Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
DocuSign Envelope ID: 370DB159-E9F6-431A-9A11-008BFEBCBD46 TO: Arthur Noriega V City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM FROM: Annie Perez, CPPO, Director Department of Procurement Reviewed and signed for ,-DocuSigned by: 1 CFA2301 DA754FF... DATE: March 16, 2022 FILE: SUBJECT: Recommendation for Award of Contract for Marine and Coastal Engineering Services for Dinner Key Marine Breakwaters Mitigation 406 — Project No. B-193402A for the Office of Capital Improvements REFERENCES: Request for Qualifications ("RFQ") No. 20-21-016 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 Cummins Cederberg, Inc. ("Consultant"), for RFQ No. 20-21-016, Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation 406 — Project No. B-193402A (the "Project"). The Consultant shall provide interdisciplinary services for the Project under the direction of the City of Miami ("City") Office of Capital Improvements to complete the design and permit for coastal structures to be developed at the spoil island by the Dinner Key Marina. The Project is intended to protect and increase the marina and the shore's resilience during a storm event satisfying the plan set forth in the Hazard Mitigation Plan ("HMP") by the Federal Emergency Management Agency ("FEMA"). The Project is divided into two (2) phases. During Phase I of the Project, the Consultant shall investigate the site conditions, provide due diligence, perform engineering analyses, provide stakeholder outreach, and develop a plan to reach conceptual designs. Phase I will be divided into different tasks: ■ Task 1: Project Management, Meetings, and Project Schedule. This task shall include a kickoff meeting to discuss the Project objectives and considerations. A Project Management Plan will be developed assuming a Project duration schedule of thirty (30) months. Grant administration support will be provided to include up to four (4) meetings with the City's Grants Department. ■ Task 2: Data Collection, Coastal Engineering Analyses, and Conceptual Design. Data Collection includes compiling all existing publicly available data, on -site assessments, aerial photography, preliminary qualitative marine resource reconnaissance survey, and a Data Compilation and Site Assessment Memorandum summarizing all of these tasks including, but not limited to, all graphics illustrating findings. Coastal Engineering Analyses includes coastal field measurements, hydrodynamic modeling — calibration, hurricane design conditions, hurricane numerical modeling, wave analyses and modeling, flushing analysis, sea level rise evaluation and considerations, and a Coastal Vulnerability Analysis Report summarizing the results of the coastal vulnerability analyses will be prepared for the City. Based on the coastal vulnerability analyses, three (3) conceptual plans will be developed, the City will select a preferred design approach and concept for each island, and an Opinion of Probable Cost will be delivered. A Public Outreach Plan will be developed to identify project goals, create promotional materials, presentation materials, and prepare timelines. Project templates will be PR21220 DocuSign Envelope ID: 370DB159-E9F6-431A-9A11-008BFEBCBD46 Page 2 - Recommendation of Award of Professional Services Dinner Key Marina Breakwaters Mitigation 406 Arthur Noriega V, City Manager created for social media, project updates, and flyers. The Consultant will participate in up to eight (8) external stakeholder meetings, one (1) public workshop, up to eight (8) with City departments, and will provide three (3) project updates which will identify project progress, graphics, and promote a transparent process for the community and stakeholders. Finally, the Consultant will research and evaluate grant funding opportunities, timing, and budget and will support the preparation of up to two (2) grant application packages for the City. During Phase II of the Project, the Consultant shall design and permit the approved conceptual layout to meet the HMP scope of work by FEMA. Task 3: Design, Permitting, and Construction Administration. This task shall include site investigations such as creating a topographic and bathymetric survey map (certified by a Florida Surveyor and Mapper), a certified mean high water line map, an environmental survey report, a geotechnical engineering report, tree survey map, and a shovel test report. The engineering and architecture design services include hurricane and structural analyses, landscape architecture planning, and lighting design. The Consultant shall prepare schematic design drawings for the implementation of the selected conceptual design layout and shall prepare and present a Schematics Report. The Consultant shall prepare design development drawings from the approved schematic design drawings and shall prepare and present a Development Report. Permitting includes processing a Standard Form Class I Coastal Construction Permit through Miami -Dade County Department of Environmental Resources Management ("DERM"), a Statewide Environmental Resources Permit through the Florida Department of Environmental Protection ("FDEP"), a Department of the Army Standard Permit Application with the U.S. Army Corps of Engineers ("USACE"), Florida Fish and Wildlife Conservation Commission ("FWC") Florida Uniform Waterway Marker ("FUWM") application, a United States Coast Guard Aids to Navigation, State of Florida Uniform Mitigation Assessment Method ("UMAM") forms, Shoreline Development Review Committee ("SDRC") application, and City of Miami applications with the Building Department. The Consultant shall prepare 60%, 90%, and Final Construction Documents with an updated Statement of Probable Construction Cost. Finally, the Consultant shall provide procurement and construction administration services at the request of the City. FISCAL IMPACT: The potential fiscal impact to the City for the negotiated contract may amount to $1,541,109.66, inclusive of Reimbursable Expenses and Owner's Contingency Allowances. The original price proposal submitted by the Consultant totaled $2,330,810.00; therefore, negotiations resulted in $789,700.34 or 33.9% of savings for our taxpayers. BACKGROUND: On June 4, 2021, Procurement issued a solicitation under full and open competition to obtain proposals from qualified firms. On July 16, 2021, Procurement received five (5) proposals in response to the solicitation (see attached Proposal Security List). Subsequently, the proposals were reviewed by Procurement staff, upon which four (4) proposals were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ; one (1) proposal, however, was deemed non -responsive in accordance with the minimum qualifications and experience requirements of the RFQ. Accordingly, on August 26, 2021, 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 September 15, 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 City of Hallandale Beach held good faith negotiations with the Consultant's principals that addressed: PR21220 DocuSign Envelope ID: 370DB159-E9F6-431A-9A11-008BFEBCBD46 Page 2 - Recommendation of Award of Professional Services Dinner Key Marina Breakwaters Mitigation 406 Arthur Noriega V, City Manager 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 February 28, 2022. Based on the above findings, Procurement hereby recommends the award of a Professional Services Agreement to Cummins Cederberg, Inc. for the Project. Your signature below indicates your approval of Procurement's recommendation. r—DocuSigned by: av Novi ox Approved: ` R5OcF6c47911n49A Arthur Noriega V, City Manager Date: March 24, 2022 1 09:53:55 EDT c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Angel R. Carrasquillo, PE, Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR21220 QIitj of 4Thaxth ANNIE PEREZ, CPPO Procurement Director March 24, 2022 All Responding Proposers (See Distribution List) Arthur Noriega V City Manager SUBJECT: RFQ No.: 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation 406 — 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@miamigov.com. Sincerely, Fernando V. Ponassi , MA Arch., MA PPA, LEED®AP Assistant Director, A&E and Construction Services Distribution List: Tetra Tech, Inc. GHD Services, Inc. Cummins Cederberg, Inc. Moffatt & Nichol, Inc. Coastal Systems International, Inc. Attachment: City Manager Award Recommendation cc: City Clerk Pablo Velez, Sr. Assistant City Attorney, Office of the City Attorney Annie Perez, Director, Procurement CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners DATE: August 26, 2021 and Honorable Mayor of the City of Miami FROM: Arthur Noriega V City Manager SUBJECT: Report of Evaluation Committee for RFQ No. