evaluation Committee ("Committee") was appointed by the City Manager, and the Step 1 Evaluation Committee meeting was scheduled for December 16, 2020 Summary of Evaluation While governed by Florida Statutes Section 287.055, any typical selection of professional services consultants may be comprised of two (2) steps: Step 1 "Evaluation of Qualifications and Experience," and Step 2 "Evaluation of Technical Proposals/Oral Presentations." On December 16, 2020, the Evaluation Committee met and completed the Step 1 evaluation of the six (6) 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: Page 2, Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega V, City Manager Evaluation Criteria Step 1 1. Proposer's Qualifications and Experience 2. Proposer's Project Manager's Qualifications and Experience 3. Proposer's Lead Architect/Designer's Qualifications and Experience 4. Proposer's Team Members Qualifications and Experience 5. Design Philosophy and Process/Technical Capabilities and Approach 6. Amount of Work Awarded by the City Maximum Points (Per Committee Member) 30 20 20 15 10 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") firm 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 August 28, 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 500 points) 1. EXP U.S. Services, Inc. 2. Jacobs Engineering Group, Inc. 3. Stantec Consulting Services, Inc. 4. NV5, Inc. 5. Perkins & Will Architects, Inc. 6. Bermello, Ajamil & Partners, Inc. 455 (20) 437 (20) 395 (25) 394 (10) 384 (15) 356 (20) The Committee decided to waive Step 2 proceedings and oral presentations, as the proposals did not require further clarification. The tabulation and individual Committee member score sheets for the Step 1 meeting are attached as supporting documentation. Consensus Statement The highest ranked firm, EXP U.S., received a total of 455 points out of a maximum total of 500 points. The Committee determined that the firm assembled a team of architectural and engineering professionals distinctly qualified to provide comprehensive services for the Project. The Committee discussed the experience and structure of the firm's proposed multi -discipline team. The firm proposed a substantial group of in-house architectural and engineering professionals, in addition to proposing a team of sub -consultants to support engineering, surveying, certified cost estimating services, geotechnical engineering, and landscape architectural needs. The proposed Lead Architect and Project Manager demonstrated prior experience in multiple pedestrian bridge projects. The firm has substantial experience with pedestrian bridges and seems able to provide alternatives, if necessary. Additionally, the Committee discussed the firm's Design Philosophy and Process. The firm proposed designs and plans that demonstrated a thorough understanding of the City's vision. The firm's proposal also demonstrated an optimal balance between the Project goals of constructing a pedestrian bridge, while creating a destination spot for tourism. After deliberation, the Committee members unanimously agreed that EXP U.S. presented a proposal comprehensively suited to meet the critical needs of the City through the Project. PR21053 Page 3, Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega V, City Manager Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Jeremy Calleros Gauger (Office of Planning), Giraldo Marquez (OCI), Mark Rosenblum (Perez Art Museum Miami), David Martinez, P.E. (City of Miami Beach), and Neil Schafers (Miami Downtown Development Authority) to commence negotiations of a professional services agreement (PSA) with EXP U.S., the highest -ranked responsive and responsible firm, for the provision of architectural and engineering services for the Project. Should negotiations with the firm fail, the Committee hereby requests permission to commence negotiations with the teams listed above, in the preferred order of ranking, until a PSA is successfully negotiated, and subsequently awarded. Approved: Arthur Nciriega V, +ty Manager Date: 5/ c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe lhekwaba, Ph.D., P.E., Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Cesar Garcia -Pons, Director, Office of Planning Neal Schafers, Sr. Manager, Miami DDA Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21053 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners and DATE: December 29, 2020 Honorable Mayor of the City of Miami FROM: Arthur Noriega V City Manager SUBJECT Report of Evaluation Committee for RFQ No. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 ENCLOSURES: Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: ah c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Director, Procurement Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21052 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: November 11, 2020 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Appointment of Evaluation Committee for Request for Qualifications (RFQ) No. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project — D2 — Project No. B-193623 REFERENCES: RFQ No. 19-20-031 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI"), issued RFQ No. 19-20-031 on July 15, 2020, for Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project — D2 — Project No. B-193623. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Committee to evaluate and score proposals received on August 19, 2020. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFQ. Chairperson (non -voting) Anthony Hansen, Sr. Procurement Contracting Officer, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) Giraldo Marquez, Chief Project Manager, OCI, COM Jeremy Calleros Gauger, Deputy Director, Office of Planning ("Planning"), COM External Committee Members (voting) Mark Rosenblum, Chief Operating Officer, Perez Art Museum Miami ("PAMM") Neal Schafers, Senior Manager, Planning, Resilience + Transportation, Miami Downtown Development Authority ("DDA") David Martinez, P.E., LEED®AP, Director, Office of Capital Improvements Projects, City of Miami Beach Alternate Committee Members Jose Lago, Senior Project Manager, OCI, COM David Snow, Chief of Urban Design, Planning, COM APPROVED: hur Noriega V, City Manager AP: ah ////d7/77 Date c: Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo Velez, Senior Assistant City Attorney, Office of the City Attorney Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR20191 Department of Procurement ,t for Qualifications (RFQ) No. 19-20-031 Ian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega, V, City Manager ctor of Procurement Hector Badia, Interim Director, OCI Giraldo Marquez, Chief Project Manager Office of Capital Improvements, City of Miami Jeremy Calleros Gauger, Deputy Director Office of Planning, City of Miami Mark Rosenblum, Chief Operating Officer Perez Art Museum Miami David Martinez, P.E., Director, Office of Capital Improvements, City of Miami Beach Neil Schafers, Sr. Manager, Planning, Resilience and Transportation, Miami DDA SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES ,BULATION 19-20-031 SHEET FQ No. NAME OF FIRM(S) 30 points) 27 30 26 27 27 137 Ind Experience (Max. r's Qualifications and Experience (Max. 20 points) 17 18 16 17 18 86 Designer's Qualifications and Experience (Max. 20 points) 17 15 17 18 17 84 Qualifications and Experience (Max. 15 points) 12 15 12 14 15 68 icess/Technical Capabilities and Approach (Max. 10 points) 8 10 7 8 9 42 )y the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 85 92 82 88 90 437 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Ind Experience (Max. 30 points) 25 22 25 21 24 117 r's Qualifications and Experience (Max. 20 points) 16 13 15 18 16 78 Designer's Qualifications and Experience (Max. 20 points) 16 15 16 14 15 76 Qualifications and Experience (Max. 15 points) 12 12 13 13 11 61 icess/Technical Capabilities and Approach (Max. 10 points) 7 8 8 5 9 37 )y the City (Max. 5 points) 3 3 3 3 3 15 Qualitative Scores 79 73 80 74 78 384 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Department of Procurement ,t for Qualifications (RFQ) No. 19-20-031 Ian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega, V, City Manager ctor of Procurement Hector Badia, Interim Director, OCI Giraldo Marquez, Chief Project Manager Office of Capital Improvements, City of Miami Jeremy Calleros Gauger, Deputy Director Office of Planning, City of Miami Mark Rosenblum, Chief Operating Officer Perez Art Museum Miami David Martinez, P.E., Director, Office of Capital Improvements, City of Miami Beach Neil Schafers, Sr. Manager, Planning, Resilience and Transportation, Miami DDA SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES ,BULATION 19-20-031 SHEET FQ No. NAME OF FIRM(S) 30 points) 24 20 25 25 23 117 [nd Experience (Max. r's Qualifications and Experience (Max. 20 points) 16 12 16 16 16 76 Designer's Qualifications and Experience (Max. 20 points) 16 15 15 17 17 80 Qualifications and Experience (Max. 15 points) 12 15 13 12 15 67 icess/Technical Capabilities and Approach (Max. 10 points) 7 10 7 10 10 44 )y the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 77 74 78 82 83 394 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. ind Experience (Max. 30 points) 28 30 28 28 26 140 r's Qualifications and Experience (Max. 20 points) 18 20 18 20 19 95 Designer's Qualifications and Experience (Max. 20 points) 16 20 17 16 18 87 Qualifications and Experience (Max. 15 points) 13 15 14 15 14 71 icess/Technical Capabilities and Approach (Max. 10 points) 8 8 9 9 8 42 )y the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 87 97 90 92 89 455 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Department of Procurement ,t for Qualifications (RFQ) No. 19-20-031 Ian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega, V, City Manager ctor of Procurement Hector Badia, Interim Director, OCI Giraldo Marquez, Chief Project Manager Office of Capital Improvements, City of Miami Jeremy Calleros Gauger, Deputy Director Office of Planning, City of Miami Mark Rosenblum, Chief Operating Officer Perez Art Museum Miami David Martinez, P.E., Director, Office of Capital Improvements, City of Miami Beach Neil Schafers, Sr. Manager, Planning, Resilience and Transportation, Miami DDA SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES ,BULATION 19-20-031 SHEET FQ No. NAME OF FIRM(S) c. [nd Experience (Max. 30 points) 26 20 24 24 22 116 r's Qualifications and Experience (Max. 20 points) 17 10 16 15 19 77 Designer's Qualifications and Experience (Max. 20 points) 15 10 15 19 16 75 Qualifications and Experience (Max. 15 points) 12 15 13 14 15 69 icess/Technical Capabilities and Approach (Max. 10 points) 7 5 7 6 8 33 )y the City (Max. 5 points) 5 5 5 5 5 25 Qualitative Scores 82 65 80 83 85 395 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. ind Experience (Max. 30 points) 25 20 23 22 14 104 r's Qualifications and Experience (Max. 20 points) 16 10 16 14 15 71 Designer's Qualifications and Experience (Max. 20 points) 15 15 14 15 15 74 Qualifications and Experience (Max. 15 points) 12 12 14 10 11 59 icess/Technical Capabilities and Approach (Max. 10 points) 6 5 7 4 6 28 )y the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 78 66 78 69 65 356 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. curement Contracting Officer RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Giraldo Marquez - Chief Project Manager, Office of Capital Improvements, City of Miami EVALUATION PROPOSERS CRITERIA Jacobs Perkins & Stantec Bermello, Maximum Engineering Will NV5, Inc. EXP U.S. Consulting Ajamil & Points Group, Inc. Architects Inc. Services Inc. Services Inc. Partners, Inc. Proposer's Qualifications and Experience 30 ^�'7 5 2y a j a Proposer's Project Manager's Qualifications and Experience 20 \ 7 1.6 l 1-7 6 Proposer's Lead Architect/Designer's Qualifications 20 // I /- and Experience I 1 (� '�`� I , I Proposer's Team Members Qualifications and Experience 15 1� a 1)- 13 i s Ira Design Philosophy and Process/Technical Capabilities and Approach 10 D -7 7 O 7 C Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 '65 7 / 7 7 7 33? -8 SIGNATURE: Ctc (L) \\( (( " (�Irt(( PRINT NAME: `✓ /4/4,Z.L 12/7/2020 i RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Mark Rosenblum - Chief Operating Officer, Perez Art Museum Miami EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 2 25 2t) 28 2.L-1 23 Proposer's Project Manager's Qualifications and Experience 20 I j 15 1 S /� 1 l0 16, Proposer's Lead Architect/Designer's Qualifications Experience„�/`-j 20 v l'-- I Iand Proposer's Team Members Qualifications and Experience2 15 I I '� I3 I 1 L✓ 1 ^� ) I Li Design Philosophy and Process/Technical Capabilities and Approach 10 7- 8 -i--- 4 9 --- --- Amount of Work Awarded by the City 5 4 3 . 2 4 5 4 TOTAL POINTS 100 eL 80 --8 10 0 ----7-8 SIGNATURE: PRINT NAME: 12/7/2020 6.(k_ T<c).S€OU RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS David Martinez - Director, Office of Capital Improvements Projects, City of Miami Beach EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 2.-7 'z.,1 2j' Zg z4- 7-4 Proposers Project Manager's Qualifications and Experience 20 7 le f� o lc /if Proposers Lead Architect/Designer's Qualifications and Experience 20 le 1 ' / 7 it& tel / C. Proposer's Team Members Qualifications and Experience 15 / 4 / 3 / 2 1r /# /0 Design Philosophy and Process/Technical Capabilities and Approach 10 gl c /O 9 6 / - ''r Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 8 B 74- 8 2. 9 2- 9 3 6,9 SIGNATURE: PRINT NAME: Da-tell144117/ A/EZ 12/7/2020 RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Jeremy k.aiieros Gauger - ueputy Director, Planning Office, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 3 `�®© IP 2-0 , Proposer's Project Manager's Qualifications and Experience 20 '° 19 g` i2 'Le tP to Proposer's Lead Architect/Designer's Qualifications and Experience 20 15 -'i 15 tS t 0 lQ �5 Proposer's Team Members Qualifications and Experience 15 VD tt" 15 1� ' 15 ir2 Design Philosophy and Process/Technical Capabilities and Approach 10 10 — 10 Q 9 5 Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 13% -15 -7. y 61.7 45 tab SIGNATURE: I CA U_ to 12/7/2020 RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Neal Schafers - Senior Manager, Planning, Resilience + Transportation, Miami Downtown Development Agency EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 �'g- I� I Zif �j 11 2 ` Proposer's Project Manager's Qualifications and Experience 20 i� �J - 1 Q I II Proposer's Lead Architect/Designer's Qualifications and Experience 20 . I 15 i el g 151 II Proposer's Team Members Qualifications and Experience 15 )5 1 i Lt [ 5 ti M Design Philosophy and Process/Technical Capabilities and Approach 10 -J 9 _, I 0 53 8 ,6-‘ Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 'W,(� ,. p g ; /2/• �UZCJ PRIP T NAME: F5R.3 344 A- 12/72020 Solicitation #RFQ 19-20-031 - Prof City of Miami Bid #RFQ 19-20-031 - Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project Creation Date Jul 15, 2020 Start Date Jul 16, 2020 5:18:33 PM EDT End Date Aug 28, 2020 5:00:00 PM EDT Awarded Date Not Yet Awarded RFQ 19-20-031--01-01 Proposal Supplier L Unit Price Qty/Unit Total Price Attch. Docs Jacobs Engineering First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: RFQ 19-20-031 Supplier Notes: Jacobs response to RFQ 19-20-031 to provide Professional Engineering Services for 1-395 Pedestrian Baywalk Bikeway Bridge Project and RFQ 19- Perkins+Will First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: RFQ 19-20-031--01-01 Supplier Notes: Perkins & Will Architects, Inc. submission 20-031 for 1 Y NV5 I I First Offer - 1/ each Product Code: Agency Notes: Supplier Product Code: Supplier Notes: RE Chisholm Architects, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: N/A Supplier Notes: Berenblum Busch Architecture First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: EXP First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Stantec Consulting Services Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Bermello Ajamil and Partners Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Please accept the attached as the Bermello Ajamil and Partners, Inc., response to Bid # RFQ 19-20-031 - Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project. Supplier Totals f Bermello Ajamil and Partners Inc. $0.00 Bid Contact Janeen Skelly ngarzon@bermelloajamil.com Ph 305-859-2050 Address 2601 South Bayshore Drive 10th floor Miami, FL 33133 Agency Notes: Supplier Notes: Head Attch: DUI f Berenblum Busch Architecture 8/28/2020 $0.00 p. 1 Solicitation #RFQ 19-20-031 - Prof Bid Contact Gustavo Berenblum gb@bbamiami.com Ph 305-200-5251 City of Miami Address 2200 NW 2nd Avenue, Suite 211 Miami, FL 33127 Agency Notes: Supplier Notes: heaa Attch: iUI f Perkins+Will Bid Contact Jesse Lockwood jesse.lockwood@perkinswill.com Ph 305-569-1333 Bid Notes Perkins & Will Architects, Inc. submission for RFQ 19-20-031 Agency Notes: f RE Chisholm Architects, Inc. Bid Contact Robert Chisholm pbravo@chisholmarchitects.com Ph 305-661-2070 Agency Notes: f Stantec Consulting Services Inc. $0.00 Address MIAMI, FL 33134 Supplier Notes: Head Perkins & Will Architects, Inc. submission Attch: for RFQ 19-20-031 iUl $0.00 Address 782 NW 42nd Ave Suite #650 Miami, FL 33126 Supplier Notes: Head Attch: iUI $0.00 Bid Contact Grace Morales Address 901 Ponce de Leon Blvd., grace.morales@stantec.com #900 Ph 305-445-2900 Coral Gables, FL 33134 Fax 305-445-3366 Agency Notes: Supplier Notes: f Jacobs Engineering $0.00 Bid Contact Alberto Lazaro alberto.lazaro@jacobs.com Ph 305-547-9126 Agency Notes: f EXP Bid Contact Kyle Henry kyle.henry@exp.com Ph 561-329-9263 Agency Notes: f NV5 Bid Contact Alicia Petrulis alicia.petrulis@nv5.com Ph 631-891-3211 Agency Notes: Address MIAMI, FL 33143 Supplier Notes: Head Attch: di Head Attch: itil $0.00 Address 201 Alhambra Circle Suite 800 MIAMI, FL 33134 Supplier Notes: $0.00 Address 32 Old Slip, 4th Floor New York, NY 10005 Supplier Notes: Head Attch: 19 Head Attch: iUI 8/28/2020 p. 2 Solicitation #RFQ City of Miami 19-20-031 - Prof **All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. 8/28/2020 p. 3 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 COVID-19 emerged in China; and WHEREAS, the World Health Organization previously declared COVID-19 a Public Health Emergency of International Concern; and WHEREAS, in response to the recent COVID-19 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-1 9 poses a risk to the entire state of Florida; and 1 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 alcohol -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 ifinstructed 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, I declare a state of emergency exists in the State of Florida. 2 Section 2. I designate the Director of the Division of Emergency Management ("Director") as the State Coordinating Officer for the duration of this emergency and direct him to execute the State's Comprehensive Emergency Management Plan and other response, recovery, and mitigation plans necessary to cope with the emergency. Additionally, I 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, I 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 of the 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. I 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, I 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" means any emergency 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: 1) 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 of permanent 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. I direct each State agency to report the closure of any State 5 building or facility to the Secretary of the Department of Management Services. Under the authority contained in section 252.36, Florida Statutes, I direct each County to report the closure of any building or facility operated or maintained by 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: 1) Maintain an 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 252.37(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 professionals and 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 this emergency 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 of Health. 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: 6t/.(iall)1/1 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 March, 20 7 1 STATE OF FLORIDA OFFICE OF THE GOVERNOR EXECUTIVE ORDER NUMBER 20-69 (Emergency Management — COVID-19 — 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-19; 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 9, 2020, I issued Executive Order 20-52 declaring a state of emergency for the entire State of Florida as a result of COVID-19; and WHEREAS, on March 16, 2020, President Donald J. 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 of more 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 emergency; and WHEREAS, it is necessary and appropriate to take action to ensure that COVID-19 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 1. I hereby suspend any Florida Statute that requires a quorum to be present in person or requires a local government body to meet at a specific public place. Section 2. Local government bodies may utilize communications media technology, such as telephonic and video conferencing, as provided in section 120.54(5)(b)2., Florida Statutes. Section 3. This Executive Order does not waive any other requirement under the Florida Constitution 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, I 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: SECRETARY OF STATE 0 ca CO Titg u# 4Thtmi ANNIE PEREZ, CPPO Arthur Noriega V Procurement Director City Manager , i 0 K June 28, 2021 All Responding Proposers (See Distribution List) SUBJECT: RFQ No.: 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project — D2 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 305-416-1902 or FPonassi(a�miamigov.com. Sincerely, Fernando V. Ponassi , MA Arch., MA PPA, LEED®AP Assistant Director, A&E and Construction Services Distribution List: Berenblum Busch Architecture, Inc. Bermello, Ajamil & Partners, Inc. EXP U.S. Services, Inc. Jacobs Engineering Group, Inc. NV5, Inc. Perkins & Will Architects, Inc. R.E. Chisholm Architects, Inc. Stantec Consulting Services, 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, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega, V DATE: December 28, 2020 FILE: City Manager FROM: Annie Perez, CPPO, Director SUBJECT: Report of Evaluation Committee for Department of Procurement �i Request for Qualifications (RFQ) No. 19-20-031, I- 395 Pedestrian Baywalk and Bikeway Bridge Project - D2 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 July 15, 2020, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 19-20-031 for the provision of professional services for the 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 ("Project"), on behalf of the Office of Capital Improvements (OCI). Previously, on March 9, 2020, the State of Florida issued a Declaration of Emergency through Executive Order 20-52 (copy attached) as a result of the Novel Coronavirus Disease 2019 (COVID-19) pandemic. Subsequently, on August 28, 2020, Procurement received eight (8) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, upon which six (6) proposals from Jacobs Engineering Group, Inc. ("Jacobs"), Perkins & Will Architects, Inc. ("Perkins"), NV5, Inc. ("NV5"), EXP U.S. Services, Inc. ("EXP U.S."), Stantec Consulting Services, Inc. ("Stantec"), and Bermello, Ajamil & Partners, Inc. ("Bermello"), 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 an Environmental Engineer without holding a professional registration in the State of Florida as required by the RFQ. On November 30, 2020, pursuant to Section 3.1, "Acceptance/Rejection" and in consultation with the City Attorney's Office, R.E. Chisholm Architects, Inc. and Berenblum Busch Architecture, Inc. were sent non - responsiveness letters outlining the reasons for such decision. 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. On November 11, 2020, an Evaluation Committee ("Committee") was appointed by the City Manager, and the Step 1 Evaluation Committee meeting was scheduled for December 16, 2020 Summary of Evaluation While governed by Florida Statutes Section 287.055, any typical selection of professional services consultants may be comprised of two (2) steps: Step 1 "Evaluation of Qualifications and Experience," and Step 2 "Evaluation of Technical Proposals/Oral Presentations." On December 16, 2020, the Evaluation Committee met and completed the Step 1 evaluation of the six (6) 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: Page 2, Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega V, City Manager Evaluation Criteria Step 1 1. Proposer's Qualifications and Experience 2. Proposer's Project Manager's Qualifications and Experience 3. Proposer's Lead Architect/Designer's Qualifications and Experience 4. Proposer's Team Members Qualifications and Experience 5. Design Philosophy and Process/Technical Capabilities and Approach 6. Amount of Work Awarded by the City Maximum Points (Per Committee Member) 30 20 20 15 10 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") firm 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 August 28, 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 500 points) 1. EXP U.S. Services, Inc. 2. Jacobs Engineering Group, Inc. 3. Stantec Consulting Services, Inc. 4. NV5, Inc. 5. Perkins & Will Architects, Inc. 6. Bermello, Ajamil & Partners, Inc. 455 (20) 437 (20) 395 (25) 394 (10) 384 (15) 356 (20) The Committee decided to waive Step 2 proceedings and oral presentations, as the proposals did not require further clarification. The tabulation and individual Committee member score sheets for the Step 1 meeting are attached as supporting documentation. Consensus Statement The highest ranked firm, EXP U.S., received a total of 455 points out of a maximum total of 500 points. The Committee determined that the firm assembled a team of architectural and engineering professionals distinctly qualified to provide comprehensive services for the Project. The Committee discussed the experience and structure of the firm's proposed multi -discipline team. The firm proposed a substantial group of in-house architectural and engineering professionals, in addition to proposing a team of sub -consultants to support engineering, surveying, certified cost estimating services, geotechnical engineering, and landscape architectural needs. The proposed Lead Architect and Project Manager demonstrated prior experience in multiple pedestrian bridge projects. The firm has substantial experience with pedestrian bridges and seems able to provide alternatives, if necessary. Additionally, the Committee discussed the firm's Design Philosophy and Process. The firm proposed designs and plans that demonstrated a thorough understanding of the City's vision. The firm's proposal also demonstrated an optimal balance between the Project goals of constructing a pedestrian bridge, while creating a destination spot for tourism. After deliberation, the Committee members unanimously agreed that EXP U.S. presented a proposal comprehensively suited to meet the critical needs of the City through the Project. PR21053 Page 3, Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega V, City Manager Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Jeremy Calleros Gauger (Office of Planning), Giraldo Marquez (OCI), Mark Rosenblum (Perez Art Museum Miami), David Martinez, P.E. (City of Miami Beach), and Neil Schafers (Miami Downtown Development Authority) to commence negotiations of a professional services agreement (PSA) with EXP U.S., the highest -ranked responsive and responsible firm, for the provision of architectural and engineering services for the Project. Should negotiations with the firm fail, the Committee hereby requests permission to commence negotiations with the teams listed above, in the preferred order of ranking, until a PSA is successfully negotiated, and subsequently awarded. Approved: Arthur Nciriega V, +ty Manager Date: 5/ c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe lhekwaba, Ph.D., P.E., Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Cesar Garcia -Pons, Director, Office of Planning Neal Schafers, Sr. Manager, Miami DDA Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21053 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners and DATE: December 29, 2020 Honorable Mayor of the City of Miami FROM: Arthur Noriega V City Manager SUBJECT Report of Evaluation Committee for RFQ No. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2 ENCLOSURES: Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: ah c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Director, Procurement Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21052 Department of Procurement ,t for Qualifications (RFQ) No. 19-20-031 Ian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega, V, City Manager ctor of Procurement Hector Badia, Interim Director, OCI Giraldo Marquez, Chief Project Manager Office of Capital Improvements, City of Miami Jeremy Calleros Gauger, Deputy Director Office of Planning, City of Miami Mark Rosenblum, Chief Operating Officer Perez Art Museum Miami David Martinez, P.E., Director, Office of Capital Improvements, City of Miami Beach Neil Schafers, Sr. Manager, Planning, Resilience and Transportation, Miami DDA SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES ,BULATION 19-20-031 SHEET FQ No. NAME OF FIRM(S) 30 points) 27 30 26 27 27 137 Ind Experience (Max. r's Qualifications and Experience (Max. 20 points) 17 18 16 17 18 86 Designer's Qualifications and Experience (Max. 20 points) 17 15 17 18 17 84 Qualifications and Experience (Max. 15 points) 12 15 12 14 15 68 icess/Technical Capabilities and Approach (Max. 10 points) 8 10 7 8 9 42 )y the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 85 92 82 88 90 437 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Ind Experience (Max. 30 points) 25 22 25 21 24 117 r's Qualifications and Experience (Max. 20 points) 16 13 15 18 16 78 Designer's Qualifications and Experience (Max. 20 points) 16 15 16 14 15 76 Qualifications and Experience (Max. 15 points) 12 12 13 13 11 61 icess/Technical Capabilities and Approach (Max. 10 points) 7 8 8 5 9 37 )y the City (Max. 5 points) 3 3 3 3 3 15 Qualitative Scores 79 73 80 74 78 384 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Department of Procurement ,t for Qualifications (RFQ) No. 19-20-031 Ian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega, V, City Manager ctor of Procurement Hector Badia, Interim Director, OCI Giraldo Marquez, Chief Project Manager Office of Capital Improvements, City of Miami Jeremy Calleros Gauger, Deputy Director Office of Planning, City of Miami Mark Rosenblum, Chief Operating Officer Perez Art Museum Miami David Martinez, P.E., Director, Office of Capital Improvements, City of Miami Beach Neil Schafers, Sr. Manager, Planning, Resilience and Transportation, Miami DDA SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES ,BULATION 19-20-031 SHEET FQ No. NAME OF FIRM(S) 30 points) 24 20 25 25 23 117 [nd Experience (Max. r's Qualifications and Experience (Max. 20 points) 16 12 16 16 16 76 Designer's Qualifications and Experience (Max. 20 points) 16 15 15 17 17 80 Qualifications and Experience (Max. 15 points) 12 15 13 12 15 67 icess/Technical Capabilities and Approach (Max. 10 points) 7 10 7 10 10 44 )y the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 77 74 78 82 83 394 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. ind Experience (Max. 30 points) 28 30 28 28 26 140 r's Qualifications and Experience (Max. 20 points) 18 20 18 20 19 95 Designer's Qualifications and Experience (Max. 20 points) 16 20 17 16 18 87 Qualifications and Experience (Max. 15 points) 13 15 14 15 14 71 icess/Technical Capabilities and Approach (Max. 10 points) 8 8 9 9 8 42 )y the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 87 97 90 92 89 455 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Department of Procurement ,t for Qualifications (RFQ) No. 19-20-031 Ian Baywalk and Bikeway Bridge Project - D2 Arthur Noriega, V, City Manager ctor of Procurement Hector Badia, Interim Director, OCI Giraldo Marquez, Chief Project Manager Office of Capital Improvements, City of Miami Jeremy Calleros Gauger, Deputy Director Office of Planning, City of Miami Mark Rosenblum, Chief Operating Officer Perez Art Museum Miami David Martinez, P.E., Director, Office of Capital Improvements, City of Miami Beach Neil Schafers, Sr. Manager, Planning, Resilience and Transportation, Miami DDA SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES ,BULATION 19-20-031 SHEET FQ No. NAME OF FIRM(S) c. [nd Experience (Max. 30 points) 26 20 24 24 22 116 r's Qualifications and Experience (Max. 20 points) 17 10 16 15 19 77 Designer's Qualifications and Experience (Max. 20 points) 15 10 15 19 16 75 Qualifications and Experience (Max. 15 points) 12 15 13 14 15 69 icess/Technical Capabilities and Approach (Max. 10 points) 7 5 7 6 8 33 )y the City (Max. 5 points) 5 5 5 5 5 25 Qualitative Scores 82 65 80 83 85 395 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. ind Experience (Max. 30 points) 25 20 23 22 14 104 r's Qualifications and Experience (Max. 20 points) 16 10 16 14 15 71 Designer's Qualifications and Experience (Max. 20 points) 15 15 14 15 15 74 Qualifications and Experience (Max. 15 points) 12 12 14 10 11 59 icess/Technical Capabilities and Approach (Max. 10 points) 6 5 7 4 6 28 )y the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 78 66 78 69 65 356 ative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. curement Contracting Officer RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Giraldo Marquez - Chief Project Manager, Office of Capital Improvements, City of Miami EVALUATION PROPOSERS CRITERIA Jacobs Perkins & Stantec Bermello, Maximum Engineering Will NV5, Inc. EXP U.S. Consulting Ajamil & Points Group, Inc. Architects Inc. Services Inc. Services Inc. Partners, Inc. Proposer's Qualifications and Experience 30 ^�'7 5 2y a j a Proposer's Project Manager's Qualifications and Experience 20 \ 7 1.6 l 1-7 6 Proposer's Lead Architect/Designer's Qualifications 20 // I /- and Experience I 1 (� '�`� I , I Proposer's Team Members Qualifications and Experience 15 1� a 1)- 13 i s Ira Design Philosophy and Process/Technical Capabilities and Approach 10 D -7 7 O 7 C Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 '65 7 / 7 7 7 33? -8 SIGNATURE: Ctc (L) \\( (( " (�Irt(( PRINT NAME: `✓ /4/4,Z.L 12/7/2020 i RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Mark Rosenblum - Chief Operating Officer, Perez Art Museum Miami EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 2 25 2t) 28 2.L-1 23 Proposer's Project Manager's Qualifications and Experience 20 I j 15 1 S /� 1 l0 16, Proposer's Lead Architect/Designer's Qualifications Experience„�/`-j 20 v l'-- I Iand Proposer's Team Members Qualifications and Experience2 15 I I '� I3 I 1 L✓ 1 ^� ) I Li Design Philosophy and Process/Technical Capabilities and Approach 10 7- 8 -i--- 4 9 --- --- Amount of Work Awarded by the City 5 4 3 . 2 4 5 4 TOTAL POINTS 100 eL 80 --8 10 0 ----7-8 SIGNATURE: PRINT NAME: 12/7/2020 6.(k_ T<c).S€OU RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS David Martinez - Director, Office of Capital Improvements Projects, City of Miami Beach EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 2.-7 'z.,1 2j' Zg z4- 7-4 Proposers Project Manager's Qualifications and Experience 20 7 le f� o lc /if Proposers Lead Architect/Designer's Qualifications and Experience 20 le 1 ' / 7 it& tel / C. Proposer's Team Members Qualifications and Experience 15 / 4 / 3 / 2 1r /# /0 Design Philosophy and Process/Technical Capabilities and Approach 10 gl c /O 9 6 / - ''r Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 8 B 74- 8 2. 9 2- 9 3 6,9 SIGNATURE: PRINT NAME: Da-tell144117/ A/EZ 12/7/2020 RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Jeremy k.aiieros Gauger - ueputy Director, Planning Office, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 3 `�®© IP 2-0 , Proposer's Project Manager's Qualifications and Experience 20 '° 19 g` i2 'Le tP to Proposer's Lead Architect/Designer's Qualifications and Experience 20 15 -'i 15 tS t 0 lQ �5 Proposer's Team Members Qualifications and Experience 15 VD tt" 15 1� ' 15 ir2 Design Philosophy and Process/Technical Capabilities and Approach 10 10 — 10 Q 9 5 Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 13% -15 -7. y 61.7 45 tab SIGNATURE: I CA U_ to 12/7/2020 RFQ NO. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project D2 EVALUATION OF PROPOSALS Neal Schafers - Senior Manager, Planning, Resilience + Transportation, Miami Downtown Development Agency EVALUATION PROPOSERS CRITERIA Maximum Points Jacobs Engineering Group, Inc. Perkins & Will Architects Inc. NV5, Inc. EXP U.S. Services Inc. Stantec Consulting Services Inc. Bermello, Ajamil & Partners, Inc. Proposer's Qualifications and Experience 30 �'g- I� I Zif �j 11 2 ` Proposer's Project Manager's Qualifications and Experience 20 i� �J - 1 Q I II Proposer's Lead Architect/Designer's Qualifications and Experience 20 . I 15 i el g 151 II Proposer's Team Members Qualifications and Experience 15 )5 1 i Lt [ 5 ti M Design Philosophy and Process/Technical Capabilities and Approach 10 -J 9 _, I 0 53 8 ,6-‘ Amount of Work Awarded by the City 5 4 3 2 4 5 4 TOTAL POINTS 100 'W,(� ,. p g ; /2/• �UZCJ PRIP T NAME: F5R.3 344 A- 12/72020 Solicitation #RFQ 19-20-031 - Prof City of Miami Bid #RFQ 19-20-031 - Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project Creation Date Jul 15, 2020 Start Date Jul 16, 2020 5:18:33 PM EDT End Date Aug 28, 2020 5:00:00 PM EDT Awarded Date Not Yet Awarded RFQ 19-20-031--01-01 Proposal Supplier L Unit Price Qty/Unit Total Price Attch. Docs Jacobs Engineering First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: RFQ 19-20-031 Supplier Notes: Jacobs response to RFQ 19-20-031 to provide Professional Engineering Services for 1-395 Pedestrian Baywalk Bikeway Bridge Project and RFQ 19- Perkins+Will First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: RFQ 19-20-031--01-01 Supplier Notes: Perkins & Will Architects, Inc. submission 20-031 for 1 Y NV5 I I First Offer - 1/ each Product Code: Agency Notes: Supplier Product Code: Supplier Notes: RE Chisholm Architects, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: N/A Supplier Notes: Berenblum Busch Architecture First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: EXP First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Stantec Consulting Services Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Bermello Ajamil and Partners Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Please accept the attached as the Bermello Ajamil and Partners, Inc., response to Bid # RFQ 19-20-031 - Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project. Supplier Totals f Bermello Ajamil and Partners Inc. $0.00 Bid Contact Janeen Skelly ngarzon@bermelloajamil.com Ph 305-859-2050 Address 2601 South Bayshore Drive 10th floor Miami, FL 33133 Agency Notes: Supplier Notes: Head Attch: DUI f Berenblum Busch Architecture 8/28/2020 $0.00 p. 1 Solicitation #RFQ 19-20-031 - Prof Bid Contact Gustavo Berenblum gb@bbamiami.com Ph 305-200-5251 City of Miami Address 2200 NW 2nd Avenue, Suite 211 Miami, FL 33127 Agency Notes: Supplier Notes: heaa Attch: iUI f Perkins+Will Bid Contact Jesse Lockwood jesse.lockwood@perkinswill.com Ph 305-569-1333 Bid Notes Perkins & Will Architects, Inc. submission for RFQ 19-20-031 Agency Notes: f RE Chisholm Architects, Inc. Bid Contact Robert Chisholm pbravo@chisholmarchitects.com Ph 305-661-2070 Agency Notes: f Stantec Consulting Services Inc. $0.00 Address MIAMI, FL 33134 Supplier Notes: Head Perkins & Will Architects, Inc. submission Attch: for RFQ 19-20-031 iUl $0.00 Address 782 NW 42nd Ave Suite #650 Miami, FL 33126 Supplier Notes: Head Attch: iUI $0.00 Bid Contact Grace Morales Address 901 Ponce de Leon Blvd., grace.morales@stantec.com #900 Ph 305-445-2900 Coral Gables, FL 33134 Fax 305-445-3366 Agency Notes: Supplier Notes: f Jacobs Engineering $0.00 Bid Contact Alberto Lazaro alberto.lazaro@jacobs.com Ph 305-547-9126 Agency Notes: f EXP Bid Contact Kyle Henry kyle.henry@exp.com Ph 561-329-9263 Agency Notes: f NV5 Bid Contact Alicia Petrulis alicia.petrulis@nv5.com Ph 631-891-3211 Agency Notes: Address MIAMI, FL 33143 Supplier Notes: Head Attch: di Head Attch: itil $0.00 Address 201 Alhambra Circle Suite 800 MIAMI, FL 33134 Supplier Notes: $0.00 Address 32 Old Slip, 4th Floor New York, NY 10005 Supplier Notes: Head Attch: 19 Head Attch: iUI 8/28/2020 p. 2 Solicitation #RFQ City of Miami 19-20-031 - Prof **All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. 8/28/2020 p. 3 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 COVID-19 emerged in China; and WHEREAS, the World Health Organization previously declared COVID-19 a Public Health Emergency of International Concern; and WHEREAS, in response to the recent COVID-19 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-1 9 poses a risk to the entire state of Florida; and 1 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 alcohol -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 ifinstructed 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, I declare a state of emergency exists in the State of Florida. 2 Section 2. I designate the Director of the Division of Emergency Management ("Director") as the State Coordinating Officer for the duration of this emergency and direct him to execute the State's Comprehensive Emergency Management Plan and other response, recovery, and mitigation plans necessary to cope with the emergency. Additionally, I 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, I 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 of the 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. I 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, I 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" means any emergency 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: 1) 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 of permanent 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. I direct each State agency to report the closure of any State 5 building or facility to the Secretary of the Department of Management Services. Under the authority contained in section 252.36, Florida Statutes, I direct each County to report the closure of any building or facility operated or maintained by 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: 1) Maintain an 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 252.37(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 professionals and 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 this emergency 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 of Health. 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: 6t/.(iall)1/1 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 March, 20 7 1 STATE OF FLORIDA OFFICE OF THE GOVERNOR EXECUTIVE ORDER NUMBER 20-69 (Emergency Management — COVID-19 — 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-19; 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 9, 2020, I issued Executive Order 20-52 declaring a state of emergency for the entire State of Florida as a result of COVID-19; and WHEREAS, on March 16, 2020, President Donald J. 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 of more 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 emergency; and WHEREAS, it is necessary and appropriate to take action to ensure that COVID-19 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 1. I hereby suspend any Florida Statute that requires a quorum to be present in person or requires a local government body to meet at a specific public place. Section 2. Local government bodies may utilize communications media technology, such as telephonic and video conferencing, as provided in section 120.54(5)(b)2., Florida Statutes. Section 3. This Executive Order does not waive any other requirement under the Florida Constitution 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, I 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: SECRETARY OF STATE 0 ca CO CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: November 11, 2020 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Appointment of Evaluation Committee for Request for Qualifications (RFQ) No. 19-20-031 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project — D2 — Project No. B-193623 REFERENCES: RFQ No. 19-20-031 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI"), issued RFQ No. 19-20-031 on July 15, 2020, for Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project — D2 — Project No. B-193623. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Committee to evaluate and score proposals received on August 19, 2020. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFQ. Chairperson (non -voting) Anthony Hansen, Sr. Procurement Contracting Officer, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) Giraldo Marquez, Chief Project Manager, OCI, COM Jeremy Calleros Gauger, Deputy Director, Office of Planning ("Planning"), COM External Committee Members (voting) Mark Rosenblum, Chief Operating Officer, Perez Art Museum Miami ("PAMM") Neal Schafers, Senior Manager, Planning, Resilience + Transportation, Miami Downtown Development Authority ("DDA") David Martinez, P.E., LEED®AP, Director, Office of Capital Improvements Projects, City of Miami Beach Alternate Committee Members Jose Lago, Senior Project Manager, OCI, COM David Snow, Chief of Urban Design, Planning, COM APPROVED: hur Noriega V, City Manager AP: ah ////d7/77 Date c: Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo Velez, Senior Assistant City Attorney, Office of the City Attorney Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR20191 9/8/2020 Detail by FEI/EIN Number DIVISION OF CORPORATION it L)j I L i i 1 Of /4 i .Org L`Df,PJr)ATIJI un official 1wi of Fluridp w eb.air Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation EXP U.S. SERVICES INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 56 Queen Street East Suite 301 Brampton, Ontario L6V 4M8 CA F11000001440 46-0523964 04/04/2011 DE ACTIVE AMENDMENT 02/27/2012 NONE Changed: 05/13/2020 Mailing Address 56 Queen Street East Suite 301 Brampton, Ontario L6V 4M8 CA Changed: 05/13/2020 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 12/22/2011 Address Changed: 12/22/2011 Officer/Director Detail Name & Address Title VP Stevens, Phil search sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&SearchNameOrder--460523964F1100.. 1/3 9/8/2020 2601 Westhall Lane Maitland, FL 32751 Detail by FEI/EIN Number Title CFO/Treasurer Walters, Deborah 205 N. Michigan Ave. Suite 3600 Chicago, IL 60601 Title Director/COO/President Dvorak, Mark 205 N. Michigan Ave. Suite 3600 Chicago, IL 60601 Title Chairman of the board/CEO Dvorak, Ivan 205 N. Michigan Ave. Suite 3600 Chicago, IL 60601 Title Secretary Ahn, Hae-Jin (Priscilla) 56 Queen Street East Suite 301 Brampton, Ontario L6V 4M8 CA Title VP Weise, Kathy 205 N. Michigan Ave. Suite 3600 Chicago, IL 60601 Title VP McGuire, William 2601 Westhall Lane Maitland, FL 32751 Title VP Danley, Byron 205 North Michigan Avenue Suite 3600 Chicago, IL 60601 Title VP search sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder--460523964F1100.. 2/3 9/8/2020 Nair, R Shankar 442 E. North Water St. Chicago, IL 60601 Title VP Gibson, Paul 5670 Oberlin Drive San Diego, CA 92121 Title Director/Executive Vice President Neumann, Timothy D 5700 Fairmount Ave. Downers Grove, IL 60516 Annual Reports Report Year Filed Date 2019 03/28/2019 2019 05/13/2019 2020 05/13/2020 Document Imams Detail by FEI/EIN Number 05/13/2020 -- ANNUAL REPORT View image in PDF format 05/13/2019 -- AMENDED ANNUAL REPORT View image in PDF format 03/28/2019 -- ANNUAL REPORT View image in PDF format 04/20/2018 -- AMENDED ANNUAL REPORT View image in PDF format 04/04/2018 -- ANNUAL REPORT View image in PDF format 11/17/2017 -- AMENDED ANNUAL REPORT View image in PDF format O6/19/2017 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2017 -- AMENDED ANNUAL REPORT View image in PDF format 04/21/2017 -- ANNUAL REPORT View image in PDF format 04/04/2016 -- ANNUAL REPORT View image in PDF format 04/23/2015 -- ANNUAL REPORT View image in PDF format 04/05/2014 -- ANNUAL REPORT View image in PDF format 04/15/2013 -- ANNUAL REPORT View image in PDF format 04/26/2012 -- ANNUAL REPORT View image in PDF format 02/27/2012 -- Amendment View image in PDF format 12/22/2011 -- Reg. Agent Change View image in PDF format 09/21/2011 -- Amendment View image in PDF format 04/04/2011 -- Foreign Profit View image in PDF format Florida Department of State, Division o search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder--460523964F1100... 3/3 professional engineering services submitted by Exp U.S. Services Inc. 201 Alhambra Circle, Suite 800 I Coral Gables, Florida 33134 I USA t: +1. 561.329.9263 I f: +1. 312.616.6069 11 QUALIFICATIONS AND EXPERIENCE REQUIREMENTS =, Al TABLE OF CONTENTS A.2 PROPOSAL COVER LETTER A.3 NARRATIVE A.4 QUALIFICATIONS OF THE PROPOSER A.5 EXPERIENCE OF THE PROPOSER A.6 QUALIFICATIONS OF THE PROJECT MANAGER A.7 EXPERIENCE OF THE PROJECT MANAGER A.8 QUALIFICATIONS OF THE LEAD ARCHITECT / DESIGNER A.9 EXPERIENCE OF THE LEAD ARCHITECT /DESIGNER A.10 QUALIFICATIONS OF THE MARINE STRUCTURAL ENGINEER A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER A.12 QUALIFICATIONS AND EXPERIENCE OF OTHER REQUIRED PERSONNEL A.13 TEAM ORGANIZATION CHART TABLE OF CONTENTS A. QUALIFICATIONS AND EXPERIENCE REQUIREMENTS Al. TABLE OF CONTENTS A.2. PROPOSAL COVER LETTER A.3. NARRATIVE A.4. QUALIFICATIONS OF THE PROPOSER A.5. EXPERIENCE OF THE PROPOSER A.6. QUALIFICATIONS OF THE PROJECT MANAGER A.7. EXPERIENCE OF THE PROJECT MANAGER A.B. QUALIFICATIONS OF THE LEAD ARCHITECT / DESIGNER A.9. EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER A.10. QUALIFICATIONS OF THE MARINE STRUCTURAL ENGINEER A.11. EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER A.12. QUALIFICATIONS AND EXPERIENCE OF OTHER REQUIRED PERSONNEL A.13. TEAM ORGANIZATION CHART B. DESIGN PHILOSOPHY AND PROCESS B.1. DESIGN PHILOSOPHY AND PROCESS B.2. TECHNICAL CAPABILITIES AND APPROACH C. RFQ FORMS Cl. RFQ PROPOSAL FORMS (SECTION 6.0) C.2. BUSINESS TAX RECEIPT(S) / OCCUPATIONAL LICENSE(S) FOR PROPOSER AND ALL SUB-CONSULTANT(S) C.3. FDOT NOTICE OF QUALIFICATIONS exp. PROPOSAL COVER LETTER exp. A.2. PROPOSAL COVER LETTER I 4 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Cover Letter - RFQ-PCL RFQ No.: 19-20-031 RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Proposer: Exp U.S. Services Inc. Name: EXP Address: 201 Alhambra Circle Suite 800 Coral Gables, Florida 33134 FEIN #: Florida Corporation No.: 46-0523964 F11000001440 Proposer's Contact Person: Kyle Henry Title: Telephone: Vice President, Business Development 561.329.9263 E-Mail: kyle.henry@exp.