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation for the Office of Capital Improvements ("OCI") 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: Nzeribe Ihekwaba, PE, PhD, Deputy City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Director/Chief Procurement Officer, Department of Procurement Angel R. Carrasquillo, PE, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR21205 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: August 26, 2021 FILE: City Manager FROM: Annie Perez, CPPO,-- SUBJECT: Report of Evaluation Committee for Director/Chief Procurement Officer RFQ No. 20-21-016 Marine and Coastal Department of Procurement Engineering Services for Dinner Key Marina Breakwaters Mitigation for the Office of Capital Improvements REFERENCES: Request for Qualifications (RFQ) No. 20-21-016 ENCLOSURES: Response Security List, Evaluation Committee Appointment Memorandum, and Evaluation Committee Score Sheets and Tabulation BACKGROUND On June 4, 2021, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 20-21-016 for the provision of Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation, Project No. B-193402A ("Project"), on behalf of the Office of Capital Improvements ("OCI"). On July 16, 2021, Procurement received five (5) proposals in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, and upon completion of its due diligence effort, four (4) proposals from Tetra Tech, Inc., GHD Services, Inc., Cummins Cederberg, Inc., and Moffatt & Nichol, Inc. were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. The remaining proposal was disqualified from the selection process for proposing an individual for the position of Environmental Engineer without holding a professional Engineering registration in the State of Florida as required by the RFQ. Consequently, on August 10, 2021, pursuant to Section 3.1, "Acceptance/Rejection," and in consultation with the City Attorney's Office, Coastal Systems International, Inc. was deemed non -responsive. 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 August 26, 2021, an Evaluation Committee ("Committee") appointed by the City Manager on August 5, 2021, met and completed the Step 1 evaluation of the four (4) 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, RFQ 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation 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 Marine & Coastal Engineer'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 the selected consultant under contract, the standard fifteen percent (15%) participation of Small Business Enterprise (" SBE") firms was not required. Furthermore, Procurement staff assigned scores for Criterion 6, "Amount of Work Awarded by the City," based on the amount of work awarded by the City of Miami within the previous three (3) years from the Proposal Submission Due Date of July 16, 2021. 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. Cummins Cederberg, Inc. 2. Moffat & Nichol, Inc. 3. Tetra Tech, Inc. 4. GHD Services, Inc. 448 (2) 439 (3) 416 (2) 395 (5) 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, Cummins Cederberg, Inc., received a total of 448 points, respectively, out of a maximum total of 500 points. The Committee determined that the firm assembled a team of engineering professionals distinctly qualified to provide comprehensive services for the Project. The Committee discussed the experience and structure of the firm's proposed multi -disciplined team. The firm proposed a substantial resume of in-house engineering professionals, in addition to proposing a team of sub -consultants to support engineering, surveying, and landscape architectural needs. The Lead Marine and Coastal Engineer and Project Manager identified presented multiple marine engineering projects. The firm has substantial experience with marine and coastal engineering projects. Additionally, the Committee discussed the firm's Design Philosophy and Process. The firm proposed designs and plans which demonstrated a thorough understanding of the City's vision. The firm's proposal also demonstrated an optimal balance between the Project goals. After deliberation, the Committee members agreed that Cummins Cederberg, Inc. presented a proposal comprehensively suited to meet the critical needs of the City for this Project. PR21204 Page 3, RFQ 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation Arthur Noriega V, City Manager Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Messrs. Carlos Lozano and Jose Caldeira from OCI, and Fernando Paiva from the City of Hallandale Beach, to commence negotiations of a professional services agreement ("PSA") with Cummins Cederberg, Inc., the highest -ranked responsive and responsible firm, for the provision of marine and coastal 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 Noie a V, City Manager Date: I r / c: Nzeribe Ihekwaba, PE, PhD, Deputy City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo Velez, Sr. Assistant City Attorney Angel R. Carrasquillo, PE, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21204 7/16/2021 Periscope Source: To Be Awarded Periscope Source Periscope Source Welcome amhansen@miamigov.com I Logout Need assistance? Contact us ar caII 600,990-9.339 Home Search Source Contracts Tools Go to Bid Information Tabulation Report Award Report Awarding Bid #20-21-016 - Marine and Coastal Engineering Services Dinner Key rej Schedule A Task Note a Award Multiple Suppliers Marina Breakwaters Mitigation ASend PreAward Notification I Weighted I Reorder Bidders Description 20.21-016--01-01 - Marine and Coastal Engineering Services Award Supplier 1 Not Awarded 0 Tetra Tech [D] [AA] O GHD Services Inc. [D] [AA] O Cummins Cederberg [D] [AA] o Moffatt & Nichol [D] [AA] o Coastal Systems [D] [AA] Supplier Notifications Agency Invited 1 No Bid Count 0 Award Scene i Create New Scenario Qualifications Unit Price Qty Price Head Attch. Attch. Docs Offer Notes My Notes Reject 1 1 1 1 Save Current Scenario Scenario Name Scenario Total Actions 1 PREAWARD NOTIFICATION ATTACHMENT Upload Attachment [ Close All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However-J.-Fe 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 wit 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. https://www.bidsync.com/DPX?ac=awgrouplist&auc=2075877&fromunlock=1 #round_2434831 1/2 EVALUATION COMMITTEE MEETING Department of Procurement Request for Qualifications (RFQ) No. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Angel Carrasquillo, PE, Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES I TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK SCORES EXCEEDING MAXIMUM Robert Fenton, Senior Construction Manager, Office of Capital Improvements, City of Miami Carlos Lozano, Senior Project Manager, Office of Capital Improvements, City of Miami Ileana Quintana, Water and Sewer Construction Coordinator, MDC Water and Sewer Fernando Paiva Jr., Project Manager, Office of Capital Improvements, City of Hallandale Beach Jose S. Camero, Registered Architect TABULATION SHEET RFQ No. 20-21-016 NAME OF FIRM(S) 1 Tetra Tech, Inc. 1A - Proposer's Qualifications and Experience (Max- 30 points) 29 25 24 28 25 131 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 18 20 16 18 15 87 3A - Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience (Max. 20 points) 18 15 15 19 16 83 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 14 10 13 14 13 64 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 8 10 7 10 6 41 6A -Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 89 82 77 91 77 416 3 416 3 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 2 GHD Services, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 28 20 23 24 26 121 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 17 15 15 17 15 79 3A - Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience (Max. 20 points) 17 10 14 17 15 73 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 12 10 11 13 13 59 5A - Design Philosophy and Process!Technical Capabilities and Approach (Max. 10 points) 7 10 6 8 7 38 ',: 6A - Amount of Work Awarded by the City (Max. 5 points) 5 5 5 5 5 25 Qualitative Scores 86 70 74 84 81 395 4 395 4 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 1 of 2 EVALUATION COMMITTEE MEETING Department of Procurement Request for Qualifications (RFQ) No. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement Angel Carrasquillo, PE, Director, OCI EVALUATION COMMITTEE MEMBERS 3 TABULATION SHEET RFQ No. 20-21-016 Cummins Cederberg, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A -Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 4 Moffatt & Nichol, Inc. ._ 1A - Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Qualitative Scores Chairperson: Anthony Hansen, Sr. Procurement Officer, Department of Procurement 29 19 19 14 9 2 30 20 15 12 10 2 0 R 0 U O 29 20 18 14 10 2 28 19 19 15 10 2 Jose S. Camero, Registered Architect 16 16 14 8 2 92 89 93 93 81 141 94 87 69 47 10 TOTAL QUALITATIVE SCORES QUALITATIVE RANKING TOTAL SCORES (WITH BONUS POINTS NAL RANK 448 Page 2 of 2 SCORES EXCEEDING MAXIMUM RFQ NO. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation EVALUATION OF PROPOSALS Ileana Quintana - Water and Sewer Construction Coordinator, MDC WASD EVALUATION PROPOSERS CRITERIA Maximum Points Tetra Tech, Inc. GHD Services, Inc. Cederberg, Cummins Inc o Moffatt « Nichol, Inc. Proposer's Qualifications and Experience 30 cA c ' Proposer's Project Manager's Qualifications and Experience 20 tfto Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience 20 x _ Proposer's Team Members Qualifications and Experience 15 Design Philosophy and Process/Technical Capabilities and Approach 0 f1 Amount of Work Awarded by the City 5 2 5 2 3 .TOTAL,POINTS 100 I 8/26/2021 RFQ NO. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation EVALUATION OF PROPOSALS Fernando Paiva Jr. - Project Manager, Office of Capital improvements, City of Hallandale Beach EVALUATION PROPOSERS CRITERIA Maximum Points Tetra Tech, Inc. GHD Services, Inc. Cummins Cederberg, Inc Moffatt & Nichol, Inc. Proposer's Qualifications and Experience 30 .2 0 '2 g Proposer's Project Manager's Qualifications and Experience 20 11 ICI Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience 20 f 1 ! Proposer's Team Members Qualifications and Experience 15 1 13 19 Design Philosophy and Process/Technical Capabilities and Approach 10 0 Amount of Work Awarded by the City 5 2 5 2 3 TOTAL POINTS 100 1 SIGNATURE: PRINT NAME: A 1h, 8/26/2021 RFQ NO. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation EVALUATION OF PROPOSALS Robert Fenton - Sr. Construction Manager, Office of Capital Improvements, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Tetra Tech, Inc. GHD Services, Inc. Cummins Cederberg,Inc. Moffatt & Nichol, Inc. Proposer's Qualifications and Experience 30 21 ZIP 21 2.. Proposer's Project Manager's Qualifications and Experience 20 1,e) i' k GI t9 Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience 20 E $ 1'7 f ` t9 Proposer's Team Members Qualifications and Experience 15 1 1' ! 2 i 4" 13 Design Philosophy and Process/Technical Capabilities and Approach 0 9 Amount of Work Awarded by the City 5 2 5 2 3 TOTAL POINTS 100 g g tc, 92: 92. SIGNATURE: ce_ocL4 PRINT NAME: 8/26/2021 t-fico 3cj 457 I RFQ NO.20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation EVALUATION OF PROPOSALS Jose S. Camero - Architect, JSCamero Architects EVALUATION PROPOSERS Maximum Points Tetra Tech, Inc. GHD Services, Inc. Cummins Cederberg, Inc. Moffatt & Nichol, inc. Proposer's Qualifications and Experience 30 ' _ ,6, 20. 2,c1 Proposer's Project Manager's Qualifications and Experience 20 Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience 20 �v a17 Proposer's Team Members Qualifications and Experience 5 14— ..-- Design Philosophy and Process/Technical Capabilities and Approach Amount of Work Awarded by the City 5 2 5 2 3 TQTAL POINTS'00 SIGNATU PRINT NAME: 81 512021 RFQ NO. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation EVALUATION OF PROPOSALS Carlos Lozano - Sr. Project Manager, Office of Capital Improvements, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Tetra Tech, Inc. GHD Services, Inc. Cummins Cederberg, Inc. Moffatt & Nichol, Inc. Proposer's Qualifications and Experience 30 2.5 20 30 ZS Proposer's Project Manager's Qualifications and Experience 20 2-0 15 Zb 2a Proposer's Lead Marine & Coastal Engineer's Qualifications and Experience 205 ts-- 1 5 Proposer's Team Members Qualifications and Experience 15 j 0 ) 0 1 2 ) S- Design Philosophy and Process/Technical Capabilities and Approach 10 n 1 0 Amount of Work Awarded by the City 5 2 5 2 3 TOTAL POINTS 100 a 0 801 88 SIGNATURE; 8/z i PRINT NAI9E: / 8/5/2021 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V City Manager FROM: Annie Perez, CPPO, Director Department of Procurement DATE: August 3, 2021 FILE: SUBJECT: Appointment of Evaluation Committee for Request for Qualifications ("RFQ") No. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation — Project No. B-193402A REFERENCES: RFQ No. 20-21-016 The Department of Procurement ("Procurement"), on behalf of the Office of Capital Improvements ("OCI"), issued RFQ No. 20-21-016 on June 4, 2021, for Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation. 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 July 16, 2021. 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) • Robert Fenton, PE, Senior Construction Manager, OCI, COM • Carlos Lozano, Senior Project Manager, OCI, COM External Committee Members (voting) • Ileana Quintana, CGC, GEC, ENV SP, Water and Sewer Construction Coordinator, Miami -Dade County Water and Sewer Department ("WASD") • Fernando Paiva Jr., RA, LEED AP, Project Manager, OCI, City of Hallandale Beach • Jose S. Camero, RA Alternate Committee Members ■ Luis Diaz-Berrios, PE, Senior Engineer II, Project Manager, OCI, COM ■ Sylejman Ujkani, Miami Forever Bond Program Manager, Office of Management & Budget, COM APPROV AP: ah `la Arthoriega V, City Manager Date c: Nzeribe lhekwaba, Ph.D., P.E., Deputy City Manager Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney, Office of the City Attorney Angel Carrasquillo, PE, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR21185 7/19/2021 Detail by Entity Name DIVISION OF CORPORATIONS lr I f)r on rJJ I /y.L.Qrg 0 . 1 1,2)4,,/y.„.org an Oka Sun© of F!oru/as svel4ne Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation CUMMINS CEDERBERG, INC. Filing Information Document Number P10000023540 FEI/EIN Number 27-2129033 Date Filed 03/16/2010 Effective Date 03/17/2010 State FL Status ACTIVE Principal Address 7550 Red Road, Suite 217 South Miami, FL 33143 Changed: 01/30/2013 Mailing Address 7550 Red Road, Suite 217 South Miami, FL 33143 Changed: 01/30/2013 Registered Agent Name & Address CEDERBERG, JANNEK 7550 Red Road, Suite 217 South Miami, FL 33143 Address Changed: 01/30/2013 Officer/Director Detail Name & Address Title P CEDERBERG, JANNEK 22476 SW 94 PL CUTLER BAY, FL 33190 Title VP CUMMINS, JASON R. search sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=CUMMINSCEDE... 1/2 7/19/2021 Detail by Entity Name 2212 Secoffee Terrace Coconut Grove, FL 33133 Annual Reports Report Year Filed Date 2019 01/09/2019 2020 01/13/2020 2021 01/05/2021 Document Images 01/05/2021 -- ANNUAL REPORT 01/13/2020 -- ANNUAL REPORT 01/09/2019 -- ANNUAL REPORT 01/11/2018 -- ANNUAL REPORT 01/06/2017 -- ANNUAL REPORT 02/02/2016 -- ANNUAL REPORT 01/13/2015 -- ANNUAL REPORT 02/10/2014 -- ANNUAL REPORT 01/30/2013 -- ANNUAL REPORT 01/23/2012 -- ANNUAL REPORT 03/07/2011 -- ANNUAL REPORT 05/18/2010 -- FEI# 03/16/2010 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=CUMMINSCEDE... 2/2 CTIMMINS f CEDERBERG Coastal & Marine Engineering Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation RFQ No. 20-21-016 Miami, Florida July 2021 Prepared for: City of Miami 444 SW 2nd Ave., Miami, FL 33130 Prepared by: Cummins Cederberg, Inc. 7550 Red Road, Suite 217 South Miami, FL 33143 T: +1 305 741 6155 CumminsCederberg. com CUMMINS I CEDERBERG Coastal & Marine Engineering Section A 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 PM, plus Resume 7. RFQ-EPM Experience of the PM 8. RFQ-QKP Qualifications of the LMCE, plus Resume 9. RFQ-LMCE Experience of the LMCE 10. RFQ-QKP Qualifications and 11. RFQ-QKP Qualifications and 12. RFQ-QKP Qualifications and 13. RFQ-QKP Qualifications and 14. RFQ-QKP Qualifications and 15. RFQ-QKP Qualifications and Experience of the SE, plus Resume Experience of the EE, plus Resume Experience of the AS, plus Resume Experience of the SMEP, plus Resume Experience of the SM, plus Resume Experience of the LA, plus Resume 16. RFQ-QSC Qualifications and Experience of Other Proposed Personnel , Resume 17. Team Organizational Chart Section B 1. RFQ-DPP Design Philosophy and Process 2. RFQ-TCA Technical Capabilities and Approach Section C Page 1 Page 2 Page 12 Page 15 Page 32 Page 34 Page 40 Page 42 Page 48 Page 62 Page 86 Page 87 Page 97 1. RFQ Proposal Forms, Business Tax Receipt, Licenses, Litigation Page 101 Section A 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 PM, plus Resume 7. RFQ-EPM Experience of the PM 8. RFQ-QKP Qualifications of the LMCE, plus Resume 9. RFQ-LMCE Experience of the LMCE 10. RFQ-QKP Qualifications and 11. RFQ-QKP Qualifications and 12. RFQ-QKP Qualifications and 13. RFQ-QKP Qualifications and 14. RFQ-QKP Qualifications and 15. RFQ-QKP Qualifications and 16. RFQ-QSC Qualifications and Resume 17. Team Organizational Chart Experience of the SE, plus Resume Experience of the EE, plus Resume Experience of the AS, plus Resume Experience of the SMEP, plus Resume Experience of the SM, plus Resume Experience of the LA, plus Resume Experience of Other Proposed Personnel Page 1 Page 2 Page 12 Page 15 Page 32 Page 34 Page 40 Page 42 Page 48 Page 62 Page 86 0 47. www.CumminsCederberg.com Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering RFQ No.: RFQ Title: Proposer: Name: Add ress: FEIN #: City of Miami, Department of Procurement Proposal Cover Letter - RFQ-PCL 20-21-016 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Cummins Cederberg, Inc. Jannek Cederberg, PE 7550 Red Road, Suite 217, South Miami, FL, 33143 Florida Corporation No.: 27-2129033 CA 29062 Proposer's Contact Person: Jannek Cederberg, PE Title: President Telephone: 305-741-6155 E-Mail: jcederberg@CumminsCederberg.com Certification of Compliance with Minimum Qualification Reciuirement(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: Title: Signature: Date: Jannek Cederberg, PE President 7/15/2021 RFQ-PCL Revised 05/25/21 RFQ-PCL Proposal Cover Letter Page 1 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering City of Miami, Department of Procurement Proposal Narrative Form - RFQ-PN RFQ No.: RFQ Title: Proposer: 20-21-016 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Cummins Cederberg, Inc. In the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4.1(A)(3) of the RFQ. Vision & Objective This project is a pioneering initiative for the City of Miami, and South Florida as a whole, relative to implementing large-scale resiliency measures and critical to demonstrating a viable path for adapting to future sea level rise in a way that does not sacrifice, but rather compliments the soul and lifestyle of Miami. Cummins Cederberg believes the path forward and vision for the City is to develop solutions that seamlessly blend increased resilience, recreational opportunities, and environmental enhancement. Cummins Cederberg is extremely excited to present our qualifications for this defining project relative to increased coastal resiliency and sea level rise adaptation. Many Coastal communities in Florida, including the City of Miami, have recognized the increased vulnerability of their coastal infrastructure, and are initiating steps to increase protection in these areas for the future. The City is leading through proactive investments in engineering solutions to mitigate potential impacts from increasing water levels in the coming decades. Locally, these projects will be defining for our treasured waterfront. The inherent value of Biscayne Bay is an integral part of the City providing environmental benefits and recreational opportunities, all taken in to careful consideration as part of any engineering solution. Our design philosophy is to develop solutions robust and flexible to not only meet engineering requirements 50 years from now but remain functional and beneficial to the community and environment in the short-term as well. This challenge is where coastal resiliency and adaption becomes inherently complex and where Cummins Cederberg excels. Cummins Cederberg, Curtis Rogers, and the Miami DDA worked hand in hand developing nature based solutions that would create 39 acres of barrier island and living shoreline based lands for the City of Miami. "I RFQ-PN Proposal Narrative Page 2 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering What Sets Us Apart Expertise. First and foremost, we are experts in coastal and marine engineering. We leverage these technical skills and experience to deliver solutions for complex waterfront projects. Our team of professionals have been working in Florida and remote areas of The Caribbean for nearly two decades. Our experience in remote areas has afforded us an unparalleled understanding of coastal processes and extreme conditions. We have worked on numerous park and resort projects in Southeast Florida and exposed islands in the Caribbean, so we understand functional and recreational elements of waterfront projects are critical, and this synergy is what makes them successful. The final design will be heavily influenced by environmental agency review and requirements at the county, state, and federal levels. Cummins Cederberg has an unmatched group of regulatory experts intimately familiar with applicable rules, regulations, and statutes. This includes former senior and executive staff from ALL the environmental agencies who will be issuing environmental permits for this project (Miami - Dade County DERM, FDEP, and USACE). In addition to obtaining permits for numerous complex waterfront projects, collectively they have issued permits for more LOCAL & RESPONSIVE PM, LMCE, SE, and LA located within minutes of Dinner Key Marina TECHNICAL DEPTH Innovative use of modern tools on complex projects than 1,000 waterfront projects in Florida, including more than 600 in the Biscayne Bay Aquatic Preserve while on the agency side. No other team provides this level regulatory depth and expertise. The environmental code is more geared towards typical seawall and marina projects, often placing unintended restrictions on projects that are environmentally beneficial (e.g., living shorelines). For this project to obtain environmental approval and maintain the vision set out by the City, it will require the regulatory experts of Cummins Cederberg to navigate and push the envelope on various regulations. Cummins Cederberg is deeply rooted in Miami with extensive design, permitting, and construction experience within the Biscayne Bay Aquatic Preserve. Key professionals on the team reside within 15 minutes of the project site; therefore, as end -users they will be highly vested in the benefits provided by the project and understand its context to the community. We presently serve as Engineer of Record for the $22M rehabilitation project of Dinner Key Marina, which will be completed in a few months, thus have an in depth understanding of the immediate area, existing infrastructure and weak points requiring increased resilience. ADAPTATION KNOWLEDGE Team experience on multiple resiliency adaptation projects in Miami -Dade County REGULATORY EXPERTISE Environmental team who have permitted 600+ projects in Biscayne Bay Aquatic Preserve RFQ-PN Proposal Narrative Page 3 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering CUMMINS I CEDERBERG Miami Foundation & Entrenched History Cummins Cederberg was founded in Miami by Jason Cummins, PE, and Jannek Cederberg, PE, over 11 years ago, and has successfully become a leading engineering firm for complex coastal and marine engineering projects in Florida and the Caribbean. Since the beginning, Cummins Cederberg has strived to design resilient projects to provide sustainable solutions for our clients. What started with two coastal engineers has grown organically to a high -quality team of more than 35 professionals who focus exclusively on the coastal and marine environments. The firm is comprised of coastal engineers, marine structural engineers, marine biologists, regulatory and policy experts, marine scientists, and surveyors, with proven experience in all facets of environmental planning, regulatory permitting, and coastal management. Cummins Cederberg is repeatedly selected ahead of larger national engineering firms due to our unique and focused qualifications, as well as our personalized service. The firm's success is built on providing high quality work in a transparent manner and fostering long term relationships. The two founders, who will have key roles as part of this important project, are both based in the Miami headquarters and have extensive experience in the coastal and marine fields from both private and public clients. They have been involved in more than 1,000 coastal and marine engineering projects throughout Florida and the Caribbean (some of the largest in the region) providing unmatched knowledge and experience. As a testament of our commitment to integrity and quality, 86% of the firm's work in 2019 was through repeat clients or referrals - an extraordinarily high number we are very proud of. As a local niche firm, we strive to provide superior service and "go the extra mile" for our clients. 