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: Kyle Henry Title: Vice President, Business Development Signature: Date: 08/19/2020 RFQ-PCL Revised 4/2/18 8/3/2020 11:53 AM p. 44 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. NARRATIVE exp. A.3. NARRATIVE I 6 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN RFQ No.: 19-20-031 RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Proposer: Exp U.S. Services Inc. In the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4.1(A)(3) of the RFQ. Bridges are vital connections for our communities — creating the journey to new destinations and linking our environment. As a multidisciplinary infrastructure practice, EXP provides innovative solutions to build, preserve, maintain and enhance the world's bridges. Since our founding, we have planned, designed, inspected, repaired, rehabilitated and constructed well over 1,000 bridges. We have delivered award -winning designs over road, rail and waterways — from iconic long -span river crossings to unique pedestrian bridges that establish meaningful community connections. We have inspected major structures, led rehabilitation improvement programs, and have delivered cost- effective solutions to help owners extend the life of their infrastructure. EXP has been in business for over 114 years via heritage companies and employs 3500+ professionals worldwide with 90+ offices across North America. With offices in Coral Gables, Maitland, Sarasota, Tallahassee, Fort Myers and Tampa, Florida our company has a right mix of local and national experts. Our corporate and ownership structure is a privately -owned North American corporation. Our Corporate leadership team is comprised of a Board of Directors and an Executive Team, with leaders from across the various regions and groups. Our "flat" leadership structure across the company enables efficient decision making and resource identifications. Our team has been methodically established to bring together the best local firms of Miami -Dade county combined with word class expertise that will form an integrated team to solve the connection issue and create an iconic destination for the City of Miami. We have recent and relevant experience creating iconic destinations and working directly for or interfacing with all the stakeholders that impact the 1-395 Pedestrian Baywalk and Bikeway Bridge. Our Project Manager Byron Danley has proven experience managing iconic pedestrian bridges and understanding of the sensitivities designing and construction infrastructure and bridges in Florida. Our team has been established to meet and exceed the minimum qualifications requirements RFQ-PN Revised 4/2/18 8/3/2020 11:53 AM p. 45 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.3. NARRATIVE 7 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN Please utilize the space below, as necessary. Inform Studio ►FORMFounded in 2.000, Inform Studio is a Woman -Owned practice with offices in Metro Detroit and hicago. We work as a multidisciplinary team of Architects, Interior Designers, Engineers, Urban and Computational Designers on projects in the realm of culture, retail, mixed -use, urban design and housing. Inform Studio creates experiential connections between people, place and culture. We design to support expression and create identity. Inform Studio designs to strengthen communities and connect its members. Inform Studio designs for inclusion because they believe every person has value. Inform Studio Designs for tomorrow because it can improve today. Inform Studio will provide the Lead Architect/Designer. Cummins Cederberg CUMMINS I CEDERBERG Coastal & Marine Engineering Cummins Cederberg has developed a reputation for quality and client satisfaction, built upon an expertise in the coastal and marine environments. The firm has thrived with an exclusive focus in these environments without diluting knowledge or resources amongst other disciplines. Founded by Jason Cummins, PE, and Jannek Cederberg, PE, they have successfully grown and established themselves as the leading engineering firm for complex coastal and marine engineering projects in Florida, Latin America, and the Caribbean, with offices in Miami, Fort Lauderdale, Jupiter, and Tallahassee. The Cummins Cederberg team of engineers and marine scientists have extensive experience in coastal and marine related projects. Our project experience includes numerous $100M+ waterfront and infrastructure projects with private and public clients. Their team has unique comprehensive knowledge ranging from initial field investigations, such as bathymetric surveying, tide/current/wave measurements, underwater structural inspections, environmental assessments, and soil borings, to CUMMINS CEDERBERG HAS TEAMED WITH KEARNS CONSTRUCTION CO., THE PRIME CONTRACTOR, FOR THIS $22M DESIGN -BUILD CONTRACT WITH THE CITY OF MIAMI. AS THE LEAD ENGINEERING CONSULTANT, CUMMINS CEDERBERG IS RESPONSIBLE FOR ALL ENGINEERING AND CONSTRUCTION DRAWING DEVELOPMENT, REGULATORY PERMITTING, AND CONSTRUCTION SERVICES INCLUDING SPECIALTY INSPECTIONS, PRODUCT DOCUMENTATION MANAGEMENT, AND ACTIVE CONSTRUCTION SUPPORT. RFQ-PN Revised 4/2/18 8/3/2020 11:53 AM p. 46 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.3. NARRATIVE I 8 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN Please utilize the space below, as necessary. detailed analyses utilizing complex computer models and the engineering design and permitting of coastal dredge and fill projects, marine structures, seawalls, marinas and ports. Arquirectonica Geo (ArqGeo) ArqGeo is an award -winning landscape architecture, planning, and urban design firm founded in 2005 by Laurinda H. Spear _ _ _ _G and Margarita Blanco, two women steeped in architecture RESILIENT LANDSCAPES whom have elevated the conversation about the important role landscape architecture plays in the built environment as the essential connective tissue that knits people, places, and the natural environment into coherent urban relationships with a modern aesthetic. ArqGeo's Commitment to sustainable and resilient design practices is at the core of their design philosophy and drives ArqGeo to design sustainable and functional landscape innovative solutions that are timeless, adaptive to climate change, sea level rise, restores biodiversity, and elevate the human experience. ArqGeo's design philosophy is to design innovative and bold solutions that respond to existing conditions of the site and are adaptive to climate change, sea level rise, restores biodiversity, preserves nature, add community value, and enhances the human experience. Mixing resiliency with beautiful functional landscapes has created a level of awareness in communities and the world at large where the understanding of nature being incorporated into the built environment is a priority. Hazen and Sawyer Hazen and Sawyer (Hazen) is a multi -disciplinary engineering Hazen firm established in 1951. The firm has been providing in-house engineering services in Florida since 1968. Hazen's Florida staff has been involved in the implementation of more than $2 billion in infrastructure -related projects in Florida over the past ten years. The firm employs a highly qualified group of civil engineers and designers working together, and coordinating with other disciplines, to provide site, stormwater management, erosion control planning, design, and permitting services for water, wastewater, and water resources projects. The firm also provides planning level analysis of the environmental and physical site constraints which can impact any project. Additionally, Hazen staff are local and national leaders in the field of resiliency and adaptation to climate change. RFQ-PN Revised 4/2/18 8/3/2020 11:53 AM p. 46 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.3. NARRATIVE I 9 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN Please utilize the space below, as necessary. Janus Researci RESEARCH Janus Research is the Cultural Resources Management (CRM) firm that consistently provides the City of Miami with High - quality cultural resource management services. Janus has a solid understanding of the challenges posed by federal laws, regulations, and guidelines, and know how to negotiate the complex process of State Historic Preservation Office (SHPO) and regulatory approval. Janus excels at developing creative mitigation strategies with little or no impact to construction schedules. Janus has long-standing relationships with the staff of the Florida Division of Historical Resources' Compliance and Review Section, Federal Highway Administration, the State Archaeologist, the SHPO, the Miccosukee Section 106 Representative, and the Seminole Tribal Historic Preservation Officer. During Janus' over 39 years in business, Janus has grown into the most trusted Florida -base, full service Cultural Resource Management consulting firm known for their leadership and professional innovation. Janus Research offers tested experts with a solid understanding of the challenges associated with a changing environment of reduced budgets, delegation of responsibilities, and streamlined project development. Their ability to identify, assess, and solve potential issues during the early phases of a project is born from their proven record of solving issues unique to South Florida and our hands- on experience guiding you through the permitting and regulatory environment. Their approach stresses early and sustained coordination with a goal of developing consensus to keep the project on schedule. Their strategy combines flexibility, experience, and resourcefulness, to each assigned task tailored to your specific requirements and circumstances. Their technical approach will comply with NEPA, Section 106, Chapter 267, F.S., as applicable, FDOT CRM Handbook, Chapter 12 of the PD&E Manual, the FDHR Operations and Standards Manual, and Chapter 1A-46. As appropriate, we will also coordinate with the staff of local preservation agencies as well as the State Environmental Management Office regarding technical matters. They know that federal and state guidelines change, and their close interaction with the State Environmental Management Office, the Federal Highway Administration, and the State Historic Preservation Office and Division of Historical Resources help us focus their efforts in order to obtain agency approval in a timely and cost-effective manner. RFQ-PN Revised 4/2/18 8/3/2020 11:53 AM p. 46 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN Please utilize the space below, as necessary. Founded in 1970 and with more than 1,100 professionals Langan L A NGA N provides an integrated mix of engineering and environmental consulting services in support of land development projects, corporate real estate portfolios, and the oil and gas industry. Their clients include developers, property owners, public agencies, corporations, institutions, and energy companies around the world. Langan is a respected industry leader and has earned more than 60 major awards for excellence and technical innovation. They have been providing consulting engineering services throughout South Florida and across the state from thier Miami office since 1974. Their team's commitment has been recognized by thier clients and industry associates for nearly 50 years. Langan five Florida locations and an extensive portfolio which includes thousands of regional projects. Pedelta Founded in 1994 by Juan A. Sobrino, the firm is committed to E P E D E LTA technical excellence and innovative design. Pedelta's experience Includes more than 2,000 bridge designs around the world, of all types, materials, structural types, and sizes, as well as construction engineering, evaluation, inspection and rehabilitation of bridges. The firm also provides structural design services for buildings and other heavy civil engineering projects such as water treatment, reservoirs, roads, railways, subway, LRT and underground structures. PEDELTA as a long established independent firm that has grown systematically over the years since its foundation, is a leading specialty bridge engineering firm with international recognition for cutting edge innovation and technical expertise. The group employs a staff of approximately 100 professionals who have been involved in the most intriguing projects on an international scale, working either for public or private sectors. It is a well-rounded team that successfully keeps Pedelta as a leader in the bridge engineering industry. Most of their engineers are actively participating in international bridge and structural associations as well as staying connected with universities as part-time professors or lecturers, keeping them on top of the most sophisticated analyses, design and construction techniques and methodologies. RFQ-PN Revised 4/2/18 8/3/2020 11:53 AM p. 46 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.3. NARRATIVE I 11 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN Please utilize the space below, as necessary. Their experience covers a wide range of structural bridge systems and users. From cable -stayed and extradosed bridges, to segmental viaducts including pedestrian and lightrail. Pedelta's Bridge and Structural Engineering experience encompasses a large range of structural engineering services such as feasibility studies, pre -bid assistance, conceptual and detailed design of bridges and civil structures, construction engineering, independent design check, advanced structural analysis, inspection and load rating of bridges, maintenance of structures, rehabilitation and inspection, design -build and seismic - proof projects and alternative, architectural aesthetics and design for bridges. Matheson Hammock Park AS IMPACTS FROM FLOOD RELATED ISSUES STARTED RECEIVING MORE ATTENTION, MIAMI- DADE COUNTY PARKS RELIED ON CUMMINS CEDERBERG, A LEADING SOUTH FLORIDA BASED COASTAL AND MARINE ENGINEERING FIRM, TO RECOMMEND SOLUTIONS. A STUDY OF THE CONDITIONS WAS CONDUCTED RELATIVE TO DEVELOPING FLOOD MITIGATION CONCEPTS AND A LONG-TERM ROADMAP TO LIMIT IMPACTS OF SEA LEVEL RISE. THIS STUDY WAS UNIQUE, AS IT COMBINED SEA LEVEL RISE PROJECTIONS, PRACTICAL CONCEPTS AND ON - THE -GROUND IMPLEMENTATION EXPERIENCE WITH MAINTENANCE AND REPLACEMENT REQUIREMENTS RELATIVE TO OVERALL SERVICE LIFE. IN THIS WAY, A CLEAR ROADMAP WAS DEVELOPED FOR MIAMI-DADE COUNTY RELATIVE TO FURTHER PLANNING INFRASTRUCTURE IMPROVEMENTS IN THE PARK UNTIL 2100. RFQ-PN Revised 4/2/18 8/3/2020 11:53 AM p. 46 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. QUALIFICATIONS OF PROPOSER exp. A.4. QUALIFICATIONS OF PROPOSER I 13 City of Miami Solicitation RFQ 19-20-031 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.: 19-20-031 RFQ Title: Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project Name of Proposer: Exp U.S. Services Inc. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) 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): 0 Proposer's Office 21 Alhambra Circle Suite 800 Coral Gables, Florida 33134 Is this the Proposer's main office? Yes ❑ No ❑X If No, please provide your main office location: 205 N. Michigan Ave., Suite 3600, Chicago, Illinois 60601 Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑ No El If "Yes," indicate location of offices: Number of years in business under current name: 9 . 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): Type and number of projects completed in the past 5 years: Design/Bid/Build: 9,000+ Design/Build: 25+ CM -at -Risk: 0 Private Sector: 6,900+ Federal Government: 100+ State/County/Municipal: 250+ City of Miami: 0 Name of Projects: N/A ❑ Residential/Residential High -Rise: 675+ LEED/Green Globe Certified: 100+ Office: 800+ Mixed -Use: 680+ Retail: 50+ Other (specify): RFQ-QPC Revised 3/22/19 8/3/2020 11:53 AM p. 47 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.4. QUALIFICATIONS OF PROPOSER I 14 Number of Employees: 900+ LEED-AP Professionals 40+ CTQP Licensed Inspectors City of Miami Solicitation RFQ 19-20-031 Qualifications of Proposer Form RFQ-QPC . Licensed Architects: 25+ . Licensed Engineers 100+ . . Licensed General Contractors . Licensed Surveyors . Other (list) 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): As with similarly situated professional design consulting firms of its size and operations, EXP Services Inc. ("EXP') from time to time defends allegation of negligence in the course of its operations. None of the claims have hindered or would hinder EXP's ability to perform the services contemplated or its financial stability. EXP has never been the subject of any liens, adverse judgments or bankruptcy proceedings. Should more information on this subject be required, EXP corporate counsel, Priscilla Ahn (priscilla.ahn@exp.com) is available to discuss in greater details. Brief History of the Firm (Please provide a brief history of the Proposer's Firm): EXP has been in business over 114 years via heritage companies and employs 3500+ professionals worldwide. Our corporate and ownership structure is a privately -owned North American corporation. Our corporate leadership team is comprised of a Board of Directors and an Executive Team, with leaders from across the various regions and groups. Our "flat" leadership structure across the company enables efficient decision making and resource identification. Please refer to the corporate organizational chart on the next page for our firm's general operational structure. As a multidisciplinary firm, EXP has the right blend of expertise and experience to meet the world's evolving infrastructure challenges. We provide a full range of services in transportation, land development, and infrastructure to both public and private sector clients, and we've been doing it for decades. EXP offers comprehensive planning, design, project management and construction solutions for all types of transportation projects. Whether related to complete streets, intersections, track, bridges, tunneling, grade crossings, maintenance facilities and train/car storage, or transit stations for the traveling public, we provide multidisciplinary solutions across all types of infrastructure. RFQ-QPC Revised 3/22/19 8/3/2020 11:53 AM p. 48 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project A.4. QUALIFICATIONS OF PROPOSER I 15 City of Miami Solicitation RFQ 19-20-031 II II f -- rakt 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 Ivan Dvorak Chairman of the Board and Chief Executive Officer 0 Mark Dvorak President and Chief Operating Officer 0 Deborah Walters Chief Financial Officer and Treasurer 0 Timothy Neumann Executive Vice President 0 Paul Gibson Senior Vice President 0 Phil Stevens Senior Vice President 0 William McGuire Vice President 0 R. Shankar Nair Vice President 0 Byron Danley Vice President 0 Kathy Weise Vice President 0 Hae-Jin (Priscilla) Ahn Secretary 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 sole discretion reject the Response as non -responsive. By: Signature of Authorized Officer Kyle Henry Printed Name 8/3/2020 11:53 AM 8/27/2020 Date Vice President, Business Development Title RFQ-QPC Revised 3/22/19 p. 49 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. EXPERIENCE OFTHE PROPOSER exp. A.5 EXPERIENCE OF THE PROPOSER I 17 City of Miami `` 1,! City of Miami, Department of Procurement Experience of the Proposer Reference Form - RFQ-EPC Solicitation RFQ 19-20-031 INSTRUCTIONS The Proposer shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. ri Yes No nNot Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: 35th Street Pedestrian Bridge I Chicago, Illinois Name(s) and Role(s) of Proposer working on this Reference Project: EXP I Prime conceptual and design engineering services from the design competition phase through final Reference Project Description: dccign and preparation of construction documents for the 35th Street Pedestrian Bridge. Scope of Services Provided: Bridge Design, Structural, Civil, Drainage, Lighting, Architecture, Landscape Architecture Compensation for Services: $ 1.2M Project Start Date:08/2006 Project Completion Date: 1 1//2016 Project Construction Cost: $ 18.3M Construction Start Date: Construction Completion Date: 11/2016 07/2014 Proposer's Company Name: EXP Company's Contact Name: Byron Danley, SE, PE Proposer's Title/Position: Senior Vice President, Transportation Company's Contact Phone Number: 815.263.7561 Company's Contact Facsimile Number: 312.616.6069 Company's Contact E-mail: byron.danley@exp.com REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) •: SS• - • • Resign Project Completed on Time and within Budget : Yes TINo Project Duration: - (Coast.) If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? Yes 7/201 11/2016No Quality of Services Provided: nAbove Expectations* Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? I I Yes I I No I I N/A Did the Proposer provide Construction Management Services? ri Yes ri No ri N/A Was the Proposer responsive to the Project Owner? ri Yes ri No ri N/A Was the Proposer timely in its reviews and submittals? ri Yes ri No ri N/A Reference Company Name: Chicago Department of Transportation Deputy Commissioner/ Chief Engineer Reference Contact Name: Dan Burke Reference Contact Title/Position: Reference Phone Number: 312.744.2570 Facsimile Number: N/A E-mail: dburke@cityofchicago.org 8/3/2020 11:53 AM RFQ-EPC Revised 8/21/19 p. 50 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 18 of Miami Snli, ifafinn RFC] 19_9C1_C131 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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). 1 •' Ai‘onortara.g.'410.1"-, The iconic new 35th Street Pedestrian Bridge is a unique mono -cable, selfanchoring suspension structure that crosses Lake Shore Drive and Metra tracks, reconnecting Bronzeville with Chicago's lakefront. At 620 feet in length, it is the city's longest pedestrian bridge, and one of only a few mono -cable, self -anchored bridges of this type in the US. The design uses a single suspension cable extending to each end of the bridge and a reverse horizontal curve that provides expanded panoramic views. The design included roadway and drainage engineering for pavement reconstruction on the adjacent streets. To make the bridge more enticing to pedestrians, the western approach is strategically aligned with 35th Street to make the bridge visible from a distance. As the bridge crosses over the Metra tracks and Lake Shore Drive, a reverse horizontal curve has been added to the alignment to provide for expanded panoramic views of Burnham Park, Lake Michigan and the Chicago skyline for pedestrians crossing the bridge. 8/3/2020 11:53 AM RFQ-EPC Revised 8/21 /19 p. 51 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 19 of Miami Snli, ifafinn RFC] 19_9C1_(131 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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 curvature induced in the bridge from this alignment creates an interesting visual effect — to the users, no view is the same as you travel across the bridge. This curvature also offers an opportunity to take advantage of some unique structural features to accommodate the unusual alignment. The most evident structural illusion is created from the use of a single suspension cable extending to each end of the bridge rather than the more typical arrangement of a symmetrical pair of suspension cables. The "mono -cable" is intentionally aligned and supports the outsides of the curve on the respective spans. Soaring over 120 feet above Lake Shore Drive, the central pylon can be viewed from numerous vantage points as one journeys across the bridge and adjacent lakefront path — offering a striking contrast to the downtown skyline. The pylon also facilitates the mono -cable geometry. Given its urbanized setting, the bridge required outreach to a number of stakeholders and local entities, including the local alderman, Chicago Park District and the local historical society. Cooperation with the Archdiocese of Chicago and the local historical society was essential given the adjacent Archdiocese facility and Steven A. Douglas Monument Park on the west landing of the bridge 8/3/2020 11:53 AM RFQ-EPC Revised 8/21 /19 p. 51 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER 20 City of Miami .gel City of Miami, Department of Procurement Experience of the Proposer Reference Form - RFQ-EPC Solicitation RFQ 19-20-031 INSTRUCTIONS The Proposer shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. nYes No rlNotApplicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Van Buren Street Pedestrian Bridge I Chicago, Illinois Name(s) and Role(s) of Proposer working on this Reference Project: EXP 1 Prime Reference Project Description: Restoration and enhancements of a architecturally historic footbridge in Grant Park. Scope of Services Provided: Planning, Bridge Inspections / Load rating, Bridge Design, Structural, Lighting, Architecture, Construction Engineering Compensation for Services: $ Phase 1 - $400,000 Project Start Date:05/2011 Project Construction Cost: $ 11 M Proposer's Company Name: EXP Proposer's Title/Position: Senior Vice President, Transportation Company's Contact Facsimile Number: 312.616.6069 Project Completion Date: 12//2014 Construction Start Date: Construction Completion Date: 05/2013 12/2014 Company's Contact Name: Byron Danley, SE, PE Company's Contact Phone Number: 815.263.7561 Company's Contact E-mail: byron.danley@exp.com REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Project Completed on Time and within Budget :nYes nNo Project Duration: 05/2011 - 12/2014 If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? Yes nNo Quality of Services Provided: Above Expectations 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: Chicago Park District Reference Contact Name: Raffi Sarrafian Reference Phone Number: 312.742.4800 8/3/2020 11:53 AM nYes n No n N/A nYes FIN() n N/A nYes FIN() n N/A nYes nNo pi N/A Reference Contact Title/Position: Chief Administrative Officer Facsimile Number: N/A E-mail: RFQ-EPC Revised 8/21/19 p. 50 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 21 City of Miami Cnlinitatinn RFC] 1Q-9n-n't1I SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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). EXP performed Phase I planning, Phase 11 design and Phase III construction engineering and architectural services for the Van Buren Street Footbridge and North Stairs restoration over the existing Metra Tracks in Grant Park. The Van Buren Street Footbridge is one of a number of bridges and amenities constructed in Grant Park in 1926. The location of the bridge is situated directly over the Metra Station adjacent to Michigan Avenue at Van Buren Street. The existing three -span structure is 205 feet long. Phase I services included field investigations and development of a Bridge Condition Report. Due to the age of the existing structure and advanced deterioration identified in the field investigations, the BCR recommended reconstruction of the balustrades, redecking of the bridge, structural repairs to the superstructure framing, reconstruction and restoration of street lighting, as well as repairs to other components of park structures such as stairs, sidewalk, and realignment of a rostral column. Phase 11 services included all necessary work for the development of Construction drawings and Technical Specifications. This encompassed; structural load rating, structural and foundation analysis and design for the bridge, photometrics and lighting design, utility research and surveys, research and coordination with Illinois Historic Preservation Agency (IHPA), stakeholder coordination and permitting. EXP also performed Phase III construction engineering for the restoration project. This work included permitting, site observations, shop drawing submittals and reviews, RFI management, coordination and review of completed work. RFQ-EPC Revised 8/21/19 8/3/2020 11:53 AM p. 51 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER 22 City of Miami .ctx City of Miami, Department of Procurement Experience of the Proposer Reference Form - RFQ-EPC Solicitation RFQ 19-20-031 INSTRUCTIONS The Proposer shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. nYes No rlNotApplicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Little Chute Canal Bridge I Little Chute, WI Name(s) and Role(s) of Proposer working on this Reference Project: EXP I Prime Reference Project Description: Designed a new movable bridge across the Little Chute Canal and Fox River Scope of Services Provided: Bridge Design, Structural, Mechanical, Electrical, Landscape Architecture, Survey + Geomatics Compensation for Services: $ 145,000 Project Start Date:20A 2 Project Completion Date: 29'13 Project Construction Cost: $ 1,877,760 Construction Start Date: Construction Completion Date: 2013 2016 Proposer's Company Name: Exp U.S. Services Inc. Company's Contact Name: Byron Danley, SE, PE Proposer's Title/Position: Senior Vice President, Transportation Company's Contact Phone Number: Company's Contact Facsimile Number: Company's Contact E-mail: byron.danley@exp.com REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Project Completed on Time and within Budget :nYes nNo Project Duration: 2012 - 2016 If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? Yes nNo Quality of Services Provided: Above Expectations*nAveragen Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes Did the Proposer provide Construction Management Services? ri Yes Was the Proposer responsive to the Project Owner? ri Yes Was the Proposer timely in its reviews and submittals? ri Yes Reference Company Name: Wisconsin Department of Transportation Reference Contact Name: Jeff Saxby, PE Reference Phone Number: 920.380.2805 Facsimile Number: E-mail: 8/3/2020 11:53 AM nNo n N/A FIN() n N/A n No n N/A nNo pi N/A Reference Contact Title/Position: Region Local Program Manager RFQ-EPC Revised 8/21/19 p. 50 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 23 City of Miami Snliritatinn RFO 1G-70-0 1 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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). EXP designed a new movable bridge across the Little Chute Canal and Fox River lock system leading to the Village's Island Park. The Little Chute Canal Bridge replacement consists of a unique movable lift structure reflecting the Village of Little Chute's Dutch heritage. The modern Dutch -style single leaf pedestrian lift bridge provides access to the island while also accommodating canal navigation. EXP's structural, mechanical and electrical engineers designed a windmill style lifting arm with hydraulic and mechanical controls with sufficient counter weights to raise and lower the structure across the lock opening. The superstructure replaced as part of this project makes the bridge movable once again. The main span of the bridge is 43 feet crossing a 35.5-foot-wide channel. The clear width of the path is 15 feet. The movable span consists of a heel trunnion bascule leaf balanced via an overhead counterweight. The balance arm supporting the counterweight is connected to the bascule leaf by a pair of hangers near the tip of the leaf, and is supported on overhung trunnions at the top of a pair of pylons. The bascule leaf, pylons, drive system, power and control systems are directly mounted on bascule pier. Another end of the leaf rests over the rest pier. The bridge drive system consists of pair of hydraulic cylinders powered by hydraulic power units. 8/3/2020 11:53 AM RFQ-EPC Revised 8/21/19 p. 51 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 24 City of Miami .,el 0. City of Miami, Department of Procurement Experience of the Proposer Reference Form - RFQ-EPC Solicitation RFQ 19-20-031 INSTRUCTIONS The Proposer shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. nYes No rlNotApplicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Dorchester Square I Montreal, Quebec Canada Name(s) and Role(s) of Proposer working on this Reference Project: EXP Lead Civil, Structural, Mechanical and Electrical Engineer redevelopment of the northern portion of Dorchester Square, including the rehabilitation of the geometry, sidewalks Reference Project Description: and trails integration of various lighting devices, a fountain, pedestrian bridges, and street furniture Scope of Services Provided: Structural, Civil, Electrical, Mechanical Compensation for Services: $ 108,000 Project Start Date:03/2016 Project Completion Date: 06y/2019 Project Construction Cost: $ 8,328,820 Proposer's Company Name: EXP Proposer's Title/Position: Senior Vice President, Infrastructure Company's Contact Phone Number: 514-895.5657 Company's Contact Facsimile Number: N/A Company's Contact E-mail: Courriel:guillaume.halde@exp.com Construction Start Date: Construction Completion Date: 0W2018 06/2019 Company's Contact Name: Guillaume Heide, Eng. REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Project Completed on Time and within Budget :nYes nNo Project Duration: 03/2016 - 06/2019 If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? Yes nNo Quality of Services Provided: Above Expectations Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? nYes n No n N/A Did the Proposer provide Construction Management Services? ri Yes n No n N/A Was the Proposer responsive to the Project Owner? ri Yes n No n N/A Was the Proposer timely in its reviews and submittals? ri Yes ri No n N/A Reference Company Name: City of Montreal Reference Contact Name: Mathieu Drapeau Reference Contact Title/Position: Reference Phone Number: 514.872.1461 Facsimile Number: N/A E-mail: mathieu.drapeau@ville.montreal.gc.ca 8/3/2020 11:53 AM RFQ-EPC Revised 8/21/19 p. 50 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 25 of Miami Snli, ifafinn RFC] 19_9C1_(131 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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). EXP provided professional services in civil, mechanical, electrical and structural engineering for the redevelopment of the northern portion of Dorchester Square in Montreal, including the rehabilitation of the geometry, sidewalks and trails, as well as the integration of various lighting devices, a fountain, pedestrian bridges, and street furniture. The project aimed to redesign and restore the public space of Dorchester Square and the Place du Canada; consolidate and facilitate the link between Mount Royal and the river; improve the conviviality of the site and the quality of the urban environment; ensure sustainability; publicize and commemorate this monument to Montreal's heritage; promote the connection between the built environment and the public square; integrate the concepts of active transportation included in the City of Montreal 2008 Transportation Plan; protect the archaeological resource through the management of burials; and commemorate the former Saint Antoine Cemetery. The affected area covers the block on the northern portion of Dorchester Square, namely Peel and Metcalfe Streets (north -south axis), the parvis of the Dominion Square Building and the line of development works at Dorchester Square in 2009 (east -west axis). 8/3/2020 11:53 AM RFQ-EPC Revised 8/21 /19 p. 51 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.5 EXPERIENCE OF THE PROPOSER I 26 rif" nr AA 'a Cnlinifa nn RF(1 'la_')n_n'2'I SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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 components developed by EXP consist of curbs and pavement of Square -Dorchester Street, sidewalks located on each side of Square -Dorchester Street located south of the Dominion Square Building, truncated basin and fountain made of cast aluminum, mechanical room for the truncated basin and fountain located under the public urinals, pedestrian bridges in continuity with the angular trails of the southern portion of Dorchester Square, trails and ground covering, the square around the public urinals, railing around indoor parking garage access ramps, markings (paint) on indoor parking garage walls and access ramps, sills at the corner of Peel/Dorchester Square and Metcalfe/ Square -Dorchester Streets, and grassed lawns bounded by curbs identical to those created for the southern portion of Dorchester Square. 8/3/2020 11:53 AM RFQ-EPC Revised 8/21/19 p. 51 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. QUALIFICATIONS OF THE PROTECT MANAGER exp. A.6 QUALIFICATIONS OF THE PROJECT MANAGER I 28 City of Miami Solicitation RFQ 19-20-031 Qualifications of Key Personnel/ Team Members 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.: 19-20-031 RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Name and Role of Personnel: Byron Danley, SE, PE I Project Manager License No.: 83585 Years of Related Experience: 30+ Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Bridges, Highways, Roads + Streets, Rail + Transit, Personnel Employer: Exp U.S. Services Inc. Personnel Office Address: 201 Alhambra Circle Suite 800 Coral Gables, Florida 33134 Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: 12+ 0 0 Design/Build: 0 CM -at -Risk: 0 Federal Government: 0 State/County/Municipal: 12+ Name of Projects: N/A N/A ❑ Residential/Residential High -Rise: 0 LEED/Green Globe Certified: 0 Office: 0 Other (specify): Mixed -Use: Retail: 0 Bridges, Highways List previous projects similar in scope, size, and complexity: Chicago Department of Transportation, 35th Street Pedestrian Bridge, Chicago, IL Chicago Park District, Van Buren Street Pedestrian Bridge, Chicago, IL Illinois Department of Transportation, Illinois 104 over the Illinois River, Meredosia, IL Chicago Department of Transportation, Grand Avenue Bridge Reconstruction, Chicago, IL Wsconsin Department of Transportation, Little Chute Pedestrian Lift Bridge, Little Chute, WI Indian River Bridge Load Rating, Florida Department of Transportation, Kennedy Space Center, FL Jay -Jay Railroad Bascule Bridge Study, Confidential Client, Kennedy Space Center, FL Devil's Creek Timber Bridge Replacement, Southwest Florida Water Management District, Sumter County, FL 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: 8/19/2020 Signature of Authorized Officer Date Kyle Henry Vice President, Business Development Printed Name Title RFQ-QKP Revised 7/31/19 8/3/2020 11:53 AM p. 52 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. Professional Registrations • Structural Engineer: IL • Professional Engineer: FL, GA, IL, CA, MI, MO, Guam Education + Training • M.S. Structural Engineering, University of Illinois,1985 • B.S. Structural Engineering, University of Illinois,1982 Affiliations + Memberships • IRTBA, Chicago Transit & Freight Rail Committee, Member, 2016 A.6 QUALIFICATIONS OF THE PROJECT MANAGER I 29 Byron Danley, SE, PE Project Manager Byron Danley has 30 years of experience related to management and engineering of transportation projects. He has overseen the successful completion of a wide variety of projects ranging from $100,000 to $180M in construction cost in both the public and private sectors nationwide. Byron has led staff that produced detailed design and procurement packages for approximately $350M of construction per year. Project Experience 35th Street Pedestrian Bridge, Chicago Department of Transportation, Chicago, IL EXP performed Phase I (NEPA Categorical Exclusion) and Phase II design engineering services for this new pedestrian bridge, which provides a dramatic crossing of Lake Shore Drive and a major rail corridor on the Chicago lakefront using a mono -cable, self -anchored, suspension bridge on a reverse circular curve Van Buren Street Pedestrian Bridge, Chicago Park District, Chicago, IL EXP performed Phase I planning (NEPA Categorical Exclusion), Phase II design and Phase III construction engineering and architectural services for the Van Buren Street Footbridge and North Stairs restoration over the existing Metra Tracks in Grant Park. The Van Buren Street Footbridge is one of a number of bridges and amenities constructed in Grant Park in 1926. The location of the bridge is situated directly over the Metra Station adjacent to Michigan Avenue at Van Buren Street. The existing three -span structure is 205 feet long. Indian River Bridge Load Rating, Florida Department of Transportation, Kennedy Space Center, FL EXP was responsible for the bascule portion of the analysis and relied on previous inspection reports provided by this confidential client. EXP performed 3D finite element modeling of the bascule and flanking spans, and prepared load ratings for AASHTO inventory and operating levels, as well as Florida Legal Loads and several transporter loads that are unique to this confidential client. Jay Jay Railroad Bascule Bridge Study, Confidential Client, Kennedy Space Center, FL EXP performed a Type, Size & Location (TS&L) study for the Jay -Jay Railroad Bridge. EXP provided the movable bridge expertise and worked on the bascule span preparing preliminary plans (TS&L) for replacement of the existing through girder trunnion style single leaf bascule bridge (clear opening of 90') with a single leaf thru truss rolling lift bascule bridge with clear opening of 125' between fenders. A unique feature of the bridge is that it will be designed for Cooper E-80 loading plus special loading corresponding to railroad cars designed to transport solid rocket boosters to the launch facility. It will also be designed for hurricane wind loads in the raised position in a coastal environment. Devil's Creek Timber Bridge Replacement, Southwest Florida Water Management District, Sumter County, FL The Devil's Creek Timber Bridge Replacement project is an environmentally sensitive project being conducted for the Southwest Florida Water Management. The project involves the design for the replacement of an existing timber bridge located across Devil's Creek. This bridge is essential for providing access across Devil's Creek for management of the land, law enforcement activities, wildfire response, and emergency search and rescue operations related to recreation and hunting activities. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.6 QUALIFICATIONS OF THE PROJECT MANAGER I 30 0 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES DAN LEY, BYRON T 2090 WEST FIRST STREET UNIT 2108 FORT MYERS FL 33901 LICENSE NUMBER: PE83585 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. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp, EXPERIENCE OFTHE PROTECT MANAGER exp. A.7 EXPERIENCE OF THE PROJECT MANAGER 1 32 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM 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 PM) 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 PM) Reference Project Name/Address: 35th Street Pedestrian Bridge I Chicago, Illinois Name(s) and Role(s) of Project Manager (PM) working on this Reference Project: Byron Danley Princlpal In Charge EXP performed Phase I and Phase II design engineering services for this new pedestrian bridge, which provides a dramatic crossing of Lake Shore Drive and a major rail corridor on the Chicago lakefront using a mono -cable, selfanchored, suspension bridge on a reverse circular curve. Reference Project Description• Scope of Services Provided: Bridge Design, Structural, Civil, Drainage, Lighting, Architecture, Landscape architecture Compensation for Services: $ 1.2M Project Start Date:08/2006 Project Completion Date: 1 1/ 2016 Project Construction Cost: $ 18.3M Const. Start Date:07 / 2014 Const. Completion Date:1 1 / 2016 PM's Company Name: EXP Company's Contact Name: Byron Danley, SE, PE PM's Title/Position: Senior Vice President, Transportation Company's Contact Phone Number: 815.263.7561 Company's Contact Facsimile Number: 312.616.6069 Company's Contact E-mail: byron.danley®exp.com Project Completed on Time and within Budget: 0 Yes ❑ No Project Duration: 08/2006 -11/2016 If "No," was the PM at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: *Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the PM provide Program/Project Management Services? n Yes ❑ No a N/A Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in its reviews and submittals? n Yes ■❑ No 0 N/A n Yes ❑ No M N/A n Yes ❑ No ® N/A Reference Company Name: Chicago Department of transportation Reference Name/Title & Position: Dan Burke I Deputy commissioner chief Engineer Reference Phone Number: 312.744.2570 Reference Contact E-mail: dburke@cityofchicago.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: _ 8/3/2020 11:53 AM RFQ-EPM Revised 6/19/P32 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 33 City of Miami Solicitation RFQ 19-20-031 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 iconic new 35th Street Pedestrian Bridge is a unique mono -cable, selfanchoring suspension structure that crosses Lake Shore Drive and Metra tracks, reconnecting Bronzeville with Chicago's lakefront. At 620 feet in length, it is the city's longest pedestrian bridge, and one of only a few mono -cable, self -anchored bridges of this type in the US. The design uses a single suspension cable extending to each end of the bridge and a reverse horizontal curve that provides expanded panoramic views. The design included roadway and drainage engineering for pavement reconstruction on the adjacent streets. To make the bridge more enticing to pedestrians, the western approach is strategically aligned with 35th Street to make the bridge visible from a distance. As the bridge crosses over the Metra tracks and Lake Shore Drive, a reverse horizontal curve has been added to the alignment to provide for expanded panoramic views of Burnham Park, Lake Michigan and the Chicago skyline for pedestrians crossing the bridge. The curvature induced in the bridge from this alignment creates an interesting visual effect — to the users, no view is the same as you travel across the bridge. This curvature also offers an opportunity to take advantage of some unique structural features to accommodate the unusual alignment. The most evident structural illusion is created from the use of a single suspension cable extending to each end of the bridge rather than the more typical arrangement of a symmetrical pair of suspension cables. The "mono -cable" is intentionally aligned and supports the outsides of the curve on the respective spans. Soaring over 120 feet above Lake Shore Drive, the central pylon can be viewed from numerous vantage points as one journeys across the bridge and adjacent lakefront path — offering a striking contrast to the downtown skyline. The pylon also facilitates the mono -cable geometry. Given its urbanized setting, the bridge required outreach to a number of stakeholders and local entities, including the local alderman, Chicago Park District and the local historical society. Cooperation with the Archdiocese of Chicago and the local historical society was essential given the adjacent Archdiocese facility and Steven A. Douglas Monument Park on the west landing of the bridge. 8 3/202Rb14M RFQ-EPM Revised 6/1912083 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 34 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM 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 PM) 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 PM) Reference Project Name/Address: Van Buren Street Pedestrian Bridge I Chicago, Illinois Name(s) and Role(s) of Project Manager (PM) working on this Reference Project: Byron Danley Discipline Manager EXP performed Phase I planning, Phase II design and Phase III construction engineering and architectural services for the Van Buren Reference Project Description• street Footbridge Planning, Bridge Inspections/Load rating, Bridge Design, Structural, Lighting, Architecture, Construction Engineering Scope of Services Provided: Project Start Date:05/201 1 Project Completion Date: 12/ 2014 Compensation for Services: $ Phase 1 - $400,000 Project Construction Cost: $ 11M Const. Start Date:05 / 2013 Const. Completion Date: 12 / 20141 PM's Company Name: EXP Company's Contact Name: Byron Danley, SE, PE PM's Title/Position: Senior Vice President, Transportation Company's Contact Phone Number: 815.263.7561 Company's Contact Facsimile Number: 312.616.6069 Company's Contact E-mail: byron.danley®exp.com Project Completed on Time and within Budget: 0 Yes ❑ No Project Duration: 05/2011 - 12/2014 If "No," was the PM at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ❑ Above Expectations* *Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the PM provide Program/Project Management Services? n Yes Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in its reviews and submittals? ❑ No n Yes ❑ No n Yes ❑ No n Yes ❑ No u N/A 0 N/A M N/A ® N/A Reference Company Name: Chicago Park District Reference Name/Title & Position: Raffi Sarrafian I Chief Administrative Officer Reference Phone Number: 312.742.4800 Reference Contact E-mail: 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: _/ 8/3/2020 11:53 AM RFQ-EPM Revised 6/19/Rc 2 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 35 8 City of Miami Solicitation RFQ 19-20-031 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). EXP performed Phase I planning, Phase II design and Phase III construction engineering and architectural services for the Van Buren Street Footbridge and North Stairs restoration over the existing Metra Tracks in Grant Park. The Van Buren Street Footbridge is one of a number of bridges and amenities constructed in Grant Park in 1926. The location of the bridge is situated directly over the Metra Station adjacent to Michigan Avenue at Van Buren Street. The existing three -span structure is 205 feet long. Phase I services included field investigations and development of a Bridge Condition Report. Due to the age of the existing structure and advanced deterioration identified in the field investigations, the BCR recommended reconstruction of the balustrades, redecking of the bridge, structural repairs to the superstructure framing, reconstruction and restoration of street lighting, as well as repairs to other components of park structures such as stairs, sidewalk, and realignment of a rostra) column. Phase II services included all necessary work for the development of Construction drawings and Technical Specifications. This encompassed; structural load rating, structural and foundation analysis and design for the bridge, photometrics and lighting design, utility research and surveys, research and coordination with Illinois Historic Preservation Agency (IHPA), stakeholder coordination and permitting. EXP also performed Phase III construction engineering for the restoration project. This work included permitting, site observations, shop drawing submittals and reviews, RFI management, coordination and review of completed work. 3/202RtI fM RFQ-EPM Revised 6/1912083 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 36 City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM 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 PM) 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 PM) Reference Project Name/Address: Devil's Creek Timber Bridge Replacement; Sumter County, FL Byron Danley, SE, PE I Project Structural Engineer Name(s) and Role(s) of Project Manager (PM) working on this Reference Project: Reference Project Description Replacement of timber bridge in environmentally sensitive area. Scope of Services Provided: Full Design/Engineering, Regulatory Permitting, Construction Inspection Services Compensation for Services: $ 79,950 Project Construction Cost: $ 150,000 PM's Company Name: PM's Title/Position: Company's Contact Facsimile Number: 312.616.6069 Project Completed on Time and within Budget: ■❑ Yes EXP U.S. Services Inc. Senior Vice President Project Start Date:03/2020 Project Completion Date: 12/2021 Const. Start Date: / TBD Const. Completion Date: / TBD Company's Contact Name: Byron Danley, SE, PE Company's Contact Phone Number: 815.263.7561 Company's Contact E-mail: byron.danley@exp.com ❑ No Project Duration: 03/2020 - 12/2021 If "No," was the PM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: *Above Expectations* n Average ['Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the PM provide Program/Project Management Services? n Yes ■❑ No ® N/A Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in its reviews and submittals? n Yes ■❑ No 0 N/A n Yes ❑ No El N/A n Yes ❑ No ® N/A Reference Company Name: South Fo,d, Water Management District Jeffrey Hagberg, Field Operations Manager Reference Name/Title & Position: Reference Phone Number: 352-279-4699 Reference Contact E-mail: jeff.hagberg@swfwmd,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: _ RFQ-EPM Revised 6/19/20 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 37 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). EXP US South was retained by the Southwest Florida Water Management District to perform professional services in support of its General Engineering Services Contract related to Natural Systems Design & Permitting. The Task Work Assignment was to assist the District with the design replacement of an existing timber bridge located across Devil's Creek. This bridge is essential for providing access to the Withlacoochee State Forest for management of the land, law enforcement activities, wildfire response, and emergency search and rescue operations related to recreation and hunting activities. The project consists of stakeholder coordination, design, bidding services, construction inspection services and as -built services. SCOPE OF SERVICES PROVIDED: Environmental Services Stakeholder Meetings Preliminary Design Assessment List of Specifications, Cost Estimate IUD% Plans Package (Design Plans, Specifications, Cost Estimate) DO% Plans Package (Design Plans, Specifications, Cost Estimate) IEDEP Pre -Application Meeting Minutes or copy of correspondence, as required Regulatory Permitting Construction Bidding Package (Ready to Advertise Design Plans and Specifications, Bid Form) Construction Engineering Inspection The Devil's Creek Timber Bridge Replacement project is an environmentally sensitive project being conducted for the Southwest Florida Water Management District, a local environmental agency. The project involves the design for the replacement of an existing timber bridge located across Devil's Creek. This bridge is essential for providing access across Devil's Creek for management of the land, law enforcement activities, wildfire response, and emergency search and rescue operations related to recreation and hunting activities. The project consists of environmental services, stakeholder coordination, design, bidding services, construction inspection services and as -built services. Reset RFQ-EPM Revised 6/19/20 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 38 City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM 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 PM) 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 PM) Reference Project Name/Address: Indian River Bridge Load Rating; Kennedy Space Center, FL Byron Danley, SE, PE I Principal in Charge Name(s) and Role(s) of Project Manager (PM) working on this Reference Project: Reference Project Description• Scope of Services Provided: Load rating analysis of bascule portion of existing bridge utilizing finite element modeling. Compensation for Services: $ confidential Project Start Date: /2015 Project Completion Date: / 2015 Project Construction Cost: $ N/A Const. Start Date: / N/A Const. Completion Date: / N/A PM's Company Name: EXP U.S. Services PM's Title/Position: Senior Vice President Company's Contact Facsimile Number: 312.616.6069 Project Completed on Time and within Budget: ■❑ Yes Company's Contact Name: Byron Danley, SE, PE Company's Contact Phone Number: 815.263.7561 Company's Contact E-mail: byron.danley@exp.com ❑ No Project Duration: If "No," was the PM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: ■❑ Above Expectations* n Average ['Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the PM provide Program/Project Management Services? Did the PM provide Construction Management Services? n Yes ❑ No ® N/A n Yes ■❑ No ■❑ N/A Was the PM responsive to the Project Owner? n Yes ❑ No ❑■ N/A Was the PM timely in its reviews and submittals? n Yes ❑ No ■N N/A Reference Company Name: Confidential Client Reference Name/Title & Position: Reference Phone Number: Reference Contact E-mail: 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-EPM Revised 6/19/20 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 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). EXP was responsible for the bascule portion of the analysis and relied on previous inspection reports provided by this confidential client. EXP performed 3D finite element modeling of the bascule and flanking spans, and prepared load ratings for AASHTO inventory and operating levels, as well as Florida Legal Loads and several transporter loads that are unique to this confidential client. In addition, the client requested a D-rating analysis be performed based on several operations and maintenance funding scenarios to determine at which point in the future the various components of the bridge would not rate for load carrying capacity. EXP also performed an assessment of the existing mechanical components of the bascule span for the D-rating analysis. Reset RFQ-EPM Revised 6/19/20 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER I 40 Scope of Services Provided: Compensation for Services: $ Confidential Project Construction Cost: $ N/A City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM 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 PM) 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 PM) Reference Project Name/Address: Jay -Jay Railroad Bascule Bridge Study Byron Danley, SE, PE I Principal in Charge Name(s) and Role(s) of Project Manager (PM) working on this Reference Project: Reference Project Description• Type, Size, & Location study for replacement of existing bridge. Preparation of preliminary plans for Type, Size, & Location replacement of existing bridge utilized to transport solid rocket boosters to launch facility. PM's Company Name: PM's Title/Position: Company's Contact Facsimile Number: 312.616.6069 EXP U.S. Services Inc. Senior Vice President Project Start Date: /2012 Project Completion Date: / 2012 Const. Start Date: / N/A Const. Completion Date: / N/A Company's Contact Name: Byron Danley, SE, PE Company's Contact Phone Number: 815.263.7561 Company's Contact E-mail: byron.danley@exp.com Project Completed on Time and within Budget: ■❑ Yes n No Project Duration: If "No," was the PM at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: ■❑ Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the PM provide Program/Project Management Services? Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in its reviews and submittals? Reference Company Name: Confidential Client Reference Phone Number: n Yes ❑ No ® N/A n Yes ■❑ No ® N/A n Yes ❑ No ®N/A n Yes ❑ No NI N/A Reference Name/Title & Position: Confidential Client Reference Contact E-mail: 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-EPM Revised 6/19/20 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.7 EXPERIENCE OF THE PROJECT MANAGER 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). EXP performed a Type, Size & Location (TS&L) study for the Jay- Jay Railroad Bridge. EXP provided the movable bridge expertise to the team and worked on the bascule span. EXP prepared preliminary plans (TS&L) for replacement of the existing through girder trunnion style single leaf bascule bridge (clear opening of 90') with a single leaf thru truss rolling lift bascule bridge with clear opening of 125' between fenders. Unique Features: The bridge will be designed for Cooper E-80 loading plus special loading corresponding to railroad cars designed to transport solid rocket boosters to the launch facility, and will be designed for hurricane wind loads in the raised position in a coastal environment. City of Miami Reset 031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project R- Fex p Revised 6/19/20 QUALIFICATIONS OF THE LEAD ARCHITECT/DESIGNER exp. A.8 QUALIFICATIONS OF THE LEAD ARCHITECT / DESIGNER I 43 Qualifications of Key Personnel/ Team Members 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.: 19-20-031 RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project Name and Role of Personnel: Michael Guthrie, Partner / Principal Years of Related License No.: AR100512 Experience: 27 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Mixed -Use, Retail, Urban Design, Municipal, Multifamily Housing, Higher Education, Cultural Personnel Employer: INFORM Studio Personnel Office Address: 235 East Main St, Suite 102B, Northville, MI 48167 Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: 8 16 0 Design/Build: 0 CM -at -Risk: 14 Federal Government: Name of Projects: 0 State/County/Municipal: 6 N/A ❑ Providence Bridge, The MID, White Lake Township Master Plan, Cauley Ferrari, M1 Concourse Event Space, LTU Residence Hall, Equinox Fitness Clubs (Bloomfield, MI Studio City, CA, Arlington, VA) Residential/Residential High -Rise: 4 Office: Mixed -Use: 12 LEED/Green Globe Certified: Other (specify): 4 Urban Design/Bridge Retail: 2 List previous projects similar in scope, size, and complexity: Providence Pedestrian Bridge - 394' long bridge / 15,170 sf bridge deck & programming space. Bagley Pedestrian Bridge - 420' cable stayed bridge span / 41,000 sf Urban Park/Plaza. The MID - a highly activated 3.8 Acre, 1.5 million sf mixed -use development in Midtown Detroit. LTU East Residence Hall - 300+ bed residence hall including 2-story community spaces throughout. Equinox Fitness Club - 48,000 sf wellness center and the first Equinox club in Michigan. M1 Concourse - Masterplanning across 87 acre campus and design of 30,000sf event space. Concourse Club- Masterplanning, public space design and event center adjacent to Miami-Opa Locka Executive Airport 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 /' 8/27/2020 By: Signature of Authorized Officer Date Kyle Henry Vice President, Business Development Printed Name Title RFQ-QKP Revised 7/31/19 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.8 QUALIFICATIONS OF THE LEAD ARCHITECT / DESIGNER I 44 EDUCATION Bachelor of Architecture, Lawrence Technological University Bachelor of Science in Architecture, Ryerson University REGISTRATIONS & CERTIFICATIONS Licensed Architect - NCARB U.S. Green Building Certification - LEED AP RECENT LECTURES/PANELS 2020 Winter Cities Conference, Chicago 2019 Midwest Assest Building Conference on Inclusivity, Detroit 2019 Detroit 139 Design Exhibition 2017 Design Technology, East Residence Hall, Lawrence Technological University PROFESSIONAL AWARDS 2004 AIA Michigan Young Architect Award 2003 AIA Detroit Young Architect Award 1997 Bigfoot: NFL Stadium (Los Angeles) Design Competition- Finalist 1997 Alumni Society Award, University of Michigan I►FORM MICHAEL GUTHRIE, AIA, LEEP AP FOUNDING PARTNER / PRINCIPAL Michael is a founding principal of INFORM Studio, where he focuses on vision, culture, innovation, and strategy. Through listening, discussion, and critique, Michael can synthesize critical inputs and goals from key stakeholders, and turn them into cohesive design visions that impact communities for a better tomorrow. With nearly 30 years of experience, Mike's project accomplishments include a broad range from cultural, mixed -use, and housing to urban design and pedestrian bridges. Throughout his career, Michael has achieved significant professional awards and distinctions that include 34 AIA Design Awards. Michael was the team leader for 11 distinctive competition entries receiving commendation, including four winning projects that have been constructed or are in the final design. Michael has been an adjunct professor of architecture at the University of Michigan Taubman College of Architecture and Urban Design and a thesis advisor for Lawrence Technological University. Additionally, he has been on several juries for design studios at various universities throughout the country including, the University of Pennsylvania, North Carolina State, Clemson, SUNY, and the University of Illinois. Michael makes it a priority to impact the urban communities the firm works within, leading studio efforts for fundraising and volunteer efforts, including Life Remodeled and Gleaners Food Bank in the City of Detroit, and champions the firm's membership with Design Core and involvement with 400Forward. RELEVANT PROJECTS Providence Pedestrian Bridge / Providence RI Bagley Pedestrian Bridge / Detroit MI The MID, 4 acre mixed -use Development / Detroit MI Traverwood District Library / Ann Arbor MI LTU New Residence Hall / Southfield MI Civic Cultural Exhibition and Activities Center / Korla CN City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.8 QUALIFICATIONS OF THE LEAD ARCHITECT / DESIGNER I 45 0 Orr Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES 235 EAST MAIN STREET SUITE 102E NORTHVILLE MI 48167 LICENSE NUMBER: AR100512-I 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. Florida or City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER exp. A.9 EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER l 47 City of Miami, Department of Procurement Experience of the Lead Architect/Designer Reference Form - RFQ-ELAD INSTRUCTIONS The Lead Architect (LA) shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LA) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. Yes No 1 INot Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LA) Reference Project Name/Address: Providence River Pedestrian Bridge Name and Role(s) of LAD working on this Reference Project_Cory Lavigne / Design Lead, Michael Guthrie / Vision & Strategy Lead Reference Project Description: See attached Full Architectural Services - Schematic Design, Design Development, Construction Documents, Construction Assistance Scope of Services Provided: Compensation for Services: $ 1 ,385,149 Project Construction Cost: $ 21,900,000 LAD's Company Name: INFORM Studio LAD's Title/Position: Principal / Head of Design Company's Contact Facsimile Number: Project Start Date: 2910 Project Completion Date: 20/19 Construction Start Date: Construction Completion Date: 09/2016 05/1019 Company's Contact Name: Gina Van Tine Company's Contact Phone Number: 248-449-3564 Company's Contact E-mail: gvantine©in-formstudio.com REFERENCE PROJECT INFORMATION (To be Completed by the LA) Project Completed on Time and within Budget :nYes If "No," was the LAD at fault or did it contribute to the delay(s) or increased costrlYes Quality of Services Provided: Above Expectations* Average nBelow Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the LAD provide Project Management Services? Did nYes FIN nN/A the LAD provide Construction Management Services? nYes nNo nN/A Was the LAD responsive to the Project Owner? nYes nNo nN/A Was the LAD timely in its reviews and submittals? nYes nNo nN/A Reference Company Name: City of Providence Reference Contact Name: Bonnie Nickerson Reference Phone Number: 401-680-8400 Facsimile Number: E-mail: riNo Project Duration: 9 years nNo Reference Contact Title/Position: Director of Planning 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, Proposers Signature: City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.9 EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER I 48 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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). PROVIDENCE RIVER PEDESTRIAN BRIDGE PROVIDENCE, RI The new Providence River Pedestrian Bridge reworks abandoned freeway infrastructure (1-195) to connect five prominent neighborhoods and institutions within the city. Acting as a pedestrian center, the bridge not only performs as a practical connector between all regions, it offers multiple programmatic interventions to encourage community connection and social engagement among city residents. The project captures a potential much larger than that of a pure connector, it leverages integrated program elements to serve as a mediator between urban and ecological spaces, allowing east and west to become a singular public space. In addition to establishing a visual symbol of renewal, the Providence River Pedestrian Bridge also provides access to over 40 acres of prime waterfront real estate that was freed up when interstate 1-195 was relocated. So while the history of the area will remain embedded in the bridge's foundations, this new gateway will connect the site to the rest of the city and give it a new lease of life for future generations. 11,1I 1I! :11'6 ..1,1w, ,�fll�'•iyiiliiiiliiilillllltF City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.9 EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER l 49 City of Miami, Department of Procurement Experience of the Lead Architect/Designer Reference Form - RFQ-ELAD INSTRUCTIONS The Lead Architect (LA) shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LA) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. Yes No 1 INot Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LA) Reference Project Name/Address: Lawrence Technological University East Residence Hall Name and Role(s) of LAD working on this Reference Project: Cory Lavigne / Design Lead, Michael Guthrie / Vision & Strategy Lead Reference Project Description: See attached Full Architectural Services - Predesign, Sche..._.._ _ .�.., _ .�.. _. _._..._... Construction Documents, Construction Administration Scope of Services Provided: Compensation for Services: $ 774,400 Project Construction Cost: $ 18,000,000 LAD's Company Name: INFORM Studio LAD's Title/Position: Principal / Head of Design Company's Contact Facsimile Number: Project Start Date: 01//2017 Project Completion Date: 08/2017 Construction Start Date: Construction Completion Date: 08//018 0812017 Company's Contact Name: Gina Van Tine Company's Contact Phone Number: 248-449-3564 Company's Contact E-mail: gvantine@in-formstudio.com REFERENCE PROJECT INFORMATION (To be Completed by the LA) Project Completed on Time and within Budget : 1 Yes No Project Duration: 2 If "No," was the LAD at fault or did it contribute to the delay(s) or increased costnYes Quality of Services Provided: 1 Above Expectations* Average nBelow Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. years No Did the LAD provide Project Management Services? Did 1 Yes No N/A the LAD provide Construction Management Services? nYes nNo nN/A Was the LAD responsive to the Project Owner? 1 Yes No N/A Was the LAD timely in its reviews and submittals? 1 Yes nNo N/A Reference Company Name: Lawrence Technological University Reference Contact Name: Lee Bunting Reference Phone Number: 248-204-2889 Facsimile Number: Reference Contact Title/Position: Associate University Architect E-mail: PROPOSER'5 CERTIFICATION OF INFORMATION (try 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: City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.9 EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER I 50 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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). LTU EAST RESIDENCE SOUTHFIELD, MI HALL Over the last decade, Lawrence Technological University's Southfield campus has increasingly admitted a student body desiring a more vibrant campus life experience; turning the once commuter school into a University with a more robust on -campus experience. Impacted strongly by LTU's recent addition of varsity athletics as well as an influx of international students, student resident growth has created an immediate need for on -campus student housing options. This new 300+ bed residential flagship for the University is now leveraged during the recruitment of prospective students, while utilizing it to support the University's many design programs and student -body social groups. Located in the center of campus, the East Residence Hall unifies three separate campus districts previously lacking a well-defined urban strategy. By creating a pedestrian walkway and courtyard experience through the center of the building, the East Residence Hall defines the central residential district while connecting the north and south campus districts. Weaving a variety of community spaces through the building program aims to enhance the experience of student interaction and learning. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.9 EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER l 51 City of Miami, Department of Procurement Experience of the Lead Architect/Designer Reference Form - RFQ-ELAD INSTRUCTIONS The Lead Architect (LA) shall complete the following information for a project currently ongoing or completed within the last five (5) years, where the Proposer believes the project 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) project and must comply with the requirements listed in Sections 2, 3.5, and 4 of the RFQ. All information will be independently verified by Procurement staff. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE PROPOSAL BEING REJECTED AS NON -RESPONSIVE. REFERENCE PROJECT APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LA) This reference project complies with the Experience Requirement(s) under Sections 2, 3.5, and 4 of the RFQ. (nYes nNo nNot Applicable REFERENCE PROJECT INFORMATION (To be Completed by the LA) Reference Project Name/Address: The MID Mixed -Use Development Name and Role(s) of LAD working on this Reference Project: Cory Lavigne / Design Lead, Michael Guthrie / Vision & Strategy Lead Reference Project Description: See Attached Full Architectural Services - Conceptual Masterplanning, Site Programming, Predesign, Schematic Design, Design Development Scope of Services Provided: Compensation for Services: $ 2,914,000 Project Construction Cost: $ 350,000,000 LAD's Company Name: INFORM Studio LAD's Title/Position: Principal / Head of Design Company's Contact Facsimile Number: Project Start Date: 07I2018 Project Completion Date: Ongoing Construction Start Date: Construction Completion Date: Company's Contact Name: Gina Van Tine Company's Contact Phone Number: 248-449-3564 Company's Contact E-mail: gvantine©in-formstudio.com REFERENCE PROJECT INFORMATION (To be Completed by the LA) Project Completed on Time and within Budget : Yes (nNo Project Duration: Ongoing If "No," was the LAD at fault or did it contribute to the delay(s) or increased costrlYes nNo Quality of Services Provided: Above Expectations* ( (Average ( (Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the LAD provide Project Management Services? Did the LAD provide Construction Management Services? Was the LAD responsive to the Project Owner? Was the LAD timely in its reviews and submittals? Reference Company Name: CBRE I Capital Markets Reference Contact Name: Turkia Mullin Reference Phone Number: 313-468-4932 Facsimile Number: nYes nNo nN/A nYes nNo nN/A nYes nNo nN/A nYes nNo nN/A Reference Contact Title/Position: First VP E-mail: tmullin@cbre.com PROPOSER'.S CERTIFICATION OF INFORMATION (to be signed by the Propanes} By signing below, I certify all information is true and correct to the best of my knowledge, Proposers Signature: City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.9 EXPERIENCE OF THE LEAD ARCHITECT / DESIGNER I 52 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS REFERENCE PROJECT. 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 MID MIXED -USE DEVELOPMENT DETROIT, MI Inspired by Midtown's music, art, history, and culture, The Mid is poised to be a new center for Midtown Detroit activity. The 3.8-acre mixed -use development is carefully planned to offer diverse programs including retail, hotel, housing, and dining experiences with interwoven public spaces for community, resident, and visitor engagement and connectivity. The development will feature a 225-key luxury boutique hotel and 100,000 square feet of retail space, incorporating various selections from boutique neighborhood retailers catering both to the Midtown community as well as the residents and patrons within the development. The site design focuses on broader concepts of urban, social, and cultural sustainability while targeting specific environmental sustainability goals. The residential programming is diversified to focus on all tiers of affordability to create an income -diverse community essential to cultural sustainability. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. QUALIFICATIONS OF THE MARINE STRUCTURAL ENGINEER exp. A.10 QUALIFICATIONS OF THE MARINE STRUCTURAL ENGINEER I 54 City of Miami Solicitation RFQ 19-20-031 Qualifications of Key Personnel/ Team Members 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.: 19-20-031 RFQ Title: 1-395 Pedestrian Baywalk and Bikeway Bridge Name and Role of Personnel: Jason Cummins, PE - Marine Structural Engineer License No.: 71538 Years of Related Experience: 15 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Waterfront structures, bulkheads, marinas, docks, shipyards, cruise destinations, port: Personnel Employer: Cummins Cederberg, Inc. Personnel Office Address: 7550 Red Road, Suite 217, South Miami, FL 33143 Type and number of projects completed in the past 5 years: Design/Bid/Build: 60 Design/Build: 20 Private Sector: 250 City of Miami: Federal Government: Name of Projects: CM -at -Risk: N/A ❑ State/County/Municipal: 10 Residential/Residential High -Rise: Office: Mixed -Use: Retail: LEED/Green Globe Certified: Other (specify): 270 - marinas. shipyards, docks, cruise destinations, ports, bulkheads, beaches List previous projects similar in scope, size, and complexity: Seahven Superyacht Marina, Dinner Key Marina repairs, Concrete deck repairs at Sunset Harbour Yacht Club, Resorts World Miami inspections and bulkhead design, Dade Blvd/Collins Canal shoreline stabilization, Derecktor Shipyards, Port Everglades Slip Expansion, One Miami Condominium inspections, Storm Surge Wall design at Vizcaya Museum and Gardens 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 rs;+„ ""'` ,+ reject the Response as non -responsive By: 8/27/2020 Signature of Authorized Officer Date Kyle Henry 8/3/2020 11:53 AM Vice President, Business Development Printed Name Title RFQ-QKP Revised 7/31/19 p. 52 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.10 QUALIFICATIONS OF THE MARINE STRUCTURAL ENGINEER I 55 Jason R. Cummins, PE Principal, Marine Engineer YEARS OF EXPERIENCE • 15 EDUCATION • MSc Coastal and Oceanographic Engineering, University of Florida • BSc Civil Engineering, University of Florida LICENSES • Florida PE No. 71538 CERTIFICATIONS • Certified Diver • FHWAA-NHI 130091 Underwater Bridge Inspection — National Highway Institute and Association of Diving Contractors PROFESSIONAL AFFILIATIONS • Urban Land Institute (ULI) SE Florida/Caribbean, Member • American Society of Civil Engineers, ASCE • American Institute of Architects • South Florida Association of Environmental Professionals www. Cummins Cederberg. com SKILLS & EXPERTISE CUMMINS I CEDERBERG Coastal & Marine Engineering ✓ Planning and Feasibility of Marine Infrastructure Projects ✓ Underwater Investigations (SCUBA) ✓ Coastal Design Criteria - Tides, Waves, Currents and Hurricanes ✓ Structural Design of Steel and Concrete Marine Structures ✓ Bathymetric Surveying RELEVANT EXPERIENCE Jason Cummins is a Marine and Coastal Engineer with significant experience in inspections, planning, engineering, regulatory permitting and construction of coastal and waterfront development and infrastructure projects in Florida, Caribbean, and Latin America. He is a registered Professional Engineer in the U.S., capable of designing marine facilities, shoreline stabilization and coastal structures. He is proficient in the application of numerical models, including the Danish Hydraulics Institute (DHI) MIKE-21 suite of numerical modeling tools, structural analysis tools and Federal State and Local design codes. In addition to his professional achievements, Jason presently serves on the non-profit Board for Bill Beggs Cape Florida State Park. Seahaven Superyacht Marina, Dania Beach, Florida. Engineer of Record for new marina design and construction administration services for approximately 1,200 feet of new bulkhead for a deep - water yacht basin located in the Dania Cut -Off Canal. Part of the canal was excavated to create a new marina basin connected to the canal for this 40-slip superyacht marina. Bulkhead consists of steel sheet piling with concrete batter piles and reinforced concrete capping beams. Design criteria for a floating dock was also prepared including anticipate mooring loads. Reference: Ken Blair; 561-625-9443; Ken@SKHOLDINGS.com; Fees $68,000; Completed November 2019. Dinner Key Marina, Miami Beach, Florida. Lead marine structural engineer for the restoration of Dinner Key Marina. Following Hurricane Irma, the marina suffered damage impacting 60% of the dockage. Responsibilities include engineering and construction drawing development, environmental and municipal permitting, and construction services including specialty inspections, product documentation, and active construction support. Reference: Robert Fenton; 305-416-1002; rfenton(a miamigov.com• $800,000; Ongoing. Concrete Dock Repairs at Sunset Harbour Yacht Club, Miami Beach, Florida. Repairs of concrete slabs, caps, and piles for a 125-slip yacht marina. Environmental permit applications were prepared and processed with the Miami -Dade County DERM, FDEP, and USAGE. Detailed repair drawings were prepared with specific criteria to minimize impacts to adjacent structures, including the removal and replacement of severely deteriorated deck slabs. Construction administration services were provided to review in accordance with construction documents and environmental permits. In addition, ongoing engineering support services have been provided for various projects since 2013. Reference: Doug Mason; 305-398-6800; dmason@sunsetharbouryc.com; $100,000; Ongoing. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.10 QUALIFICATIONS OF THE MARINE STRUCTURAL ENGINEER I 56 Ron ❑eSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CUMMINS, JASON ROLLAND I -LICENSE NUMBER: PE71538 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. FBPE FLORIDA BOARD or PROFESSIONAL ENGINEERS City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER �h_ exp. A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER 1 58 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Experience of the Marine Structural Engineer Reference Form - RFQ-EMSE 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 MSE 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 MSE) Dade Blvd. Shoreline Stabilication and Seawall Replacement, Dade Blvd. and Collins Canal, Miami Reference Project Name/Address: Name(s) and Role(s) of Marine Structural (MSE) working on this Reference Jason Cummins, lead structutral engineer Construction of seawall (2,670 LF), along Collins Canal in an area with extensive utility crossings Project: Reference Project Descra.pti.an: Scope of Services Provided: Bulkhead design, construction administration, vibration monitoring, regulatory permitting Compensation for Services: $ 40,000 Project Start Date:05/201 1 Project Completion Date: 06/2013 Project Construction Cost: $ 4,000,000 Const. Start Date 02/ 2012 Const. Completion Date:06 / 2013 MSE's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jannek Cederberg MSE's Title/Position: President, Lead Marine Structural Engineer Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail: jcederberg@cumminscederberg.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: If "No," was the MSE at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: *Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the MSE provide Program/Project Management Services? n Yes ❑ No ■❑ N/A Did the MSE provide Construction Management Services? n Yes ❑ No ■❑ N/A Was the MSE responsive to the Project Owner? n Yes ❑ No J■ N/A Was the MSE timely in its reviews and submittals? n Yes ❑ No ■� N/A Reference Company Name: Harbour Construction Reference Name/Title & Position: Guy Lessor, Director Reference Phone Number: 305-603-9944 Reference Contact E-mail: GL@harbourconstruction.com PROPOSER'S CERTIFICATION OF INFORMATION (to be signed by the Proposer) By signing below, I certify all information is trim. and rnrrart to them hemct of my knowledge. Proposer's Signature: 8/3/2020 11:53 AM RFQ-EMSE Revised 6/19/t3.C86 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER I 59 8 City of Miami Solicitation RFQ 19-20-031 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). Dade Boulevard, located in Miami Beach, is situated alongside the Collins Canal. It is an east -west connecting road and crosses many of the main avenues on the barrier island. As part of a newly constructed bike path along the road, shoreline stabilization was required. Cummins Cederberg was retained to design the 2,670 feet of steel sheet pile bulkhead along the canal, including a concrete cap. Due to the proximity to the road, a concrete crash barrier capable of withstanding vehicle impacts was incorporated as well. The bulkhead design was further complicated by extensive below ground utilities in the area. These included main sewer, water, and high -voltage electrical lines connecting the northern and southern parts of Miami Beach. Due to the age of the utilities, limited information relative to dimensions, locations, and depth were available. In these cases, the contractor and engineer were required to hand excavate and physically locate the lines to maintain a safe buffer during pile driving. The required buffer produced opportunities for unique and innovative structural designs in order to create a wall in the areas of the utilities without driving piles, while still capable of retaining the relatively large earth and vehicle loads. The south side of the canal generally consisted of older residences, approximately 50 feet from the proposed bulkhead. In order to ensure no impacts to these structures during vibratory installation of the steel sheet piles, Cummins Cederberg conducted vibration monitoring during construction 3/202Rf M RFQ-EMSE Revised 6/1912087 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER I 60 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Experience of the Marine Structural Engineer Reference Form - RFQ-EMSE 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 MSE 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 MSE) Reference Project Name/Address: Seahaven Superyacht Marina, 301 NE 5th Avenue, Dania Beach, FL 33004 Name(s) and Role(s) of Marine Structural (MSE) working on this Reference Jason Cummins, Engineer of Record Marina and bulkhead design for new marina located upland of the Dania Cut -Off Canal Project: Reference Project Descra.pti.an: Dredge design, bulkhead engineering design, bathymetric survye, permit compliance, environmental permitting Scope of Services Provided: Compensation for Services: $ 68,000 Project Start Date:10/2017 Project Completion Date: 1 1/2019 Project Construction Cost: $ Const. Start Date 02/ 2018 Const. Completion Date:11 / 2019 MSE's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jannek Cederberg MSE's Title/Position: President, Lead Marine Structural Engineer Company's Contact Phone Number: 305-741-61 55 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail: jcederberg@cumminscederberg.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: If "No," was the MSE at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: *Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the MSE provide Program/Project Management Services? Did the MSE provide Construction Management Services? Was the MSE responsive to the Project Owner? Was the MSE timely in its reviews and submittals? Reference Company Name: Seven Kings Holdings, Inc. Reference Phone Number: 561-625-9443 ❑ No n Yes ❑ No a N/A n Yes ❑ No 0 N/A n Yes ❑ No M N/A n Yes ❑ No imp N/A Reference Name/Title & Position: Ken Blair Reference Contact E-mail: Ken@skholdings.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: _ 8/3/2020 11:53 AM RFQ-EMSE Revised 6/19/W 6 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER I 61 8 City of Miami Solicitation RFQ 19-20-031 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). Seahaven is Fort Lauderdale's premiere luxury protected harbor with 40-slips for superyachts up to 250 feet long and clubhouse facilities. The marina is located upland of the Dania Cut -Off Canal and was dredged to create a new marina basin connected to the canal. Cummins Cederberg was the Engineer of Record for this project and provided construction support services. Approximately 1,200 feet of new bulkhead was designed for the deep -water yacht basin, consisting of steel sheet piling with concrete batter piles and reinforced concrete capping beam. Design criteria for a floating dock was also prepared including mooring loads anticipated by vessel size and wind speed. Construction administration services, including review of contractor payment, site observations with reports, pile driving logs, materials testing, final inspection, and environmental permit close out services were also provided to ensure the completion of the project in accordance with all engineering specifications. 3/202RtI fM RFQ-EMSE Revised 6/1912087 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER I 62 City of Miami Solicitation RFQ 19-20-031 City of Miami, Department of Procurement Experience of the Marine Structural Engineer Reference Form - RFQ-EMSE 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 MSE 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 MSE) Reference Project Name/Address: Sunset Harbour Yacht Club, 1928 Sunset Harbour Drive, Miami Beach, FL, 33139 Name(s) and Role(s) of Marine Structural (MSE) working on this Reference Jason Cummins, marine structutral engineer Project: Reference Project Descraptia�l: Replacement of dock structures along with miscellaneous repairs Structural engineering design, coastal engineering, environmental permitting, construction administration Scope of Services Provided: Compensation for Services: $ 100,000 Project Start Date:04/2017 Project Completion Date: 10/2018 Project Construction Cost: $ 1,100,000 Const. Start Date 05/ 2018 Const. Completion Date:10 / 2018 MSE's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jannek Cederberg MSE's Title/Position: President, Lead Marine Structural Engineer Company's Contact Phone Number: 305-741-61 55 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail: jcederberg@cumminscederberg.com Project Completed on Time and within Budget: ■❑ Yes ❑ No Project Duration: If "No," was the MSE at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: *Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the MSE provide Program/Project Management Services? Did the MSE provide Construction Management Services? Was the MSE responsive to the Project Owner? Was the MSE timely in its reviews and submittals? n Yes n Yes n Yes n Yes ❑ No ❑ No ❑ No ❑ No ■❑ N/A ■❑ N/A J■ N/A ■� N/A Reference Company Name: Sunset Harbour Yacht Club Reference Name/Title & Position: Doug Mason, General Manager Reference Phone Number: 305-398-6800 Reference Contact E-mail: dmason@sunsetharbouryc.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: _ 8/3/2020 11:53 AM RFQ-EMSE Revised 6/19/I!J 6 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.11 EXPERIENCE OF THE MARINE STRUCTURAL ENGINEER I 63 8 City of Miami Solicitation RFQ 19-20-031 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 Sunset Harbour Yacht Club is a 125-slip luxury marina located in Miami Beach. The marina caters to vessels ranging from 45 to 150 feet in length, and consists of concrete slabs, piles, and caps, all which had experienced significant deterioration. Cummins Cederberg conducted an above and below water structural inspection of the existing dock components to ensure the dock could withstand the load associated with the larger yachts. The in depth inspection noted the magnitude and location of the various defects observed. The team noted an existing wave attenuation designed incorrectly was further accelerating the deterioration, incoming waves would reflect resulting in increased salt sprays to the dock areas. Cummins Cederberg engineers are trained to not only identify the deterioration, but also pinpoint the cause of it. Based on the inspection findings, Cummins Cederberg designed the recommended repairs and processed the proposed marine works through environmental regulatory agencies (DERM, FDEP, and USACE). In addition, Cummins Cederberg assisted with the bid solicitation process, marine contractor selection, and construction administration. A Cummins Cederberg senior marine engineer stayed in close contact with the contractor crew to ensure repairs were conducted correctly, including the removal and cleaning of deteriorated material. Construction was performed on time and within 10% of the original construction estimate. 3/202RtI fM RFQ-EMSE Revised 6/1912087 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. QUALIFICATIONS AND EXPERIENCE OF OTHER REQUIRED PERSONNEL exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 65 City of Miami .910 o City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Solicitation RFQ 19-20-031 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.: 19-20-031 RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Name of Proposer: Name of Sub -Consultants / Subcontractors Exp U.S. Services Inc. ArqGeo (Ben Hutchens, PLA) Cummins Cederberg (Jason Cummins, PE) Cummins Cederberg (Jannek Cederberg, PE) Cummins Cederberg (Danielle H. Irwin) Cummins Cederberg (Gina Chiello) Hazan & Sawyer (Christopher Kish, PE, ENV SP) Hazan & Sawyer (Rose Jesse, CPE, ENV SP) Janus Research (Kenneth Hardin) Langan (Matthew Meyer, PE, D.GE) Langan (Bryan Merritt, PSM, PLS) Pedelta (Javier Jordan, MSc, PE) 8/3/2020 11:53 AM Office Location (City, State) Miami, Florida South Miami, FL South Miami, FL Tallahassee, FL Jupiter, FL Coral Gables, FL New York, NY Miami, FL Miami, FL Miami, FL Coral Gables, FL Scope of Work License No. Certification(s) % of Work Landscape Architect LA6667038 Landscape Architect 10% Environmental Engineer 71538 Adaptation Specialist 69839 Environmental Permitting Environmental Permitting Civil Engineering Certified Cost Estimator N/A N/A PE55480 CPE 1.4-000191-0717 Cultural Resource Management N/A Geotechnical Engineer 54630 Surveyor Structural Engineer City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project Professional Engineer 25% Professional Engineer see above CFM, PWS, LEED AP N/A Professional Engineer see above see above 5% Certified Professional Estimator see above N/A 2% Professional Engineer 5% LS6558 Surveyor + Mapper see above 75627 Professional Engineer 5% RFQ-QSC Revised 7/31/19 ry p. 53 exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 66 City of Miami osv o City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Solicitation RFQ 19-20-031 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.: 19-20-031 RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Name of Proposer: Exp U.S. Services Inc. Name of Sub -Consultants / Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) Pedelta (Juan A. Sobrino, PhD, PE) Coral Gables, FL Structural Engineer 73121 Professional Engineer see above Inform Studio (Michael Guthrie, AIA) Detroit, MI Lead Architect AR100512 Architect 20% RFQ-QSC Revised 7/31/19 8/3/2020 11:53 AM p. 53 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. CIVIL ENGINEER •°exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL 68 Firm / Title Hazen / Associate Vice President Education BS, Civil Engineering, Florida International University, 1994 Certification/License Professional Engineer: FL Experience • 25 total years • 25 years with Hazen Professional Activities American Water Works Association Hazen Christopher Kish, PE Civil Engineer Christopher Kish, PE, has more than 25 years of experience in the assessment, design, and construction oversight of water and wastewater infrastructure projects. Over this time period, he has been involved in the evaluation, design, QA/QC, permitting and bid/award of multiple water and wastewater infrastructure projects throughout Florida and abroad. He has also served part-time as well as Resident Construction -Phase Engineer on many of these projects. He is experienced in the supervision of day-to- day construction activities and making engineering decisions on behalf of the Engineering Team to expedite the resolution of any issues that may arise. He has also designed force main improvements totaling over 70 miles domestically. As Construction Manager on many of these projects, Mr. Kish has been responsible for the coordination among the client, contractor, and permitting agencies. Project 1 City of Miami Beach Right of Way Infrastructure Improvement, Program Management, Miami Beach, FL In 2001, the City embarked on an ambitious neighborhood right-of-way improvement program after the issuance of over 100 million in Gener- al Obligation Bonds. The majority of funding was allocated for capital right-of-way infrastructure projects including various stormwater system improvements. Hazen was selected by the City to function as Program/ Construction Manager and act as the City's agent with regard to all aspects of the Program from 2001 through 2009. Mr. Kish served as Project Engineer. Cost: $410 million Duration: 2001 - 2009 Reference: Jorge M. Gonzalez, (former City Manager, City of Miami Beach) Village Manager, Bal Harbour 655 96th Street, Bal Harbour, FL 33154 P: 305-866-4633, E: manager®balharbour.org CITY OF MIAMI City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 69 Christopher Kish, PE Project 2 Pump Station Improvement Program (PSIP), City of North Miami Beach, FL Hazen has been assisting the City of North Miami Beach with water, wastewater, and stormwater im- provements for over 25 years. Most recently, Hazen provided assistance with the City's PSIP, where Mr. Kish served as the Project Manager. As part of the PSIP, the City proposed upgrades to10 pump stations. Hazen was responsible for design and permitting two of the stations on a fast -track basis. Once com- plete, the City requested that Hazen perform a constructability review of all 10 stations based on knowledge of the City's standards and experience. The City also directed Hazen to provide bidding as well as construction management services for all 10 pump stations. Mr. Kish served as Project Manager. Cost: $3.2 million Duration: 2010 - 2015 Reference: Karim Rossy, El, Development Engineer 3 City of North Miami Beach 17050 NE 19th Avenue, North Miami Beach, FL 33162 P: 305-948-2980, Ext. 7962 E: karim.rossy®jacobs.com Project 3 City of Hialeah Pump Station Improvement Program, City of Hialeah, FL In an effort to reduce station runtimes to stay in compliance with regulatory requirements and in- crease reliability, the City of Hialeah decided to upgrade 11 of its 90 pump stations. As Project Man- ager, Mr. Kish participated in/oversaw the evaluation, design, and permitting of the pump stations and force mains, and provided bid and award services. The projects are now in construction. Mr. Kish con- tinues to assist on the project by providing QA/QC as it relates to shop drawing review, payment appli- cations, responses to RFI, and change order requests. Cost: $15 million Duration: June 1998-Ongoing Reference: Armando Vidal, PE, Public Works Director Hazen City of Hialeah Public Works Department 3700 West 4th Avenue, Hialeah, Florida 33012 P: (305) 556-3800; E: avidal®hialeahfl.gov Project 4 Influent Pump Station and Gravity Main Installation, City of Homestead, FL The City of Homestead's PS 1 is located in the west- ern portion of the City and is responsible for col- lecting/ transmitting wastewater from its own col- lection basin, as well as 16 other pump stations, to the Homestead WWTP for treatment/disposal. The station runtime exceeded the permitted 10-hour runtime criteria established by County Code which placed the station under moratorium. This morato- rium also affects all 16 upstream pump stations, as PS 1 re -pumps them to the WWTP. It was not feasi- ble to perform the necessary improvements to PS 1 in its current location. Hazen was retained to design improvements that would eliminate the need for PS 1 and provide an influent pump station (IPS) at the WWTP. During the evaluation process hydrau- lic modeling efforts showed that the installation of a 36-inch gravity main from the PS 1 to the WWTP IPS would eliminate the need for PS 1 and PS 21, another regional pump station, allowing wastewater from both collections to flow via gravity to the plant. As Project Manager, Mr. Kish participated in/oversaw the evaluation, design and permitting (City, Mi- ami -Dade County Public Works, FDOT) of the force main as well as bid and award services. As Construc- tion Manager, he reviewed shop drawings, conduct- ed periodic field visits, approved payment applica- tions, assisted with change order negotiation, was present for testing, reviewed as -built drawing and issued the certification of completion for the proj- ect. Cost: $8 million Duration: 2010-2019 Reference: Julio A. Brea, PE, Director Public Works and Engineering Department City of Homestead 100 Civic Court, Homestead, Florida 33030 P: 305.224.4405 E: JBrea®cityofhomestead.com CITY OF MIAMI City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 70 1 Ron DeSantis, Governor Ffalsey Beshears, Secretary d 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 KISH, CHRISTOPHER LEE 9825 NE 4 AVENUE ROAD 9825 NE 4 AVENUE ROAD MIAMI SHORES FL 33138 LICENSE NUMBER: PE55480 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 Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. LANDSCAPE ARCHITECT •°exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 72 John "Ben" Hutchens, PLA, SITES AP, LEED AP VICE PRESIDENT, LANDSCAPE ARCHITECT EDUCATION Master of Landscape Architecture Florida International University, 2006 Bachelor of Arts in Historic Preservation and Community Planning, College of Charleston, South Carolina, 2003 PROFESSIONAL REGISTRATIONS Registered Landscape Architect, Florida (#6667038) SITES Accredited Professional (#0001218) LEED Accredited Professional PROFESSIONAL ORGANIZATIONS American Society of Landscape Architects (ASLA) GEO RESILIENT LANDSCAPES Mr. Hutchens is a Registered Landscape Architect with over 15 years of experience that specializes in urban site design for mixed -use, commercial, multi -family residential, municipal and institutional projects both local and international. Driven by a passion of the outdoors and striving to achieve a timeless design and a sense of place with every project; Ben's thoughtful and expressive design demonstrate his commitment to aesthetics, functionality, and resiliency while providing clients with designs of great impact and value. Ben has recently served as the Lead Landscape Architect Designer for the Wynwood Streetscape Master Plan and the new University of Miami Lakeside Village student housing project as well as several other Florida -based and international projects. RELEVANT PROJECT EXPERIENCE (SELECT LISTING) PortMiami Tunnel, Miami, FL (2014) Watson and Dodge Island, Miami, FL 33132 Client: Bouygues Construction Contact: Louis Brais, Sr. Project Executive Phone: 305.894.1800 Email: I.brais@bcwf-miami.com Scope of Services: Landscape Architecture, Master Planning, Resilient Design, Green Infrastructure, Architecture, Interior Design Construction Cost: $667,000,000 Professional Fees: $552,000 2 Tunnel Portals, 6 acres (above ground) landscape Lead Design Landscape Architect, Resilient Designer Planning, Green Infrastructure, Transportation, Resilient Design, Stormwater Management Brickell City Centre, Miami, FL (2017) 701 S. Miami Avenue Miami, FL 33131 Client: Swire Properties Contact: Christopher Gandolfo, Sr. VP of Development Phone: 305.371.3877 Email: cgandolfo@swireprops.com Scope of Services: Landscape Architecture, Urban Design, Resilient Design, Green Infrastructure Construction Cost: $1,050,000,000 Professional Fees: $1,200,000 9,200,000 SF mixed -use urban development comprised of 7 towers. Urban Design, Lead Design Landscape Architect, Resilient Design Residential, Retail, Office, Hotel, On -Deck Amenities, Streetscape Design, Underground Parking, Transit Oriented, SAP, LEED NC: Gold 500 Alton + Pedestrian Bridge + Public Park, Miami Beach, FL (ongoing) 500-700 Alton Road, Miami Beach, FL 33139 Client: Terra Group Contact: David Martin, CEO Phone: 305.371.3877 Email: david@terragroup.com Scope of Services: Landscape Architecture, Urban Design, Resilient Design, Green Infrastructure Construction Cost: $1,050,000,000 Professional Fees: $1,200,000 3-acres - Public Park; 158' Pedestrian Bridge; + Private Residential Tower Master Planner, Lead Design Landscape Architect, Resilient Design Residential, Commercial, Public, On -Deck Amenities, Open Space, Green Infrastructure, Resilient Design, Stormwater Management, Streetscape Design, Public Outreach, Pedestrian Bridge, Mobility City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project °exp A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL 73 John "Ben" Hutchens, PLA, SITES AP, LEED AP VICE PRESIDENT, LANDSCAPE ARCHITECT RESlllENT LANDSCAPES GEO Perez Art Museum Miami, FL (2015) 315,000 SF Museum 1103 Biscayne Blvd, Miami, FL 33132 Client: Keenen/Riley Contact: Terence Riley, Director Emeritus Phone: 305.438.1140 Email: tr@krnyc.com Scope of Services: Landscape Architecture, Resilient Design, Green Infrastructure Construction Cost: $220,000,000 Professional Fees: $310,000 Lead Design Landscape Architect, Resilient Design Cultural, Academic, Waterfront, Public, Open Space, Parking, Adaptability, Green Infrastructure, Stormwater Management, LEED BD+C: Gold Wynwood Streetscape Master Plan + Design Guidelines, Miami, FL (2020) 216-acres Wynwood District, Miami, FL Client: City of Miami, Planning & Zoning Department Contact: David Snow, Chief of Urban Design Phone: 305.416.1400 Email: dsnow@miamigov.com Scope of Services: Master Planning, Landscape Architecture, Urban Design, Resilient Design, Green Infrastructure Construction Cost: N/A Professional Fees: $640,000 Master Planner, Lead Design Landscape Architect Master Planning, Urban Design, Streetscape Design, Woonerf Design, Resilient Design, Green Infrastructure, Multi -Modal, Transportation, Stormwater Management, Public Outreach, Design Guidelines Waterline/Biscayne Lane Study, Miami, FL (2011) 3 Miles of Boardwalk Master Planner, Lead Landscape Architect Master Planning, Adaptability, Urban Design, Waterfront, Public Outreach, Public Open Space, Accessibility, Mobility Patricia & Phillip Frost Museum of Science, Miami, FL (2018) 250,000 SF Museum Lead Landscape Architect, Resilient Design Cultural, Academic, Public, Park/Open Space, Green Infrastructure, Stormwater Management, LEED ND: Gold The Link @ Douglas Station Tower II + Douglas Station Improvements, Coral Gables, FL (ongoing) 836,000 SF Design Landscape Architect, Urban Designer Residential, Retail, Transit Oriented Development, Streetscape Design, Resilient Design, Green Infrastructure, Stormwater Management Virgin Voyages Cruise Terminal @ PortMiami, Miami, FL (ongoing) 119,155 SF Design Landscape Architect Waterfront, Transportation, Public/Government, LEED Gold MSC Cruises Terminal @ PortMiami, Miami, FL (ongoing) 1,319,000 SF Design Landscape Architect Waterfront, Office, Transportation, Open Space, Public/Government University of Miami Lakeside Village, Coral Gables, FL (2020) 546,000 SF / 12.5-acres - Mixed -Use Master Planner, Lead Landscape Architecture, Resilient Design Student Housing, Residential, Commercial, Office, Academic, Public, Under -Deck and On -Deck Amenities, Green Infrastructure, 25 extensive green roofs, Stormwater Management, LEED City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project °exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 74 • Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION d BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES HUTCHENS, JOHN BENJAMIN 5890 SW 48TH STREET MIAMI FL33155 L LICENSE NUMBER: LA6667038 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. Fl rida :. 1 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. ENVIRONMENTAL ENGINEER �r_ exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 76 Danielle H. Irwin, CFM, PWS, LEED AP Environmental Permitting & Policy 9 YEARS OF EXPERIENCE • 20 EDUCATION • M.Sc. Oceanography, Florida State University • B.A. Environmental Studies, University of Southern California • B.Sc. Biology, University of Southern California CERTIFICATIONS • Certified Floodplain Manager • Professional Wetland Scientist • LEED Accredited Professional BD&C PROFESSIONAL AFFILIATIONS • Florida Association of Environmental Professionals, Tallahassee Area Chapter Board Member • Florida Floodplain Managers Association • Association of State Floodplain Managers • Florida Shore and Beach Preservation Association • Society of Wetland Scientists www. Cummins Gederberg. com SKILLS & EXPERTISE CUMMINS I CEDERBERG Coastal & Marine Engineering ✓ Beach nourishment and nearshore hardbottom ✓ Coastal construction permitting and mitigation ✓ Hardbottom impacts and mitigation ✓ Sustainable waterfront systems ✓ Seal level rise and coastal resiliency ✓ Marine construction (mooring fields, seagrass, seawalls) ✓ Riparian rights and recreational waterways RELEVANT EXPERIENCE Danielle Irwin has 20 years of experience in the field of water resource management including environmental assessment, monitoring, planning and regulatory permitting in the State of Florida. Her regulatory experience includes oversight of statewide programs including beaches, inlets, ports, Joint Coastal Permitting, Coastal Construction Control Line Permitting, Environmental Resource Permitting, and beach management funding assistance. Danielle's extensive regulatory experience is key to facilitating project development from a policy, permitting, and funding perspective, as she is deeply familiar with the guidelines set forth by the City of Miami, the Miami DDA, FDOT, USACE, FDEP, and Miami -Dade County DERM. She formally served at one of the highest positions within the FDEP as the former Deputy Director of the Division of Water Resource Management, and the Bureau Chief of Beaches and Coastal Systems. Not only does Danielle bring unmatched regulatory experience, but she helped draft the resiliency guidelines for the Miami DDA. Waterfront Adaptation at Jose Marti Park, Miami, Florida. The adaptive redesign of this 13-acre, multi -use recreational space on the Miami River explores ways in which the park can minimize tidal flood impacts to the surrounding neighborhood, adapt to sea -level rise, and enhance waterfront access to residents. Given its physically and socially vulnerable location between the River and Little Havana, a low-lying, low-income Hispanic community, a participatory design process emphasizing community goals is critical for success. The Jose Marti Park Redesign will serve as a model for resilient waterfront parks that can adapt to current and future flood risks associated with Climate Change and Sea - Level Rise. Danielle is leading the environmental permitting, and grant management. Reference: Keith Ng, CFM; 305-416-1298; keithnq@miamigov.com• Estimated Fees $260,150; Ongoing. Nova Southeastern University Waterfront Improvements, Fort Lauderdale, Florida. Providing environmental permitting, impact analysis and policy support for NSU in relation to the proposed Port Everglades channel dredge expansion project. The project includes dredging a berth, retrofitting the wharf and groin, realigning the marina basin channel, and negotiation with the USAGE, Navy, USCG, County, and Port. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project 'exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 77 Danielle H. Irwin, CFM, PWS, LEED AP Environmental Permitting & Policy Reference: Richard Dodge, PhD; 954-262-3651; dodged nova.edu• Estimated Fees $101,000; Ongoing. CU 1IMINS I CI:I)I RRI.RC Coastal & Marine I:ng ncering Fisher Island Club Visitor Marina Improvements, Miami, Florida. Environmental permitting for marina improvements including dredging, pier replacements, and consolidation/expansion of multiple sovereignty submerged lands authorizations covering the marina basin, breakwater, and jetty. Reference: Jim Watkins, (305) 588-2648, marina(a�fisherislandclub.com• Fees $160,000; Completed 2019. City of Miami DDA Resiliency Guidelines, City of Miami, Florida. Drafted shoreline resiliency guidelines for the City's Downtown Development Authority including recommended seawall elevation standards and living shoreline best management practices. Bal Harbour Coastal Program Management, Village of Bal Harbour, Florida. Providin ongoing coastal management support for the Village including development of a Village -wide dune restoration plan, permitting and design of a beach nourishment project, providing drone aerial surveys of the Village shoreline, and representing the Village on the Bakers Haulover Inlet Technical Advisory Committee. Surf Club Re -Development, Surfside, Florida. Consulting services for the re -development of the 9-acre historic Surf Club property including oversight of the Coastal Construction Control Line Permitting, 100-Year Storm Impact Analysis, review of exterior lighting for the protection of marine turtles; and sand management with beach nourishment. Directly involved in resolving non-compliance issues resulting in multiple Consent Order detailing the sand removal and replacement activities required by FDEP. Oversaw implementation of sand replacement effort. Hillsboro Inlet Management, Broward County, Florida. Assisted the District with their inlet management activities including their dredging projects, annual bypass reporting, permitting of their inlet improvements to the jetty, marine resource mapping and compliance assistance. Obtained the environmental permits and sovereignty submerged lands easement for the jetty improvements. Coordinated coral transplantation from the jetty to an artificial reef, including monitoring. St. Lucie Inlet, Martin County, Florida. Coordinated and oversaw the FDEP review and approval of the update to the sediment budget, sand bypassing volume, and Inlet Management Plan. Negotiated agreements with the County, City of Jupiter Island, and residents on inlet dredging and beach placement frequency and locations. PortMiami Environmental Monitoring, Miami, Florida. Performed biological monitoring of the artificial reef associated with Port Deepening. Analyzed field data and drafted the monitoring report for permit compliance. Oversaw biological monitoring and reporting associated with hardbottom impacts and seagrass mitigation monitoring/reporting. Assist in environmental permit compliance efforts. JaxPort Navigational Channel Deepening Project, Jacksonville, Florida. Expert witness for the Port's legal defense of the Florida Department of Environmental Protection permit in preparation for an administrative hearing. Focused expertise on state regulatory and proprietary statutes and rules, the St. Johns River submerged aquatic vegetation and floodplain wetlands, and project assessment in terms of salinity, turbidity and water level. Sebastian Inlet District State Lands, Miami -Dade County, Florida. Coordinate with the FDEP Division of State Lands to reauthorize expired submerged land and upland easements, as well as adding new easement areas in the upland for pipeline staging and dredged materials management, all related to maintenance of the inlet. Post Hurricane AIA Reconstruction, Ft. Lauderdale, Florida. Coordination of FDEP staff review for re -construction of storm damaged North Ocean Blvd. (aka State Road A1A). The project included reconstruction of the road, dune enhancement and plantings, sidewalk, curb and gutter demolition and reconstruction, construction of a decorative and retaining wall with pedestrian cut outs, new stormwater runoff management system, hot spot nourishment, and reconstruction of street accesses, driveways and entrances. Summerhaven River Restoration, St. Augustine Port, Waterway & Beach District, St. Johns County, Florida. Coordinated the FDEP review and approval of the Joint Coastal Permit for large-scale dredging project to restore a historical river in St. Johns County. Project involved shorebird mitigation coordination with FFWCC, sand excavation, and dune and beach nourishment for sand disposal. www. Cummins Cederberg. coin City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 78 ina C iello Senior Marine Scientist & Environmental Permitting YEARS OF EXPERIENCE • 12 EDUCATION • Graduate Certificate GIS, Florida Atlantic University • B.Sc. Marine Biology, University of West Florida CERTIFICATIONS • NAUI Rescue Diver; PADI Enriched Air Nitrox Diver (IAND/EANx) • American Academy of Underwater Sciences (AAUS) Scientific Diver Certified • AAUS Compliant • Florida Department of Environmental Protection Stormwater, Erosion and Sedimentation Control Inspector PROFESSIONAL AFFILIATIONS • America Academy of Underwater Sciences (AAUS), Individual Member • Florida Association of Environmental Professionals (FAEP), Treasure Coast Chapter (TCC), Treasurer • Urban Land Institute (ULI) SE Florida/Caribbean, Member • Environmental and Land Use Law Section (ELULS) of the Florida Bar • Leadership Palm Beach County Class of 2021 www. CumminsCecerberg.com SKILLS & EXPERTISE CUMMINS I CEDER.BERG Coastal & Marine Engineering ✓ Environmental permitting and compliance ✓ Sovereign submerged lands ✓ Biological assessments and marine resource mapping ✓ Environmental Impact Assessment/Environmental Impact Statement ✓ Mitigation assessment, planning, and monitoring • RELEVANT EXPERIENCE Gina Chiello oversees engineering and environmental permitting projects from start to finish, including all environmental fieldwork, environmental permit processing, and permit compliance. As a former reviewer with the Florida Department of Environmental Protection (FDEP), Gina has a strong background in regulatory proceedings, including environmental and land use regulations at the local, state, and federal levels. Gina also played an instrumental role in the FDEP Dive Team during her time with the Department. Gina has extensive experience planning and conducting habitat characterizations, impact assessments, marine resource surveys and biological monitoring throughout South Florida. Gina's professional knowledge and experience with permitting and marine resource surveys across a variety of programs and sites, have equipped her to successfully implement projects while meeting regulatory challenges with agencies including the FDEP, USACE, and Miami -Dade County DERM. Boardwalk and Shoreline Stabilization at Jungle Island, Miami, Florida. Performed a qualitative marine resource and vegetative survey along approximately 1,100 LF of shoreline at the project site to identify the location, species, and extent of natural resources. The findings of the survey were summarized in a Field Observation Report. The report was considered in the design of the rock revetment to minimize and avoid impacts to mangroves and seagrass observed within the proposed project footprint. Reference: Elie Mimoun; 305-767-2567; em@esj.us; Estimated Fees $50,000; Ongoing. Environmental Permitting and Engineering Consulting Services for Shoreline Stabilization and Dock at Coastal Towers, City of Sunny Isles Beach, Florida. Managed the environmental permitting, involving extensive project team and agency coordination relative to avoidance and minimization of impacts to marine resources. Gina reviewed the project marine resource assessments and worked with staff to quantify unavoidable impacts to resources and subsequently prepare a mitigation plan. Gina conducted a mitigation assessment via the Wetland Environmental Assessment Technique (WATER) used to determine the amount of mitigation credits that should be purchased to offset the unavoidable impacts to seagrass. Additionally, Gina coordinated and reviewed the tree survey conducted along the shoreline, as 72 trees needed to be removed as part of the upland excavation associated with the project, and City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 79 ina C iello Senior Marine Scientist & Environmental Permitting coordinated with DERM and the City of Sunny Isles Beach to quantify the required mitigation based on tree canopy loss. Gina coordinated with an arborist to prepare a planting plan and coordinated with the mitigation bank, the City of Sunny Isles Beach, DERM, FDEP, NMFS and USACE to obtain the required mitigation documents and environmental permits for the proposed Project. Gina led permit compliance efforts and documentation to ensure the project was constructed as authorized by the regulatory agencies. Reference: William Vega; 305-945-6326; ctcamanager@gmail.com; Fees $75,000; Completed 2020. CU,4I,M'MINS CLDLIIIBER(; Coastal & Marine Engineering Baker's Haulvoer Inlet Benthic Mapping and EFH Assessment, Bal Harbour Village, Florida. The USACE is proposing to dredge the Baker's Haulover Inlet ebb shoal and place the material on adjacent Town of Bal Harbor shoreline. Marine biologist for large-scale habitat mapping and characterization study of seagrass, macroalgae and hardbottom communities to support permitting and NEPA efforts, as well as future monitoring design. Also provided ESA Section 7 consultation support and Essential Fish Habitat Assessment. Reference: Mark Howell; 904-363-1686 ext. 109; mhowell(c�lg2es.com; Fees $68,289; Completed 2020. Matheson Hammock Park, Miami, Florida. Performed a preliminary assessment of the condition of existing natural resources (mangroves and seagrass) to document species, extent, and adaption feasibility relative to sea level rise for Miami -Dade County Parks, Recreation and Open Spaces. Identified potential environmental constraints relative to flood mitigation improvements. The observations were summarized in the Sea Level Rise Mitigation Study Report. Black Point Marina Shrimp Boat Dock, Miami, Florida. Project manager and lead biologist for a commercial shrimping docking facility which required dredging of Gould's Canal, to accommodate the vessels. Performed a qualitative marine resource and vegetative survey along approximately 600 LF of shoreline. The survey identified the location, density, and species of natural resources (seagrass and mangroves). The findings of the survey were summarized in the Field Observation Report, which was considered for the design of the dock structures to minimize and avoid impacts to mangroves and seagrass observed within the proposed footprint. Processed permits through DERM, FDEP and USACE to obtain approvals for the proposed construction activities. DERM permitting required approval through the Board of County Commissioner (BCC) Public hearing process. Pelican Harbor Marina, Miami, Florida. Assisted with permitting to remove sediments that have accumulated in the slips at the marina, rendering the slips non-functional. Permits were processed through DERM, FDEP and USACE. U.S. Coast Guard Sector Key West, Key West, Florida. Conducted an initial marine resource assessment and an updated marine resource assessment of the existing submerged bottom, dock and bulkhead structures, in accordance with the NMFS recommendations for sampling Halophila johnsonii, the Recommended Survey Protocol for Acropora spp., and the FKNMS Protocol for Benthic Surveys for Coral Resources in FKNMS, to document the extent, species, and density of corals, sponges, and seagrasses growing within the Project area, necessary to evaluate impacts related to the proposed marine improvements and assist with concept planning. Braun-Blanquet and a modified BEAMR methodology was used. Roads Vulnerability Pilot Study, Monroe County, Florida. Performed wetland delineation of mangrove habitat in support of permitting a pilot study to raise roads in Monroe County identified as vulnerable to sea level rise impacts. North Bay Village Public Boardwalk and Slips, North Bay Village, Florida. Coordinated project design and feasibility with several upland developers with riparian rights and supported pre -application negotiations with FDEP to secure preliminary approval for a public boardwalk, connecting 10 different properties, with associated piers and slips, on state owned lands and within the Biscayne Bay Aquatic Preserve, which requires proprietary authorization a submerged lands lease. Coordinated a hydrographic survey and conducted a marine resource assessment of the proposed project area to determine whether significant marine resources such as seagrass or corals were growing on the substrate to evaluate impacts related to the project. A Field Observation Report was prepared. OUTREACH FAEP Seagrass Identification and In -Water Workshop, Miami, Florida. Assisted in the preparation and presentation of a seagrass identification workshop hosted by the SFAEP. The workshop was open to students, government employees and consultants, and provided training in seagrass identification and seagrass survey methodologies. (September 2019) www. Cummins Cederberg. cam City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 80 Jason R. Cummins, PE Principal, Marine Engineer YEARS OF EXPERIENCE • 15 EDUCATION • MSc Coastal and Oceanographic Engineering, University of Florida • BSc Civil Engineering, University of Florida LICENSES • Florida PE No. 71538 CERTIFICATIONS • Certified Diver • FHWAA-NHI 130091 Underwater Bridge Inspection — National Highway Institute and Association of Diving Contractors PROFESSIONAL AFFILIATIONS • Urban Land Institute (ULI) SE Florida/Caribbean, Member • American Society of Civil Engineers, ASCE • American Institute of Architects • South Florida Association of Environmental Professionals www. Cummins Cederberg. com SKILLS & EXPERTISE CUMMINS I CEDERBERG Coastal & Marine Engineering ✓ Planning and Feasibility of Marine Infrastructure Projects ✓ Underwater Investigations (SCUBA) ✓ Coastal Design Criteria - Tides, Waves, Currents and Hurricanes ✓ Structural Design of Steel and Concrete Marine Structures ✓ Bathymetric Surveying RELEVANT EXPERIENCE Jason Cummins is a Marine and Coastal Engineer with significant experience in inspections, planning, engineering, regulatory permitting and construction of coastal and waterfront development and infrastructure projects in Florida, Caribbean, and Latin America. He is a registered Professional Engineer in the U.S., capable of designing marine facilities, shoreline stabilization and coastal structures. He is proficient in the application of numerical models, including the Danish Hydraulics Institute (DHI) MIKE-21 suite of numerical modeling tools, structural analysis tools and Federal State and Local design codes. In addition to his professional achievements, Jason presently serves on the non-profit Board for Bill Beggs Cape Florida State Park. Seahaven Superyacht Marina, Dania Beach, Florida. Engineer of Record for new marina design and construction administration services for approximately 1,200 feet of new bulkhead for a deep - water yacht basin located in the Dania Cut -Off Canal. Part of the canal was excavated to create a new marina basin connected to the canal for this 40-slip superyacht marina. Bulkhead consists of steel sheet piling with concrete batter piles and reinforced concrete capping beams. Design criteria for a floating dock was also prepared including anticipate mooring loads. Reference: Ken Blair; 561-625-9443; Ken@SKHOLDINGS.com; Fees $68,000; Completed November 2019. Dinner Key Marina, Miami Beach, Florida. Lead marine structural engineer for the restoration of Dinner Key Marina. Following Hurricane Irma, the marina suffered damage impacting 60% of the dockage. Responsibilities include engineering and construction drawing development, environmental and municipal permitting, and construction services including specialty inspections, product documentation, and active construction support. Reference: Robert Fenton; 305-416-1002; rfenton(a miamigov.com• $800,000; Ongoing. Concrete Dock Repairs at Sunset Harbour Yacht Club, Miami Beach, Florida. Repairs of concrete slabs, caps, and piles for a 125-slip yacht marina. Environmental permit applications were prepared and processed with the Miami -Dade County DERM, FDEP, and USAGE. Detailed repair drawings were prepared with specific criteria to minimize impacts to adjacent structures, including the removal and replacement of severely deteriorated deck slabs. Construction administration services were provided to review in accordance with construction documents and environmental permits. In addition, ongoing engineering support services have been provided for various projects since 2013. Reference: Doug Mason; 305-398-6800; dmason@sunsetharbouryc.com; $100,000; Ongoing. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 81 ❑s 0 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CUMMINS, JASON ROLLAND • ,`ram Y • . I •� 141 A: E LICENSE NUMBER: PE71538 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. FBPE F LORIDA BOARD OF PROFESSIONAL ENGINEERS. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. CERTIFIED COST ESTIMATOR mr.;exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 83 Firm / Title Hazen / Senior Associate Education BS, Civil Engineering Technology, Rochester Institute of Technology Certification Certified Professional Estimator Envision Sustainability Professional (ENV SP) OSHA 10 & 30 hour Construction Outreach Risk Management (AACE) Cost and Schedule Control (AACE) Earned Value Management (AACE) GHS/HAZCOM Training Confined Space Entry Training NYCDEP Hot Work Training Lock Out — Tag Out Training Behavior Based Safety Training Experience 22 total years 4 years with Hazen Hazen Rose Jesse, CPE, ENV SP Certified Cost Estimator Ms. Jesse has 22 years of experience managing, directing, evaluating and performing work in the construction industry, with proven success in the areas of cost estimating, budgeting, scheduling, document control and project controls. She currently provides oversight to the estimating team, providing transparent, defensible cost estimates by utilizing the recommended practices of the AACE, real data on cost, and construction knowl- edge. Project 1 East Side Coastal Resiliency, Department of Design and Construc- tion, NYCDDC, New York, NY. Provided technical guidance and best practice input on the construction, scheduling and sequence of operations for the installation of combined sewer facilities and flood management appurtenances. Cost estimates for water management structures. Cost: $1,45B (est. program) Duration: 12/2014 -12/2019 (design) Construction: 04/2020 -12/2025 (est.) Reference: How Sheen Pau, PE, ENV SP, Associate Commissioner 718-391-2093, pauhc ddc.nyc.gov Project 2 City of Fort Lauderdale Sewer Design and Implementation Consent Order Program, FL. Ms. Jesse served as a Cost Estimator on the City of Fort Lauderdale's $144 million Consent Order Program. Cost: $144 M (est.) Duration: Ongoing (12/2017 to 12/2026 est.) Reference: Raj Verma, PE Director, Public Works, City of Fort Lauderdale P: 954-828-5806 E: rverma®fortlauderdale.gov New York City Department of Environmental Protection, Chief, Cost Estimating, Bureau of Engineering, Design and Construction, NYC, NY. Responsible for a team of estimators, engineers, and consultants CITY OF MIAMI City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 84 Rose Jesse, CPE, ENV SP working to establish budgetary needs for a $13-bil- lion, 10-year plan of NYC DEP's wide range of capital construction projects. Provide guidance on the impacts of schedule, scope creep, and risk. Ocean Outfall Pipe Reconstruction Options, Township of Ocean Sewerage Authority, Oakhurst, NJ. Performing cost estimating review to evaluate three options for the Authority's existing 36-inch ocean outfall pipe to determine the most advanta- geous course of action on both a short -and long-term basis. The total length of outfall is approximately 6,000 feet, including 4,200 feet on land and 1,800 feet offshore. The original 36-inch-diameter outfall pipeline was constructed between 1966 and 1968. Selection of the most advantageous and viable options are based on several factors that were developed with the Authority, along with Hazen's subconsultant Pure Technologies' condition assessment analyses using PipeDiver. The evaluation findings and recommen- dations are being presented in the report along with conceptual/budget construction costs. Hazen Sludge Storage and Decant Facility's Site Assess- ment and Conceptual Design Project, Passaic Valley Sewerage Commission, Newark, NJ. Cur- rently serving as Cost Estimator for the condition assessment and conceptual design for repairs and modifications to PVSC's existing sludge storage, off-loading, and pumping facilities as well as the Zimpro biosolids handling system's Decant Facility. Project includes a multi -discipline site inspection and analysis of existing data, multiple interactive stakeholder workshops with PVSC to present findings and discuss potential solutions, and the preparation of a detailed report including a criticality risk assessment and a conceptual design for further development in a future detailed design phase. CITY OF MIAMI City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 85 jrofrssinnai o '. 40`t vp.t.r.fift. Rose Jesse, CPE ide- GPe i'attificxiem�.i7llllt[d' rrTel 9-24 Ccrlifkd j)rofssIona1 ]Estknator ii1iejsriFfilraf General Estimating Knowledge 1.4 General Construction CPE Number 1.4-000191-0717 CPE Original Grant Date I9 July 2017 Recertify by duly 31, 2021 CEEB rndlled PlOIMO City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. GEOTECHNICAL ENGINEER •°exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 87 MATTHEW E. MEYER, PE, D.GE PRINCIPAL/VICE PRESIDENT GEOTECHNICAL ENGINEERING & SENIOR PROJECT MANAGEMENT PortMiami Tunnel, Miami, FL Diplomat Hotel and Resort, Hollywood, FL Mr. Matthew Meyer has 26 years of geotechnical engineering and project management experience throughout North America and the Caribbean. In addition, he has extensive geotechnical engineering forensic, expert, and litigation experience. His project experience includes large-scale high- rise developments, commercial, residential, hospitality, retail, convention centers, sport arenas, resorts, malls, large -tract townhome/residential developments, marinas, wharfs, retention structures, vehicular bridges, tunnels, and microtunnels. SELECTED PROJECTS Port of Miami Tunnel, 1-395 Bridge Widening, Port Island Bridge and Roadway Improvements, Miami, FL. The Port Miami Tunnel (PMT) was constructed to provide direct link between the PortMiami (PM) and the Interstate Highway network. The project consisted of two 4,300-ft long, 2-lane, 37-ft finished diameter tunnels linking the tunnel linking the man- made islands of Watson and Dodge, and under the main cruise ship channel in Biscayne Bay. PMT was constructed as public -private partnership. PMT was the first large -diameter tunnel constructed in Florida's challenging soft sedimentary geology using a tunnel boring machine (TBM). The project also required some of the largest and deepest supported excavations performed in Miami, as well as approximately 2.5 miles of roadway and access improvements, including the widening of the MacArthur Causeway (1-395) Bridge over Biscayne Bay and construction of a bridge on Port Island. As a consultant to the design -build team, Langan provided subsurface investigation and geotechnical engineering evaluation required for design of the TBM, tunnels, entry/exit shafts, ground improvement, and the associated roadway and access improvements. During Construction, Langan provided construction administration, support and monitoring during construction of bridge foundations, support of excavation (SOE) systems for TBM entry/exit shafts, ground improvement (grouting, shallow cement - soil mixing, and cutter -soil mixing (CSM), and geotechnical instrumentation monitoring. Cost: $787 M I Start Date: 06/09 I Completion Date: 08/14 Reference: CBNA I Joe Folco I j.folco@cbna-construction.com 2 South Biscayne Boulevard, Suite 2000, Miami, FL 33131 1305.894.1750 1 EDUCATION Post Graduate Studies, Geological Engineering (Rock Engineering), University of Missouri -Rolla Post Graduate Studies, Mining Engineering (Rock Mechanics and Tunneling and Underground Construction), University of Missouri -Rolla Post Graduate Studies, Department of Civil Engineering (Pavement Design), Florida International University M.S., Civil Engineering (Geotechnical) Virginia Polytechnic Institute B.S., Civil Engineering The Citadel PROFESSIONAL REGISTRATION Professional Engineer (PE) in FL, WV, VA, GA, CT & NY Diplomate, Geotechnical Engineering (D.GE) LANGAN City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 88 MATTTHEW E. MEYER, PE, D.GE Gravity Sewer Interceptors for Master Pump Station No. 3, Miami, FL. This D-B project was built to provide increased sewer capacity throughout the Brickell residential and business districts. The project consisted of installing 5,000 lineal feet of 30-inch and 48-inch-diameter sanitary sewer interceptor lines. Because of the congested urban nature of the project site with heavily travelled roads and numerous existing underground utilities, the interceptors were installed primarily with micro -tunneling methods using a 48-inch-diameter micro -tunneling boring machine (MTBM), with invert depths of 15 to 25 feet. The project also included the construction of 10 vertical shafts to facilitate the launch and retrieval of the MTBM and installation of permanent access man -hole structures. As the geotechnical consultant to the D-B team, Langan completed a subsurface investigation and geotechnical engineering evaluation for the design of the vertical shafts, man -hole structures and sewer pipelines, and provided geotechnical parameters required fordeveloping microtunneling and excavation methods. Langan also performed an environmental assessment along the alignment to identify potential sources of soil and groundwater contamination. Langan provided construction administration and support during the construction of the shafts, excavations and pipeline installation with the MTBM. Cost: $18.8 M I Start Date: 04/14 I Completion Date: 11/15 Reference: Jacobs I David Adair I David.Adair@jacobs.com 5401 W Kennedy Blvd., Suite 900, Tampa, FL 33609 1813.676.2032 West Avenue Improvements — Phase II, West Avenue, Miami Beach, FL. This project consists of infrastructure improvements along about 3,500 LF of West Avenue in Miami Beach, FL. Improvements include raising of roadway grades, construction of retaining walls, harmonization with adjacent properties, installation of new drainage systems, replacing water distribution systems and sanitary sewer systems and installation of new street lights and mast arm structures. Langan completed a subsurface investigation for the proposed improvements and provided geotechnical engineering recommendations. Cost: $178,567 (Fees) I Start Date: 07/2017 I Completion Date: Ongoing Reference: CES Consultants I Jose Carballo I jcaraballo@cesconsult.com 880 SW 145th Ave., Suite 106, Pembroke Pines, FL 33027 1786.328.5395 PortMiami Terminal F, Miami, FL. Work consisted of renovations to Terminal F and a new, 3-story, 39,000 SF embarkation building over the PortMiami Tunnel. Langan's scope consisted of a geotechnical engineering study including a subsurface investigation and preparation ofa geotechnical evaluation and report. Challenges included developing a practical, low pressure deep foundation system compatible with the vertical easement restrictions over the tunnels. Langan also provided geotechnical construction phase services, which included inspection and supervision of the pile load test program, earthwork testing, production pile installation inspection, and all other requisite construction phase services such as documentation surveys and attendance at construction meetings. In addition, Langan oversaw the remote displacement and vibration monitoring program which was required for the underlying tunnels and nearby bulkhead walls Cost: $37.6 M I Start Date: 10/2016 I Completion Date: 12/2017 Reference: Torx Builders I Gredel del Toro I gdeltoro@torxbuilders.com 1235 Coral Way, Suite 103, Miami, FL 33145 1786.299.2622 2 AFFILIATIONS Adjunct Professor at Florida International University Department of Civil Engineering (2004- 2005) Deep Foundation Institute (DFI) Trustee - Board Member Immediate Past -Chair of ACIP Pile Committee and Prior Member of Sustainability Comm. ASCE and Geo-Institute Miami -Dade President (2004) Member of Underground Construction Association of SME & Member ofADSC LANGAN City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 89 0 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MEYER, MATTHEW E. SiittAN 15150 NW 79TH COURT SUITE 200 MIAMI LAKES FL 33016 * LICENSE NUMBER: PE54630 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. 1 This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. ADAPTATION SPECIALIST �_;exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 91 Janne Ce er erg, PE Principal, Coastal Engineer, A aptation Specialist YEARS OF EXPERIENCE • 20 EDUCATION • M.S. Coastal Engineering, Technical University of Denmark LICENSES • Florida PE No. 69839 PROFESSIONAL AFFILIATIONS • Permanent International Association of Navigation Congress • Member of PIANC Working group • Design and Operational Guidelines for "Superyacht Facilities" • Danish Society of Hydraulic Engineering • Port Everglades Association • Florida Association of Environmental Professionals • Environmental and Land Use Law Section of the Florida Bar www. Cummins Cederberg. coin SKILLS & EXPERTISE CUMMINS I CEDERBERG Coastal & Marine Engineering ✓ Waterfront Engineering and Planning ✓ Coastal Resiliency ✓ Numerical Modeling ✓ Environmental Permitting ✓ Coastal and Marine Structures ✓ Coastal Processes - Waves, Currents, Sediment Transport and Hurricanes RELEVANT EXPERIENCE As Principal Engineer, Jannek Cederberg is responsible for all engineering production including scheduling, resource allocation, and quality management. He is formally trained as a coastal and marine engineer from the Technical University of Denmark. He has more than twenty years of experience in coastal and marine engineering. Jannek is a registered professional Engineer in the United States and he has completed engineering analyses, designs and permitting for a variety of shore protection, beach nourishment, river, cruise ship, marina and waterfront projects throughout Florida, the Caribbean and Central America. Waterfront Adaptation at Jose Marti Park, Miami, Florida. The adaptive redesign of this 13-acre, multi -use recreational space on the Miami River explores ways in which the park can minimize tidal flood impacts to the surrounding neighborhood, adapt to sea -level rise, and enhance waterfront access to residents. Given its physically and socially vulnerable location between the River and Little Havana, a low-lying, low-income Hispanic community, a participatory design process emphasizing community goals is critical for success. The Jose Marti Park Redesign will serve as a model for resilient waterfront parks that can adapt to current and future flood risks associated with Climate Change and Sea - Level Rise. Jannek is leading the inundation modeling, and waterfront engineering design, while the Cummins Cederberg team is also leading the environmental permitting, coordination with FIND, and grant management. Reference: Keith Ng, CFM; 305-416-1298; keithnq@miamigov.com• Estimated Fees $260,150; Ongoing. Matheson Hammock Park Sea Level Rise Flood Mitigation Roadmap, Coral Gables, Florida. Served as Senior Project Manager to prepare a Sea Level Rise Flood Mitigation Study to analyze the impacts of sea level rise on the park's infrastructure and operations, as well as develop flood mitigation concepts for planning and budgeting. Compiled existing survey data within the Park and LiDAR data for the area to prepare a general topographic map for the Park; assessed the condition of existing infrastructure to understand conditions, remaining service life and adaption feasibility relative to sea level rise; performed an assessment of the environmental conditions on site to generally understand and document current conditions, as it would relate to environmental permitting; conducted an City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 92 Janne Ce er erg, PE Principal, Coastal Engineer engineering analysis to provide extreme tide water levels; developed flood mitigation concepts and preliminary cost estimates; coordinated stakeholder involvement; developed an implementation strategy; and presented the results and findings into a report. Reference: Angel Trujillo; 305-755-7800; angel.trufillo@miamidade.gov. Fees $90,000; Completed 2018. CU,4I,M'l INS CLI]L•R IBL• R(; Coastal & Marine F.nginccring Sunset Harbour Yacht Club, Miami Beach, Florida. The project included repairs of concrete slabs, caps and piles for 125- slip marina located in Biscayne Bay Aquatic Preserve, which has strict environmental guidelines. A marine resource assessment was conducted to assess potential impacts. Pre -application meetings were conducted with environmental agencies to understand primary concerns and potential impacts on schedule. Environmental permit applications were prepared and processed with DERM, FDEP, and USACE. Building permit was obtained with City of Miami Beach. Detailed repair drawings were prepared with specific criteria to minimize impacts to marine resources and water quality. In addition, ongoing engineering and environmental support services have been provided for various projects since 2013. Reference: Doug Mason; 305-398-6800; dmason(disunsetharbourvc.com• $100,000; Ongoing. Town of Bay Harbor Islands Resiliency and Seawall Condition Assessment, Bay Harbor Islands, Florida. Shoreline assessment and island resiliency study for the entire Town of Bay Harbor Islands. The shoreline assessment included 20,000 feet of shoreline, including seawalls, rock revetment, residential areas, bridges, and the causeway that connects the town to the mainland. LiDAR survey data was processed to provide 3D elevation map, and an analysis of the water levels to predict sea level rise, along with tidal data analysis. Miami Beach Walk, Miami, Florida. Layout and coastal engineering analyses for the Miami Beach Walk Project. The beach walk links fifteen oceanfront blocks along the western edge (upland side) of the beachfront sand dunes. Wave and storm erosion analyses were conducted to evaluate potential coastal storm impacts to the path based on FDEP coastal construction criteria. Coastal construction permits from the FDEP for the path and dune enhancements were successfully obtained. Vizcaya Museum & Gardens, Miami, Florida. Site plan for storm surge protection wall, environmental wetland restoration and public space. Grant application, regulatory permitting, coordination with FIND, and engineering design for marine works. Wall design for reinforced concrete able to withstand storm surge and high wave loads associated with tropical storm event. FDOT AIA Vulnerability Analysis and Roadway Stabilization Design, Indian River County. Scour and wave load analysis for proposed seawall from almost 2 miles of shoreline that experienced significant erosion during Hurricane Matthew. A hydrodynamic MIKE21 model was established to simulate tidal and storm surge flow. The model was calibrated relative to site specific current measurements obtained. A MIKE21 wave model was developed to stimulate wave conditions during extreme events. The scour associated with a 100-year event was determined and proper scour protection was designed. Wave loads were calculated for proposed seawall for extreme event under varying conditions and water levels. Brickell Key Island Coastal Resiliency Study, Brickell Key Island, Florida. Site inspection to identify vulnerable areas, including the perimeter of the entire Brickell Key Island. Analyses of sea level rise and extreme tide events were conducted to understand water level design conditions. The potential for increased storm impacts was assessed. Recommendations for long term planning was provided along with mitigation options. Construction documents and environmental permitting was conducted for the design. The design focused on adapting existing infrastructure to provide a cost-effective solution. North District Wastewater Treatment Plant. Assessment of coastal resiliency of important infrastructure components relative to flooding and sea level rise. Analyzed storm surge impacts from historical hurricane events as well as assessed potential and magnitude of future impacts. Evaluated risk and probability of various events. Costa Brava Marina, Miami Beach, Florida. Environmental permitting for reconstruction of a 30-slip marina in Biscayne Bay through local, State, and Federal Agencies such as Miami -Dade County DERM, FDEP, and USACE. Engineering support through construction bid process, including bid evaluation, contractor selection and construction administration. Dade Boulevard/Collins Canal Shoreline Stabilization & Seawall Replacement, Miami Beach, Florida. Marine engineering and construction drawings for 2,670 LF of shoreline stabilization associated with a linear park and bike path. Structural design of steel sheet pile and reinforced concrete cap, including barrier wall connection, and utility crossover detail for FPL 69KV oil -filled transmission line. www.CumminsCederberg.com City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 93 Ron DeSantis, Governor Halsey Beshears, Secretary dr 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 CEDERBERG, JANNEK LICENSE NUMBER: PE69839 EXPIRATION DATE: FEBRUARY 28, 2021 Always verity licenses online at MyEloridaLicense.cam 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 Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. PROFESSIONAL SURVEY + MAPPER exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 95 BRYAN A. MERRITT, PSM, PLS SENIOR PROJECT MANAGER LAND SURVEYING SoLeMia, North Miami Beach, FL Royal Caribbean Headquarters, Miami, FL Mr. Merritt is a licensed land surveyor in the States of Florida and New York with extensive background that includes terrestrial and mobile LiDAR (laser scanning), GPS surveys, GIS Development, horizontal/vertical control, right-of-way survey and mapping projects, preliminary design surveys for engineering projects, and ALTA boundary surveys. His experience in land surveying ranges from traditional survey tasks to advanced mapping technologies. As Manager of Surveying for the State of Florida, Mr. Merritt is very active in promoting land surveying and has been a guest speaker at numerous conferences. He is part of curriculum advisory board at Florida Atlantic University Geomatics Engineering program. He is one of the founding members and board of directors of the USIBD (United States Institute of Building Documentation), the only non-profit organization dedicated to the profession of building documentation. SELECTED PROJECTS Miami Marine Stadium Restoration, Miami, FL. Langan utilized our Unmanned Aerial System (UAS) to acquire color aerial photography to create planimetric and topographic mapping at a scale of 1"=50', with 1' contour intervals. In order to produce mapping and surveying grade data products with the verifiable positional accuracy, 5 ground control targets were placed within the boundaries of the project area. Utilizing the 5 ground control points acquired for this project Langan performed an aerial triangulation process to generate interior and exterior photo parameters for the accurate horizontal and vertical placement of the aerial imagery within the project coordinate system. From the properly oriented imagery a Digital Surface Model (DSM) was generated and delivered as well as a 3D point cloud. A digital orthophoto mosaic with a 1" Ground Sample Distance (GSD) was also be produced. The 3D point cloud then integrated with the Static LiDAR point cloud and imported into Revit for BIM modeling and also into Recap for mesh modeling and rendering of the site. Cost: $131,320 (Fees) I Start Date: 01/17 I Completion Date: 01/19 Reference: RJ Heisenbottle I Pablo Quinones I pabloqc@rjha.net 2199 Ponce de Leon Blvd., Suite 400, Coral Gables, FL 33134 1305.446.7799 1 EDUCATION A.A.S., Civil Engineering Technology, Monroe Community College PROFESSIONAL REGISTRATION Professional Surveyor and Mapper, FL, NY AFFILIATIONS National Society of Professional Surveyors New York State Association of Professional Land Surveyors Florida Surveying and Mapping Society, Palm Beach County Chapter American Institute of Architects United States Institute of Building Documentation (Founding Member) Palm Beach County GIS Expo Committee Advisory Committee Member Geomatics Engineering Florida Atlantic University Village of Royal Palm Beach Program for Public Information Committee Member LANGAN City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 96 BRYAN A. MERRITT, PSM, PLS Royal Caribbean HQ at PortMiami, 2019 Miami, FL. Master planning of the Royal Caribbean Cruise Line HQ. The project is comprised of a leased parcel of approximately 23 acres. Topographic survey was required along with sketch and legal descriptions of the property to develop the lease parcel. Special security clearances were required of the field staff. A Transportation Worker Identification Credential, or TWIC card along with a special Port Id badged were required for all staff. Aspecial UAV permit was also acquired to fly the project with a drone. Cost: $17,350 (Fees) I Start Date: 05/19 I Completion Date: 07/19 Reference: RCCL I Efy Papagianakis I epapagianakis@rccl.com 1050 Caribbean Way, Miami, FL 33132 1800. 256.6649 MSC Cruise Lines at PortMiami, Miami, FL. Provided professional surveying services for a proposed new terminal facility, located at Port of Miami, in Miami, Florida. The project is comprised of an existing container storage area with associated buildings totaling approximately 35 acres. A full topographic survey and subsurface utility designates were completed for the project, which included multiple outfalls within the bay. Special security clearances were required of the field staff. ATransportation Worker Identification Credential, or TWIC card along with a special Port Id badged were required for all staff. Cost: $50,000 (Fees) I Start Date: 04/19 I Completion Date: 05/19 Reference: Americaribe I Christophe Bilaine I ch.bilaine@americaribe.us 2 S. Biscayne Blvd., Suite 1800, Miami, FL 33131 1305.374.5383 Village of Royal Palm Beach, Contract for General Surveying Services, Royal Palm Beach, FL. In charge of this contract that covered a wide range of general surveying, including baseline stakeout, ground control surveying, boundary surveys, right-of-way surveys, topographic surveys to create digital terrain models, cross-section surveys, wetland location surveys, field stake -out of test boring, GPS surveys, mapping and verification surveys, control surveys, plat reviews, and construction surveys. All work performed was in accordance with applicable Minimum Technical standards and procedures. Over 100 work orders have been completed to date. These work orders have included: Engineering/Topographic Surveys; ROW/Boundary Surveys; Plat Reviews; and GIS services. Cost: $36,000 (Fees) I Start Date: 06/19 I Completion Date: 02/20 Reference: Village of Royal Palm Beach I Chris Marsh cmarsh@royalpalmbeach.com 11050 Royal Palm Beach Boulevard, Royal Palm Beach, FL 33411 1561.790.5161 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project LANGAN exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 97 3/25/2019 Gift Giver's Guide CD\ FIND A BUSINESS OR INDIVIDUAL License / CompLaintNED BY THE DIVISION OF CONSUMER SERVICES BRYAN ALAN MERRITT Complaints 0 134 KINGS WAY, ROYAL PALM BEACH, FL 33411-1512 Print License Type License# Issued Expires Status Surveyor and Mapper LS6558 07/18/06 02/28/21 Active about:blank 1/1 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project 'aex p• CULTURAL RESOURCE MANAGEMENT PROFESSIONAL exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 99 EDUCATION M.A., 1983 University of South Florida (Cultural Resource Management) B.A., 1975 Duke University (Psychology and South Asian Studies) PROFESSIONAL AFFILIATIONS Register of Professional Archaeologists Florida Archaeological Council (President 1988 - 1990) Florida Trust for Historic Preservation (Trustee 2005 - 2011) American Cultural Resource Association (Founding member) Court Certified Expert Witness Meets the Secretary of the Interior's Professional Qualifications Standards 40 Years of Experience Kenneth W. Hardin, M.A. Cultural Resource Management Professional Mr. Hardin, the President and CEO of Janus Research, serves at the Project Manager of all Bridge PD&E projects. In his 40 years of experience, Mr. Hardin has played a key role in the development of statewide policies, procedures, and preservation law, having assisted the Florida Department of Transportation with their Cultural Resource Management Handbook, updates of the PD& E Manual, Section 106 and 4(f) training, and the implementation of ETDM, sociocultural effects analysis, and Native American coordination. He is a leading authority in Section 106, NEPA cultural resource compliance, and Section 4(f) for transportation projects. He has an in-depth understanding of the challenges posed by federal laws, regulations, and guidelines and knows how to successfully negotiate the complex process of State Historic Preservation Office (SHPO) and regulatory approval. He excels at developing creative mitigation strategies with little or no impact to construction schedules and has long-standing relationships with the Florida State Historic Preservation Officer, the US Army Corps of Engineers, the Florida Department of Environmental Protection, the Coast Guard, Federal Highway Administration, Federal Transit Administration, Federal Rail Administration, the Advisory Council for Historic Preservation, and the National Park Service as well as preservation officers of local government in east and south Florida. Mr. Hardin is a court certified expert witness in the field of archaeology and cultural resource management. RELEVANT PROJECTS FDOT District 6, Section 106 Evaluation and Determination of Effects Case Study Report of Venetian Causeway from North Bayshore Drive, City of Miami to Purdy Project Manager. This project consists of an effects evaluation in relation to the significant historic resources, including the bridges and causeway. The 2019 CRAS resulted in the identification of three significant resources: Collins Canal (8DA11375), Terrace Towers (8DA11754), and the Venetian Islands Resource Group (8DA14395). This report was prepared as part of a project studying several alternatives for the rehabilitation or replacement of the twelve historic Venetian Causeway bridges, which are all contributing to the Venetian Islands Resource Group (8DA14395). Client Phone #: (305) 470-5179 Project Completion Date: Ongoing Total Fees: $220,000 FDOT District 6, Interstate 395 (I-395) from the I-95/Midtown Interchange (I-95/SR- 836/1-395) ramps to MacArthur Causeway West Channel Bridges at Biscayne Bay Project Manager. Cultural Resource Assessment Survey (CRAS) Re-evaluation Addendum for the State Road (SR) 836/1-395 Reconstruction Project Development and Environment (PD&E) Study from west of 17 Avenue to the MacArthur Causeway Bridge in the City of Miami, Miami -Dade County, Florida. Client Phone #: (305) 470-5179 Project Completion Date: January 2019 Total Fees: $100, 000 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 100 FDOT District 6, Cultural Resources Assessment Survey for The Ludlam Trail Corridor Project Development and Environment Study from SW 80th Street To 400 Feet North of NW 7th Street Project Manager. The historic resources reconnaissance surveys from 2016 and 2019 identified a total of six historic resources. The 1.21-mile northern segment of the Little River Spur of the FEC Railway (8DA11416) that was extant during the 2016 survey was evaluated as National Register —eligible along with the FEC Railroad Bridge at Tamiami Canal (8DA14821). Both resources are no longer considered eligible for the National Register. A MOA was executed by the Surface Transportation Board, the SHPO, and FECR LLC in 2018 to mitigate adverse effects to these two resources based on the Abandonment project. The HAER documentation was completed by Janus Research and accepted by the National Park Service as complete and sufficient. Additionally, historic markers approved by the Florida Historic Marker Council were installed by FECR LLC on January 9, 2020. The Seaboard Air Line (CSX) Railroad (8DA10753) was also evaluated as National Register —eligible by the SHPO. The proposed project will not have an adverse effect on this resource. The remaining 4.4-mile segment of the Little River Spur of the FEC Railway (8DA11416) within the APE, as well as the Tamiami Canal (8DA6453), the FEC Railway Bridge at C-3 Canal (8DA15696), and the Coral Gables (C-3) Canal (8DA15697) were evaluated as National Register —ineligible. Client Phone #: (305) 470-5179 Project Completion Date: August 2020 Total Fees: $50,000 ADDITIONAL PROJECTS • CSX Railroad Bascule Bridge, Broward County • CSX Bridge Relocation Parcel, Broward County • Flagler Memorial Bridge, Palm Beach County • SR 5 / US 1 Kings Highway to Oslo Road, Indian River County • State Road 5/US 1 PD&E Study from Glades Road to Yamato Road, Palm Beach County • 1-595 Central Broward East-West Transit & DEIS, Broward County • Las Olas Bridges, Broward County, FL • 1-75 PD&E, Miami -Dade and Broward Counties • FEC Amtrak PD&E Support, Palm Beach County • Venetian Causeway, Miami -Dade County • Miami Springs Bridges, Miami -Dade County • SR 968/SW 1st Street Bridge, Miami -Dade County • Tamiami Canal Swing Bridge, Miami -Dade Count • Old 7 Mile Bridge: Potential Effects Analysis, Monroe County City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. ADDITIONAL SUPPORT STAFF mr.;exp. Professional Registrations • Registered Architect: IL,FL, OH, VA,Ontario, Canada Education + Training • Master of Architecture, Universityof Texas, Arlington, Texas, 1986 • B.S., Architecture, Ohio State University A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 102 Tom Hoepf, FAIA, LEED AP QA/QC Architecture Tom, FAIA, is Vice President and Principal Design Architect at EXP. His experience includes a broad range of project types in new construction and complex renovations for public and private sector clients, including the General Services Administration, the Federal Aviation Administration, the Chicago Transit Authority, American Airlines, BP and the University of Illinois. Tom is responsible for setting the design direction for all projects. As a creative problem solver, he thinks strategically about the big picture and the small details. His involvement begins in the early programming and conceptual stages, and remains through design development and construction. He believes that good design is characterized by clarity of concept integration of systems, elegance in detail and economy of means. He leads a multi -disciplined, collaborative team, is flexible and open to creative input, and builds consensus among team members to maintain vision and quality through the duration of the project. The result is innovative design that raises building to art, embodying the aspirations of the user while minimizing the burden on our natural system Project Experience CDOT, 35th Street Pedestrian Bridge, Chicago, IL Architect. EXP performed Phase I and Phase II design engineering services for the 35th Street Pedestrian Bridge. EXP provided the winning entry in an international "Bridging the Drive" design competition sponsored by the Chicago Department of Transportation. The bridge provides a dramatic crossing of Lake Shore Drive and a major rail corridor on the Chicago lakefront using a mono -cable, selfanchored, suspension bridge on a reverse circular curve. Project Dates: 2006 - 2016 Project Value: $18.3M Reference: Dan Burke I Deputy Commissioner 130 North LaSalle St. Chicago, IL I dburke®cityofchicago.org 1312-744- 2570 IDOT, Old Plank Road Trail Over US 45, Frankfort, IL Design Architect. EXP prepared design plans for the US 45 Improvement including the highly visible and challenging Old Plank Road Trail Bridge. Presented in white and visible from every direction, this unique, cable -stayed bridge is a grand gateway to the Village of Frankfort. Tom served as Design Architect. Project Dates:1997 - 2000 Contract Value: $900K Reference: John Fortmann, PE Region One Engineer 1201 W. Center Court, Schaumburg, IL I john.fortmann® illinois. gov 1847.705.4000 CTA, 95th Street Terminal Improvement, Chicago, IL Principal Design Architect. EXP is providing full service design and engineering services for the design of the 95th Terminal Improvements. This iconic, gateway project includes a new two-story South Terminal and Renovations and additions to the existing North Terminal. This multi -phase design -build project will allow the existing City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 103 Tom Hoepf, FAIA, LEED AP — continued QA/QC Architecture 95th Terminal to remain fully operational throughout construction with phased work to maintain operations. Project Dates: 2015 - 2019 Project Value: $280M Reference: William Mooney, Jr. 15515 N. East River Road, Chicago, IL I bmooneY® transitchicago.com 1312.681.3850 CDOT, Washington/Wabash Elevated Station, Chicago, IL Design Architect. The new CTA Station in the heart of the Loop. The scope of work included demolition of existing Randolph/ Wabash and Madison/Wabash Loop "L" CTA stations, the design of the new station, and the design of adjacent rail traffic and architectural steel, concrete and finish work for buildings and platforms. Project Dates: 2012 -2017 Project Value: $75M Reference: Julian Silva I Project Architect 130 N. LaSalle Street, Ste 400 Chicago, IL Julian.Silva®cityofchicago. org 1312.744. 