37 Team Members 7 Engineer Divers 18 Coastal & Marine Engineers 9 Scientific Divers 12 Marine & Environmental Scientists 8 Professional Engineers RFQ-PN Proposal Narrative Page 4 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Team Member Qualifications Cummins Cederberg will serve as the prime consultant and we have assembled a team with specific experience "to design and permit improvements at the Dinner Key Spoil Island, protecting the marina and shore during a storm event, while providing much needed expansion to the waterfront recreational opportunities the residents need." Curtis + Rogers (CR) is one of Miami's leading landscape architecture firms with a special focus on resiliency and adaptation projects. Curtis + Rogers will lead the landscape planning design and synthesize previous efforts into and integrated vision, incorporate new adaptations for storm protection. Cummins Cederberg and Curtis Rogers have a longstanding relationship, which is key in developing the vision for the project. We are currently collaborating on the Jose Marti Park Adaptive Redesign project (CR as prime) and the City of Hollywood Tidal Flood Mitigation project, which includes over 20,000 feet of shoreline adaption (CC as prime). The firms are located next door to each other and 10 minutes from Dinner Key Marina -we share a parking lot - and will provide fluid collaboration internally and with the City. 13 A S U L Basulto & Associates (Basulto) provides mechanical, electrical, and plumbing (MEP) services for most Cummins Cederberg's waterfront projects. Specifically, Basulto served as MEP engineer for the Dinner Key Marina Rehabilitation projects managed by Cummins Cederberg and intimately familiar with the specific utility conditions at the site. Previous knowledge of the utilities in the area will be key in potentially expanding to recreational facilities at the spoil islands in an efficient, cost-effective manner while also providing resilient design solutions. AECOM AECOM is a global engineering firm with extensive experience with the City of Miami. They have been providing engineering solutions to the City for many years, including serving as lead environmental engineer on waterfront projects. Most recently, AECOM provided environmental engineering solutions for the implementation of a corrective action plan for engineering controls at Bayfront Park. APTIM is a major provider of survey services to state and local government agencies throughout Florida. For more than 30 years, APTIM has been providing topographic and bathymetric survey services throughout the Florida, Gulf of Mexico, and along the Atlantic Coast and Caribbean. Their services include the establishment of benchmarks, traditional topographic surveys, 3D-laser scanning, cross-section and beach profile surveys, digital terrain modeling, Unmanned Aerial System (UAS) mapping, hydrographic and bathymetric mapping, and other miscellaneous surveys as required. APTIM N V 5 NV5 has extensive experience with the design of foundation systems for high rise and complex structures in the Miami area. Not only do they have a long standing relationship with the City of Miami, but they regularly team with Cummins Cederberg on coastal projects. 3CC 300 Engineering is widely recognized throughout Miami - Dade County for their services in environmental water, wastewater, stormwater, transportation, and general civil engineering. Their vast experience includes site civil planning, drainage, land development, sea level rise, and other general and civil engineering services. DHI Water & Environment (DHI) is a world-renowned coastal engineering firm with extensive experience in extreme environments. The company has worked on providing design conditions and recommendations for complex waterfront and offshore projects exposed to extreme wave conditions, and as an added value will be providing additional support and technical review to the team. DHI is unique in that they operate their own 3D physical wave tank, which provides the City the opportunity to have a model of the proposed design tested, proven design optimization for various extreme conditions (e.g., hurricanes, sea level rise) before spending money on construction. Cummins Cederberg owns and routinely utilizes the MIKE21 coastal modeling software developed by DHI and have a longstanding relationship. Jannek Cederberg, previously worked at DHI and maintains close relationships with their staff and leadership. DHI RFQ-PN Proposal Narrative Page 5 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Key Personnel Cummins Cederberg Jason Cummins, PE Project Manager Jason is a native Floridian and is intimately familiar with the local waterfront and Dinner Key Marina. He has resided in the nearby Coconut Grove neighborhood for 15 years and spent a great deal of his life fishing and boating in the area. Jason is presently serving as the Project Manager for the $22M Dinner Key Marina restoration project and has a vested interest in the implementation and success of this Project to protect the new waterfront amenities as both a resident and professional. The Dinner Key Marina restoration project is slated for completion in the next few months, which will dove tail perfectly with the start of this transformational project. Jason has been the lead engineer and project manager of coastal engineering efforts for more than $100M of coastal works over the last five years, including a number of projects in the Biscayne Bay Aquatic Preserve. Jason recently completed design and oversight of the transformation of a 90 acre industrial island in the Bahamas into a cruise destination with an environmental reserve and marina. Jason's professional experience is firmly rooted in the coastal and marine environments. He has designed shoreline stabilization and coastal structure projects including beach nourishments, dredging, steel sheet pile bulkheads, breakwaters, groins, jetties, fixed docks and wave attenuators throughout Florida, Caribbean and Central America. Further, he is proficient in the application of numerical models to simulate coastal processes including tidal hydrodynamics, wave propagation, sediment transport, hurricanes and storm surge. All of this experience will provide firm technical foundation from which to plan, conceptualize, design, permit and build robust protective measures. Jannek Cederberg, PE Lead Marine and Coastal Engineer Jannek has unparalleled experience with the coastal dynamics in Miami -Dade County, as he has resided in the County for almost 20 years and developed detailed analyses of wave dynamics and storm surge associated with extreme events. He will serve as the Lead Marine and Coastal Engineer with extensive experience in planning, designing, and permitting coastal and marine projects in South Florida and particular Biscayne Bay Aquatic Preserve. Jannek is formally trained as a civil engineer, specializing in coastal engineering from the Technical University of Denmark. He has more than 20 years of experience in coastal field investigations, hydrodynamics, linear and nonlinear wave dynamics, sediment transport, hurricanes, numerical modeling, coastal structure design, sea level rise adaptation, environmental permitting, and waterfront projects. He has also designed shoreline protection, breakwaters and