8061 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL 104 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary dFlorida r BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES HOEPF, THOMAS 1460 N SANDBURG TERRACE ' d APT 2808 CHICAGO IL 60610 LICENSE NUMBER: AR100654 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 Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. Professional Registrations • Professional Engineer: FL (1172766), NY (#059106) Education + Training • BS, Civil Engineering, SUNY at Buffalo, 1977 Affiliations + Memberships • American Railway Engineering and Maintenance -of -Way Association (AREMA) • American Public Transportation Association (APTA) • National Society of Professional Engineers (NSPE) • American Society of Civil Engineers (ASCE) A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 105 John Flint, PE QA/QC Structural Mr. Flint has over 41 years of experience in transportation planning, feasibility studies, detailed design engineering, inspection and rehabilitation design. He is also experienced in the planning, study, and design of major rail and highway transportation capacity and corridor improvement projects. His engineering abilities are rivaled only by his experience in managing and controlling project scope and cost, obtaining team consensus on difficult issues, and applying visionary thinking to project challenges in a practical, detail -oriented manner. Mr. Flint has served as Principal in charge and Project Manager on projects with construction budgets in excess of $2 Billion, and his experience spans all phases of project delivery. Project Experience *T136-John's Creek Greenway, Fulton County, GA Mr. Flint served as Senior Structural Engineer for work to provide bridge design and hydraulic analysis for two pedestrian bridges along the John's Creek Greenway. The first pedestrian bridge spanned the tributary to John's creek, adjacent to the Standard Golf Club property and Medlock Bridge Road. TYLI designed a new structure, including the foundation and profiles for a steadfast bridge. The hydraulic analysis was limited to verifying the capacity of the existing hydraulic opening of a six-foot by seven -foot concrete box culvert crossing underneath Medlock Bridge Road. The second pedestrian bridge involved performing a structural inspection of an existing 60-inch by 72-inch corrugated metal culvert crossing old Medlock Bridge Road. TYLI recommended improvements for inlet and outlet control, hydraulics, and safety railings. *RG&E Pedestrian Bridge over Genesee River, Rochester, NY Mr. Flint served as Project Manager. The team provided RG&E with a 270-foot span pedestrian bridge across the Genesee River between the Lower and Middle Falls in the City of Rochester. Various alternatives were preliminarily designed and submitted including a three -span arch, three -span "grasshopper" structure and a single -span prefabricated modified bow truss. The grasshopper design was progressed, and included reinforced concrete abutments and support leg foundations. The structure would consist of steel plate girders with a concrete deck and decorative railing. The structure was approximately 12 feet wide and will be sloped at 2.5% to conform to all ADA standards and to assist in achieving the 35-foot grade differential between the east and west abutments. *Route 65 Pedestrian Bridge Replacement, Honeoye Falls, NY Project Manager responsible for the structural analysis; design of foundations; development of erection drawings; and monitoring construction for a 160-foot, steel truss pedestrian bridge. Also developed a sanitary sewer support structure, which fastened the sewer line to the temporary bridge. The second portion of this project involved the development of erection drawings and lifting sequence for the e City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 106 John Flint, PE — continued QA/QC Structural construction of a 65-foot, precast, segmental arch bridge. The unique design and extreme weight of the central arch structure required careful layout and sequencing of crane locations and pick -points for the erection phase of the project. *Feeder Canal Bridge Rehabilitation, Canandaigua, NY Mr. Flint served as Project Manager for this City of Canandaigua project involving the design and inspection of repairs to a stone arch bridge. The design included removal and replacement of the concrete parapet walls, reconstruction of the asphalt pavement section, and new sidewalk installation. Due to severe deterioration of the mortar joints in the stone, cleaning and re -pointing were included. Pressure grouting was utilized to fill the voids behind the stone. The arch was also cleaned by pressure washing to restore it to its original state. *South River Corridor Pedestrian Bridge, Trail and Infrastructure Planning & Design, City of Rochester, NY Mr. Flint served as Principal -in -Charge and Project Manager responsible for planning, design, and construction phase monitoring for a project designed to link the southwestern neighborhoods of the City of Rochester with the University of Rochester community on the east side of the Genesee River. Work included: planning, conceptual design and environmental assessment for a new $2.5M pedestrian bridge linking the two entities; conceptual design, coordination with involved agencies and Engineering Planning Reports for the entire trailway system between the Genesee Valley Park and Ford Street (1.5 miles); and Conceptual Design, Environmental Assessment, and planning studies for re -development of the neighborhood adjacent to the pedestrian trailway along the Genesee River. Planned development included such mixed uses as commercial, industrial, single family and multiple unit housing. Planning effort included conceptual design of infrastructure improvements associated with the redevelopment, street geometric, intersection and traffic improvements, repairs to the Genesee River retaining walls and boat docks and slips to support use of the river. Several public hearings were held as part of the design process. *Buffalo Road Temporary Pedestrian Bridge: Sealand Contractors Corporation, Rochester, NY Retained as Project Manager to analyze and design a temporary structure supporting an earth excavation, construction equipment, and an adjacent 36-inch water line located only five feet from the excavation. Existing rock cuts below the level of the required sheeting made the design especially tricky. An innovative, yet extremely simple method of excavating and pouring gravity -type retaining walls was used for the shallow excavations. (1993) *Eastman Kodak Park B29-B12 Pedestrian Bridge, Rochester, NY Served as Principal -in -Charge responsible for multi -discipline project involving the construction of an elevated pedestrian bridge connecting Buildings 29 and 12. Work consisted of intensive field verification of existing conditions, multi -discipline design of elevated pedestrian structure, and coordination with ongoing Building 12 / 29 renovations. (1992) *Monroe County Pedestrian Activity Safety Study, Monroe County, NY FRA, a T.Y. Lin International Company was retained by the Monroe County Department of Transportation to complete the first project of its kind for the area. Work was focused on identifying problem areas and providing recommendations to both enhance the pedestrian and bicycle environment throughout the County and eliminate the occurrence of accidents. Mr. Flint served as Principal -in -Charge for this project. The study area for the project included twenty-five intersections within Monroe County, with the highest occurrence of accidents occurring in the urban areas, specifically the City of Rochester. The study examined accident records acquired from 911 emergency responses to determine the cause and severity of each accident cluster. *Work performed at previous firm. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 107 License Type Narne Professional Engineer Main address*: 2 Mailing Addresses: 420 GREENVIEW RAD M RU-71E1AM, FL 32952 *Work performed at previous firm. Name Type FLINT JOHN LESTER Primary License Number/ States/Expires Rank vril;" Current, Active Prof Engineer O2/28/2D21 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 108 Education Ph.D. Civil Engineering, Technical University of Catalonia (UPC), Spain. 1994 MSc. in Civil Engineering, Technical University of Catalonia (UPC), Spain. 1990 Registrations Professional Engineer, PE: Florida, 73121 (from 06/04/2011); California, 81544; Pennsylvania, 79566; Texas, 111857; Kentucky, 30078 Professional Engineer, P.Eng.: Ontario, 100174531; Alberta, 192338 Ordre des ingenieurs du Quebec: Ingenieur, 5040583 Professional Engineer, ICCP: Spain, 10564 Professional Affiliations American Concrete Institute (ACI), Member of Committee 343-Bridge Design; Bridge International Associa- tion for Bridge and Structural Engi- neering (IABSE), Fellow, Member of the Technical Committee, WC 3 and WCS, and former Chair for the SED Editorial Board and WC8; Member of the Bridge Committee; Member of the American Segmental Bridge Construction (ASBI), the International Association for Bridge Maintenance and Safety (IABMAS), Transportation Research Board (TRB), Honors and Awards Professional Merit Medal, awarded by CICCP, Madrid, Spain, June 2015; Figg Medal Award, to the Triplets, Pitts- burgh, PA, 2012; Award on Innovation, Spanish Board of Civil Engineers, 2011; Construmat Mention Award to Zumaia Footbridge, Barcelona, 2009; Foot- bridge Award to GFRP Footbridge in Lleida, Venize, 2005; Prize of Excellence to Envigado Cable -Stayed Bridge, ASO- CRETO, 2004; National Award to Envig- ado Cable -Stayed Bridge, Colombian Society of Civil Engineers, 2004; Inter- national IABSE Prize, Antwerp, 2003. Juan A. Sabrina, PhD, PE Senior Bridge Engineer Profile Juan A. Sobrino is the founder and president of Pedelta corporation since 1994. Juan is one of the leading bridge and structural engineer- ing experts in the industry. Internationally recognized as the innovator behind numerous bridges and other civil engineering structures all over the world. With more than 25 years of experience, he participat- ed in the design of more than 400 bridges of all sizes, pedestrian and rail, along with numerous civil engineering structures (tanks, waste digesters, underground structures, canopies) and buildings. Juan has extensive experience working in Design -Build and PPP bridge projects in North America, Europe, Latin -America and Asia. He has performed the conceptual and detailed design of a wide varie- ty of medium to long -span bridges either cast -in -place or pre -cast, concrete balanced cantilever, steel and concrete launching bridges, steel and concrete arches, and cable -stayed bridges. His experience also includes substantial background with the structural analysis and design of bridges, comprising seismic design, dynamic rolling -stock analysis, soil, track -structure interactions and complex time - depend entanalysis. Juan's noted accomplishments within engineering, concept design and/or team leader have included more than 15 cable -supported bridges, 4 arches, 65 bridges for high-speed rail lines, the first's world stainless -steel vehicular bridge, the longest (Glass -Fiber Rein- forced Polymer) GFRP pedestrian arch bridge, the first's hybrid bridges built with GFRP and stainless -steel, and firsts applications of CFRP as an external reinforcement. Numerous of his designs have received prestigious awards for their elegance and innovative values. Juan has also been in charge of bridge assessments using reliability techniques, bridge inspections, various forensic investigations, and of the repairing, rehabilitation and widening of existing bridges. He was an adjunct professor at Carnegie-Mellon University in Pitts- burgh, PA, from 2012 to 2015 and a part-time associate professor at the UPC in Barcelona for 19 years. Juan has recently led the design of the Fort York bridges, an absolute innovation in the City of Toronto, and is currently overseeing their construction. He has also participated in the design of deck and hangers installation of the signature Walterdale bridge in Edmonton, and did construction engineering for the new Ille de Soeur Bridge in Montreal for SNC Lavalin-Flatiron-Dragados DBJV that was awarded with the project. Current and Past Positions 1994 — Present Founder and President of Pedelta (Bridge and Structural Engineering Consulting). C.E.O. responsible for North America. Juan A. Sobrino City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 109 019.2 '1 ,...,, {1b SRA1A North Bridge, Florida MacArthur Causeway East, Miami, FL 1-395 Reconstruction, Miami, FL Bridge at North Miami Av. Over Little River Canal US 181 Harbor Bridge project, TX SR-836 / 1-395 Project, Miami, FL SRA1A—North Bridge Replacement, Saint Lucie, FL. Senior Bridge Engineer/Team Leader of the Design Services fro the SRA1A North Bridge over ICWW, Bridge Re- placement Design. Detailed design of the retaining walls at the beginning of the bridge at US-1 and at the end of the bridge east of the boat ramp and design of mis- cellaneous structures. [ FDOT District 4 / Hardesty & Hanover • Mr. Ronald Sanchez, PE • 954.835.9119 • rsanchez(dhardesty-hanover.com • 10/17 - Ongoing ] MacArthur Causeway East Bridge Rehabilitation, Miami, FL. Senior Bridge Engineer/ Team Leader of the Carbon Fiber Reinforced Polymer (CFRP) repairs for the MacAr- thur Causeway East Bridge (#870077). It is 2,155' long and has 34 prestressed con- crete girder approach spans, 15 of them being 45' long and the remaining 19 being 65' long as well as 3 continuous steel girder main spans (70', 105', 70'). Pedelta's role include structural inspections and repair details for superstructure elements. [ FDOT District 6 • Mr. Pablo Orozco PE • 305.470.5370 • Pablo.Orozco(ddot.state.fl.us.com • 10/16 - 01/17 • Length: 0.4 miles • US$ 9,8M ] 1-395 Reconstruction - DB-Tender design, Miami, FL. Senior Bridge Engineer/Team Lead in charge of the preliminary design and quantities of 4 bridges within this sin- gular FDOT project. Bridges include WB and EB connectors with multiple span and material configurations supported on hammer head, cantilever piers and straddle bents. Bridges include B17, B22, B23 and B24. [ FDOT/JV Parsons -OHL, Mr., Francis Liston, PE • 626 440 2000 • Francis.Liston(dparsons.com • 06/16 - 10/16 • Length : 2 m i les • US$ 800 M ] Load Rating for Bridge # 874127 (FDOT D6), FL. Sr. Bridge Engineering re- sponsible for the Load Rating Evaluation Report for this existing bridge located along North Miami Avenue crossing Little River Canal, North of NW 85th ST. The bridge consists of concrete deck supported by steel beams with 4 spans of 22.3 ft each, simply supported. The load rating evaluation calculations were done using a refined analysis with SAP2000, Fagus, and proprietary work- sheets. This contract also included field inspections to evaluate current condi- tions of the existing bridge. [FDOT / Louis Berger • Loren Marquez, PE, CBI • 786 362 8526 • lmarquez(dlouisberger.com • 06/18 — 4/19] US 181 Harbor Bridge Project (PPP), Texas. Senior Bridge Engineer/Peer Reviewer/ Value Engineering. Technical review and study of cost -saving opportunities of simply supported PC I -girder superstructures and a steel superstructure. It includes a structural analysis to verify the performance and safety of the bridge and the model- ling of the bridge structure and random checks to verify the structural capacity and serviceability. Pedelta identified several cost -savings opportunities that have been implemented into the final design. [ Flatiron Constructors Inc • Mr. Gonzalo Os- borne • 720 498 2706 • GOsborne(dflatironcorp.com • 7/17-10/17 • Length 6.44 miles of bridge and connecting roadway] SR-836/I-395 Project, Miami, FL. Senior Bridge Engineer/Peer Reviewer. Independ- ent Technical Reviewer of the category-2 substructure of four bridges at the SR-836 from west of NW 17th Av. to 1-95. The review includes foundations, piers and 90 ft wide post -tensioned pier caps. [Archer Western -De Moya JV • Mr. Francisco Martin• 786 405-4994 • francisco.martin(ddemoya.com• 3/19-ongoing ] Juan A. Sobrino City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 110 Ron DeSantis, Governor Halsey Beshears, Secretary d 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 SOBRINO, JUAN ANTONIO) 2000 PONCE DE LEON BOULEVARD #608 at CORAL GABLES r L 33134 LICENSE NUMBER: PE73121 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. Florida Der City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 111 Education MSc. in Civil Engineering, Tech- nical University of Catalonia (UPC), Spain. 1997 Registrations Professional Engineer, PE: Florida, 75627 (from 01/12/2013) Professional Engineer, P.Eng.: Ontario, 100194783 Professional Engineer, ICCP: Spain, 14066 Professional Affiliations Member of the American Society of Civil Engineers (ASCE),. Member of the International Association for Bridge and Structural Engineering (IABSE), Honors and Awards Figg Medal Award, to the Triplets, Pittsburgh, PA, 2012; Footbridge Award to GFRP Foot- bridge in Lleida, Venice, 2005; Prize of Excellence to Envigado Cable -Stayed Bridge, ASOCRETO, 2004; National Award to Envigado Cable -Stayed Bridge, Colombian Society of Civil Engineers, 2004; Javier Jordan, MSc, PE Senior Bridge Engineer Profile Javier is the technical director of Pedelta's bridge group and has over 20 years of experience as a structural designer and team lead- er, managing medium to long -span bridge projects and other heavy civil engineering structures such as tanks and tunnels, as well as pile foundations, substructures and retaining walls. Together with Juan Sobrino he has pushed forward the introduction of advanced materials in bridge construction such as GFRP and stainless steel. Javier's experience includes structural engineering, analysis, con- ceptual design and final detailing of bridges, preparation and super- vision of drawings, and technical specifications. As a bridge design- er, Javier has an extensive background in structural analysis and has conducted advanced time -dependent structural analysis mod- els and complex construction analysis of steel and major segmen- tal and cable -supported concrete bridges, including finite element analysis, modeling and seismic design using Caltrans specifica- tions. He has long experience with the application of Accelerated Bridge Construction Techniques. Since 2010, Javier is mostly involved in the conceptual design of major concrete and steel bridges including cast -in -place or pre- cast segmental construction, incrementally launched bridges, and cable supported structures. He has a practical filed experience for medium and long span bridges as well as pile foundations and sub- structures. Javier has a long and proven experience in Design -and -Build and PPP bridge projects in North -America. He has provided engineer- ing services during the tender phases, detailed final design and technical support during construction to provide cost-effective and aesthetically pleasant solutions. Javier participated in the preparation of tenders of various FDOT's DB projects such as Palmetto managed lanes, as well as leading the design team efforts in the ongoing project for MDX for the con- cept design of the 1.5-mile viaduct included in the PD&E Study for the SR-924 at NW 32nd Ave. to NW 7th Ave. Javier is author or co-author of over 25 publications. Current and Past Positions 2010-present: Technical Director and Vice -President at Pedelta 1999 - 2010: Bridge Engineer at Pedelta 1997-1998: Structural Eng. at Mekano4 (Post -Tensioning firm) Javier Jordan City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 112 Bridge at North Miami Av. Over Little River Canal 1-395 Reconstruction, Miami, FL 1-4 Ultimate Project, Orlando, FL SR826/I-75 Express Lanes Project, Miami, FL Load Rating for Bridge # 874127 (FOOT D6), FL. Project Manager responsible for the Load Rating Evaluation Report for this existing bridge located along North Miami Avenue crossing Little River Canal, North of NW 85th ST. The bridge consists of concrete deck supported by steel beams with 4 spans of 22.3 ft each, simply supported. The load rating evaluation calculations were done using a refined analysis with SAP2000, Fagus, and proprietary work- sheets. This contract also included field inspections to evaluate current con- ditions of the existing bridge. [FDOT / Louis Berger • Loren Marquez, PE, CBI • 786 362 8526 • lmarquezfdlouisberger.com • 06/18 — Ongoing 1 1-395 Reconstruction - (DB), Miami, FL. Senior Bridge Engineer. Javier was responsible for the preliminary design and QA of the superstructure of bridges B17, B22, B23 and B24 within this important FDOT Project re- constructing the 1-95 and 1-395 interchange. Bridges include WB and EB connectors with multiple span and material configurations supported on hammer head, cantilever piers and straddle bents. [ FDOT / JV Parsons - OHL, Mr., Francis Liston, PE • 626 400 2000 • Francis.Listonfdparsons.com • 06/16 - 03/17 • Length : 2 miles • US$ 800 M 1 1-4 Ultimate Project, Orlando, Orange County, FL (DB) Javier served as a Senior Bridge Engineer for the tender design package. He was responsi- ble for peer review of drawings and the design team coordination. Pedel- ta was responsible for the Quantity Surveyor Services of the structures (bridges and retaining walls) for the Ultimate 1-4 Project. The project in- cluded 140 bridges: 13 widened, 74 replacements and 53 new structures [ FDOT / OHL-Community Asphalt -FCC CJV • Mr. Gregorio Ortega • gor- tegaldflatironcorp.com • 11/13-02/14 • Length: 21 miles US$ 2.3 billion 1 SR 826 /1-75 Express Lanes Project, Miami, FL (DB) Senior Bridge De- signer and Team Leader during the preparation of the Design and Build tender documents of the bridges and retaining walls for the SR 826/175 Express Lanes Project. The project includes the addition of 13 miles of express lanes along the Palmetto Expressway (SR 836) and 1-75 (SR-93). Pedelta's scope of services included the preliminary design and develop- ment of 30% Design Plans based on a preliminary structural analysis and design using FDOT standards, quantities estimate and other tech- nical documents for tendering the contract.[ FDOT / JV Kimley Horn- FCC—GLF • Mr. Burt Baldo, PE • +305 673 2025 • burt.baldo(dkimley- horn.com • 5/13-8/13 • Length: 13 miles US$ 310M 1 St. Lawrence Road Bridge, Montreal., Canada Tender Design Reviewer and Val- ue Engineering. This project includes the design and construction of a new bridge over the St. Lawrence River as part of the St. Lawrence Corridor Pro- ject. The new bridge is 11,150 ft long and includes one cable- stayed span and two approach bridges. Pedelta was retained to review the proposal from the project design team for the deck and the pier caps of the west side approach bridge. [DBJV • Mr. Gonzalo Osborne • GOsborne(dflatironcorp.com• 1..438.828.6134 • Length:2.1 miles •2014-20151. Javier Jordan City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 113 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES JORDAN, FRANCISCO JAVIER 2000 PONCE DE LEON BLVD. STE 608 CORAL GABLES FL 33134 LICENSE NUMBER: PE75627 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. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 114 Education + Training • MBA., Marketing, University of Phoenix - 2006 • BA, Communications and Public Relations - 2002 Jeannette Lazo Public Involvement Ms. Lazo has 15 years of diverse experience that includes public relations, advertising, and marketing in the South Florida area and an extensive background in non-profit outreach programs and education. She is a skilled communicator, able to express herself clearly and concisely through both written word and public speaking. Ms. Lazo has managed various Planning, PD&E, Design, and Construction projects for the Florida Department of Transportation (FDOT) as well as projects with private entities. Ms. Lazo also has experience working with the media. She is an excellent researcher and an adept coordinator of many activities including meetings, programs and events. She is detail -oriented, and is skilled in working with diverse communities, clients, and affected public to initiate communication and foster relationships to benefit all parties involved with professionalism. She has the ability to multi -task and manage various assignments on time and within the established budget. Project Experience FDOT District Four, Preliminary Design for SR-5/US-1 from 59th St. to SR-850/ Northlake Blvd., Palm Beach County, FL Community Outreach Senior Specialist The purpose of this contract is to conduct a Feasibility Study to ensure the recommendations from the US-1 Multimodal Corridor Study ("Corridor Study") conducted by the Palm Beach Transportation Planning Agency (PBTPA) are feasible within the existing right of way (R/W) and to record public outreach, any variations, permitting, utility coordination, tree impacts, and evaluation of existing infrastructure in line with PBTPA's objectives and vision. The "Corridor Study" was conducted to develop a comprehensive plan to upgrade the existing Palm Tran limited stop service to a corridor -based Bus Rapid Transit (BRT) service, the Palm Tran Express (PTX), with the goal of applying for Small Starts Funding or phasing improvements with local funding. The "Corridor Study's" purpose was also to implement continuous multimodal facilities (Complete Streets) along SR-5/ US-1 throughout a 42-mile stretch running north -south across 14 local municipalities in Palm Beach County, while prioritizing the need for connectivity when dealing with limited space within the R/W. This Feasibility Study is limited to SR-5/US-1 between 59th St. and Northlake Boulevard, a 3-mile stretch. Recommendations from this Feasibility Study will be used in the subsequent design phase. FDOT District Six, NW 36th Street Multimodal Corridor Study, Miami -Dade County, FL Community Outreach Senior Specialist SR 948/NW 36th Street is an east -west corridor in Miami -Dade County, Florida. From SR 826/Palmetto Expressway to 1-195/ SR 112/Julia Tuttle Causeway, SR 948 is 8.626 miles long and traverses the cities of Virginia Gardens, Miami Springs, Hialeah, and Miami. This corridor serves the Miami International Airport (MIA), Florida East Coast Railroad's (FEC's) Hialeah Yard, and major recreational and community centers such as the Miami Springs Golf & Country Club, Casino Miami, Tropicana Flea Market, Miami Jackson Senior High School, City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 115 Jeannette Lazo - continued Public Involvement and The Shops at Midtown Miami. The goal of this scope of services is to document the range and complexity of professional transportation planning and traffic engineering services required for the development and evaluation of multimodal improvements that address existing and future mobility, operational, social, economic, and safety needs along SR 948/NW 36th Street. FDOT District Six, PD&E Study on SR 94/Kendall Corridor in Miami -Dade County from SR 977 to US 1, FL Community Outreach Senior Specialist for this PD&E study consisting of evaluating transit/roadway alternatives by analyzing the future demand for these transportation facilities and services. In 2002, the SR-94/Kendall Drive Corridor (Kendall Corridor) was identified as one of six Rapid Transit Corridors in the People's Transportation Plan (PTP). Miami -Dade TPO Governing Board directed that the Kendall Corridor be implemented in an expedited manner assuming full Bus Rapid Transit (BRT), Light Rail Transit (LRT), Heavy Rail Transit (HRT), or other appropriate premium transit modal technologies. FDOT District Six, NW 125th Street from NW 6th Avenue to NE Miami Ct., City of North Miami Beach, Miami -Dade, FL Community Outreach Senior Specialist for this safety scoping unit project to developed design plans. The project team prepared roadway tasks in order to prepare roadway, drainage, signing and pavement markings, plan sheets, and details. In addition, a public hearing was conducted to record the results and proposed recommendations. FDOT District Six, SR 90/SW 8th Street/SW 7th Street Feasibility Study, Miami -Dade County, FL Community Outreach Senior Specialist Project Manager responsible for this feasibility corridor analysis from SW 27th Avenue to Brickell Avenue/I-95 interchange. SR 90 is a major east -west corridor that provides access to important Miami neighborhoods. SR 90 is a vital corridor for the economy in the area by connecting western residential neighborhoods to the growing urban center of Brickell. Consisting of one-way pairs with SW 7th Street operating as SR 90 westbound and SW 8th Street operating as SR 90 eastbound, this study evaluated more than 30 signalized intersections and the 1-95 existing configurations and a management plan for freight delivery within the study limits. FDOT District Six, NE 203rd and NE 215th Street PD&E Alternatives Development and ETDM Screening Report, Miami -Dade County, FL Community Outreach Senior Specialist Project Manager for this study to identify the most viable options to eliminate conflicts between the Florida East Coast (FEC) railway line and passenger vehicles traveling on NE 203rd Street and NE 215th Street. Grade separation options were identified to allow for enough tangential distance to store and assemble longer trains while transporting freight in and out of Miami -Dade County. The study formulated alternatives with different ramps configurations that included bridges and depressions over and under the FEC line. FDOT District Six, Truck Parking and Park and Ride Feasibility Study, Miami -Dade County, FL Community Outreach Senior Specialist for this project seeking to advance the development of the contiguous Truck Parking and Park and Ride Location Sites identified in an TPO study and other adjacent areas located near the 12th Street/Florida's Turnpike interchange. The study included a potential connection to proposed Turnpike Managed Lanes and to MDX 836. Concepts for ramps to connect directly to the Park and Ride and Truck Parking Facility were developed to Design Year. *Work performed at previous firm. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project .exp. Professional Registrations • Leadership in Energy and Environmental Design Accredited Professional (LEED® AP) • International Association of Lighting Designers Professional (IALD) • Certified Lighting Designer (CLD) Education + Training • Motley School of Design, London, England • B.A., Pitzer College, Claremont Colleges, California Affiliations + Memberships • International Association of Lighting Designers (IALD) • Illuminating Engineering Society (IES) • Themed Entertainment Association (TEA) A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 116 Aram C. Ebben, IALD, CLD, LEED® AP Lighting Designer Providing creative direction for EXP's lighting design group, Aram combines illumination artistry with technical expertise to create award winning lighting designs the world over. Aram's creative and compelling lighting design projects have ranged from major international theme parks and aquariums to high -end destination resorts. Drawing from this rich and varied resume, Aram is able to provide truly unique and creative solutions to any lighting design challenge. Currently, Aram and his team of exceptional lighting design artists are providing designs for large civil infrastructure projects in Florida, a major 4 station renovation in Illinois and 2 new LRT stations in Canada. Project Experience Las Olas Redevelopment, Ft. Lauderdale, Florida Role: Lighting Designer I Dates: 2018-2020 I Cost: $40M Las Olas is a new urban streetscape, park, roadway and public garage development in downtown Ft. Lauderdale. Lighting Design work included new lighting for all aspects of the project including coordination with the Florida Department of Fish and Wildlife to ensure that the new two lamp LED lighting solution would comply with the Turtle Nesting Season lighting requirements. Washington Wabash Train Station, Chicago, IL Role: Lighting Designer I Dates: 2017 I Cost: $75M The new Washington/Wabash Station transforms the perception of public transportation facilities and becomes a new gateway for Millennium Park and many of Chicago's downtown attractions. The iconic project included the demolition of two existing transit stations, installation of new and modified track super structure, two new 425-foot long platforms and signature canopies. The design resolves the challenges of constructing a new station in a dense urban environment while maintaining active transit service in one of the nation's most heavily traveled transit corridors. This project is referred to as the "new Gold Standard for public transit infrastructure" by Mayor Rahm Emanuel and "is a considerable achievement, one that brings Chicago's storied Loop fully into the 21st Century." South Mainline Garfield Gateway Station Renovation Chicago Transit Authority, Chicago, IL Role: Lighting Designer I Dates: 2019 I Cost: N/A EXP was the lead architect/engineer for this design -build project. Work included the renovation of the operational station house, as well as restoration and re -purposing of the original historic station (no longer in service) as a community/neighborhood outreach center operated by the University of Chicago City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. A.12 QUALIFICATIONS OF THE OTHER REQUIRED PERSONNEL I 117 Aram C. Ebben, IALD, CLD, LEED® AP — continued Lighting Designer Additional Recent and Relevant Experience • Brightline Train Station, Aventura and Orlando, FL • Al Bidda Park / Doha Grand Park, Doha, Qatar • Parkline Towers Facades & Amenities, Miami, Florida • Pier 66 Resort, Ft. Lauderdale, Florida • City of Tallahassee, Governors Walk, Tallahassee, Florida • Miami Children's Hospital Healing Garden, Miami, Florida • Grove Isle, Miami, Florida • Calder Race Track Casino, Miami Gardens, Florida • Grand Cypress Resort, Orlando, Florida • 100 Las Olas Hotel, Ft. Lauderdale, Florida • Freedom Commerce Center, Jacksonville, Florida • Grand Lakes Site, Orlando, Florida • Lake Nona Town Center Site, Lake Nona, Florida • Western Beltway Development, Lake Buena Vista, Florida • United Technologies Center for Intelligent Buildings, Palm Beach Gardens, Florida — IES International Illumination Design Award of Merit — IES International Illumination Design Award of Merit — Control Innovation *Work performed at previous firm. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project 044ex exp. TEAM ORGANIZATIONAL CHART °exp Project Team Exp U.S. Services Inc. Inform Studio Cummins Cederberg, Inc. Hazen & Sawyer, P.C. ArgGeo Langan Engineering and Environmental Services Inc. Janus Research, Inc. Pedelta, Inc. CITY OF MIAMI PROJECT MANGER Byron Danley, SE, PE EXP LEAD ARCHITECT / DESIGNER Michael Guthrie, AIA, LEED AP INFORM STUDIO Cory Lavigne, AIA, LEED AP INFORM STUDIO A.13 TEAM ORGANIZATIONAL CHART I 119 QA/QC Architecture Tom Hoepf, FAIA, LEED AP EXP Structural John Flint, PE EXP MARINE STRUCTURAL ENGINEER Jason Cummins, PE CUMMINS CEDERBERG REQUIRED PERSONNEL Certified Cost Estimator Rose Jesse, CPE, ENV SP HAZEN & SAWYER Civil Engineer Christopher Kish, PE HAZEN & SAWYER Lighting Aram Eben, IALD, LEED® AP EXP Landscape Architect Ben Hutchens, PLA A RQG EO Cultural Resource Management Kenneth Hardin JANUS Public Involvement Specialist Jeannette Lazo EXP Geotechnical Engineer Rafael M. Pina, PE LANGAN Survey + Mapping Bryan A. Merritt, PSM, PLS LANGAN Adaptation Specialist Jannek Cederberg, PE CUMMINS CEDERBERG Environmental Engineer Danielle H. Irwin, CFM, PWS, LEED AP CUMMINS CEDERBERG Gina Chiello CUMMINS CEDERBERG Jason Cummins, PE CUMMINS CEDERBERG City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. a +s. it �i tip i ill P 1 d • M El 1 I M111 il i ! �1 1 11111l. 1 11111�'1 i II 1 I ii MIN t 11 M 11 IN IIIII I 1 iI y- yr eJ SY— I ICI M O!=. _ _ C _ _ ill _ _ % !9 I o . . y 1 1 91 1 I - - `9 IC i : - ' _ _ ,., My111111i i- -; Li 9, 111I011 ■ s ate_ iEl _ im _ ' i i _ DESIGN PHILOSOPHY+TECHNICAL ": _ 4/1 . it mmm• CAPABILITIESSTATEMENT :='_ NM MI MI le IN = B.1 DESIGN PHILOSOPHY+ PROCESS B.2 TECHNICAL CAPABILITIES AND APPROACH DESIGN PHILOSOPHY+ PROCESS exp. B.1 DESIGN PHILOSOPHY + PROCESS 122 Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP RFQ TITLE: I-395 PEDESTRIAN BAYWALK AN PROJECT RFQ #:19-20-031 NAME OF PROPOSER: Exp U.S. Services I EN LIVING VE INES, Our project team's design philosophy and process values the realization of inspirational and meaningful impact on people's lives above all else. A project that manifests an authentic interpretation of place — capturing the richness and diversity of community, ecology and imagination — creates a destination that citizens identify with and INPUT EXISTING CONDITIONS & CONSTRAINTS STAKEHOLDER ENGAGEMENT COMMUNITY ENGAGEMENT visitors flock to with appreciation and envy. The project site on the Biscayne Bay presents a level of potential wonder that rivals the fame of desirable destinations at a global level. We envision the successful outcome of this process by designing with three areas of focused emphasis: Input, Experience, and Impact. EXPERIENCE SIGNAGE & WAYFINDING AV / LIGHTING SAFETY & MONITORING MULTI -MODAL SOCIAL PROGRAMMING PEDESTRIAN BAYWALK & BIKEWAY BRIDGE WATER PUBLIC ART & SCULPTURE SUSTAINABLITY & ECOLOGY GREENSPACE IMPACT CONNECTIVITY ECONOMIC DEVELOPMENT HEALTH & WELLNESS RESILIENCY City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS I 123 Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP Existing Conditions The 1-395 Pedestrian Baywalk and Bikeway Bridge is impacted by numerous existing conditions and complex constraints of a dynamic nature due to ongoing and changing projects and the ever changing environment surrounding the site. The onset of the project will commence with data collection efforts, background modeling and drafting so when the initial program is well defined, the design team can begin design development. Initial data collection efforts may include, among others: • Gathering all existing plans and details of in -situ design elements — walls, abutments, approaches, new design plans, etc. • Bathymetric survey, and cross section definition of the channel from the wall out in 25 ft increments • Sea wall cores • Tidal data and storm surge records • Ecological surveys and marine wildlife surveys • Cross sections along the trail under the Causeway and topographic data collection to the south property line of the Park to the south and the North Property line of the Genting property to the North. • Right of way / easements and clear definitions of public and private lands • Utility surveys through the project area and definition of sources and drop points for power, storm drainage and others 8i3i2o2ct1 li if — existing and planned in the vicinity la••• • Signage survey • Miami Dade Building Code review and evaluation These elements of existing conditions will serve to inform the design team of the physical and design parameters to be incorporated into the plans for the project. Only after these physical elements and design parameters are overlaid on the initial visioning for the project, can we consider the Programming Phase of the project complete. Stakeholder Engagement Stakeholder engagement is a critical component in all of our projects and is a continuous process throughout the design and construction of the project. The EXP team has recent and relevant experience working with the City, Downtown Miami Development Authority, FDOT Perez Art Museum Miami and The Genting Group. PRIOR IETTP G MRIETTF6 CITY OF NAM 1 MIAMI DDA MANI FDOT GEMTING LIS MMY CORPS OP EFld1IMER3 FLORIDA DIP MDEM M J PUBLIC RESIDENTS STAKEHOLDER COMMUNITY I18ARM7NT EHaA.7REMlIT Our team will follow a methodical process of stakeholder RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. RFQ Title: RFQ Number: B.1 DESIGN PHILOSOPHY + PROCESS I 124 Mi Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. Input (cont.) engagement and communication documenting all concerns, impacts and decisions as the project advances. The EXP team will work with the City, Miami DDA, FDOT and community stakeholders to design a multi -modal bridge, and develop this project from conceptual design, through schematic and design development, all the way to 100% construction documents and permitting approvals, with the end goal of a bid document package. • Architectural Design of the Baywalk Bridge is required to blend in with architectural themes and planning concepts with PAMM and Genting stakeholders. • Architectural design will be reviewed by the City, DDA , PAMM and Genting • The distance between the two sites is 180 linear feet, and any proposed bridge will have an approximate run length of 500 linear feet. • Permitting approval are required from the United States Army Corps of Engineers (USACE), the Florida Department of Environmental Protection (DEP), and the Miami -Dade County Division of Environmental Resources Management (DERM), which is part of Miami-Dade's Department of Regulatory and Economic Resources (RER). 8/3/2020 11:53 AM Community Engagement Through a collaborative, transparent and informative design process, inclusive of neighboring residents and businesses, government officials and agencies, quasi -government and community organizations, and other stakeholders , we will foster public ownership of the 395 pedestrian -bike bridge and position it as a destination and a model for connective public space. Public Outreach is important to better understand the context of a project. Our team excels at collecting data and translating that data into technical recommendations. With Public Outreach, citizens and key stakeholders, the context of a project has additional meaning helping us improve our understanding of the possibilities. With the advantage of a strong technical background our track record demonstrates a higher level of success when communicating with the public. Our facilitation simplifies the message to common language (Plain Language Initiative) without compromising the technical significance or impact of a project. EXP involvement with the design of the Wynwood Streetscape Master Plan discovered that meeting with stakeholders and gathering community input and feedback from the onset of the project proved positive to reinforce community buy -in. The realization of this feedback was recognized as a powerful design tool,accurately addressing the needs and desires of the client and users. Defined topics for public meetings and focus groups kept outreach extremely productive, and the project on track in terms of scope and schedule. Our community engagement process anticipates we will follow a similar path for the 1-395 Pedestrian Baywalk and Bikeway Bridge. RFQ-DPP Revised 3/22/19 p. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS I 125 Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP Experience The manifestation of the Pedestrian Baywalk and Bikeway Bridge demonstrates a powerful potential for social impact, one most significantly measured by the ambition and quality of experience. Outlined below are nine key criteria — gleaned from the goals in the project brief and added based on the team's professional expertise— to position a successful design approach to the project. Multi -Modal At the earliest stages of community engagement, a Mobility Integration Initiative will be introduced outlining a process to prioritize modes of transportation. With modes of transit continuing to expand their horizons, developing clarity around appropriate intentions and zones is increasingly vital for safety and encouraging diverse utilization. Within the sphere of community and stakeholder engagement, a process of education and prioritization will be integrated for a clear strategy related to pedestrian activity, passive recreation, sedentary observation, wheelchairs, strollers, bicycles, skateboards, in -line and rollerskates, E-scooters, segways and watercraft. Following prioritization, strategies can be introduced for a matrix of where to create spatial delineation, texturing of surfaces and navigation cues to allow for transit mixing or specific zones for safe passage. The integration of a multitude of transit options introduces a healthy vitality to the public realm, and a clarity around the use of mobility establishes a peaceful coexistence. 8/3/2020 11:53 AM Social Programming Outstanding place making distinguishes itself through the uniqueness and diversity of a visitor's experience while engaging with an environment, creating a center of social gravity that is irresistible to the populous within its sphere of connection. Successful destinations deliver a multi - sensorial encounter that immerses an individual within a deeply emotive experience, creating vivid memories. The art of designing such a space embraces programming through a lens of blending the understanding of physical construct with the potentials for varied social engagement. The Biscayne Bay waterfront presents opportunities for a wide spectrum of involvement ranging from serene contemplation to high energy cultural vibrancy. A thoughtful orchestration of this environment considers moments for specificity and flexibility, a place for all and a place for the individual. Imagine a destination with a living shoreline, a refuge for children to engage with manatees, an interpretive ecosystem integrating the natural habitat of mangroves, a respite for coffee while taking in a sunrise over the bay, launching a kayak out to explore the ecology, an intimate landscape for a marriage proposal— and in complementary chorus, weaving into the fabric of Maurice A. Ferre Park and the museum district to expand the uniqueness of a venue for cultural events teeming with energy from waterfront exhibitions, parades, culinary activities, and performances. These encounters enchant the senses entirely through sight, sound, smell, touch and taste; and heighten our sense of RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. RFQ Title: RFQ Number: B.1 DESIGN PHILOSOPHY + PROCESS I 126 ifrii Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. kinaesthesia through the exploration of mobility with a synthesized approach to connectivity. Public Art and Sculpture The integration of sculpture, interactive art and light, and vibrant surface installations from local or international artists into the bridge design stages the potential for an artistic gesture that is not only iconic, but works in a myriad of ways to enhance the structure and landscape of the project. Our team has extensive experience with the integration of Art in Public Places, and we view art as a pivotal participant in design as whole; never as an afterthought or placeholder, but rather as an intrinsic, living and active participant. The collaboration between artist and designer is one that can manifest a design beautifully supportive of the vision and initiatives proposed, allowing for a fully activated space through dynamic lighting, art and public space. Sustainability and Ecology We believe in a highly innovative approach to integrating natural and urban systems, creating an environment in which pedestrians can simultaneously be inspired by the spirit of a living and breathing terrain and be energized by the sparkling activity of a bustling downtown. Through introducing a salt marsh into the fabric of the bridge, as well as the use of plants that are acclimatized to the urban waterfront conditions and able to thrive in such an environment without extensive care, we'll begin to lay the foundation for an ecosystem that will blur the lines between these two systems. To entice natural wildlife to the scene, the edges of the bridge will be lined with riprap and boulders as they meet 8/3/2020 11:53 AM the bay and provide a habitat for fish and other wildlife to flourish. Naturally sustainable integrations such as relocation of coral, rain gardens for stormwater mitigation and mangrove planters to foster juvenile fish habitat can serve not only to care for and cooperate with the natural environment, but create a stunning assimilation with nature in its purest forms. Low growing cordgrass and tidal marsh planting material cherish the preservation of views from the steps to the bay, and the introduction of planters utilized as "living ocean labs" present a brilliant opportunity for the City to partner with other institutions to collaborate with the site as a research area for living shorelines. Groups such as Patricia and Phillip Frost Museum of Science, Rosenstiel School of Marine and Atmospheric Science, and several other local institutions can be engaged to assist the City in a dive into how remediation and mitigation projects work in the bay. Greenspace Our aim is to compose a greenspace in which an abundance of wind and water can play with the natural environment, creating a vibrating and inviting yet peaceful energy. Design, sustainability and economic viability work together in our design to create an equilibrium perfectly created for construction feasibility. Picture the marriage of function and imagination to create a project that is refreshingly new, yet grounded in and connected to the local environment and its surroundings. This bridge has an opportunity to express itself holistically through the greenspace, celebrated in its impact on the environment and influence on user experience. Our team will leverage its green design expertise to create a landmark RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS I 127 Citylflli Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP RFQ Title: RFQ Number: 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. that is sensitive and responsive to its context and climate, yet groundbreaking in its approach and manifestation. Water This site sets up an incredible opportunity for public education and a raised awareness on the importance of preserving one of our largest natural resources: The River of Grass. A key component to the design will be a manufactured estuary from collected stormwater that elegantly mimics those of the Everglades, where freshwater blended with the seawaters of Biscayne Bay to create a wetland ecosystem that cleaned the water before entering the bay. Artfully coined a `water garden,' this integration allows environmental sympathy and cultural education to gracefully meet. Safety and Monitoring The most fundamental equity urban design should deliver is public space that stimulates spatial confidence amongst all ages, genders and ethnicities. The boldness associated with a comfortable freedom to navigate the public realm without concern over safety is accomplished by a sense of control over, and possession of, space. Our approach considers four key design strategies to promote spatial confidence: Optics, Options, Ownership, and Accessibility. Optics The first perception absorbed to initiate the instinct of spatial avoidance is a poor range of visual clarity. A feeling of vulnerability kicks in, particularly for pedestrians, when aspects of a space are concealed or hidden. The design of clear optical navigation as a visitor progresses through public space is critical for introducing a notion of spatial confidence through a stable understanding of surroundings. 8/3/2020 11:53 AM In addition, these conditions must be met during all seasons and throughout all times of day. Although view angles are the foundational elements of visual clarity, the importance of contrast and a balanced sense of light and dark should always be considered. Interactive and ambient levels of lighting surfaces improve awareness and fashion a level of curiosity over concern. Options Through optical awareness, people intuitively develop a logic of options for navigation. Spatial confidence arises out of an innate sense that a traveler's options remain open to change course and that the ease of transition in options is not compromised by proceeding in a particular direction. The greater the perceived level of variability, the stronger the degree of personal security. Ownership One of the most significant factors in creating spatial confidence is the development of a personal sense of ownership. Inclusive community engagement fosters a sense of stewardship at the start of the project process, and the realization of an attractive, well maintained public space increases the appeal for individual connection — specifically, the desire to be associated as a resident with a permanent sense of ownership or a visitor who desires a recorded memory of an experience, sharing it with friends. The positive attractor condition acquired through a personal sense of ownership deters the prospect of undesirable behavior. Accessibility Finally, an aspect vital to spatial confidence and social equity is design that welcomes all. A more familiar and essential understanding of accessibility relates to physical mobility, but a comprehensive strategy aspires for complete RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS 128 `rbi Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP RFQ Title: RFQ Number: I-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. inclusiveness. A psychological invitation to the public realm possesses elements that engage community, provide purpose, extend communication beyond language barriers and present an intuitive understanding of how to explore its programming, including personal creativity. Visitors are not impeded by language barriers or symbolism that introduces a notion of exclusion. Urban design with an inclusive appeal encourages the broadest form of stewardship through diverse ownership. AV / Lighting In considering the design effects of lighting options on this destination, there are two different aesthetic experiences or views to take into consideration: the view of the bridge from afar, and the experience of the pedestrian on the bridge itself --emotionally and intellectually. High quality architectural lighting design is achieved not by calling attention to the fixtures themselves, but through highlighting the brilliance of the structure and accenting its best features. When architecturally lighting the bridge ellevation, the lighting should be a seamless extension of the architectural concept --allowing the structure to share its own story. The design should include strategies such as static white light, static colored light, or dynamic color changing elements; but if a more charismatic design is preferred, a slow changing shift of tones or changes triggered around specific holidays or events throughout the year should be integrated. With regards to the pedestrian's experience, the lighting strategy should most importantly provide sufficient vertical and horizontal footcandles for safety, visual acuity and minimization of tripping hazards. To avoid overly bright or harsh light, fixtures should be shielded to 8/3/2020 11:53 AM prevent any glare. The aesthetic of the fixtures used for the bridge walkway lighting should flow tastefully and in tandem with the exterior bridge lighting concept to create a single overarching design aesthetic. In addition to the aesthetic design criteria, the proper technical criteria must always be taken into account for the lighting design to thrive. As a baseline, all light fixtures should use the latest in LED and control technology, with long life ratings and high color rendering for rendering visual acuity. Due to the nature of the salt water corrosive WASHINGTON/WABASH CTA STATIO \It\ 4t„",„„+rn, 1lilrrr,p„ THE OVERALL APPROACH TO THE LIGHTING DESIGN FOR THE STATION WAS SIMPLY TO EXPRESS THE STATION ARCHITECTURE AS PURELY AS POSSIBLE WITHOUT DRAWING UNDUE ATTENTION TO THE LIGHTING DESIGN ITSELF; ALL THE WHILE MEETING THE STRICT LIGHTING REQUIREMENTS OF THE CHICAGO TRANSIT AUTHORITY. THIS WAS THE FIRST ALL LED STATION FOR THE CTA 50 EXTRA CARE, AND SCRUTINY, WAS TAKEN WITH EVERY DETAIL. THE OUTCOME WAS EXTREMELY SUCCESSFUL AND PROMPTED MAYOR RAHM EMANUELTO STATE, "THIS IS A NEW GOLD STANDARD FOR WHAT A NEW `L' STATION SHOULD LOOK LIKE." RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS 129 ifr7i Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP RFQ Title: RFQ Number: 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. environment of the project site, we recommend all fixtures be IP68 wet location rated with marine grade housings and finishes to minimize degradation of the fixtures over time, and thus minimize maintenance. Above all, the lighting needs to convey the intent of the architectural design eloquently at night, bring life and weaving magic into the fabric of the bridge while meeting or exceeding the necessary design requirements and fitting within the budget of the project. Signage and Wayfinding Wayfinding is incredibly important to the identity of a project, not only in that it offers orientation and perspective to both the transient and local populations, but also in that it carries a branding identity with it, shaping the pedestrian's impression of the space even prior to experiencing it directly. Akin to a "first impression," wayfinding techniques are short but vital opportunities to both direct pedestrians and provide them with an introduction to the character of a project. Carefully thought out environmental signage and graphic design will supplement the proposed design by providing the public with vibrant, informative guidance that will serve as an educational tool regarding the space's ecology and environmental properties, as well as leading people through the space while enhancing their understanding of and relationship to all surrounding places of interest. Our team's experience with similar projects, wayfinding, project identity, safety, utility signage and educational signage will be an integral part of the project's design and branding identity in shaping the significance of this destination. THE BAY SARASOTA WATERFRONT PARK CUMMINS CEDERBERG MARINE BIOLOGISTS CONDUCTED A BASELINE SURVEY IN 2020, LAYING OUTTRANSECTS AND PLACING QUADRATS TO COLLECT LINE INTERCEPT DATA AND BRAUN- BLANQUET DATA TO ACCURATELY CHARACTERIZE THE BENTHIC COMMUNITIES. SEAGRASS, CORAL, ALGAE, AND OTHER BENTHIC SPECIES WERE RECORDED WITHIN THE PROJECT FOOTPRINT. THIS INFORMATION WILL BE UTILIZED TO DETERMINE HOW THE PROPOSED BOARDWALK WILL AFFECT MARINE RESOURCES, AND HOW IMPACTS CAN BE MINIMIZED THROUGH CHANGES TO THE DESIGN OR THROUGH RELOCATION OF CORALS. THE INFORMATION WILL ALSO SERVE AS BASELINE CONDITIONS FOR FUTURE MARINE SURVEYS DURING AND AFTER CONSTRUCTION, TO DETERMINE HOW THE PROJECT HAS AFFECTED THE MARINE ENVIRONMENT. IN ADDITION TO BENTHIC RESOURCE SURVEYING CUMMINS CEDERBERG WAS RETAINED TO PREPARE AND PROCESS PERMIT APPLICATIONS FOR THE PROJECT. PERMITS TO CONSTRUCT THE NEW FLOATING KAYAK DOCK AND LAUNCH ON THE MANGROVE BAYOU HAVE BEEN ACQUIRED AND STAFF IS ACTIVELY WORKING WITH THE BAY TEAM TO PREPARE ENVIRONMENTAL REGULATORY PERMIT APPLICATIONS FOR THE REMAINDER OF PHASE I PROJECT COMPONENTS. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS I 130 Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP Connectivity The impact of a collaborative and inclusive design process will yield a source of community pride, befitting the Biscayne Bay, and a destination for the world to experience. The aspiration of connectivity should be a tapestry that will weave seamlessly into the existing Baywalk, Maurice A. Ferre Park and the Genting-owned site as a physical solution to connectivity; however, more than mere linkage, the Pedestrian Baywalk and Bikeway Bridge merits an opportunity for communal binding through the interpretive and immersive experiences illustrated outlined previously. Within the context of our current global social climate, the human connection to the environment and to each other is arguably the most critical and anthropologically the most powerful. Economic Development Bridges carry the potential to function as vital connections for our communities, creating an experiential journey to new destinations and linking our environment. While this more functional aspect is both inherent in the design and significant to the outcome, the impact of establishing a landmark and shaping a city's identity in conjunction with the functionality of connectivity and access to the waterfront will be a remarkable catalyst to spurring economic development in the area as it cultivates a more resilient coastline and city. The level of ambition and meaning derived from the solution will have a direct impact on the size and extent of the economic ripple. 8/3/2020 11:53 AM THE ECONOMIC IMPACT OF THE PROVIDENCE RIVER PEDESTRIAN BRIDGE, DESIGNED BY INFORM STUDIO, HAS BEEN WIDELY FELT THROUGHOUT THE SURROUNDING AREA. PROVIDENCE COULD EXPECT APPROXIMATELY $5 MILLION ANNUALLY IN PROPERTY TAXES AND OTHER PAYMENTS ON NEW DEVELOPMENTS WITHIN WALKING DISTANCE. THESE REVENUES INCLUDE $3.2 MILLION FROM 1,600 RESIDENTIAL UNITS -- INCLUDING MORE THAN $300K FROM STUDENT HOUSING -- WITH THE POTENTIAL TO SUPPORT 4,500 NEW RESIDENTS. THEY ALSO INCLUDE $1.8 MILLION FROM 750,000 GSF OF COMMERCIAL SPACE -- INCLUDING MORE THAN $450K FROM MIXED -USE ACADEMIC AND COMMERCIAL SPACES -- WITH THE POTENTIAL TO SUPPORT 2,100 NEW EMPLOYEES. RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS 131 Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP RFQ Title: RFQ Number: 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. Working closely with the Project for Public Spaces and domino effect that the bridge's construction has had on the the Rhode Island Department of Transportation for over development of the city, even as its population has remained a decade, the team led by inFORM Studio designed a relatively constant. universally accessible, efficient and highly memorable new pedestrian bridge that has had a genuine and significant return on investment (ROI) for this New England City. The project team's vision for the bridge as a monument to the social and economic revitalization of downtown Providence born through a range of new co -located investments near the landings of the $21.9 million structure. Examples include: Brown University's Medical School, South Street Landing, Peti Laboratory and New School of Professional Studies are now linked directly to its main campus, while Johnson and Wales University and Rhode Island School of Design (RISD) are also fused by the new bridge. Notable new residential developments in the area include South Street Landing, a 423,000sf residential development by Brown University that includes the "River House" and a 744-car parking garage. Nearby it is Chestnut Commons, a 111,000sf mixed -use development with 92 residential units. Three other projects, all mixed - use residential tower complexes, are also currently proposed for the bridge's vicinity. Significant non-residential developments nearby the newly bustling area include the 71,000sf John J. Bowen Center for Science + Innovation and the 200,000sf Wexford Science + Technology Center. A new hotel is presently in the works as well. These new investments and developments reflect the vibrant makeup of Providence and show evidence of the 8/3/2020 11:53 AM Health and Wellness As a team committed to addressing design with solutions that benefit all life - human, flora and fauna - we believe landscape design serves as a primary activator in a project response. Creating an environment for optimal health surrounds not only the goal of nourishing existing plant life, but also promoting new plant life. Through living shoreline solutions such as mangroves and riprap, we will nourish the Baywater with nutrients to maintain adequate oxygen levels for existing seagrass, and attract new marine life. Introducing absorptive ground surfaces and increasing the canopy would clean the air and alleviate the impact of high temperatures for the ultimate comfort of pedestrians and cyclists. Beyond consideration of the architectural landscape, a bridge that goes over and above the merely functional aspects of its nature is one that instills pedestrians and the entire surrounding population with an inspiration for activity. In conversations on health and wellness, movement is incredibly integral to overall wellbeing and even serves as a catalyst to improving all areas of life in the wellness sphere. By providing the city with a bridge that isn't just a connector but a destination, an event space, an area that inspires walkability and exercise and teems with energy --you promote a healthy culture, and thereby a population that is happier and more resilient, speaking to the active personality of Miami with direct benefits to human health. Health and wellness however does not encompass solely physical health, but also mental wellbeing. The two are intricately tied together, and while inspiring the community RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.1 DESIGN PHILOSOPHY + PROCESS I 132 ifr7i Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP RFQ Title: RFQ Number: 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer: Exp U.S. 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. to a life more movement -centric is an incredible byproduct of the project we'll create, the space has reciprocal features that lend it to the atmosphere of a retreat. An abundance of water and natural resources, clean air and the bay breeze blend in a fashion that coaxes the mind to a place of simultaneous solace and energy. Resiliency Our solution to this issue is one that will be adaptive to climate change and ameliorate sea -level rise, restoring biodiversity while enhancing the human experience. In lieu of building barriers and destroying the shoreline's natural ecosystem, our proposal will work in cooperation with the shoreline, maintaining a harmonized food web, and increasing biodiversity of native species, marine and avian habitat. THEJOSE MARTI PARK REDESIGN WILL SERVE AS A MODEL FOR RESILIENT WATERFRONT PARKS THAT CAN ADAPT TO CURRENT AND FUTURE FLOOD RISKS ASSOCIATED WITH CLIMATE CHANGE AND SEA -LEVEL RISE. CUMMINS CEDERBERG IS RESPONSIBLE FOR THE INUNDATION MODELING, WATERFRONT ENGINEERING DESIGN AND ENVIRONMENTAL PERMITTING, AND GRANT MANAGEMENT. I+Jose Marti Park + Cdamate Ready Adaptive Redesign jam: 8/3/2020 11:53 AM RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. RFQ Title: RFQ Number: B.1 DESIGN PHILOSOPHY + PROCESS I 133 fr7i Solicitation RFQ 19-20-031 Design Philosophy & Process Form RFQ-DPP I-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE 19-20-031 Name of Proposer:Exp U.S. 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. In addressing the changes in climate sea -level rise specifically, an adaptive and innovative solution is required that allows biodiversity to flourish, encourage public enjoyment, and negotiate with the shoreline in a way that protects and prolongs the life of the structure. By synthesizing green, blue and gray infrastructure to address the changes in sea level, the bridge design will perform positively across both the sustainable and resiliency spectrums. Living shoreline design and proposed habitat types will protect the structural shoreline while also educating the public, improving the quality of surrounding waters, trapping sediment, and providing carbon sequestration, reduction of erosion and storm surge mitigation. The design carries the potential to morph into an Aquatic Preserve, functioning as a net benefit for stakeholders of Biscayne Bay and the State of Florida. 8/3/2020 11:53 AM ARQUITECTONICAGEO, WHICH WORKED ON THE NATURE ELEMENTS AT THE PAMM, WAS HIRED TO ESTABLISH AN ENVIRONMENTAL CONTINUITY FOR THE PHILLIP AND PATRICIA FROST MUSEUM OF SCIENCE. "WHAT BOTH OF THESE MUSEUMS WERE TRYING TO DO WAS REALLY EMBRACE THAT OUTDOOR EXPERIENCE," BEN HUTCHENS, ARQUITECTONICAGEO PROJECT MANAGER, EXPLAINS. "MIAMI IS A PLACE THAT DOES GET HOT, BUT THE BUILDINGS HAVE THAT PASSIVE COOLING DESIGN WHICH ALLOWS THEM TO BE USED YEAR-ROUND. BOTH BUILDINGS REALLY LIVE AND BREATHE." RFQ-DPP Revised 3/22/19 P. 54 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. TECHNICAL CAPABILITIES AND APPROACH exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 135 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. Project Capabilities + Approach Approach to Architectural and Engineering Design The EXP team couldn't be more excited at the prospect of delivering an iconic destination and flexible venue to the City of Miami through the development of final plans for the 1-395 Pedestrian Baywalk And Bikeway Bridge Project. The EXP Team considers this project, for the City of Miami, to be one of the most important projects we have encountered in the last several years. The EXP team view such challenges as tremendous opportunities to use our creativity, our skills at bringing people together and achieving consensus on individual elements and the basket of elements that make up the design vocabulary, and our many talented technical specialists to create the most desirable and useful destination in Miami — the Baywalk at MacArthur Causeway Under/Overlook. The EXP Team believes there is an opportunity to impactfully change the perception and the value of the Baywalk project to the City of Miami. Because of the visibility, the complexity, the location of the physical site, the surrounding design elements and the potential variety of uses and visitors it can attract. Because of the possibilities to create: ✓ An important and critical connection of the multi -use trail and path ✓ A fully accessible destination for all ✓ Possible compatible interpretive and educational rotating displays, integrated into the approaches and the destination, tethering the outdoor space directly into the adjacent land use types. ✓ An opportunity for education related to the important and protected marine life and environment ✓ A space that brings the users to the water level ✓ A space that minimizes physical permanent elements in the water ✓ The opportunity to inform users of the key elements of the various viewsheds available at the venue ✓ A multitude of different opportunities to use light and lighting to enhance the user experience; even create attractions The Baywalk at MacArthur Causeway Under/Overlook has the potential to be a game changer for the benefit of all who live and visit the City of Miami. The EXP team brings over ninety years of International and North American experience to the project. We have led and delivered these iconic destinations in many of the locations people think of when they contemplate an iconic public destination. We have assembled a team that meets and exceeds the experience requirements identified in the RFP; and, to that, we have added what we consider to be other essential skillsets: Marine Structural Engineering, 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project B.2 TECHNICAL CAPABILITIES AND APPROACH I 136 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. Resiliency, Adaptability, Environmental, Landscape Architecture, Urban Planning, Public Involvement, Cultural Resource, and Illumination and high -end lighting. The EXP team also brings the most important attribute to this project. We want it. And we will live it beyond this assignment. Almost all of the people on the EXP team live, work or frequently spend significant time in Miami. The EXP team's legacy depends on the success of such an important and highly visible project. We will deliver as expected. Always. The Baywalk at MacArthur Causeway Under/Overlook, as viewed through the three lenses of Economy Ecology and Equity, must include: Economy ✓ Creative use of existing physical and design elements ✓ Compatible materials and physical element ✓ Potentially off -the -shelf vocabulary elements that can easily be removed, relocated and replaced. ✓ Consideration of a combination of permanently fixed and modularly removable design elements 8/3/2020 11:53 AM social. economic and sustainable design considerations The impact of design is perhaps understood even more when it improves how we move in and around our communities. Built in 1933, the previous existing crossing was a deteriorating, non-ADA accessible structure that did not provide a safe or reliable crossing of Lake Shore Drive and the railroad tracks: virtually cutting off the Bronzeville community from the Lakefront. The original goal of the Bridging the Drive competition was to "create civic icons for the City that provide for essential linkages to reconnect the citizens with the lakefront amenities that are uniquely Chicago.' To fulfil! this goal, the 35th Street Pedestrian Bridge challenges conventional pedestrian bridge design, and becomes evidence that a seemingly functional structure can also make a positive contribution to its environment. As a signature crossing with strong structural features, the new bridge not only provides an important and much needed connection for both pedestrians and cyclists, it brings iconic design to an area previously lacking community infrastructure. As an ADA-accessible facility, it provides universal access for all residents and is a symbol of the growth of the Bronzeville community. "Speokog in front or the old bridge, [Mayor) frnclnr.vr card rt was o communrt' Eyesore, and the new bridge would be a much more welcoming sign ra me cornmutury " - DNAlnfo, July 27. 2014 RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 137 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. Ecology ✓ Minimum permanent under -water elements ✓ Involve the preservation of endangered species in design ✓ Lighting that is acceptable and adaptable for all species ✓ Sustainable and Resilient design vocabulary Equity ✓ Access for All ✓ Sensitivity and thematic development compatible with neighboring uses ✓ Safety and security for all ✓ Appropriate modal separation for safety Project Approach Programming Phase: We believe that the key to thoughtful, successful design begins with listening. The EXP Team will begin the project by listening: Starting with listening to our client, the City of Miami, the integrated design team will work to refine the initial set of project goals. Next, we will kick off a series of listening sessions to completely understand the plans, concerns, opportunities, schedules and challenges each of the adjacent and contiguous plans create for the Baywalk at MacArthur Causeway Under/Overlook project. The number of concurrent activities that involve new construction is significant and, to the extent possible, we want to use this exercise to create understanding and ultimately support for our solutions. Next the EXP Team and the City of Miami will map out the initial program for the project, and how it addresses the goals of the project while respecting and reflecting the input of the Stakeholders Once complete, the EXP Team will take the initial programming back to the Stakeholders. This does two things: it confirms we heard their concerns, which develops understanding; and it affirms that we were able to mitigate some of their concerns but possibly not all. Again, buy -in doesn't mean 100% of an entities concerns can be addressed; but buy -in comes from making the effort, and creating an understanding as to why not all can be addressed. 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp B.2 TECHNICAL CAPABILITIES AND APPROACH I 138 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. The EXP Team will then engage the public in a series of design charettes (number and process TBD). These charettes will include a presentation of the program elements we consider to be "Bright Lights" — those that are our guideposts and can't be moved or changed; followed by elements of the design and its vocabulary where input is wanted and needed in the selections and outcomes. In our experience this method utilizing public design charette assures community engagement and buy -in without disrupting the process underway. Concurrent with the listening tour and the design charettes, data collection efforts will be underway, and background modeling and drafting taking place so that, when the initial program is well defined, the EXP Team can begin design development. Initial data collection efforts may include, among others: ✓ Gathering all existing plans and details of in -situ design elements — walls, abutments, approaches, new design plans, etc. ✓ Bathymetric survey, and cross section definition of the channel from the wall out in 25 ft increments ✓ Review of license and land rights agreements ✓ Updates and review of all environmental impacts ✓ Sea wall cores ✓ Tidal data and storm surge records ✓ Ecological surveys and marine wildlife surveys ✓ Cross sections along the trail under the Causeway and topographic data collection to the south property line of the Park to the south and the North Property line of the Genting property to the North. ✓ Right of way/ easements and clear definitions of public and private lands ✓ Utility surveys trough the project area and definition of sources and drop points for power, storm drainage and others ✓ Lighting — existing and planned in the vicinity ✓ Signage survey ✓ Miami Dade Building Code review and evaluation All of these elements of existing conditions will serve to inform the EXP Team of the physical and design parameters to be incorporated into the plans for the project. Only after these physical elements and design parameters are overlaid on the initial programming for the project, can we consider the Programming Phase of the project complete. Design Development/Contract Documents/Procurement/Construction: The EXP team has significant experience on projects with accelerated design and construction schedules. Our team members are usedaccustomed to working on fast - track projects with early bid packages for long lead items to facilitate an accelerated implementation schedule. This requires our team to work hand -in -hand with the Owner team and project stakeholders to facilitate quick decisions and streamline 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 139 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. coordination among disciplines. As one example, EXP is currently working on an Integrated Operation Center at DFW International Airport. DFW required the project to be fast tracked to allow operations to commence as soon as possible. EXP developed design documents to a 30% level, which were then used to solicit Construction Manager proposals. EXP worked with DFW to evaluate the proposals received and to ensure scope was adequately covered. Once the CM was selected, EXP worked with the CM to understand any areas they thought could realize cost savings, areas that were most at risk for cost overruns, and whether any items had long lead times that needed to be advanced sooner than the rest of the project. Documents were then developed and issued in several separate bid packages to allow procurement and construction to commence while other details were being finalized. The project is currently under construction and slated to be completed this summer — on schedule. Continuity from design to construction is critical to ensure proper execution and to ensure that the design vision is executed properly. Consistency of personnel helps ensure that the completed project will be what was envisioned in the final design. Thus, our same team members that are involved in the design of projects will continue to be involved through the construction. 3Ff+d ;HUT P[[IE5TRIAH Hf l[II. - I IFTMINJrtl1L1TY AID RE.I LIENCY Suistobabtecie.sigrk. Sus ainabiljty and resiliency. was addr$5ed through integrated landscape and site development. inclusion of sustainable LED lighting and pumea bl,e pavers. The addition of permeable pavers at the be i nnin,g of the bridge helps Lessen runoff into the co rrrentional storm sewer system. Water that bypasses catch basins on the bridge approach flows to a fan -shaped section, drops through the permeable pavers into a .1-ftdeep gravel reservoir and then slowly filters into the mound below. The benefits of permeable pavers i ndude: long-term durability of paver units, ease of repair, provides . rourclwater recharge, faciLitat pollutant removal and eliminates standingwater on pavement. The bridge's architectural lighting scheme was designed to glow at night and uses energy -efficient LED tu hnologf. The bridge utilizes no traditional light poles; and instead features h n,gersfor down and up lights and an embedded light bar in the railing. The result is a sustainable and very bright bridge! City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 140 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. While our designers endeavor to identify all existing elements that may impact, or be impacted by a project unforeseen conditions can and do arise when working in existing facilities. Record drawings do not always contain the most current existing conditions. We know it is critical to be available, responsive, and efficient in addressing any such conditions when they do come up so the project can continue moving forward on schedule. In addition, our team knows that timely reviews of RFI's and shop drawing submittals are also critical components to project success. Our team is here to assist in achieving a final product that is built on -time, on -budget and meets the expectations of the City. Technical Capabilities The EXP Team includes: Proposer: Exp U.S. Services Inc. (EXP), 201 Alhambra Circle, Coral Gables, FL - local staff of over thirty professionals, supported by a Florida bench of nearly 300 staff in seven other offices throughout Florida, and a North American presence of over 3,600 professionals in 90 offices. EXP is Ranked Number 29 on the ENR 500; Number 11 on the Building Design and Construction list of MEP Giants, and has over 200 Awards for exceptional service and design for our Clients. Architectural Design: INFORM Studio, is a human focused design collective, committed to creating experiential connections between people, place, and culture. They specialize in Architecture, Interior Design, MEP Engineering, and Urban Design, and their work ranges in scale and typology in locations all across the globe. Marine Structural Engineer: Cummins Cederberg is a Southeast Florida consulting and engineering firm specialized in coastal and marine environments and engineering. Within the EXP Team, the following Key positions and assignments are committed to by the EXP Team for the duration of the project: ✓ Project Manager: Byron Daley, SE, PE ✓ Lead Architect/Designer: Michael Guthrie, AIA, LEED AP (INFORM Studio) ✓ Marine Structural Engineer: Jason Cumins, PE (Cummins Cederberg) ✓ Civil Engineer & Certified Cost Estimator: Christopher Kish, PE and Rose Jesse, CPE, ENV SP with Hazen & Sawyer Since 1951, Hazen and Sawyer has focused on two critical activities — helping clients provide safe drinking water to their customers, and controlling water pollution and its effects on the environment. ✓ Landscape Architect: Ben Hutchens, PLA (ArqGEO) has been redefining landscape architecture and urban planning in South Florida for nearly 15 years. Miami is home. Incorporated in 2005, ArqGEO has elevated the conversation 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 141 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. about the important role landscape architecture plays and the contributions it can make in the face of climate change and sea level rise. ✓ Environmental Engineer & Adaptation Specialist:Jannek Cederberg, PE and Danielle Irwin of Cummins Cederberg a Southeast Florida consulting and engineering firm focused on the coastal and marine environments V Geotechnical Engineer & Professional Surveyor and Mapper: Rafael Pina, PE and Bryan Merritt, PSM, PLS of Langan a Premier provider of integrated Land Development Engineering and Environmental Consulting Services, with more than four decades of expertise and experience to challenging projects around the World. ✓ Cultural Resource Management Professional: Kenneth Hardin (Janus Research) ✓ Lighting - Illumination Designer: Aram Eben (EXP) V Public Involvement Specialist: Jeannette Lazo (EXP) Value Engineering The EXP Team brings vast experience in applying the principles of Value Engineering (VE) to complex, multi -faceted transportation and infrastructure projects including pedestrian bridges in urban environments and coastal zones. The application of the five phases of traditional value engineering; Speculation (Creative) Phase; Evaluation (Analysis) Phase; Development Phase (Value Management Proposals); and Presentation Phase (Report/Oral Presentation) are most impactful in the early phases of the project, before detailed plans had been developed. Understanding that the project will begin with conceptual plans, developed by others, an initial Value Engineering review at the highest levels will be helpful. This creative review will be conducted among the entire EXP Team in advance of the Goal setting meeting with the Client, so that any material conceptual VE issues can be discussed in the context of the goal setting exercise. A second opportunity to apply the VE principles will occur near the end of the design development phase, where the opportunity to critically evaluate individual construction elements or assemblies. The EXP Team anticipates this VE effort will include an evaluation of materials, construction methods and even access prior to freezing the design to produce final construction Documents. Schedule Management Working in a collaborative manner with the City of Miami and led by Byron Donley, SE, PE of EXP, The EXP Team will develop a cost- loaded design schedule in Primavera Project Planner (P3). This schedule will be used, in electronic form, to show all essential activities in sequence to meet the Contract Milestones. Each task will have a start and completion date, and all schedule activities will be coded by construction trade and sequence. 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 142 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. This schedule will identify total project float, progress to date, durations, and any items needed from The City or Stakeholders/Permitting agencies. The schedule will be accompanied by a detailed narrative description of the plan for completing the work and our team's approach to design sequencing for each task. Buy -in from the City and major stakeholders at key decision points will be critical, and our team is committed to managing this process in a timely and efficient manner to maintain the schedule. In the event an activity is identified that will extend beyond the duration schedule, corrective measures will be recommended immediately and reviewed with the City in order to make necessary adjustments to comply with the schedule. exceeding project owner needs Without a safe and reliable crossing to the Lakefront, the Bronzeville community was removed from one of Chicago's most precious natural resources. Now open since November 2016, the new 35th Street Pedestrian Bridge is being enjoyed by the community and local journeyers alike. As a signature feature for the City, the bridge challenges conventional pedestrian bridge design — creating a journey and a source of pride for the community. "Chicago is only as strong as its neighborhoods. and the investment we've made in this beautiful new bridge strengthens Bronzevitle and makes it easier for residents to enjoy our unparalleled lakefront. This project will improve the health of the community and its residents. It also brightens the future of Bronzeville and builds on the great momentum we're seeing throughout the community." -Mayor Rahm Emanuel, November 9, 2016 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 143 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. Periodic written progress reports will be provided to the City to keep them apprised of how the work is progressing. Monthly, the team will provide the Cost Loaded Schedule showing actual progress to date for each activity compared to planned progress, and an actual vs. planned job staffing comparison. Weekly, the team will provide a rolling four -week schedule showing one -week actual progress and three-week look -ahead forecast, along with a weekly report actual vs. planned job hours. Any variation from the approved schedule will be noted and discussed with the City. Quality Assurance/Quality Control 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, will be guided by the philosophy that quality is everyone's responsibility. As an integrated design team, all team members will know this responsibility at the start of the contract, and will hold their fellow team members accountable, and will in turn be held accountable by them. Our Organization structure includes a designated individual, John Flint, PE, who will be responsible for overseeing and enforcing adherence to the Quality Program by all disciplines. Mr. Flint is separate from the design team and reports directly to the Principal in Charge. He will be responsible for ensuring that all team members are aware of the Quality Plan and its requirements and will ensure that each submission goes through all steps of the Plan. Design Quality Control: Quality Assurance/Quality Control is an essential and integral part of our management plan for any project that arises under this contract. Quality control begins with the direct proactive involvement of each discipline leader and continues with each and every architect and engineer who touches a project. Our team views QA/QC as the responsibility of every team member. Recognizing that "fresh eyes" often see things in a new or different way, our Quality Plan includes QA/QC reviews on every project by architects and engineers who are not directly involved with the project. In this manner we verify that we have found the best way to do things and maximize our ability to discover ambiguity or inconsistency in our documents. We will require that all subconsultants engage in a similar review process. Our team members all have portfolios of nationally recognized award -winning projects that demonstrate their commitment to design excellence and an understanding of what it takes to realize such projects. The members of our team achieve a high degree of professionalism in all aspects of our services. We will develop a Quality Program specifically tailored for this contract based on successful and effective Quality Programs developed and 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp B.2 TECHNICAL CAPABILITIES AND APPROACH I 144 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. implemented on other projects for other airports. Our projects historically experience very low levels of change orders and schedule impacts, due in large part to the development of, and strict adherence to, a diligent focus on Quality at all levels and at all times during the life of a project. Coordination between various disciplines; Checking + Correcting Documents: The key to a successful Quality Program is early and constant coordination between and amongst all disciplines. This is most effectively accomplished by the individual team members in real time as the design progresses. Our philosophy is that every team member is responsible and accountable for the quality of what they produce. This includes ensuring that their discipline is developed in harmony with all other disciplines. Design Schedule Control: Projects are successful through careful and deliberate planning, monitoring, controls, and execution. At the start of each project, our Project Manager will develop a workplan, in conjunction with the City, that clearly delineates the project schedule, key milestones and all required deliverables. Quality Control During Construction: It is important to the total success of a project that a Quality plan be in place throughout the entire project life cycle, including construction. Our Quality Plan will continue throughout construction, and will focus on items such as: • Thorough shop drawings reviews; • Expeditious and thorough responses to RFI's; • Periodic review of specifications requirements and contractors' adherence; • On -site field reviews by all disciplines and documentation with site photos to ensure the construction is proceeding in accordance with the construction documents; • Commissioning of systems; • Thorough punch list and final inspection to ensure compliance with construction documents. Computer aided design and drafting capabilities The project will be developed using fully electronic design tools, and 3D modeling techniques applicable to the horizontal disciplines. We will discuss compatible tools with both the asset management objectives and the GIS capabilities of the City of Miami. Within the project team, electronic model development and 3D design tools will be managed by EXP as the lead firm, using CAD/BIM Standards, and following proven procedures, developed over the past 15 years, to assure consistency, accuracy and the opportunities to leverage the capabilities of these tools to avid conflicts and interferences during construction. 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 145 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. Tools to be used to manage project elements: Our team plans to utilize a variety of collaboration tools to manage project elements and communicate effectively • A Sharefile/Sharepoint Team Site to manage project documents within an access hierarchy to all project documents. Our use of Sharefile will enable us to conduct large file transfers while also providing access to them wherever you are. • Microsoft Office Suite software (Word, Excel, OneNote, Access, etc.) for specific document generation, distribution and filing. • Bluebeam Revu CAD, a PDF software designed specifically to interface with AutoCAD and Revit. Bluebeam provides PDF creation, markup, editing and collaboration capabilities that improve communication and productivity by enabling us to use digital processes from start to finish. • Bluebeam Studio sessions will be utilized to allow all team members to have real-time access to a current drawing set, and add comments within the same files. It is a great collaboration tool used to track review comments from the City. Through our use of Bluebeam, we have enhanced our quality assurance program by verifying that the comments have been incorporated into the AutoCAD drawings and/or Revit Model. • Autodesk BIM 360 will be utilized to host current Revit models from each discipline to allow real-time efficient collaboration in developing the design and the construction documents. Contractual Scope Control A scope control program will assure all stakeholders that the project development accomplishes micro- and macro -level requirements and meets all goals and objectives. With these controls, the EXP Team will be able to manage each design scope efficiently, cost effectively, and without duplication of effort between overlapping elements and/or packages. We will utilize scope control tools that include the following: • Detailed Scope of Work documents for each discipline • Meeting Agendas (Concise and Detailed) • Meeting Minutes (Documenting all Decisions) • Weekly Status Reports • Monthly Status Reports 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 146 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. • Primavera Project Planner (P3) to develop the cost loaded schedule • Estimating Software to develop cost estimates • Phasing Plans • Value Engineering Reviews and Constructability Evaluations • Risk Management Plan • BIM Management Plan Project Cost Control We propose developing an independent parametric cost model at project initiation so that the cost estimates developed as the designs develop are confirmations that physical scope and budget are in alignment. This approach is vital since it allows for identifying and understanding cost risk as early as possible. Cost risk reduction will occur as each discipline's design progresses to completion while incorporating decisions made during the course of design. Our team will utilize published cost databases within the software as well as our own internal historical construction cost database to benchmark and confirm current unit costs. With our team's extensive experience on previous pedestrian bridge projects working closely with contractors, we have developed a capability to integrate functionality and design. During the design process, the entire team will not only know where we stand in terms of the construction budget, but also how the costs are distributed among the individual systems. This allows the project team to make conscious decisions of emphasis, based on the City's priorities. All of these measures will assist in monitoring the progress of the design and will ensure each project's scope of work is kept within the established time and budget constraints. Prior experience with governmental agencies. The EXP Team has routinely split its commissions and project designations between public and private Clients. In both cases, while differing agencies and departments, public agencies are involved. We work to balance public and private contracts, which allow us to better manage industry cycles. With annual revenue in excess of $500 Million, roughly half of these revenues come from governmental agencies. We also know, from experience, that government agencies welcome and appreciate being engaged early on, especially at agencies that have numerous and sometimes overlapping projects year after year, which all must be considered as a whole to ensure 8/3/2020 11:53 AM 0o-- o 0 P 0-0 RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. B.2 TECHNICAL CAPABILITIES AND APPROACH I 147 Solicitation RFQ 19-20-031 Technical Capabilities and Approach Form RFQ-TCA RFQ Title: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge RFQ Number: 19-20-031 Name of Proposer: Exp U.S. 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. proper consideration of the three lenses of Economy, Ecology and Equity. The EXP Team has found it beneficial to meet with permitting authorities at the start of the project to give them familiarity with the project, and to seek input and concurrence on how we are addressing code compliance and life safety issues. We will also use this meeting to gather any historical knowledge the authorities may have regarding the project, anticipated review times, and to gain a thorough understanding of documentation required to enable a proper and efficient review. We will continue to meet periodically with authorities during design, inasmuch as they are willing. This will be particularly important if anything changes in the design, or if any of the authorities "hot button" issues are encountered. These meetings will exhibit how we are addressing the input received earlier and will be an opportunity to continue receiving feedback — and getting "buy -in" on our designs - prior to permit submittal. The basic steps to evolving design in coordination with established budget controls are similar to those of our schedule control process: establish a baseline cost model with budget requirements for each component, achieve buy -in from all disciplines, and monitor factors affecting the construction cost on a regular basis. 8/3/2020 11:53 AM RFQ-T Revised 2/26/19 p' 55 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. » C.1 RFQ PROPOSAL FORM » C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES FOR PROPOSER AND ALL SUB -CONSULTANTS C.3 FOOT NOTICE OF QUALIFICATIONS RFQ PROPOSAL FORM exp. C.1 RFQ PROPOSAL FORM I 150 City of Miami Solicitation RFQ 19-20-031 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 July 31, 2020 Addendum No. 2, Dated August 13, 2020 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 give consideration to 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 Project Manager ■ Qualifications/Experience of the Lead Architect/Designer ■ Qualifications/Experience of the Marine Structural Engineer ■ Qualifications/Experience of the Key Personnel/Team Members ■ Qualifications/Experience of the Sub-Consultants/Sub-Contractors ■ 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 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge 8/3/2020 11:53 AM RFQ No. 19-20-031 29 p. 33 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.1 RFQ PROPOSAL FORM I 151 City of Miami Solicitation RFQ 19-20-031 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) Ccrtificatc of Compliancc with Scction 18 87 of the City Codc Lcttcr of Agrccmcnt(s) Form RFQ LOA Copies of Miami Dade County SBE certification for Proposer's Sub Consultant(s)/Sub Contractor(s) • 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. 19-20-031 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 a 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: Exp U.S. Services Inc. Firm's Name 201 Alhambra Circle, Suite 800 Coral Gables, Florida 33134 Principal Business Address 561.329.9263 Telephone N.A Fax Ivle.henry@exp.com E-mail address Kyle Henry Name Vice President, Business Development Title Authorized Signature Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge 8/3/2020 11:53 AM RFQ No. 19-20-031 30 p. 34 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project ex p, C.1 RFQ PROPOSAL FORM I 152 6.2.'t STATE OF COUNTY OF City of Kau' Soliolation RFQ 1i-2O-i13t CERTIFICATE OF AUTHORITY OF CORPORATION} 1 HEREBY CERTIFY that writerAinguDt the Board of Directors of tke EXP U.S. Services Inc. a corporation existing under the laws of the State of Delaware pursuarrI is Section 141 if) of the General Corp3raton Law of the Staled Delaware, xaoc the following resolution was duly passed and adopted: "RESOLVED, that_ Kyle Henry iriolultiff acting without a meeting Vice . as President of the Corporation, be and is hereby aulhonzed to execute the Proposal dated, August 19 , 2020 . to the City of Miami and this Corporation and that their executor' thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Cor .x ition." Further certify that said resolution is now in full force and effect IN WETNESS WI-IEREOF, I have hereunto set my hand and affixed the official seal of the coporation this 11th , day of August . 2I] 2{D . Secretary: Hae-Jin (Priscilla) Ahri FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Professicnal Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge 8112020 11:a3 AM RFQ No. 19-2O-E3 1 31 P. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.1 RFQ PROPOSAL FORM I 153 EU U.S. SERVICES INC. Written Consent of Direct ens to Act Without a Meeting Pua ;uant to Section 141( of the General Corporation Law of the State of Delaware The undersigned, being all of the directors of EXP U_S_ Services Inc_ (the --Corporation-)_ a Delaware corporation_ acting without a mzeetig pursuant to Section 141(f) of the General Corporation Law of the State of Delaware_ hereby consent to the adoption of and do hereby adopt the following resolution_ RESOLVED, that Kyle Henry as Vice -President of the Corporation, be and is hereby authorized to execute the proposal to provide professional engineering serui for I-395 Pedestrian Ba waik and Bikeway Bridge (the --Proposal') dated August 19, 2020, to the City of Minim 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_ Thir WITNESS WHEREOF_ the t ndersigned have executed this consent as of the 11th day ofAugust 2020. Tithh Ntcltri it Ma± Dvorak lvar* Dvorak City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.1 RFQ PROPOSAL FORM I 154 City of Miami Solicitation RFQ 19-20-031 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: Exp U.S. Services Inc. Individual Name: Kyle Henry Signature: Date: 08/19/2020 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge 8/3/2020 11:53 AM RFQ No. 19-20-031 36 p. 40 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project ex p, BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES °exp EXP U.S. SERVICES INC. p� C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 157 Local Business Tax Receipt h llamli—Dade County; State of Florida -11-IISIS I DTAIRIL[. - D0 NOTPAY MOT 2 BU*INE*B NAMEiLOCATIJI1 ESP US SERMCES INC 201 ALI-1061B PA CI F STE SLJO CORAL GABLES, FL 33134 u\' H �R EXP US SERV IC ES I IC Emp by+ee '41 REC El PT NO. NEN BUG!NESS 7590054 I!t 8EC TYPEOF 31.18INE88 212 P AXO 11P.P,0,IjTNEl9SHI PJFIRIA LBT EXPIRES SEPTEMBER 30, 2010 Mwtoo-JbFJ.ditFlx.ofbu2li PUr5torrt b CoA.nt1 Colo- Choptr8L— Art 9816 10 PAYTi7EA 1 REGEVE LI IfY TAN COLLEOTQR 5625 08A02020 FPPU15-20-0mW5 This Lool Busin4.0 Tax oily^ Upr imtF payrrwrl d IIw Loc11 E:u§hwo Tax Tha R ipl isnol 3liowrt¢, pamil, or 3 ta4•Iilk2lion al Ii¢ halclo buanoo. hold r nugovamrn nIJl ornongovwnnwnIII roplAoryll2wg and riyuN.m nl5wHth apply IO IIw busirws. Th4RECEIPT ND. 14.4muss b¢dis03ywdonill commord21y4.1.klas-k€�m�}d¢Cad¢ rbr 0iri0mai0nYi§ilwww.nisrrid3dagovbnollotlor Local Business Tax Receipt Mlarrli—Dade County, State of Florida -11-IISIS F TTA12ILL - G] NOTPAY 30Q2P2 U INE** NAN1EiLOCATIOH E<P US SERVICES INC 201 ALHAM B RA CI R STE 800 C(IRAL GABLES, FL 33134 CANNER EXP US SERV IC ES i Empby+ee 10 REG El PT NO. R EN BAUAL Y 5901351 LBT EXPIRES SEPTEMBER 30, 2021 F�I�+tho-diplmycdatpbx .o1b li,flo-s Puro-iznt b Cduntr. Colo- CFaptr BA —Art 9 8_ 10 8Ea TYPEOF SlJ8INE88 212 P AJO] 1113 I?TNERG HI P/FIRIA PAYMEJ f REC8VEL3 IfY TAN DOLL ECT(]R ID 0$A1 FPPU15-20-0m Thi; Lool Rwin4.0 Tax R.K.Api orb? coriimtt payrrwd d Iha LotIlE:u§iiwo Tax Tha R ipl isnol 3liowrt¢, pamil,or3tarlilic2lion of Ili¢b do-buanoo. I41d rrrugoMa nwriI2l or rr»ryovarnnwaI3l rw rory I2Wg 2rd royuN.m nl;wlith apply 1011w busirws. Th4RECEIPT NO. ONo-rrus7b4.dis.lay+o-doh-11.12rri-1¢C01¢ rbr hwr0 iriomaion, vi§il www.nisnidx14.g y3xco110clar City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project 'aex p• C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 158 Local Business Tax Receipt III arrli—D3de C unty Skate Qt non da -1HISIS POTSi. RILL - GCI',J4TPAY $U*INE * NAME/ LOC ATIOV E<P LIS SERMCES INC 201 ALI MBRA CIR STE 800 COPAL GABLES, FL 33134 tVoN �F EXP LIG SERV IC ES I NC Empby+ee 10 FECE1PT ND. r� EN EIIJAL 590135 LBT EXPIRES SEPTEMBER 30, 2020 I 1 ttsa clip121Axlatpl2t.i.oibutii i Puma tt.Cc ntj Coda CFopir 8A — Jirt 9 8_ 10 $Ea T3'PEQF £U$IN:s$ 212 P AIO] !URA ITTNERG Fir P fIRU P`.4YT4B 1 T R'EC 931E 0 Y TRNQLkECTQR FPPU120-0m338 Thi; Loo31 Tax Poo- api oriy.e4dimrs payrrr4H of Ihr Loe31 Buan4$s T3ae th. R+o-aaipl i;nol 3lionuo, panril, i ecrIiliealion d ii¢h 1I rscrAiliealions, 1 do-buanca Holdarrrus7carplywilharrygovammunlil arnongovwnnwni r*ylAory 12YOSandroyur.rnonlswfiehapply1ailw pusirwss ThyRErSIPTNO. abowrrud b¢di4.12y.d6n3.11 So- G iti¢maioq Vial Wwuurti�rnid�+lA�osn135oedlaelaf City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp, C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 159 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7300272 BUSINESS NAME/LOCATION EXP US.SERVICES INC 201 ALHAMBRA OR STE 8O0 CORAL GABLES FL 33134 OWNER EXP US SERVICES INC Employee(s) 10 RECEIPT NO RENEWAL 7590054 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed et place of business Pursuant to County Code Chapter BA- Art. 9 & 10 SEC. TYPE OF BUSINESS 212 P.AJCORP/PARTNERSHIP/FIRM PAYMENT RECEIVED BY TAX COLLECTOR $45,00 08/04/2020 FPPU16-20-000888 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 da 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 Cade Sec 8a-276. For more information. visit www.miamidade.gavfaxcollector Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7300272 BUSINESS NAME/LOCATION EXP US SERVICES INC 201 ALHAMBRA CIR STE 800 CORAL GABLES FL 33134 OWNER EXP US SERVICES INC Employee(s) 10 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 hushing. Holder must comply with any governmental or nongovernmental regulatory laws end requirements which apply to the business. The RECEIPT NO. above must ha displayed an all commercial vehicles -Miami-Dade Code Sec ea-276. Far more information, visit yewvy.miamidade.gavdglrcallectot RECEIPT NO. RENEWAL 7590054 LBT 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/PARTNER SHIP:FIRM PAYMENT RECEIVED BY TAX COLLECTOR $56.25 08/04/2020 FP PUI 6-20-00088E1 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 160 AID Ron ❑eSantis, Governor Halsey Beshears, Secretary dbpr l STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT CORPORATION HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 481. FLORIDA STATUTES EXP U.S. SERVICES INC. D'- 56 QUEEN STREET EAST, SUITE 301 r LEGA 6V4M8 SE5 '' BRAMPTON ON X9X 9X9 LICENSE NUMBER: AA26002448 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. ©,mo• o 01b.� This is your license. It is unlawful for anyone other than the licensee to use this document. Ron De5antis, Governor Halsey Beshears, Secretary d Fln pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES EXP U.S. SERVICES INC. 56 QUEEN STREET EAST, SUITE 301 LEGAL - LICENSES BRAMPTON ON L6V 4M8 * e 1` r LICENSE NUMBER: CA29701 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyRoridaLicense.com Do not alter this document in any form. City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 161 State of Florida Department of State I certify from the records of this office that EXP U.S. SERVICES INC. is a Delaware corporation authorized to transact business in the State of Florida, qualified on April 4, 2011. The document number of this corporation is F11000001440. 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 March 28, 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 Second day of April, 2019 *frittWL. Secretary of State Tracking Number: 9568669197CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services. sunbiz.org/Filings/CertiticateOfStatus/CertiticateAuthentication City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. ARQUITECTONICA GEO CORPORATION �_;exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 163 001818 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 5994679 BUSINESS NAME/LOCATION RECEIPT NO. ARQUITECTONICA GEO CORPORATION RENEWAL 2900 OAK AVE 6254510 MIAMI FL 33133 OWNER ARQUITECTONICA GEO CORPORATION Employee(s) 5 LBTI 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/PARTNERSHIP/FIRM LC26000278 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 08/28/2019 CREDITCARD-19-068698 This Looel Business Tao Receipt only confirms payment atthe Local Business Tax. The Receipt is not license, permit, or a coriilicaHon al lite holders qualifications. to do business. Holder must comply with any govemmefypl or nongavernmontal regulatory lows en d requireme ato which apply to the businaas. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Soy as-276. For more information, visit wvow.migm idade.gavltexcoHector wo.7.,41--rtr nrsr.,. PHONE (305)41l -T918. Effective Year Oct. 1 2019 Thru Sep. 30 2020 RECEIPT FOR ARQUITECTONICA GEO D Oct 07, 2019 TOTAL FEE PAID 116.00 MINT NUMBER 104016 RECEIPT NUMBER 23399 NAME OF BUSINESS ARQUITECTONICA GEO DBA ARQUITECTONICA GEO 2020 LOCATION 2900 OAK AV IIS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ARCHITECT•FIRM,PRTNSHP,CO,PA & CORP T1L t iGrTr K reTi-i Adele Valencia Code Compliance Director City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 164 Ron DeSantis, Governor Halsey Beshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES ARQUITECTONICA GEO CORPORATION 2900 OAK AVENUE MIAMI FL 33133 rLICENSE NUMBER: LC26000278 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. FI rich r City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. CUMMINS CEDERBERG, INC •°exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES l 166 0,09288 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - ➢O NOT PAY 6603634 0USINESS NAMEROCATION CEDERBERG JANNEK PE 7550 SW 57TH AVE 217 SOUTH MIAMI FL 33143 OWNER ' CEDERBERG JANNEK PE RECEIPT NO. RENEWAL 6874359 SEC. TYPEDF BUSINESS 212 PROFESSIONAL PE69839 I ... L ___ _ 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 07/18/2079 CREDITCARD-19-058433 This Local Business Tex Receipt only confirms payment of the Local Business Tar. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental ur nongovernmenta€ 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-278. For more information, visit www miamidad_ e goaaxcel for 010481 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7100530 BUSINESS NAME/LOCATION CUMMINS JASON ROLLAND PE 7550 SW 57TH AVE 217 SOUTH MIAMI FL 33143 OWNER CUMMINS JASON ROLLAND PE RECEIPT NO. RENEWAL 7378508 SEC, TYPE OF BUSINESS 212 PROFESSIONAL PE71538 LBT, 1 EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAM COLLECTOR $60.00 07/18/2019 CREDITCARD-19-058429 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 q ualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory lows and requirements which apply to the business. The ITECErPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec Ba-276. Fur more information. visit www, rniam idade.govAaricollactor City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES 167 009207 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 6603626 BUSINESS NAME/LOCATION CUMMINS CEDERBERG INC 7550 SilN 57TH AVE 217 SOUTH MIAMI FL 33143 UWNEn CUMMINS CEDERBERG INC Employee(s) 1 BECELPT NO. RENEWAL 6874342 LBT 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.AICORP/PARTNEPSHIP(FIRM EB29062 PAYMENT RECEIVED BY TAX COLLECTOR S45.00 07/18/2019 CREDITCARD-19-058423 This Local Business Tax Receipt only confirms payment of the Local Business T. The Receipt is not a license, permit. or a certification of the holder's qualifications, to du business. Helder 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-27B. For more information, visa www,miamidade.govltuncellector City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 168 Ron DeSantis, Governor Halsey 8eshears, Secretary dFlorida 1 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CUMMINS CEDERBERG, INC. 7550 RED ROAD SUITE 217 SOUTH MIAMI FL 33143 LICENSE NUMBER: CA29062 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 Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. HAZEN & SAWYER, P.C. •°exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 170 000364 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - 60 NOT PAY 572165 BUSINESS NAME/LOCATION HAZEN & SAWYER PC 999 PONCE DE LEON BLVD 1150 CORAL GABLES FL 33134 OWNER HAZEN & SAWYER PC Employee(s) 1 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 RECEIPTNO. RENEWAL 572165 ,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/PARTNERSHIP/FIRM EB02771 PAYMENT RECEIVED BY TAX COLLECTOR S45.00 09/24/2019 CHECK21-19-087277 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES HAZEN AND SAWYER, P.C. HAZEN AND SAWYER 498 SEVENTH AVENUE 11TH FLOOR NEW YORK NY 10018 I— LICENSE NUMBER: CA2771 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. FBPE FLORIDA BOARD OF PROELSSIONAL ENGINEERS City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 171 State of Florida Department of State 1 certify from the records of this office that HAZEN AND SAWYER, P.C. is a New York corporation authorized to transact business in the State of Florida, qualified on October 18, 1978. The document number of this corporation is 841657. I further certify that said corporation has paid al] fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 27, 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 Twenty-seventh day of January, 2020 Secretary cif State Tracking Number: 9392856236CC To authenticate this certifcate,visit the following site,enter this number, and then follow the instructions displayed. h ttps://services.sunbia.org/Filings/Certificateflfstatus/Certif ieateAuthentication City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. JANUS RESEARCH �_;exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 173 Receipt # 2020190729 For Period Commencing Total: $333.84 Control No. 00S3S3 JULY 1ST, 2019 [ Dated 0712912019 and ending September 30, _2020 Application No. This Business Tax Receipt does not permit the holder to operate in violation of any City Law or Ordinance including, but not limited to, Zoning and other land use regulations. If in doubt, the holder should verify that he or she has the appropriate zoning by callingthe Office of Land Development Coordination at 274-3100. This Business Tax Receipt must be conspicuously posted in place of business. Classification 037050 600010 993000 Description Amount. CONSULTANT WORKERS tt $8.67 EA ADMIN HANDLING FEE 24 v09 $116.76 $208.08 $10.00 CITY OF TAMPA TAX RECEIPT BUSINESS TAX DIVISION By: TCD Business Name and Address JANUS RESEARCH 1107 N WARD STREET TAMPA, FL 33607-3820 Business Name and Location KENNETH W HARDIN 1107 N WARD ST TAMPA FL 33607 2019 - 2020 HILLSBOROUGH COUNTY BUSINESS TAX RECEIPT OCC. CODE 280.052006 CONSULTANT BUSINESS JANUS RESEARCH INC 1107 N WARD ST TAMPA, FL 33607 JANUS RESEARCH INC NAME 1107 N WARD ST MAILING TAMPA, FL 33607 ADDRESS EXPIRES SEPTEMBER 30, 2020 21 Employees 2019 -2020 BUSINESS TAX RECEIPT HAS HEREBY PAID A PRIVILEGE TAX TO ENGAGE IN BUSINESS, PROFESSION, OR OCCUPATION SPECIFIED HEREON ACCOUNT NO. 221627 RENEWAL Receipt Fee Hazardous Waste Surcharge Law Library Fee Paid 18-640-007674 07/26/2019 150.00 DOUG BELDEN, TAX COLLECTOR 813-635-5200 THIS BECOMES A TAX RECEIPT WHEN VALIDATED. 150.00 0.00 0.00 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 174 State of Florida Department of State I certify from the records of this office that JANUS RESEARCH, INC. is a corporation organized under the laws of the State of Florida, filed on August 29, 1969. The document number of this corporation is 351512. 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 2, 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 Second day of January, 2020 KottatIefra-. Secretary of State Tracking Number: 2545865615CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services. sunbiz. org/Filings/CertificateOfStatus/CertificateAuthentication City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. LANGAN C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 176 000519 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 2904689 BUSINESS NAME/LOCATION RECEIPT NO. LANGAN ENGINEERING &ENVIRONMENTAL SERVIC RENEWAL ES 1NC 570870 15150 NW 79TH CT 200 MIAMI LAKES FL 33016 OWNER LANGAN ENGR & ENVIRO SVCS INC Employee(s) 1 LBT 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 EB6601 PAYMENT RECEIVED BY TA% COLLECTOR $45.00 07/11/2019 CREDITCARD-19-054534 This Local Business Tax Receipt only confirms payment al the Local Business Tan. Tha Receipt is not a license, permit, or a certification of the holder's qua lificatians.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 Lyww.miatnidadegovAsxeellectat City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 177 Ron DeSantis, Governor Halsey Beshears, Secretary d Florida 1 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LANGAN ENGINEERING AND ENVIR SRVS INC 15150 NW 79TH COURT, STE. 200 PARKSIDE CORPORATE CENTER MIAMI FL 33016 LICENSE NUMBER: CA6601 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 Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 178 State of Florida Department of State I certify from the records of this office that LANGAN ENGINEERING AND ENVIRONMENTAL SERVICES, INC. is a New Jersey corporation authorized to transact business in the State of Florida, qualified on March 16, 1993. The document number of this corporation is F93000001369. 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 27, 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 Twenty-seventh day of January, 2020 *doeui496,-- Secretary of State Tracking Number: 9572390850CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services. sunbiz. org/Filings/CertiticateOfStatus/CertiticateAuthentication City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 179 3/25/2019 Gift Giver's Guide 0440:0IND A BUSINESS OR INDIVIDUAL License 1 Complaint Lookup AS MAINTAINED BY THE LANGAN ENGINEERING AND ENVIRONMENTAL SERVICES, INC. 300 KIMBALL DR STE 4, PARSIPPANY, NJ 07054-2184 Phone 973-560-4900 License Type License# Surveyor Business LB8172 Surveyor of Record LS7085 DIVISION OF CONSUMER SERVICES Complaints 0 Print Issued Expires Status 11/23/16 02/28/21 Active 09/28/16 02/28/21 Active about:blank 1/1 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project p� PEDELTA, INC. •°exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 181 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 2000 PONCE DE LEON`4 SUITE 624 CORAL GABLES FL 33134 LICENSE NUMBER: CA27244 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. FBPE I LU1210A BOARD OF PROFESSN)NAL ENGINEERS City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 182 State of Florida Department of State I certify from the records of this office that PEDELTA, INC. is a corporation organized under the laws of the State of Florida, filed on January 20, 2006. The document number of this corporation is P06000009204. 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 April 12, 2019, 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 flee State of Florida at Tallahassee, the Capital, this theFilhday ofJuiy, 2019 Y2Ateghlea- Secretary, of State Tracking Number: 1127730WCU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. http s: //services. sunb iz. o rg/Filings/C ertificate O fS tatus/C a rtif icateAuthentic ation City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES 183 27/7/2020 Pre -Qualification Certificate - Returning Vendor Self -Service Portal RED This certificate is hereby issued to: Approval Date: 07/22/2020 Expiration Date: 07/31/2021 Miami -Dade County Internal Services Department Architecture/Engineering (A/E) Pre -Qualification Certificate PEDELTA INC 2000 PONCE DE LEON BLVD SUITE #624, Coral Gables, FL 33134-0000 The above name applicant is pre -qualified to provide professional A/E services for Miami -Dade County for the period indicated above. The applicant has committed its firm to comply with the specific conditions listed below: 1. Pre -Qualified to offer professional services only in the Miami -Dade County technical categories shown in the "Statement of Technical Qualifications." All technical category restrictions must be strictly adhered to. 2. Pre -Qualification Certification (PQC) consolidates the technical certification, affirmative action plan, and vendor registration into one streamlined certification process resulting in the issuance of a Pre -Qualification Certificate. 3. Report any significant changes, such as contact person, qualifier, ownership, firm address, etc., by login on the Self -Service Portal at www.miamidade.gov/vendor within 30 days of such a change. Failure to report said changes to the County may result in the immediate suspension or termination of your firm's Pre -Qualification Certification. 4. Failure to renew your firm's PQC at least thirty (30) days prior to your firm's current expiration date may result in the suspension and/or termination from County programs and current or future contracts until your firm's Pre -Qualification Certification has been properly renewed. Any lapses in the certification of any of the required PQC areas (vendor registration, affirmative action plan, or technical certification) will result in a lapse in your PQC. Firms are responsible for observing and adhering to all submission deadlines. 5. Any renewal applications and/or supporting documents submitted after the application deadline might delay the review of your firm's PQC certification to the next available Technical Certification Committee meeting. The PQC application, submission deadlines, and the Technical Certification Committee meeting calendar can be found on Procurement Management web site located at: http://www.mia midade.gov/i nternalservices/prequailification-certification.asp 6. Permit Miami -Dade County representatives to have access during normal business hours to audit books and records to verify information submitted with this application. This right of access shall commence on the approval date of this certificate and shall terminate on its expiration date. Please note that if at any time Miami -Dade County's has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, the County may refer the matter to the State Attorney's Office and/or other investigative agencies, initiate debarment procedures, and/or pursue sanctions or other legal remedies in accordance with Miami -Dade County policy and/or applicable federal, state and local laws. Approved By Technical Certification Committee Miami -Dade County https://www.miamidade.gov/Apps/ISDIVendor/TechnicalCertification/PQC_PrintCertificate 1/1 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp, C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 184 27/7/2020 Technical Certificate - Returning Vendor Self -Service Portal IMAM Firm: PEDELTA INC Miami -Dade County Internal Services Department Statement of Technical Certification Categories 2000 Ponce de Leon Blvd, Suite, 624, Coral Gables, FL 33134 Code Category Description Approval Date Expiration Date 3.03 HIGHWAY SYSTEMS - BRIDGE DESIGN 07/22/2020 07/31/2022 11.00 GENERAL STRUCTURAL ENGINEERING 07/22/2020 07/31/2022 16.00 GENERAL CIVIL ENGINEERING 07/22/2020 07/31/2022 Approved By Technical Certification Committee Miami -Dade County https://www.miamidade.gov/Apps/ISD/Vendor/TechnicalCertification/TC_PrintCertificate 1/1 City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp, C.2 BUSINESS TAX RECEIPTS / OCCUPATIONAL LICENSES I 185 State of Florida Department of State I certify from the records of this office that PEDELTA, INC. is a corporation organized under the laws of the State of Florida, filed on January 20, 2006. The document number of this corporation is P06000009204. 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 August 7, 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 Seventh day of August, 2020 AttatAX4 Secretary of State Tracking Number: 9264361083CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https: //services. sunbiz. or g/Filings/CertiticateOfStatus/Certific ateAuthentication City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project exp, FDOT NOTICE OF QUALIFICAITONS exp. C.3 FDOT NOTICE OF QUALIFICATIONS I 187 RON DESANTIS GOVERNOR Tallahassee, FL 32399-0450 October 1, 2019 Phillip Stevens, Senior Vice President EXP U.S. SERVICES INC. 1300 Metropolitan Boulevard Tallahassee, Florida 32308 Dear Mr. Stevens: FDDT Florida Department of Transportation 605 Suwannee Street 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 4.2.2 - Major Bridge Design - Steel 4.3.2 - Complex Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.2 - Movable Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization www.fdot.gov City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. C.3 FDOT NOTICE OF QUALIFICATIONS I 188 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 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning Group 14 - Architect 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 September 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 149.77% 133.67% 0.576% Reimbursed No 7.41 % 2.68%* *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, 7Lbff Carliayn Kell Professional Services Qualification Administrator www.fdot.gov City of Miami Solicitation RFQ 19-20-031 Professional Engineering Services I-395 Pedestrian Baywalk and Bikeway Bridge Project exp. 11101%'17 ®• �, n d . a 1 ■ a • �, 11_ou Y 114rrnAi I" "11 "-1 11-1EWE; iP s�' 711 la IR • 1. - �a �r PP I • •I,,,r 1rtf` 1.�° r ' IvN • R contact Kyle Henry Vice President, Business Development t: +1.561.329.9263 kyle.henry®exp.com Tag of 4IIiami REQUEST FOR QUALIFICATIONS PROFESSIONAL ENGINEERING SERVICES FOR 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE PROJECT RFQ NUMBER 19-20-031 ISSUE DATE JULY 15, 2020 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE JULY 22, 2020 11:00 a.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE JULY 29, 2020 5:00 p.m. PROPOSAL SUBMISSION DUE DATE ON BIDSYNC AUGUST 19, 2020 5:00 p.m. CONTACT Anthony Hansen Sr. Procurement Contracting Officer Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Fax: 305-400-5021 Email: AMHansen@miamigov.com TABLE OF CONTENTS PUBLIC NOTICE 3 SECTION 1 - INTRODUCTION TO REQUEST FOR QUALIFICATIONS (RFQ) 1.1 INVITATION 4 1.2 SUBMISSION OF PROPOSALS 4 1.3 VOLUNTARY PRE -PROPOSAL CONFERENCE 4 1.4 CONE OF SILENCE 4 1.5 ADDITIONAL INFORMATION OR CLARIFICATION 5 1.6 AGREEMENT TERMS AND CONDITIONS 5 1.7 AWARD OF AGREEMENT 5 1.8 AGREEMENT EXECUTION 5 1.9 UNAUTHORIZED WORK 6 1.10 SUBMITTAL INSTRUCTIONS 6 1.11 CHANGES/MODIFICATIONS/ALTERATIONS 6 1.12 SUB-CONSULTANT(S)/SUB-CONTRACTOR(S) 6 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS 7 1.14 DISQUALIFICATION 7 1.15 PROPOSER'S EXPENDITURES 8 1.16 EXECUTION OF PROPOSAL 8 1.17 INSPECTION OF SITE 8 SECTION 2 - RFQ SCOPE OF SERVICES 2.1 PURPOSE 9 2.2 PROJECT DESCRIPTION 9 2.3 SCOPE OF SERVICES 9 2.4 PROPOSED TEAM/ KEY PERSONNEL 12 SECTION 3 - RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION 13 3.2 LEGAL REQUIREMENTS 13 3.3 NON -APPROPRIATION OF FUNDS 13 3.4 BUSINESS TAX RECEIPT REQUIREMENT 13 3.5 MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS 13 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS - NOT APPLICABLE 14 3.7 PUBLIC ENTITY CRIMES 16 3.8 RESOLUTION OF PROTESTS 16 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS 16 3.10 COLLUSION 17 3.11 CLARIFICATIONS 17 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 1 3.12 KEY PERSONNEL 17 3.13 AUDIT RIGHTS AND RECORDS RETENTION 17 3.14 PUBLIC RECORDS 17 3.15 E-VERIFY 17 3.16 CONFLICT OF INTEREST 18 3.17 DEBARRED/SUSPENDED VENDORS 18 3.18 NONDISCRIMINATION 18 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS 18 3.20 ADDITIONAL TERMS AND CONDITIONS 18 SECTION 4 - INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 RECEIPT OF PROPOSALS AND SUBMISSION REQUIREMENTS 19 4.2 PROPOSAL SUBMISSION DATE AND LOCATION 25 4.3 SUBMITTAL GUIDELINES 25 SECTION 5 - EVALUATION/SELECTION PROCESS 5.1. EVALUATION PROCEDURES 27 5.2. EVALUATION CRITERIA 28 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION 28 SECTION 6 - RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM 29 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) 31 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 32 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) 33 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY) 34 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) 35 6.3 DEBARMENT AND SUSPENSION 36 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE - NOT APPLICABLE 37 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A 38 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 2 1Iit of Miami PUBLIC NOTICE RFQ NO: 19-20-031 PROFESSIONAL DESIGN AND ENGINEERING SERVICES FOR "1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE" PROJECT Completed Proposals must be submitted through BidSync Electronic Bidding System ("BidSync") by 5:00 p.m., on August 19, 2020 ("Proposal Submission Due Date"). Any Proposals received after the above date and time will not be considered. Request for Qualifications ("RFQ") documents may be obtained through BidSync on or after July 15, 2020. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this RFQ for updates and the issuance of addenda. The Department of Procurement ("Procurement") has scheduled a Voluntary Virtual Pre -Proposal Conference, which will occur on July 22, 2020, at 11:00 a.m. EST, accessible at the following Join Microsoft Teams Meeting link. Any 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, minor omissions, minor 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 delayed, lost, 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. Arthur Noriega V, City Manager Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 3 SECTION 1 INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION Thank you for your interest in this RFQ. The Miami Downtown Development Authority ("DOA") and the City of Miami ("City") Office of Capital Improvements (OCI), through the Department of Procurement ("Procurement"), seek 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 Taws/regulations will be interpreted to include "as amended from time to time." Copies of this solicitation are available through the BidSync page for this RFQ. 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 City through the BidSync page for this RFQ no later than the date and time indicated in Section 4.2, "Proposal Submission Date," in order to be considered. Faxed documents are not acceptable. Proposer's Proposal must be timely received by the Office of Procurement, or the Proposal will be disqualified. Untimely submittals will not be considered. 1.3 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE A Voluntary Virtual Pre -Proposal Conference ("Conference") will be held on July 22, 2020 at 11:00 a.m. and it will be accessible at the following Join Microsoft Teams Meeting link. Although attendance is not mandatory, Prospective Proposers are strongly encouraged to participate in this meeting to obtain information relative to the RFQ. 1.4 CONE OF SILENCE Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFQ. Oral communication is prohibited as long as the Cone of Silence remains in effect. Written communications must be in the form of fax, mail, or e-mail to Anthony Hansen, Sr. Procurement Contracting Officer, City of Miami, Department of Procurement, at 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130, e-mail AMHansen@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 any City staff regarding this RFQ, except as provided in the RFQ, or until the Cone of Silence is lifted. Failure to abide by this condition of the RFQ shall be cause for rejection of Proposer's Proposal, and may result in potential suspension or debarment, pursuant to the applicable provisions of the City Code and applicable regulations. Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 4 1.5 ADDITIONAL INFORMATION OR CLARIFICATION Requests for additional information or clarifications must be made in writing. Proposers may fax or e-mail their requests for additional information or clarifications in accordance with Section 1.4, "Cone of Silence." Facsimiles must have a cover sheet that includes the Proposer's name, the RFQ number and title, and the number of pages transmitted. Any request for additional information or clarification must be received through the BidSync page for this RFQ no later than 5:00 PM, on July 29, 2020. Late 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 issued through the BidSync page for 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 through the BidSync page for this RFQ, 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 BidSync page for this RFQ for all addenda. 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 and indemnify the City, insurance, payment and performance bond(s), and cancellation for convenience or due to lack of funding, by the City Manager. 1.7 AWARD OF AGREEMENT The Successful Proposer shall serve as the Design Criteria Professional and shall not be eligible to render services under a design -build contract executed pursuant to the Design Criteria Package awarded under this solicitation. This prohibition against rendering services under design - build contracts shall extend to all architectural, civil engineering, MEP engineering, landscape architecture, and surveying and mapping sub -consultants of the Design Criteria Professional team selected under this solicitation. An Agreement may be awarded to the Successful Proposer for the Project by the City Commission, following a written recommendation by the City Manager, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, an Agreement with the Successful Proposer, when it is determined to be in the City's best interest. The City does not represent that any award will be made, or any Agreement will be satisfactorily negotiated to be acceptable to the City and the Successful Proposer. The award and execution of an Agreement shall comply with CCNA, Section 287.055, of the Florida Statutes, as amended, and codified in the City of Miami Code as Section 18-87, as amended. 1.8 AGREEMENT EXECUTION By submitting a Proposal, the Proposer agrees to be bound to and execute the PSA, in substantially the form furnished by the City, for professional design services for the 1-395 Pedestrian Baywalk and Bikeway Bridge project ("Project"). Upon commencement of the PSA negotiation process, and without diminishing the foregoing, the Proposer may request clarification and submit comments concerning the Agreement for the City's consideration. None of the Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 5 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 Proposer to provide for itself and its Sub -Consultants all of the following documentation to support the Price Proposal (if applicable), as a condition precedent to execution of an Agreement. ■ Current financial statement(s), preferably an audited financial statement(s) prepared by a Certified Public Accountant ("CPA") for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead, and a statement of profit and/or operating margin. ■ Raw labor rates by labor or professional classification certified as accurate by an officer of the company. ■ Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours. ■ Updated information reflecting information resulting from negotiation of the Agreement. ■ Copy of current Notice of Qualification letter from the Florida Department of Transportation ("FDOT"). 1.9 UNAUTHORIZED WORK The Successful Proposer shall not begin work until the City issues a written Notice to Proceed ("NTP"). Such NTP shall constitute the City's authorization to begin work. Any unauthorized work performed by the Successful Proposer, prior to receiving the NTP, or during the term of the Agreement, shall be deemed non-compensable by the City and shall be at the Proposer's sole risk and expense. The Successful Proposer shall not have any recourse against the City for prematurely performing unauthorized work. 1.10 SUBMITTAL INSTRUCTIONS Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Proposals in accordance with the requirements of Section 4, "Instructions for Submitting a Proposal." PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entries in all blanks on the forms provided for inclusion in the Proposer's Proposal. Proposals shall be submitted through the BidSync page for this RFQ. 1.11 CHANGES/MODIFICATIONS/ALTERATIONS Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal or withdraw a Proposal at any time prior to Proposal Submission Due Date (referenced in the Public Notice). All modifications or withdrawals shall be made through the BidSync page for this RFQ. Oral/Verbal modifications are prohibited, and they will be disregarded. No modifications will be accepted after the Proposal Submission Due Date. The City will only consider the latest version of the Proposal submitted through the BidSync page for this RFQ. 1.12 SU B-CONSU LTANT(S)/SU B-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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 6 accordance with Section 3.5, "Minimum Qualification and Experience Requirements," and Section 4.1, "Submission Requirements," or proposed prior to execution of the Agreement. Any and all liabilities regarding the use of a Sub -Consultant shall be borne solely by the Successful Proposer, and insurance for each Sub -Consultant must be approved by the City and maintained in good standing throughout the duration of the Agreement. Neither the Successful Proposer nor any of its Sub -Consultants are considered employees, partners, affiliates, or agents of the City. Failure to list all Sub -Consultants and provide the required information may disqualify any unidentified Sub -Consultants from performing work under this RFQ. Proposers shall include in their Proposal the requested Sub -Consultant information and all relevant information required of the Proposer. Proposer must identif„ each of its Small Bucinesc Enterprise (SBE) Sub Consultants via Lcttcr of Agrccmcnt (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 Businesc Enterprise (SBE) Participation Requirements Mandatory." After Proposal submittal, Proposers are expressly prohibited from substituting any Sub - Consultant or Sub -Contractor contained in their Proposal. Just cause and prior written approval by the City Manager or City Manager's authorized designee are required for substitution of any Sub -Consultants. If approved, the City reserves the right to request additional required documentation as specified in the RFQ. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing, in the manner prescribed in Section 1.4, "Cone of Silence." If applicable, the City will issue a written addendum to the RFQ clarifying such conflicts or ambiguities. It is agreed that any such alleged discrepancies, errors, or omissions will not be construed against the drafting party. 1.14 DISQUALIFICATION This RFQ requires the use and submission of specific City forms. In addition, the RFQ requires the submission of additional documents and information. Failure to use the City forms will result in the Proposal being deemed non -responsive, and the Proposal will not be further considered for award. Modification of, retyping, or any alterations to, the City forms may also result in the Proposal being deemed non -responsive. The City reserves the right to disqualify Proposers upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Proposal, to reject any or all Proposals in whole or in part, or to reissue this RFQ. Any Proposer who submits in its Proposal any information that is determined by the City, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Agreement. Any Proposal submitted by a Proposer who is in arrears, (e.g., moneys owed, outstanding judgments, code violations, fines, liens, penalties or other fees due to the City, or otherwise in debt or breach of contract by failing to deliver goods or services to the City (City in this context includes any agency, instrumentality, or department of the City), or where the City has an open or liquidated damages claim against a Proposer for monies owed to the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City Contract, or has been debarred by a federal, State of Florida, or local public entity within the past five (5) years, or is on the convicted vendor list per Section 287.133 of the Florida Statutes, will be rejected as non-responsive/non-responsible and shall not be considered as eligible for award. Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 7 Prior to award of the Agreement, the above requirements must be met, and is a condition that must be maintained during the term of the Agreement. 1.15 PROPOSER'S EXPENDITURES Proposers understand and agree that any expenditure incurred in preparation and submittal of Proposals, or in the performance of any services requested by the City in connection with the Proposals for this RFQ, are exclusively at the expense of the Proposers. The City shall not pay or reimburse any expenditure, or any other expense incurred by any Proposer in preparation of a Proposal, and/or anticipation of Agreement award, and/or to maintain the approved status of the Successful Proposer if an Agreement is awarded, and/or administrative or judicial proceedings resulting from the solicitation process. The Proposer agrees 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). 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 with it, adequate legal evidence of signature authority to act on behalf of and bind the Proposer, otherwise the Proposal may be rejected as non -responsive. Proposers who are corporations shall furnish their Proposal to the City with a copy of their authorization to transact business in the State of Florida. Failure to submit promptly this evidence of qualification to do business in the State of Florida may be a basis for rejection of the Proposal. Proposer understands that submitting a Proposal to this RFQ does not constitute an Agreement or Contract between the City and the Proposer. Proposer has no contract right or expectation by submitting to the City a response to this RFQ. 1.17 INSPECTION OF SITE Proposers should carefully examine the site location before submission of a Proposal and make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all services required pursuant to the mandates and requirements of this RFQ and the Agreement. No plea of ignorance of conditions or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the services pursuant to the Proposal as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for a failure or omission on the part of the Successful Proposer to fulfill, in every detail, all of the requirements, as defined in the Agreement, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. END OF SECTION Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 8 SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE The City of Miami, through Procurement and under the direction of the DDA and OCI, is issuing this RFQ to procure a qualified and experienced engineering firm to serve as the design services professional for the new 1-395 Pedestrian Baywalk and Bikeway Bridge project ("Project"). This serves as an invitation for qualified interdisciplinary teams, which may be composed of architects, engineers, landscape architects, surveyors, and certain other professionals to submit Proposals to provide the necessary services as described in this RFQ. The Successful Proposer and its Team must be able to perform every element of the Scope of Services, as further detailed. The Successful Proposer's and its Team's expertise shall include, but not be limited to architecture, engineering, landscape architecture, and cost estimating. The Successful Proposer will develop drawings and specifications with sufficient information such that it will allow potential contractors to submit a responsive bid for a future construction contract. The Successful Proposer will remain the City's post -design services consultant throughout all construction activities. The Successful Proposer shall be selected in accordance with Florida Statute Section 287.055, CCNA, as amended. 2.2 PROJECT DESCRIPTION AND BACKGROUND Along Biscayne Bay in Downtown Miami, after forty years of incremental development, the 5-mile shared use, waterfront path along known as the Baywalk is 88% complete. Currently the largest publicly owned barrier preventing the Baywalk from being fully complete runs from Maurice A. Ferre Park in the south, under the MacArthur Causeway Bridge to the former Herald Plaza site in the north. This 500-foot section forces pedestrians and bicyclists to circumnavigate the site to the west by passing through the heavily trafficked US-1/I-395 interchange and find their way back to waterfront near the Venetian Causeway. This effectively closes off the Baywalk. Until the Baywalk is fully complete, it will not realize its full potential as the spine of Downtown Miami, the open space amenity that connects three distinct neighborhoods, and the conduit that allows waterfront access to all residents/visitors, not just those that afford to live on the water. Further, South Florida is faced with the very real threats of climate change: sea level rise (SLR), storm surge, sunny -day flooding and displacement. Thus, this project needs to equally address economy, ecology, and equity. The site is located underneath the 1-395 MacArthur Causeway, between Maurice A. Ferre Park (1103 Biscayne Blvd. Miami, FL 33131) in the south, to the property owned by Resorts World Miami LLC/tenting (1 Herald Plaza, Miami, FL 33131) in the north. The City owns the submerged lands in Biscayne Bay to the east in front of both properties, and the Florida Department of Transportation (FDOT) owns the submerged lands underneath the causeway and 100 feet north and south of it. In May 2019, FDOT granted the city a lease agreement to build and maintain the pedestrian and bicycle bridge underneath the causeway. The consultant and/or consultant team will be tasked with designing an approximately 20-foot wide, over -the -water pedestrian and bicycle (ped/bike) bridge underneath the causeway that will connect the two sites. The approximate run length is 500 feet. Prior to permitting, the proposed design will need to be approved by the City of Miami, the Miami DDA and FDOT. During permitting, approvals will be needed from the United States Army Corps of Engineers (USACE), the Florida Department of Environmental Protection (DEP), and the Miami -Dade County Division of Environmental Resources Management (DERM), which is part of Miami-Dade's Department of Regulatory and Economic Resources (RER). There is a possibility that this project will require a Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 9 National Environmental Policy Act (NEPA) review, but we believe this project merits a categorical exclusion (CE). It will also be required to hold a public engagement regarding the design. The City and the DDA will assist to ensure that this new public space amenity truly addresses the needs and desires of the Downtown community. 2.3 SCOPE OF SERVICES 2.3.1 The Challenge The successful Proposer shall work with the City, Miami DDA, FDOT and community stakeholders to design a ped/bike bridge, and develop this project from conceptual design, through schematic and design development, all the way to 100% construction documents and permitting approvals, with the end goal of a bid document package. A thoughtful and successful design will not only solve the connection issue via a structurally sound engineered bridge, it will also create an iconic destination for residents and tourists alike with aspirational design that incorporates lighting, shade, art, signage, materials, and other amenities. The proposed ped/bike bridge will be sited over a portion of Biscayne Bay but does not impact any navigable waterway channels. However, FDOT may need to access (via the water) underneath the proposed ped/bike bridge for maintenance. There are two critical habitat areas possibly identified within the project limits: West Indian Manatee and Johnson's Seagrass. The proposed ped/bike bridge will also have to take into account saltwater intrusion, UV light degradation, and possible coastal flooding, as well as be able to meet Florida Building Code Miami -Dade County "High Velocity Hurricane Zone" provisions requiring structures to withstand wind forces resulting from design wind speeds (146 Mph) and storm wave energy. 2.3.2 Background on the Three Sites Maurice A. Ferre Park is a 30-acre public, urban park in downtown Miami. It currently houses both the Perez Art Museum Miami (PAMM), a $220 million contemporary art museum, and the $275 million Phillip and Patricia Frost Museum of Science, which includes a planetarium and aquarium. In early 2019, the park was officially named Maurice A. Ferre Park in dedication to former Miami Mayor Maurice Ferre to pay tribute to him and his legacy. The park is currently maintained and operated by the Bayfront Park Management Trust. The southern end of the proposed bridge will connect directly to the northern part of Maurice A. Ferre Park along the existing seawall. Herald Plaza is the former site of the Miami Herald daily newspaper. It is currently owned by Resorts World Miami LLC/Genting. The City owns upland sections 20 feet north of the causeway, and if the proposed bridge needs to connect there, it can. It is however the intent of the City and the DDA to connect the bridge further north, providing a seamless connection and transition from Maurice A. Ferre Park to whatever is eventually developed at Herald Plaza. The General Douglas MacArthur Causeway is a six -lane causeway which connects Downtown, Miami, Florida and South Miami Beach via Biscayne Bay. In 2014, FDOT began the design process for an $800 million undertaking called the Signature Bridge Project. This highway and bridge reconstruction project include a 33-acre open space area tentatively called "The Underdeck". Construction for all components began in fall 2018, and the project is scheduled to be completed in five years. While the Signature Bridge project will not impact the area of this project, it will be critical for the consultants to consider the long-term connections of the pedestrian bridge to the open space area of the Signature Bridge. 2.3.3 Goals The proposed ped/bike bridge design should create a critical connection AND Downtown destination. The design should ultimately address the following: Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 10 ■ Multi -Modal How will the proposed ped/bike bridge design ensure multi -modal connectivity? Miami -Dade County is one of the most dangerous places to walk and bike. How will your design not only comply with the Americans with Disabilities Act of 1990, but how will it promote the safe behavior amongst pedestrians, bicycles, scooters, and families with strollers? How will it attract users from both the southern park and the northern private property? Will it be designed in such a way to allow access from a possible water -taxi service, transient dockage from private watercraft, or access to kayaks, paddleboards and other non -motorized watercraft? Finally, will the proposed design include signage elements to aid in orientation and wayfinding? ■ Economic Development How will the proposed ped/bike bridge design spur economic development and increase surrounding property values? How can the proposed ped/bike bridge design create both a resident amenity and an iconic tourist destination? Both here in the U.S. and abroad, numerous other major cities have realized the importance and value of their waterfronts as well as connected pedestrian and bicycle networks and have invested large sums of money in transforming them into valuable public spaces. Examples like the High Line in New York City, the 606 in Chicago, the Beltline in Atlanta, and the Riverwalk in Tampa have continuously demonstrated the economic impact and benefits of publicly funded ped/bike infrastructure. ■ Art / Sculpture How will the proposed ped/bike bridge design activate our waterfront with art, sculpture, lighting and other aesthetic features? Our goal is to connect the most difficult barrier on the Baywalk. But beyond just that utilitarian function, another main goal of this project is to truly activate the Baywalk and its surrounding amenities/parks/civic institutions. We want to create a ped/bike bridge that not only functions, but also will become iconic destination that encompasses artistic elements. ■ Health & Wellness How will the proposed ped/bike bridge design create places that support well-being, and encourage active and healthy lifestyles? Design proposals should consider passive recreation, family and public gatherings, and green and introspective space for emotional and physical well-being, as well as providing full access to Miami's pristine waterfront and supporting opportunities for special event use. A successful design submission must demonstrate an understanding of the interconnectedness of natural resources, green infrastructure, recreational parks, and open spaces, and focus on sustainable features. ■ Resilience How will the proposed ped/bike bridge design bolster our frontline of defense against sea level rise and storm surge mitigation? The design process should use emerging best practices in various design and engineering disciplines to advance not only the resilience of the project in relation to known climactic and environmental conditions but also the adaptive capacity of the project in relation to increasing climate change impacts in the future, particularly sea level rise. In this regard, Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 11 designs must include a full-lifecycle accounting of the project using the best available scientific knowledge, including a probabilistic analysis of the performance of the project given a variety of different climate futures. This includes an analysis of materials, performance, and operations associated with any given design iteration. ■ Community Engagement How will the proposed ped/bike bridge design process represent community engagement, input and stewardship? The Selected Proposer will work with the City and the DDA, as well as coordinate with FDOT, Perez Art Museum Miami, Phillip and Patricia Frost Museum of Science, Resorts World Miami LLC/Genting, and other local stakeholders to ensure that the design of this ped/bike bridge truly serves the needs and desires of the Downtown Miami community. The Proposer/consultant team will also be required to hold limited public engagement, so that all stakeholders and community members are able to give iterative feedback and take ownership of this transformative project. 2.3.4 Themes We seek to identify a team of consultants who will engage the above goals through the lenses of economy, ecology, and equity. Proposer can provide project examples of this. 2.4 PROPOSED KEY PERSONNEL/TEAM MEMBERS 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: ■ Project Manager - Architect (Employed by Proposer) ■ Lead Architect/Designer - Architect (Employed by Proposer) ■ Marine Structural Engineer (Employed by Proposer or Subconsultant) In addition to the Key Personnel listed above, the Proposer's team must have the following required personnel, either through the Successful Proposer's staff or that of any Sub -Consultant: ■ Civil Engineer ■ Landscape Architect ■ Environmental Engineer ■ Certified Cost Estimator ■ Geotechnical Engineer ■ Resilience/Climate Change Specialist ■ Construction Engineering and Inspection (CEI) Specialist The Successful Proposer shall designate a primary lead individual, referred to as the "Project Manager," to manage and coordinate the design effort. In addition, the Successful Proposer shall also designate a second lead individual, referred to as the "Lead Architect/Designer" to assist the Project Manager in leading the design effort. The Project Manager and Lead Architect/Designer shall both be directly employed by the Successful Proposer, and shall not be the same individual. END OF SECTION Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 12 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, reject any or all Proposals, or reject all Proposals and re -advertise. 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 of 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, codes, and regulations, and all loan and grant requirements. The foregoing will be considered as part of the basic duties of performance of the Proposers under the Agreement. 3.3 NON -APPROPRIATION OF FUNDS In the event that insufficient funds are appropriated, and budgeting or funding is otherwise unavailable or not allocated in any fiscal period for the Agreement, the City shall have the unqualified right to terminate the Work Order(s), and/or the Agreement, upon written notice to the Successful Proposer, without any penalty or expense to the City or recourse against the City. No guarantee, promise, warranty, or representation is made that any particular work, work order(s), or project(s) will be assigned to the Successful Proposer. 3.4 BUSINESS TAX RECEIPT REQUIREMENT Proposers shall meet the City's Business Tax Receipt ("BTR") requirements in accordance with Chapter 31, Article II of the City of Miami Code, as amended, and any required County Business Tax Receipt ("County BTR"). Proposers with a business location outside the City's municipal boundaries shall meet all applicable local BTR requirements. A copy of the Proposer's BTR should be submitted with the Proposal. The City, at its sole option, may allow the Proposer to submit a copy of their BTR after the Proposal Submission Due Date. 3.5 MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS The City is seeking to procure a qualified professional services provider, as stipulated in Florida Statues Section 287.055, CCNA. The Proposer shall have the following mandatory minimum qualifications and experience as of Proposal submission due date: 1. Be a licensed, registered, and practicing architectural firm (Chapter 471, Florida Statutes) in the State of Florida for the last five (5) years under its current business name; and Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 13 2. Possess a minimum of ten (10) years of proven experience providing professional architectural services for infrastructure projects similar in size, scope, and complexity to the Project, as described in Section 2, "RFQ Scope of Services"; and 3. Employ a licensed Architect, who shall serve as the Project Manager, with a minimum of ten (10) years of experience managing infrastructure projects similar in size, scope, and complexity to the Project, as described in this RFQ; and 4. Employ a licensed Architect, who shall serve as the Lead Architect/Designer, with a minimum of ten (10) years of experience designing infrastructure projects similar in size, scope, and complexity to the Project, as described in this RFQ; and 5. Have a licensed Structural Engineer, who shall serve as the Marine Structural Engineer, with a minimum of ten (10) years of experience designing marine infrastructure projects similar in size, scope, and complexity to the Project, as described in this RFQ; Proposers shall not submit the same individual to serve as both the Project Manager and the Lead Architect/Designer. Failure to meet the above -stated mandatory minimum requirements will 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. Qualifications and experience of the Proposer, including at least three (3) infrastructure design projects similar in size, scope, and complexity to the Project, as described in this RFQ, either completed during the previous ten (10) years or currently ongoing; and ii. Qualifications and experience for the individuals listed as Key Personnel in Section 2.4, "Proposed Team/Key Personnel," including at least three (3) infrastructure design projects similar in size, scope, and complexity to the Project, as described in this RFQ, either completed during the previous ten (10) years or currently ongoing; and iii. Qualifications and experience for other Sub -Consultants listed as Required Personnel in Section 2.4, "Proposed Team/Key Personnel," including at least one (1) infrastructure design project similar in size, scope, and complexity to the Project, as described in this RFQ, either completed during the previous three (3) years or currently ongoing. 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 and experience requirements are stated in Section 4 of this RFQ. 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, and the Proposer has the same Federal Tax Identification Number before and after the name change, 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 - NOT APPLICABLE Unless precluded by Florida Statutes, Federal laws or regulations, or grant requirements, the City Business Enterprise ("CBE"), Requirements Ordinance 13331, codified as Section 18 87(p) of the Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 14 City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Busine"c Enterprise (SBE) at the following link: http://www.miamidade.gov/smallbusine-s/certification lists.asp 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 firm& currently certified by Miami Dade County as a 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. 3) Sign and attach the Letter of Agreement(s) (Form RFQ LOA) with each SBE Subconsultant. The "OCI 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: https://www.miamigov.com/Government/Departments Organizations/Capital Improvements OCl/Small Business Enterprise FAQs. Proposers who meet the mandatory SBE participation requirement by agreeing to use firm located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation procc c. In addition to submitting thc required SBE forms, refer to Section 5.C, "Five Bonus Points and SBE Participation," to qualify to receive thc five (5) bonus points. Proposer) rnust include the following documentation with their Proposal to be considered for the five (5) bonus points: • Attach copies of both a current City of Miami Business Tax Receipt AND a current Miami Dade County Business Tax Receipt for the SBE Subconsultant(s). To verify the above requirements, the City has provided Form RFQ QSC to identify all sub 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 of the following criteria: {1) Has had a staffed and fixed office or distribution point, operating within a permanent 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 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 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 the twelve (12) months immediately preceding the date bids or Proposals were received, Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 15 a prior fully executed I se within the corporate limits of the City that documents, in writing, continuous busine-s residence within the corporate limits of thc City for a tcrm of no Ioc� than the twelve (12) months immcdiatcly preceding thc date bids or Proposals wore received shall be acceptable to satisfy thc requirements of this section, and shall be availablc for rcvicw 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; Receipt issued by both the City and Miami Dada County, if applicable; and {'I) Has had, for a minimum of twelve (12) months immediately preceding the date bids or competency and certificate of use required by either the City or Miami Dade County that ai ithorizes the performance of girl b sinecc operations and 0 (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or Proposal to be eligible for consideration undcr this section; providcd, however, that thc 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. Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 16 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Proposal for the same Services, or with any City instrumentality, department, or agency. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it complies with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal Submission Due Date. 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 of 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- 100,18-102, and 18-101 of the Miami City Code are deemed as being incorporated by reference herein as additional terms. 