wave attenuation structures throughout Florida and the Caribbean. He has in depth understanding of working with the natural environment to develop solutions that blend seamlessly with the environment. He is regularly consulted on coastal resiliency and vulnerability as well as providing guidance on FEMA flood maps and building requirements relative to flood insurances Miami -Dade County. He served as Lead Coastal Engineer for the Jose Marti Park Adaptive Redesign and intimately familiar with the City of Miami. RFQ-PN Proposal Narrative Page 6 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Key Personnel Cummins Cederberg Jason Taylor, PE Structural Engineer Jason is responsible for the structural inspection, design, and construction administration for marine structural engineering projects. He has completed marine structure projects in the United States and the Bahamas, including ports, fender systems, mooring dolphins, bulkheads, seawalls, docks and piers. Jason is also a certified diver and leads the underwater structural inspection team at Cummins Cederberg, which is comprised completely of engineers. Throughout his career, Jason has performed over an estimated 500 above- and below -water structural inspections for coastal structure projects. He is instrumental in the completion of the rehabilition of the Dinner Key Marina Rehabilitation project serving as the Engineer of Record, with true boots on the ground knowledge of the intricacies of the Dinner Key Marina and its structures. Penny Cutt Environmental Permitting & Regualtory Expert Penny Cutt applies 27 years of experience in the fields of environmental monitoring, assessment, planning and regulatory permitting to support the firms' commitment to sustainability. Having started her career at Miami - Dade County DERM and worked for Miami based firms most of her career, her experience working on public and private marinas and public waterfront projects and parks in the Biscayne Bay Aquatic Preserve is extensive. There are few large marinas in the BBAP that she has not worked on at some point in her career, whether as a County, State, or Federal regulator, or as a private consultant. With first hand knowledge from conducting biological assessments within the Bay to high level relationships with regulators and resource managers responsible for the Bay, Penny is able to drive implementation of important projects in this environmentally fragile protected waterbody. Danielle Irwin, CFM, PWS, LEED AP, WEDG Adaptation Specialist Danielle is an adaptation specialist with twenty years' worth of expertise in coastal and marine waterfronts in the State of Florida. She brings an extensive background in marina and port development, shoreline protection strategies from resilient seawalls to living shorelines, sea level rise adaptation planning, sovereign submerged lands regulations, inlet management, and water resources policy and rulemaking. Danielle's knowledge of impact and mitigation assessments in nearshore habitats including seagrass, coral reef, salt marsh, and mangrove is essential in helping to achieve waterfront adaptation projects in sensitive areas such as the Biscayne Bay Aquatic Preserve, the most heavily regulated aquatic preserve in the state. She is an expert in environmental permitting and can successfully guide unconventional adaptation solutions that don't always fit neatly inside the regulatory frameworks at the local, state, and federal levels. Prior to joining Cummins Cederberg, Danielle served at the Florida Department of Environmental Protection (FDEP) as Deputy Director of the Division of Water Resource Management overseeing nine, state- wide regulatory programs, including Environmental Resource Permitting, Joint Coastal Permitting, Coastal Construction Control Line Permitting, and Mitigation Banking. In addition, she held the position of Chief of FDEP's Bureau of Beaches & Coastal Systems, leading the State's coastal programs including beach management funding. In 2020, she successfully gained more than $25M in resilience funding for local government clients. RFQ-PN Proposal Narrative Page 7 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Coastal & Marine Engineering Dinner Key Marina Breakwaters Mitigation Key Personnel Subconsultants Aida Curtis, ASLA, WEDG Landscape Architect Aida Curtis' three decades of leadership have enhanced diversity, innovation, and sustainability. Leading the go -to Hispanic/Woman-owned landscape architecture firm in South Florida has provided Aida a platform to advance the practice of landscape architecture via environmental resilience. Energized by the urgency of the climate crisis, Aida has positioned landscape architecture as the key discipline to design for resilient solutions to climate change in Miami -- ground zero for sea level rise. Her work creates a healthy, enduring bond between people and nature. Vik Kamith, PE Environmetnal Engineer Vik is a senior environmental engineering who manages a range of projects from corrective action plans, groundwater remediation, wastewater, and solid waste management mitigation. He was recently the Lead Environmental Engineer on the Bayfront Park project who directed the design and implementation of a Corrective Action Plan to address impacted soils on 7 different parcels. Mariana Boldu, RLA, LEED AP, ASLA, WEDG Resilient Landscape Architect As a Resilience Design expert, Mariana brings her experience as a sharp designer, and an effective team builder with over 28 years of international practice. She leads designs to integrate landscape strategies that are sustainable and resilient; that balance the built and natural environment, while responding to the needs of the community. All to address the pressing issue of climate change. Her unique triple background in Architecture, Landscape Architecture and Urban Design, along with her rich and extensive educational and professional experience, has allowed her to contribute to a wide range of project types and scales, from planning through construction. Tom Foster Coastal Engineering Advisor Itt As a value added and through a close relationship with Jannek Cederberg, DHI will be serving as coastal engineering advisors with Tom Foster leading the DHI team. Tom's professional experience has revolved around coastal protection and shoreline management. Since 1999, he has focused on the coastal and environmental engineering challenges associated with large marine and coastal infrastructure development projects, particularly those relating to coastal defense, spanning subjects as diverse as met -ocean design, climate adaptation, coastal morphology, water quality, navigation, corals wetlands and mangroves. Tom has also managed numerous reclamation masterplan, marine impact assessment, marine risk assessment, and environmental management studies for governments and developers. Over this period, he has championed the cause of proactive environmental management of marine construction projects. RFQ-PN Proposal Narrative Page 8 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Experience Understanding of local conditions and recreational opportunities Living in Miami we understand the local impacts of hurricanes as well as the recreational opportunities and environmental enhancement resiliency projects can create if designed properly. Understanding the local community is key for coastal resiliency and adaption projects, as recently illustrated by the concrete storm surge wall proposed by the USACE for downtown Miami, which received substantial local opposition due to the lack of understanding and consistency with the waterfront identity of Miami. Cummins Cederberg proactively provided extensive comments to the USACE, and the City, and jointly with Curtis Rogers, were tasked with developing a visual alternative by Miami Downtown Development Authority (DDA). Cummins Cederberg has spent the last 18 months overseeing the Dinner Key Marina Rehabilitation project as Engineer of Record and gained unique insight into both the daily operations and potential vulnerabilities of the area during extreme events We have firsthand experience of the damage and construction cost the proposed project will be mitigating. Jason Cummins was onsite immediately after Hurricane Irma to check the survival of multiple vessels, and one critical observation was significant infrastructure