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 3.15 E-VERIFY Successful Proposer shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Successful Proposer during Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 17 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) 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 18 SECTION 4 INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 RECEIPT OF PROPOSALS AND SUBMISSION REQUIREMENTS Electronic Proposals in response to this RFQ are to be submitted through BidSync until the date and time as indicated in this Solicitation. The responsibility for submitting a Proposal on/or before the stated closing time and date is solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by technical difficulties or caused by any other occurrence. Electronic Proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as individual files and labeled accordingly. Any Proposal received through BidSync, prior to the Proposal submittal deadline, shall be accepted as a timely submittal; anything received thereafter will be rejected. Additionally, BidSync will not allow for the Electronic Proposal submissions after the closing date and time has lapsed. Proposals will be opened promptly at the time and date specified. All expenses involved with the preparation and submission of Proposals to the City, or any work performed in connection therewith, shall be borne by the Proposer(s). Accordingly, Proposer(s): 1. Must register, free of charge, with BidSync to establish an account in order to have access to view and/or respond to any solicitations issued by the City of Miami's Procurement Department ("City"). 2. Shall submit all Proposals electronically. Hard copy Proposals will not be accepted. NO EXCEPTIONS. 3. Must submit the Certification Statement and associated solicitation documents which define requirements of items and/or services to be purchased, and must be completed and submitted as outlined within the solicitation via BidSync. The use of any other forms and/or the modification of City forms will result in the rejection of the Proposer's submittal. 4. Shall ensure that the Certification Statement is fully completed and provided with your Proposal. Failure to comply with these requirements may cause the Proposal to be rejected. 5. Must ensure that an authorized agent of the Proposer's firm signs the Certification Statement and submits it electronically. FAILURE TO SIGN THE CERTIFICATION STATEMENT SHALL DEEM THE PROPOSAL NON -RESPONSIVE. 6. May be considered non -responsive if Proposal does not conform to the terms and conditions of this solicitation. Submission Requirements Submit the following information and documents with the Proposal through the BidSync page for this RFQ. 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 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 are not specifically required or 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 19 permitted under Florida Statute. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. 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 - D, 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 an 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 and shall identify the Proposer's number of years of experience in the required professional services. Proposer shall be a licensed, registered, and practicing architectural 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) as of the Proposal Submission Due Date. Licenses and any other pertinent information shall be submitted which demonstrates the Proposer's ability to satisfy all of the qualification requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification and Experience Requirements." Proposer must disclose, in detail, any and all judgments, assessments, impositions, charges, suits, actions, decrees, orders, claims, arbitrations, and back charges asserted or awarded against the Proposer or any proposed Subconsultant in the past seven (7) years which exceed $100,000.00. 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. The Proposer MUST have a minimum of ten (10) years of experience providing services similar in nature to those described in this RFQ, and have served as lead/primary consultant on a minimum of three (3) infrastructure projects previously completed or currently ongoing completed within the last ten (10) years that were similar in size, scope, and complexity to the Project as described in this RFQ. Submitted reference projects shall include client name, full address, current phone number, description of work, the year the project was completed, Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 20 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 inclusive of construction costs. Failure to meet the stipulated ten (10) year minimum experience requirement or to submit proof of at least three (3) reference projects shall result in a non -responsive determination for the Proposal. One (1) form RFQ-EPC needs to be submitted for each project reference. 6. Qualifications of the Project Manager Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Project Manager. The Project Manager shall be employed by the Proposer and shall be a currently licensed, practicing, and registered professional architect in the State of Florida. Proposer shall identify the Project Manager's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." Additionally, a one -page resume is required to be submitted that reflects the Project Manager's education, experience, and qualifications that demonstrate satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services," and Section 3.5, "Minimum Qualification Requirements." 7. Experience of the Project Manager Proposer shall complete and submit Form RFQ-EPM for this section of its Proposal to provide a comprehensive summary of the Project Manager's experience. The Project Manager MUST have a minimum of ten (10) years of experience managing projects similar in nature to those described in this RFQ, and have served as the project manager on a minimum three (3) infrastructure projects previously completed or currently ongoing within the last ten (10) years that were similar in size, scope, and complexity to the Project, as described in this RFQ. Submitted reference projects shall include client name, full address, current 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 inclusive of construction costs. Failure to meet the stipulated minimum ten (10) year experience requirement or to submit proof of at least three (3) reference projects will result in the Proposal being deemed non -responsive. One (1) form RFQ-EPM needs to be submitted for each project reference. 8. Qualifications of the Lead Architect/Designer Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Lead Architect/Designer (LAD). The LAD shall be employed by the Proposer and shall be a currently licensed, practicing, and registered architect in the State of Florida. Proposer shall identify the LAD's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." Additionally, a one -page resume is required to be submitted that reflects the Lead Designer's education, experience, and qualifications that demonstrate satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 21 9. Experience of the Lead Architect/Designer Proposer shall complete and submit Form RFQ-ELAD for this section of its Proposal to provide a comprehensive summary of the Lead Designer's experience. The Lead Designer MUST have a minimum of ten (10) years of experience designing projects similar in nature to that described in this RFQ, and have served as the lead designer on a minimum of three (3) infrastructure projects previously completed or currently ongoing within the last ten (10) years that were similar in size, scope, and complexity to the Project, as described in this RFQ. Submitted reference projects shall include client name, full address, current 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 inclusive of construction costs. Failure to meet the stipulated minimum ten (10) year experience requirement or to submit proof of at least three (3) reference projects will result in the Proposal being deemed non -responsive. One (1) form RFQ-ELD needs to be submitted for each project reference. 10. Qualifications of the Marine Structural Engineer Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Marine Structural Engineer (MSE). The MSE may be employed by the Proposer or be a Sub -Consultant, and shall be a currently licensed, practicing, and registered engineer in the State of Florida. Proposer shall identify the SME's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." Additionally, a one -page resume is required to be submitted that reflects the Senior Architect's education, experience, and qualifications that demonstrate satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services," and Section 3.5, "Minimum Qualification Requirements." 11. Experience of the Marine Structural Engineer Proposer shall complete and submit Form RFQ-EMSE for this section of its Proposal to provide a comprehensive summary of the SME's experience. The SME MUST have a minimum of ten (10) years of experience designing projects similar in nature to the Project described in this RFQ, and have served as the SME on a minimum of three (3) infrastructure projects previously completed or currently ongoing within the last ten (10) years that were similar in size, scope, and complexity as described in this RFQ. Submitted reference projects shall include client name, full address, current 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 inclusive of construction costs. Failure to meet the stipulated minimum ten (10) year experience requirement or to submit proof of at least three (3) reference projects will result in the Proposal being deemed non -responsive. One (1) form RFQ-EMSE needs to be submitted for each project reference. Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 22 12. Qualifications and Experience of other Required Personnel by Sub -Consultants Proposer shall complete and submit Form RFQ-QSC for this section of the Proposal to provide a comprehensive summary of the Required Personnel (other than Key Personnel) as listed in Section 2.4, "Proposed Team/Key Personnel." While forming the team, Proposer shall be mindful of 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/Sub-Contractors to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity). Additionally, a detailed resume is required to be submitted for each Required Personnel that reflects his/her education, qualifications, and experience within the last three (3) years on one (1) previously completed or currently ongoing architectural and/or engineering project, preferably of infrastructure nature. Submitted reference projects shall include client name, full address, current 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 inclusive of construction costs. Failure to meet the stipulated qualifications and experience requirement, and submit a resume demonstrating proof of ongoing or completed architectural and/or engineering projects, preferably of infrastructure nature, shall result in a non- responsive determination for the Proposal. 13. Team Organizational Chart An organizational chart of the Proposer's Team shall be provided for Key Personnel and Required 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-TCA for this section of its Proposal to provide a brief comprehensive explanation of the firm's technical capabilities and approach to architectural and engineering design. 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; Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 23 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 agencies. 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. Letter of Agreement(s) Form RFQ LOA 4. Certificate of Compliancc with Scction 18 87 of the City Code 5. Copies of Miami Dade County SBE certificationcr's Sub Consultant(s)/Sub Contractor(s) 3. Business Tax Receipt(s)/Occupational License(s) for Proposer and all Sub- Consultant(s)/Su b-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. Section A 1. Table of Contents 2. RFQ-PCL Proposal Cover Letter 3. RFQ-PN Proposal Narrative 4. RFQ-QPC Qualifications of Proposer 5. RFQ-EPC Experience of Proposer 6. RFQ-QKP Qualifications of the Project Manager, plus Resume 7. RFQ-EPM Experience of the Project Manager 8. RFQ-QKP Qualifications of the Lead Architect/Designer, plus Resume 9. RFQ-ELAD Experience of the Lead Architect/Designer 10. RFQ-QKP Qualifications of the Marine Structural Engineer, plus Resume 11. RFQ-EMSE Experience of the Marine Structural Engineer 12. RFQ-QSC Qualifications and Experience of Other Required Personnel by Sub- Consultant(s), plus Resume 13. Team Organizational Chart Section B 1. RFQ-DPP Design Philosophy and Process 2. RFQ-TCA Technical Capabilities and Approach Section C 1. RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 24 3. Certificate of Compliance with Scction 18 87 of the City Codc /I. Letter of Agreement(s) Form RFQ LOA 5. Copies of Miami Dade County SBE certification for Proposcr's Sub Consultant(s)/Sub Contractor(s) 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) 4.2 PROPOSAL SUBMISSION DATE As stated above, submission of your complete Proposal for this RFQ shall be in BidSync in accordance with the following: Proposal Submission Due Date: August 19, 2020 by 5:00 p.m. RFQ NO. 19-20-031 PROFESSIONAL DESIGN AND ENGINEERING SERVICES FOR "1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE" PROJECT Proposals received after the Proposal Submission Due Date and time, shall be deemed non -responsive, and shall not be considered. Proposals must 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, limited liability company, other business entity, 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, limited liability company, other business entity, or joint venture that submits a Proposal shall not be a Sub-Consultant/Sub-Contractor on another Proposal submitted under this RFQ; this will result in the Proposal being non -responsive. 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: Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 25 https://www.miamigov.com/Services/Doing-Business/Application-to-Register-as-a-City-Supplier- Vendor 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 26 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 will select a minimum of three (3) firms deemed the most highly qualified to perform the required services, unless fewer than three (3) Proposals are received. At the Committee's option, they may decide to hold brief presentations and interview sessions with all Proposers or shortlisted firms. 7. If requested by the Committee, oral presentations and/or interview sessions will be scheduled with the shortlisted firms that may 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 reevaluate and rescore the Proposals, in conjunction with the oral presentations. 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 rank order. 10. After reviewing the Committee's recommendation, the City Manager may: a) Approve the recommendation of the Committee and authorize Procurement to enter into negotiations with the top ranked Proposer 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 rank order on the BidSync page for this RFQ; 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 which are under CCNA not exceeding $500,000 or recommend that the City Commission, when required by the City's Procurement Code, approve the Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 27 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 BidSync page for this RFQ; b) Reject the City Manager's recommendation to award the Agreement(s); 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: Evaluation Criteria Maximum Points Proposer's Qualifications and Experience 30 points Proposer's Project Manager's Qualifications and Experience 20 points Proposer's Lead Architect/Designer's Qualifications and Experience 20 points Proposer's Team Members Qualifications and Experience 15 points Design Philosophy and Process/Technical Capabilities and Approach 10 points Amount of Work Awarded by the City 5 points (*) Points for this evaluation criterion will be assigned by the City according to a sliding scale based on the amount of work awarded by the City during the three (3) years prior to the Proposal Submission Due Date to Proposers submitting a responsive Proposal, including their Sub-Consultants/Sub-Contractors, as follows: Amount of Work Awarded by the City Awarded Score Up to $500,000 5 points From $500,001 to $1,000,000 4 points From $1,000,001 to $2,500,000 3 points From $2,500,001 to $5,000,000 2 points From $5,000,001 and over 1 point 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION - NOT APPLICABLE 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 a:,sign 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 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge 28 RFQ No. 19-20-031 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 give consideration to 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 Project Manager ■ Qualifications/Experience of the Lead Architect/Designer ■ Qualifications/Experience of the Marine Structural Engineer ■ Qualifications/Experience of the Key Personnel/Team Members ■ Qualifications/Experience of the Sub-Consultants/Sub-Contractors ■ 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 29 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) Certificate of Compliance with Section 18 87 of the City Codc Letter of Agreement(s) Form RFQ LOA Copies of Miami Dade County SBE certification for Proposer's Sub Consultant(s)/Sub Contractor(s) ■ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Sub- Consultant(s)/Su b-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. 19-20-031 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 a 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 30 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 31 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 32 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 33 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 34 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 Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 35 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: Sig nature: Date: Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 36 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE hereby certify that: am the (President/Secretary or rincipal) of (Proposer); ii) I have read Sections 18-87 of the City of Miami Procurement Code; iii) (Pro • oser) hereby agrees to assign a minim of fifteen percent (15%) of the contract value to firms currently certified by Miami-D. le County as a Small Business Enterprise ("SBE"); OR iv) (Proposer) hereby is certified by Miami -Dade Count as a SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE r •quirement. An active copy of the Proposer's SBE certification must be included in the •roposal document. OPTIONAL: NOT APPLICABLE v) (Proposer) make assignments •ursuant to item iii a "Local Office," as defined in Section 18- STATE OF SS: COUNTY OF hereby agrees to above, to certified SBE firms who maintain of the City of Miami Code; Before me, a Notary Public duly commissioned, qualified and ting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute e 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 My commission expires: Bonded by: Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge 37 Notary Public, State of Florida at Large RFQ No. 19-20-031 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: Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 38 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: Professional Engineering Services for RFQ No. 19-20-031 1-395 Pedestrian Baywalk and Bikeway Bridge 39 (Eitu of �i�rmt ADDENDUM No. 1 July 31, 2020 REQUEST FOR QUALIFICATIONS NO. 19-20-031 PROFESSIONAL ENGINEERING SERVICES FOR 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE PROJECT - D2 PROJECT NO. B-193623 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 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2, Project No. B-193623, RFQ No. 19-20-031 (the "Project"). The remaining provisions are now in effect and remain unchanged. Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the solicitation's BidSync webpage and are part of this Addendum. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this RFQ for updates and the issuance of addenda. MODIFICATIONS 1) On page 5 of the RFQ document, please delete Article 1.7, "Award of Agreement," in its entirety and replace with the following text: "An Agreement may be awarded to the Successful Proposer for the Project by the City Manager or 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 Proposer, when it is determined to be in the City's best interest. The City does not represent that any award will be made, or any Agreement will be satisfactorily negotiated to be acceptable to the City and the Successful Proposer. The award and execution of an Agreement shall comply with CCNA, Section 287.055, of the Florida Statutes, as amended, and with the City of Miami Code Section 18-87, as amended." 2) On page 9 of the RFQ document, Article 2.1, "Purpose," please delete the following text: "The City of Miami, through Procurement and under the direction of the DDA and OCI, is issuing this RFQ to procure a qualified and experienced engineering firm to serve as the design services professional for the new 1-395 Pedestrian Baywalk and Bikeway Bridge project ("Project")." And insert the following text: "The City of Miami, through Procurement and under the direction of the DDA and OCI, is issuing this RFQ to procure a qualified and experienced architectural firm to serve as the design services professional for the new 1-395 Pedestrian Baywalk and Bikeway Bridge project ("Project")." 3) On page 10 of the RFQ document, the following text shall be added to Article 2.3.3, "Goals": "The project shall be conducted in two (2) phases: In the first phase, the consultant shall prepare and provide a feasibility study to address, at a minimum, the following items: ■ Study Background and Purpose ■ Study Area and Process ■ Existing Conditions, permanent and temporary Environmental Impacts o Aesthetics o Submerged Lands Analysis o Natural Resources o Physical Resources o Cultural Resources o Geology o Social o Utilities and Service Systems ■ Three (3) Iconic Design Alternative Analysis o Preliminary Cost Estimate for each analysis o Design and constructability o Project Schedule and Timeline o Maintenance Cost ■ Coordinate with Core Team Review (Team to be determined at a later date) ■ 1-395 coordination with FDOT to include design related issues, access and maintenance ■ Permitting requirements and outline ■ Resiliency and Material Evaluation ■ Evaluation Matrix Summary ■ Determine Quality Assurance Quality Control (QA/QC) Plan ■ Recommended Alternative and Conclusions ■ Multiple presentations and workshops to include but not limited to DDA, stakeholders, etc. ■ Design Criteria Development o Structural elements/components (bridges, walls, bulkhead, etc.) Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 2 o Bridge Hydraulics o Geotechnical evaluation o Elevations/clearance o Horizontal and vertical geometry o ADA compliance o Drainage o Lighting/illumination and aesthetic lighting o Signing o Security/surveillance devices (CCTV, emergency call boxes, etc.), o Amenities such as seating, lookouts, canopy cover/shade or weather protection, trash receptacles, etc.), landscaping (to harmonize with the bay walk), electric and water supply (for maintenance) o FDOT design standards and construction specifications to be utilized o Design in harmonization with the goals and objectives of the SmartPlan Beach Corridor Transit project, communication and coordination with Miami DDA o Consistency with the City of Miami Beach Transportation Master Plan with a shared use path connection across the MacArthur Causeway o Pedestrian and bicyclist access to/from the exiting Metromover station o Develop the need for resiliency, adaptability, sustainability, expandability/scalability of the proposed facility over time. Sources include but not limited to: • Resiliency Florida • Southeast Florida Climate Compact • Florida Reef Resilience Program • The Resiliency Coalition • East Central Florida Regional Planning Council In the second phase, the consultant shall provide full design and permitting services for the development of the selected alternatives that will include, at a minimum, but are not limited to the following tasks: ■ Project Management o Coordination and Administration o Project Schedule o Meetings o Quality Assurance and Quality Control ■ Surveying o Topographic survey and base mapping. Utilize the North American Vertical Datum of 1988 (NAVD 88) with current adjustment. Research, recover, and confirm existing available horizontal and vertical control. Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 3 o Right -of -Way Engineering ■ Public Involvement o Public Involvement Plan o Stakeholder Meetings o Public Information Materials o Public Meetings ■ Right of Way o FDOT Coordination o Easement and Access Agreements ■ Cultural Resources — Archaeological and Historical o Coordination under Section 106 of the National Historic Preservation Act (NHPA) o Coordination under Section 106 Programmatic Agreement o FDOT Consultant Qualifications in Chapter 1.3 of the FDOT Cultural Resource Management Handbook (2013) is required to prepare a cultural evaluation document under Stipulation VII of the Section 106 PA that meet the stipulations of the revised Chapter 267, Florida Statutes, and Chapter 1A-46, Florida Administrative Code. The document must be submitted to the FDOT Planning and Environmental Management Office (PLEMO) for coordination and review by with the State Historic Preservation Officer (SHPO). o Comply with Part 2 Chapter 8 of the FDOT PD&E Manual (Effective January 14, 2019), the FDOT Cultural Resource Management Handbook (2013), and the Section 106 PA for applicable requirements. ■ Permitting o Submit signed and sealed construction drawings for Federal, State and Local Permitting • Note: The project falls within Biscayne Bay, Biscayne Bay Aquatic Preserve, Outstanding Florida Waters (which have more stringent water quality criteria). Turbidity shall not exceed 0 Nephelometric Turbidity Units (NTUs) during construction. • Note: The project falls within the consultation area for the West Indian manatee. The selected contractor shall adhere to the Standard Manatee Conditions for In - Water Work (2011). • Note: The project is regulated under Chapter 62-330 (Environmental Resource Permitting) and Chapter 18-18 (Biscayne Bay Aquatic Preserve), Florida Administrative Code (F.A.C) and will require an Environmental Resource Permit through the Florida Department of Environmental Protection (FDEP). • Note: The project will be regulated under Chapter 24, Article IV, and will require a Class I Permit (work in, on, over, or upon the tidal waters) and may require a Tree Removal Permit for any proposed tree impacts (relocation/removal) through the Miami -Dade County Department of Regulatory and Economic Resources Division of Environmental Resource Management (MDC RER DERM). Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 4 • Note: The project will be regulated under Title 33 of the Code of Federal Regulations (33 CFR) and will require a Section 10 Permit under the Rivers and Harbors Act of 1899 through the United States Army Corps of Engineers (USACE). • Note: The project falls within Johnson's Seagrass (Halophila johnsonii) Critical Habitat. Proposed in -water work requires that a benthic resource survey be conducted to determine if any submerged aquatic resources fall within the project limits; this includes any in -water staging areas (e.g., barge use, barge spudding). Any impacts proposed to Johnson's Seagrass will require additional review by the FDEP, USACE, and MDC RER DERM and could require mitigation for unavoidable impacts. If submerged aquatic resources are found within the project limits, early coordination is recommended with the National Oceanic and Atmospheric Administration (NOAA) National Marine Fisheries Service (NMFS) to expedite the USACE Section 10 permitting process to address potential impacts to Essential Fish Habitat (EFH) as defined by the Magnuson -Stevens Fishery Conservation and Management Act. o Endangered Species Act (ESA) Compliance o Contingencies ■ Environmental o Outside agency coordination (note that some agency coordination will go through FDOT) o Updates on all environmental impact review including the CE I checklist to be approved by FDOT ■ Utility Coordination o Conflict Identification o Notification, Relocation Plans and Certification o Utility Work Schedule required ■ Schematic and Design Development o Civil and Structural: • Finalize horizontal and vertical alignments for Pedestrian and Bikeway Bridge based on conceptual layout. o ADA Accessibility • Proposed alternatives need to address ADA accessibility and transit connectivity to existing and proposed facilities (Metromover Station, MDT Bus Stops, Smart Plan Miami Beach rapid transit connection, etc.). o Bridge: • Bridge constructability and staged construction requirements. • Span configuration, material type and foundation support for bridge main spans crossing underneath 1-395. • Determine retaining wall, and approach span layout for the preferred main span configuration. Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 5 • Summarize proposed bridge and structures layout in the preliminary report. Prepare preliminary plans for the proposed bridge and retaining wall layout. • Research and review available historic geologic literature and geotechnical investigations performed in the area. • Perform a visual inspection of site. • Perform geotechnical field explorations, laboratory testing and engineering analysis and provide geotechnical recommendations for bridge foundations and retaining walls. • Number and location of borings will be dependent on final bridge configuration. o Aesthetics: • Prepare an aesthetic summary package for City review to determine which project features to enhance and what enhancements to use. • Features for consideration will include rail, protective fencing, illumination, concrete patterning, public art, gateway/terminus design and way finding. o Preliminary Report • Prepare design report summarizing the preliminary environmental and design tasks. The package will include a narrative with a final recommendation of major design elements, preliminary plans presenting the recommendation and cost estimates for construction, right-of-way, and reimbursable utilities. ■ Final Design o Prepare 30%, 60% and final signed and sealed 100% Construction Documents (CDs) for: • Civil and Structural designs • Bridge • Lighting • Cost Estimate • Construction Schedule ■ Technical Specifications o Prepare Final 100% construction time estimate schedule, including staging and construction sequencing. ■ Procurement Support o Respond to RFIs o Attend pre -bid meeting o Bid analysis and recommendation ■ Construction Administration Support o Construction oversight o Respond to RFI o Reconcile construction drawings to field conditions Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 6 o Review and approve Change Orders o Certify As -Built Drawings o Project Completion Certification and Close-out 4) On page 12 of the RFQ documents, please delete Article 2.4, "Proposed Key Personnel/Team Members," in its entirety and replace with the following text: 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: ■ Project Manager: Architect or Engineer, employed by Proposer ■ Lead Architect/Designer: Architect, employed by Proposer or Subconsultant ■ Marine Structural Engineer: Employed by Proposer or Subconsultant In addition to the Key Personnel listed above, the Proposer's team must have the following required personnel, either through the Successful Proposer's staff or that of any Sub - Consultant: ■ Civil Engineer ■ Landscape Architect ■ Environmental Engineer ■ Certified Cost Estimator ■ Geotechnical Engineer ■ Adaptation Specialist ■ Professional Surveyor and Mapper ■ Cultural Resource Management Professional Proposers may, at their discretion, propose other individuals in different disciplines to enhance their team. Minimum qualifications and experience applicable to the Required Personnel listed above, must apply to any individual proposed in addition to the above -mentioned disciplines/roles. The Successful Proposer shall designate a primary lead individual, referred to as the "Project Manager," to manage and coordinate the design effort. In addition, the Successful Proposer shall also designate a second lead individual, referred to as the "Lead Architect/Designer" to assist the Project Manager in leading the design effort. The Project Manager and Lead Architect/Designer shall not be the same individual. 5) On page 14 of the RFQ document, Article 3.5, "Minimum Qualifications and Experience Requirements," please delete 3.5(3) and 3.5(4) in their entirety, and replace with the following text: "3. Employ a licensed Architect or Professional Engineer, who shall serve as the Project Manager, with a minimum of ten (10) years of experience managing infrastructure projects similar in size, scope, and complexity to the Project, as described in this RFQ; and 4. Have a licensed Architect, who may be employed by the Proposer or a Subconsultant, and who shall serve as the Lead Architect/Designer, with a minimum of ten (10) years of Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 7 experience designing infrastructure projects similar in size, scope, and complexity to the Project, as described in this RFQ; and" 6) On page 21 of the RFQ document, please delete Article 4(A)(6), "Qualifications of the Project Manager" in its entirety, and replace with the following text: "Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Project Manager (PM). The PM shall be employed by the Proposer and shall be a currently licensed, practicing, and registered architect or professional engineer in the State of Florida. Proposer shall identify the PM's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." Additionally, a one -page resume is required to be submitted that reflects the PM's education, experience, and qualifications that demonstrate satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services," and Section 3.5, "Minimum Qualification Requirements." 7) On page 21 of the RFQ document, please delete Article 4(A)(8), "Qualifications of the Lead Architect/Designer" in its entirety, and replace with the following text: "Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal for the Lead Architect/Designer (LAD). The LAD may be employed by the Proposer or a Subconsultant, and shall be an architect, currently licensed/registered in the United States, preferably in the State of Florida. Proposer shall identify the LAD's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." Additionally, a one -page resume is required to be submitted that reflects the LAD's education, experience, and qualifications that demonstrate satisfaction of all the requirements identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualification Requirements." 8) On page 23 of the RFQ document, please delete Article 4(A)(12), "Qualifications and Experience of other Required Personnel by Sub -Consultants" in its entirety, and replace with the following text: "Proposer shall complete and submit Form RFQ-QSC for this section of the Proposal to provide a comprehensive summary of the Required Personnel (other than Key Personnel) as listed in Section 2.4, "Proposed Team/Key Personnel." While forming the team, Proposer shall be mindful of 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/Sub-Contractors to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity). Additionally, a detailed resume is required to be submitted for each Required Personnel that reflects his/her education, qualifications, and experience within the last three (3) years on one (1) previously completed or currently ongoing architectural and/or engineering project, preferably of infrastructure nature. Submitted reference projects shall include client name, full address, current 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 inclusive of construction costs. Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 8 Proposer must pay especial attention to the qualifications and experience of the following Required Personnel: ■ Environmental Engineer: must be a professional Engineer registered in the State of Florida, who has been practicing in the fields of coastal engineering, shoreline stabilization, and waterway environmental restoration for a minimum of five (5) years, coordinating and executing local Florida Inland Navigation District ("FIND") projects as described in this RFQ. ■ Adaptation Specialist: must be an experienced professional in the fields of Resilience, Sea -Level Rise, Storm Surge, and/or Climate Change, who has been practicing for a minimum of five (5) years in coordinating and executing adaptation projects as described in this RFQ. ■ Cultural Resource Management Professional: must be an experienced professional in the field, in accordance with Chapter 1.3 of FDOT's Cultural Resource Management Handbook (2013 version or newer), who has been practicing for a minimum of five (5) years in coordinating and preparing the cultural resource evaluation documentation that the FDOT Planning and Environmental Management Office (PLEMO) will coordinate with the State Historic Preservation Officer. Failure to meet the stipulated qualifications and experience requirement, and submit a resume demonstrating proof of ongoing or completed architectural and/or engineering projects, preferably of infrastructure nature, shall result in a non -responsive determination for the Proposal. REQUESTS FOR INFORMATION - SINCE ISSUANCE OF RFQ Q1. The RFQ requires to have an Architect to be a Project Manager. Since this is a Bridge Project and will require intensive coordination with FDOT and Engineering Consultants, we suggest to have the option of Bridge Engineer for the project manager position. Are you planning to revise the RFQ accordingly? Al. Please refer to Modification No. 6, above. The Project Manager shall be an Architect or Engineer (employed by the Prime Consultant). It is expected that the Project will also require extensive coordination with the City, Downtown Miami Development Authority, Perez Art Museum Miami and The Genting Group's stakeholders to develop a state-of- the-art bridge structure that will complement the architectural themes of the surrounding properties. Q2. The RFQ says the City seeks to procure a "qualified and experienced engineering firm to serve as the design services professional for the new 1-395 Pedestrian Baywalk and Bikeway Bridge project," but then under item 2.4 Proposed Key Personnel/Team Members, it calls for the Project Manager to be an Architect and the Lead Architect/Designer to be an Architect. Can you clarify what discipline the Prime Proposer should be: Bridge Engineer, Structural Engineer, Architect, or other? A2. Please refer to Modification No. 2, above. Q3. Are the design firms working on the on -going FDOT I-395/I-95/SR 836 Design Build project precluded from participating on this project? It appears that there is a conflict of interest if these firms are allowed not to mention unfair advantage. Please clarify. Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 9 A3. There are no preclusions contemplated regarding this stand-alone project. Q4. For the staff shown as "additional key personnel" and any other staff that the prime will include, do we only need to show references for three (3) of the projects shown on the resumes? A4. There is no "additional Key Personnel." The RFQ clearly differentiates between "Key Personnel' and "Required Personnel." Each of the two groups are required to demonstrate their qualifications and experience in very specific, distinct ways. Reference Forms have been developed for the Key Personnel, while Required Personnel must present all pertinent qualifications and experience within each of the required resumes, including full contact information for the individuals attesting to the services rendered. Q5. RFQ clause 3.5 Minimum Qualification and Experience Requirements states, "the Proposer shall be a licensed, registered, and practicing architectural firm (Chapter 471, Florida Statutes) in the State of Florida for the last five (5) years under its current business name." This will preclude experienced multidisciplinary engineering firms that are not registered architectural firms from leading the project. Would the City allow an engineering firm to be the Proposer (Prime), who can employ a licensed Architect as a Sub -Consultant? A5. No. Q6. It was noted in the Pre -Proposal Conference that out-of-state firms will be allowed to fill the designer role, if retained as a Sub -Consultant to a Prime Architect, who leads the project. Please confirm whether the lead marine structural role can be filled by a Sub -Consultant working for the Proposer (Prime Architect). A6. There is no "lead marine structural role." The qualifications and experience required of the Marine Structural Engineer (MSE) are clearly stipulated in Articles 4(A)(10) and 4(A)(11), respectively. The role of MSE shall be met by a professional engineer registered in Florida. Q7. Would like to know: a) budget for the C.E.I.; b) the duration of the contract; and C) the planned starting date. A7. There are no Construction Engineering and Inspection (CEI) services included in the scope of this RFQ. The duration of the contract and the starting date shall be negotiated with the Successful Proposer. Q8. Is there an Attendees List and recording of the Pre -Proposal Conference? A8. Yes, the Attendees List is attached to this addendum as Attachment C - Pre -Proposal Conference Attendees List. The recording is attached to this addendum as Attachment D - Pre -Proposal Conference Video Recording. Q9. What is anticipated to be the scope for the construction engineering and inspection position? A9. The intent is to provide construction administration services for the Project to supplement full time construction management by the City, along with special inspection services provided by an independent engineer retained by the contractor. Service will include as applicable: ■ Attend kick off meeting following the Contractor's Notice to Proceed ■ Attend progress meetings, estimated to be 12 meetings Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 10 ■ Shop drawing and construction submittal review ■ Respond to RFI's ■ Site visits — may attend up to 10 periodic site visits to observe construction progress and ensure construction is in accordance with approved permit plans. Site observation reports shall include photos and distributed to the City and contractor ■ Review special inspection reports and material testing reports for pile driving, reinforced concrete cap construction etc. ■ Review Payment Applications ■ Conduct Final Walkthrough with City and prepare punch list. ■ Certify the completion of the Project. Q10. Please confirm that the "Required Personnel e.g. civil engineer, landscape architect, environmental, cost estimator, geotechnical engineer, resilience/climate change specialist and construction engineering and inspection specialist" do not have to submit the 3 written references from clients. A10. Please refer to Article 4.1(A)(12), "Qualifications and Experience of other Required Personnel by Sub -Consultants," for details as to the specific requirements for the Required Personnel. Q11. Will the City consider firms practicing architecture, with staff registered in the State of Florida, but not presently (or within the past five years) providing architectural services in the state? Al1. Please refer to Article 3.5, "Minimum Qualifications and Experience Requirements" for details as to the specific requirements regarding length or registration and practice in the State of Florida. Proposers must have been, as of the proposal submission due date, a licensed, registered, and practicing architectural firm (Chapter 471, Florida Statutes) in the State of Florida for the last five (5) years under its current business name. Q12. Paragraph 2.4 (Page 12) — Are we allowed to provide resumes for roles on our team in addition to the required personnel listed on page 12? Al2. Yes. Q13. 4.1. A. 4. (Page 20) — This paragraph states that Form RFQ-QPC is three pages maximum. The form itself says additional pages can be added as necessary to address the question regarding claims, lawsuits, etc. Because the form is three pages, any additional pages would exceed the three -page limit. Are we allowed additional page(s) as necessary to provide a full response to the questions? A13. Yes. Q14. 4.1. A.5 (Page 20) - The RFQ asks for project experience within the last 10 years. Form RFQ- EPC limits the projects to being within the past 5 years. Please confirm that 10-year stipulation is correct. A14. Revised forms have been uploaded to the BidSync platform. Forms issued upon the original RFQ launch will also be accepted. Q15. 4.1. A.5 (Page 20-21) - The RFQ asks for number of full-time personnel assigned to each reference project. Can this requirement be removed? Form RFQ-EPC does not have a field in Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 11 which we can provide that information. If this information is needed, should we incorporate that number into our narrative description beginning on page 2 of the form? A15. Yes. Q16. 4.1. A.5 (Page 20) - The RFQ asks for a minimum of three relevant infrastructure projects. Are we allowed to provide more than three? A16. Relevant project information can be provided as part of a resume or somewhere else in the submission at the discretion of the Proposer. Forms RFQ-EPC submitted in addition to the minimum three (3) that are required, will not be reviewed or verified as part of the due diligence effort. Q17. 4.1. A. 7; 4.1. A. 9; 4.1. A. 11 (Pages 21-22) - The RFQ instructions for Forms RFQ-EPM, RFQ- ELAD, and RFQ-EMSE ask for number of full-time personnel assigned to the project. Can that requirement be removed for the reference projects for individual members of the team? A17. Yes. Q18. 4.1. A. 7; 4.1. A. 9; 4.1. A. 11 (Pages 21-22) - The RFQ asks for project experience within the last 10 years for Project Manager, Lead Architect/Designer, and Marine Structural Engineer. Forms RFQ-EPM, RFQ-ELAD, and RFQ-EMSE limit the projects to being within the past 5 years. Is the 10-year stipulation correct? A18. Please refer to response to Q14, above. Q19. 4.1. A.12 (Page 23) - For Other Required Personnel who we are providing resumes for, should we also provide a Form RFQ-QKP for each person? Or only a detailed resume? Some of the Other Required Personnel will be with the Proposer (not a sub -consultant); should those Proposer resumes be included in this section as well as any sub -consultant resumes? A19. Form RFQ-QKP is only to be used for the Key Personnel (Project Manager, Lead Architect/Designer, and Marine Structural Engineer). For all other personnel, please use Form RFQ-QSC. Q20. 5.2 (Page 28) — The Marine Structural Engineer is not listed in the Selection Criteria. Will that person be evaluated as part of the team member's qualifications and experience? A20. The Marine Structural Engineer will be evaluated as part of the Proposer's Team Members Qualification and Experience criterion. Q21. 1.7 (Page 5) — The first paragraph mentions the "design -build contract" and the "Design Criteria Professional", but we understand from the Scope of Work that this is for a contract to fully design the project and not to develop a package for later design -build. Please clarify. A21. Please refer to Modification No. 1, above. This is an RFQ to select one consultant to provide professional services to design a 20-foot wide, over -the -water pedestrian and bicycle (ped/bike) bridge underneath the causeway that will connect the two sites. The project will involve two (2) phases: (1) to provide a Feasibility Study and provide three (3) representative design alternatives of the bridge, and (2) to provide full design and permitting services for the development of the selected alternative with Construction Administration Services as described above. Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 RFQ No. 19-20-031 12 Q23. If a firm submits a Project Manager that is a Florida Licensed Architect, can they submit a non - licensed Lead Designer? Or does the Lead Designer have to be licensed? A23. Please refer to Article 3.5, "Minimum Qualifications and Experience Requirements" for details as to the specific qualifications required from the Lead. Q24. Would the City and DDA consider that the Project Manager and Lead Architect/Designer be employed in two separate firms? A24. Please refer to Modification No. 4 above. Q25. Can the Project Manager be a Licensed Engineer in the State of Florida? A25. Please refer to Modification No. 5 above. DOCUMENTS ADDED TO THE RFQ PAGE ON BIDSYNC: 1. Attachment A - Baywalk Connecting the City to the Water 2. Attachment B - 1-395 Baywalk Pre -Proposal Conference Powerpoint 3. Attachment C - Pre -Proposal Conference Attendees List 4. Attachment D - Pre -Proposal Conference Video Recording THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project, D2 Project No. B- 193623 Annie Perez, CPPO, Director Department of Procurement, City of Miami RFQ No. 19-20-031 13 11/30/2020 City of Miami, #RFQ 19-20-031 - Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project Periscope Source Vendor view of bid Time Left Bid Started Bid Ended Welcome amhansen@miamigov.com I Logout Need assistance? Contact us er uIE SOO-99194139 -f Engineering Services 1-395 Pedestrian Baywalk And Bikeway Bridge Project ® RFQ Schedule Task I_J Note Chat I Description I Attachments closed Jul 16, 2020 5:18:33 PM EDT Agency Information City of Miami, FL (view agency's bids Bid Classifications Bid Regions Bid Contact Pre -Bid Conference(s) Delivery Location View Rules Best and Final Offer: # of offers Notifications # of suppliers viewed 8 Report (Bidder Activity) 233 0 (View) Q & A Questions & Answers Questions: 13 Classification Codes Regions see contact information Jul 22, 202011:00:00 AM EDT (Online) Scheduled to start now Start Conference One or more of the following locations City of Miami No Location Specified No Location Specified Miami FL 33130 Qty1 Expected Expenditure n/a Click here to change the rules for this bid. Create View Approval Flow View Approval Flow Approval Status Bid Number Title Contract Duration Budgeted Amount Bid Comments Description Documents RFQ 19-20-031 Proposal One Time Purchase $0.00 (change) The City of Miami, through Procurement and under the direction of the DDA and OCI, is issuing this RFQ to procure a qualified and experienced engineering firm to serve as the design services professional for the new 1-395 Pedestrian Baywalk and Bikeway Bridge project ("Project"). This serves as an invitation for qualified interdisciplinary teams, which may be composed of architects, engineers, landscape architects, surveyors, and certain other professionals to submit Proposals to provide the necessary services as described in this RFQ. The Successful Proposer and its Team must be able to perform every element of the Scope of Services, as further detailed. The Successful Proposer's and its Team's expertise shall include, but not be limited to architecture, engineering, landscape architecture, and cost estimating. The Successful Proposer will develop drawings and specifications with sufficient information such that it will allow potential contractors to submit a responsive bid for a future construction contract. The Successful Proposer will remain the City's post -design services consultant throughout all construction activities. The Successful Proposer shall be selected in accordance with Florida Statute Section 287.055, CCNA, as amended. Submit Proposal through BidSync r 1. u RFQ 19-20-031 I-395PedestrianBaywalk+BikeWayBridge FINAL.pdf downloadl ❑ 3. 2. RFQ-PN Proposal Narrative 4-2-18.pdf rdownloadl Select All I Select None I Download Selected 2. T 1. RFQ-PCL Proposal Cover Letter 4-2-18.pdf download 4. 3. RFQ-QPC QualificationsProposer.pdf rdownloadl https://www.bidsync.com/DPX?ac=view&auc=2059730&returnview=ac%3Dawgrouplist%26auc%3D2059730&supsrch= 1/3 11/30/2020 City of Miami, #RFQ 19-20-031 - Prof Engineering Services 1-395 Pedestrian Baywalk and Bikeway Bridge Project 0 5. in 5. RFQ-QKP QualificationsKey Personnel.pdf rdownloadl 0 6. 1f 9. RFQ-QSC QualificationsSubs.pdf rdownloadl 0 7. in 10. RFQ-DPP Philosophy Process.pdf rdownloadl 0 8. 1g 11. RFQ TCA Technical Approach.pdf rdownloadl 0 10. if Attachment A - Baywalk Connecting the City to the Water.pdf download 0 9. in RF 19-20-031 Addendum No. 1 AP. ddff rdownloadl 0 11. Attachment B -1-395 Baywalk Pre -Proposal Conference Powerpoint.PPTX rdownloadl 0 13.1g 6. RFQ-EPM Project ManagerExperience.pdf rdownloadl 0 14. t 7. RFQ-ELAD LeadArchitectDesignerExperience.pdf download 0 12. in Attachment C - Pre -Proposal Conference Attendees List.pdf download 0 15. It 8. RFQ-EMSE Experience of Marine Structural Engineer.pdf rdownloadl 0 16. Attachment D - Pre -Proposal Conference Video Recording.mp4 0 17. u RFQ 19-20-031 AddendumNo 4 AP.pdf rdownloadl Addendum.�,:,a.�.,�� download 0 18. in 4. RFQ-EPC ProposerExperience.pdf download New Documents RFQ 19-20-031 Addendum No. 1 AP.pdf Attachment A - Baywalk Connecting the City to the Water.pdf Attachment B -1-395 Baywalk Pre -Proposal Conference Powerpoint.PPTX Attachment C - Pre -Proposal Conference Attendees List.pdf 6. RFQ-EPM Project ManagerExperience.pdf 7. RFQ-ELAD LeadArchitectDesignerExperience.pdf 8. RFQ-EMSE Experience of Marine Structural Engineer.pdf Removed Documents 6. RFQ-EPM Project ManagerExperience.pdf 7. RFQ-ELAD LeadArchitectDesignerExperience.pdf 8. RFQ-EMSE Experience of Marine Structural Engineer.pdf New Documents RFQ 19-20-005 Negotiations Meeting.mp4 New Documents Attachment D - Pre -Proposal Conference Video Recording.mp4 Removed Documents RFQ 19-20-005 Negotiations Meeting.mp4 New Documents RFQ 19-20-031 AddendumNo 4 AP.pdf 4. RFQ-EPC ProposerExperience.pdf Removed Documents 4. RFQ-EPC ProposerExperience.pdf Previous End Date = Included in Bid Packet Excluded from Bid Packet Aug 19, 2020 5:00:00 PM EDT New End Date Aug 28, 2020 5:00:00 PM EDT There are no advertisements on this solicitation. View All Ads https://www.bidsync.com/DPX?ac=view&auc=2059730&returnview=ac%3Dawgrouplist%26auc%3D2059730&supsrch= 2/3 (titia of gEiami ADDENDUM No. 4 August 13, 2020 REQUEST FOR QUALIFICATIONS NO. 19-20-031 PROFESSIONAL ENGINEERING SERVICES FOR 1-395 PEDESTRIAN BAYWALK AND BIKEWAY BRIDGE PROJECT - D2 PROJECT NO. B-193623 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 Professional Engineering Services for 1-395 Pedestrian Baywalk and Bikeway Bridge Project - D2, Project No. B-193623, RFQ No. 19-20-031 (the "Project"). The remaining provisions are now in effect and remain unchanged. Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the solicitation's BidSync webpage and are part of this Addendum. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this RFQ for updates and the issuance of addenda. MODIFICATIONS 1. The Proposal Due Date has been extended from Wednesday, August 19, 2020 at 5:00 p.m. to Friday, August 28, 2020 at 5:00 p.m. 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