damage was caused by vessels breaking free from mooring or anchorage. Consideration of protection from not only water levels and waves, but from the vessels in the mooring field and anchorage should be considered as part of this project. Extreme Resiliency Our key objective is to provide resiliency and protection to valuable infrastructure during extreme events, specifically the recently constructed $22M marina repairs. The proposed project will require an in depth understanding of coastal processes and how to work with nature to provide protection for infrastructure and create resilient recreational opportunities. Critical to this project is an understanding of when the highest storm surge level will occur relative to hurricane approach. Previous analyses led by Cummins Cederberg indicates this is from a southeast direction, as water is pushed into the Bay creating a focused effect towards the downtown area. This knowledge will be used to optimize the layout and configuration of any proposed improvements at the project site. We have developed and revised FEMA Flood Insurance Rate Maps based on the addition of coastal structures and living shorelines. The latter included applying FEMA-approved analysis methodologies to the wave attenuation effects of mangroves, which documented substantial protection. Recent research experiments at the University of Miami and Oregon State University have documented the robust protection mangroves afford through wave attenuation. Vizcaya Museum and Gardens also relied on our capabilities for the design and construction oversight of a flood wall to protect a restored historic garden. We have been assisting Vizcaya Museum & Gardens for 10 years with various resilient coastal and marine engineering solutions as well as environmental permitting projects. To further complement our in-house team of experts, we have included DHI Water & Environment for complimentary insight and technical review of analysis and approach methods. DHI's reputation speaks for itself as the global leader in analyzing complex coastal projects. The MIKE21 coastal software preferred by leading coastal engineering firms globally was developed DHI, providing our team unparallel technical depth. Cummins Cederberg acquired the MIKE21 software many years ago, and the Lead Marine and Coastal Engineer, Jannek Cederberg, has been using it for more than 20 years, before it was commercially distributed in the US. RFQ-PN Proposal Narrative Page 9 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Biscayne Bay Aquatic Preserve Regulatory Permitting The Biscayne Bay Aquatic Preserve (BBAP) is the largest estuary in Florida providing habitat for a variety of species including several of Florida's imperiled species (e.g., Florida manatee, smalltooth sawfish, American Crocodile, Johnson's seagrass). The presence of these imperiled species and other regulated species (e.g., mangroves, corals, and other seagrasses) adds to the complexity of an already complicated permitting process. In addition to stringent criteria surrounding protected species, projects within the BBAP are also subject to Chapter 18-18 of Florida Administrative Code, to preserve and enhance the BBAP so that values may endure for the enjoyment of future generations. Our team of professionals have permitted over 600 projects combined within the BBAP. 0ur professional staff work in the BBAP more than any other waterbody and are vastly familiar with the ecology and regulatory opportunities and limitations at the local (DERM), state (FDEP), and federal (USACE) levels. 0ur firm is also intimately familiar with the permitting history at Dinner Key, including the spoil islands, and well equipped to develop an "out -of -the -box" yet efficient path forward to enhance the spoil islands. Mangroves grow along the shoreline of the spoil islands and seagrasses are present nearby, so avoidance and minimization of impacts and potentially enhancement will need to be considered during the design and permitting process. Our experience working in the BBAP and understanding of its ecology allows us to prepare viable seagrass mitigation options if required by the project. Additionally, the spoil islands are located within TFI Deed No. 19448, deeding the submerged lands from the State of Florida to the City of Miami. This reduces some permitting constraints and precludes the requirement of securing proprietary authorization in addition to regulatory authorization from the FDEP. Adaptation Cummins Cederberg has established itself as a leader in coastal resiliency in South Florida by developing a comprehensive resiliency toolbox and applied approach, which we tailor to the needs of each individual project. We leverage our expertise gained on similar projects to optimize project planning, permitting, design, and construction. The foundation of the Cummins Cederberg adaptation and resiliency practice is from numerous waterfront projects throughout South Florida but in the Biscayne Bay Aquatic Preserve. These projects all provide a thorough understanding of coastal engineering processes, environmental permitting, marine structural design, and construction - something that cannot just be transferred from other states or even other parts of the Florida. Adaptation projects become more complex as compared to standard water resource projects as future adaptation and service life of materials become critical in addition to the normal engineering, permitting, and construction. This takes a unique skillset, which few firms can replicate like Cummins Cederberg. We have a longstanding relationship with Miami - Dade Parks Department and have developed long- term adaption plans for their seven major waterfront parks (e.g., Matheson Hammock, Crandon, Haulover, Black Point). These plans outline current and future requirements to address sea level rise in a dynamic and applied manner, to gradually implement adaptation and resiliency measures over time. Solutions were provided at multiple price points to provide a menu of options such as seawalls, revetments, and living shorelines with various enhancements including floating boardwalks. We also developed and now maintain a "Living Shoreline Database" for FDEP, thus are intimately familiar with various designs throughout the State. As Matheson Hammock Park continued to experience record tidal flooding, they relied on Cummins Cederberg to develop solutions for protection for not just one, but all of their waterfront parks RFQ-PN Proposal Narrative Page 10 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Curtis + Rogers worked with the City of Miami to develop solutions for Alice Wainwright Park as the park faced threats from sea level rise Landscape Design Curtis + Rogers Design Studio is a leader in executing projects with an environmentally conscious, sustainable, and resilient approach. The firm is keenly aware that our environmental conditions are changing because of climate change. Our local- Miami dynamics are facing the difficult challenges posed by sea level rise; as such Curtis + Rogers continue to be on the forefront of resilient design by providing adaptation strategies for their most recent projects: the Miami Marine Stadium, the Adaptive Redesign of Jose Marti Park, Alice Wainwright Park, Southwest Streetscape Master Plan, City of Hollywood Tidal Flooding Mitigation, and the alternative solutions to the USACE flood wall proposal. Storm protection of infrastructure may take form in landscape berms, expanded wildlife habitat, waterfront features, and play areas designed to withstand storm conditions. To engage, educate and excite residents about a new waterfront park, our team will work hand in - hand with the City, to foster a shared dialogue, develop tailored approaches, and build community support toward implementable solutions. Construction Through numerous types of coastal and marine projects in South Florida, including Miami, we are familiar with the capabilities of local and regional contractors. This will be key in designing a functional project that is cost effective. We have a dedicated construction manager, Rasheed Muslimani, who is the Construction Manager for the Dinner Key Marina Restoration project and is routinely involved in complex projects. Our team, which also includes Basulto & Associates, the MEP consultant for the Dinner Key Marina Restoration project, understand the landside infrastructure at the project side. Specific changes to the upland utilities were required as part of the marina project and our team will bring the knowledge for potential expansion of these utilities to recreational facilities on the islands. As an alternative to expanding landside utilities, Basulto & Associates in coordination with Cummins Cederberg is currently exploring solar and alternative sources for a project at Matheson Hammock Park we are collaborating on. RFQ-PN Proposal Narrative Page 11 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering City of Miami, Department of Procurement Qualifications of Proposer - 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. Marine and Coastal Engineering Services RFQ No.: 20-21-016 RFQ Title: Dinner Key Marina Breakwater Mitigation Name of Proposer: Cummins Cederberg, Inc. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Marinas, waterfront structures, docks, bulkheads, living shorelines, sea level rise mitigation, coastal resiliency Type of Firm: Corporation ❑ LLC ❑ Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other ❑ Certified Small or Minority Owned Business: Yes ❑ No ❑ Issued by (name): Miami -Dade County Type of Ownership Certification(s): NA Is this the Proposer's Office its main office? Yes ❑ No ❑ If No, please provide your main office location: Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑ No ❑ If "Yes," indicate location of offices: Fort Lauderdale, Jupiter, St. Petersburg, Tallahassee Number of years in business under current name: 11 . 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): NA Type and number of projects completed in the past 5 years: Design/Bid/Build: 60 Design/Build: 20 Private Sector: 250 City of Miami: 2 CM -at -Risk: 0 N/A ❑ Federal Government: 3 State/County/Municipal: 15 Name of Projects: Marine engineering services for Wagner Creek bulkhead, and marine engineering services for Miami Marine Stadium Boat Ramps Residential/Residential High -Rise: 0 Office: 0 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 0 Retail: 0 270 - marinas, shipyards, docks, bulkheads, ports beaches, living shorelines, beaches, environmental assessment, resiliency, condition assessments, expert services, coastal engineering studies, marine biological services, environmental permitting, policy, grant writing RFQ-QPC Qualifications of Proposer RFQ-QPC Revised 05/25/21 Page 12 Marine diItaa [Egg' nedrig§Seivbxes Dinner Key tainikaEBresilicwirtertAtiltigidinn CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Qualifications of Proposer - 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 Jannek Cederberg, PE President 50 Jason Cummins, PE Vice President 50 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 le discretion reject the Response as non -responsive. By: ure of Authori. c7 O- icer Jannek Cederberg, PE Printed Name 07/15/2021 Date President Title RFQ-QPC Qualifications of Proposer RFQ-QPC Revised 05/25/21 Page 13 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Licenses & Litigation Copies of all personnel professional licenses and litigation statements are provided and found in Section C of the proposal due to the three page requirement for section RFQ-QPC. A summary of litigation can be found below. Cummins Cederberg, Inc. - No litigation - Licenses listed in Section C. Curtis + Rogers Design Studio - No litigation - Licenses listed in Section C. Basulto & Associates - Litigation listed in Section C. - Licenses listed in Section C. AECOM - Litigation listed in Section C. - Licenses listed in Section C. APTIM - No litigation - Licenses listed in Section C. NV5 - Litigation listed in Section C. - Licenses listed in Section C. 300 - Litigation listed in Section C. - Licenses listed in Section C. DHI - Litigation listed in Section C. - Licenses listed in Section C. RFQ-QPC Qualifications of Proposer Page 14 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS 1 CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Dinner Key Marina Repairs/ 3400 Pan American Dr., Miami, FL 33133 Name(s) and Role(s) of Proposer working on this Reference Project: Jason Taylor, PE / EOR; Jason Cummins, PE / PM; Reference Project Description: Restoration of marina Rasheed Muslimani, PE, PMP/ Construction Manager Scope of Services Provided: Marine engineering, engineer of record, special inspections, and construction management Compensation for Services: $ 800,000 Project Started: 12/2019 Project Completed: ongoing Project Construction Cost: $ 22M Construction Started: 12/2019 Construction Completed: Ongoing Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:Jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes n No Project Duration: ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? n Yes n Yes n Yes ❑ No ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Reference Company Name: City of Miami Reference Name/Title & Position: Robert Fenton / Sr. Construction Reference Phone Number: 305-416-1002 Reference Contact E-mail:rfent0n@miamig0v.c0m PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 15 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Dinner Key Marina Repairs Scope: • Marine engineering design • Construction drawing development • Municipal permitting • Hurricane impacts • Specialty inspections • Construction support • Utility coordination • Final inspections • Permit close out Relevant Experience: • Marine engineering design • Hurricane impacts • Construction management • Biscayne Bay Aquatic Preserve • Project management • Utility coordination • Project site knowledge • Construction phasing • Local marine contracter knowledge • City of Miami processes and procedures • FEMA funding Assigned Personnel & Role: • Jason Cummins, PE - Project Manager • Jason Taylor, PE - Engineer of Record • Rasheed Muslimani, PE, PMP - Construction Manager • Leonard Barrera, PE, WEDG - Coastal Engineer • Ken Chang, El - Construction Administration • Sanjana Gonsalves - Construction Administration RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 16 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Dinner Key Marina Repairs Description Dinner Key Marina is Florida's largest marina with 582-slips. Following Hurricane Irma, the marina suffered significant damage, impacting 60% of the dockage. Vessels were torn from their moorings and crashed into other vessels, as well as the docks, damaging all 9 piers. Cummins Cederberg is the lead marine engineer for this $22M design -build contract to restore the marina to operating condition with repair or replacement of fixed concrete and timber dock structures, a fire protection system, electrical service and lighting, sewage pump out, domestic water, and a communication/security system. Responsibilities include engineering and construction drawing development, municipal permitting, and construction services including specialty inspections, product documentation management, and active construction support. A unique feature not in the original approach and value added by the design -build team in collaboration with the City was a crucial decision to raise the finger piers to increase storm resiliency. This year's king tides showed record high water levels. The recently renovated piers experience no flooding, while the docks remaining to be renovated were under water. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 15 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS 1 CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Adaptive Redesign of Jose Marti Park / 351 SW 4th Ave, Miami, FL 33130 Jannek Cederberg, PE/ Lead Coastal Engineer; Leonard Barrera, Name(s) and Role(s) of Proposer working on this Reference Project: PE / Coastal Engineer; Danielle Irwin, Adaptation Specialist Reference Project Description: Redesign of a 13-acre multi -use recreational space on the Miami River to minimize flooding Scope of Services Provided: Environmental consulting, coastal resiliency, marine engineering design, permitting, grant management Compensation for Services: $ 260,000 Project Started: 12/2019 Project Completed: Ongoing Project Construction Cost: $ —25M Construction Started: 01/2022 Construction Completed: TBD Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: n Yes n No Project Duration: ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? n Yes ❑ No ■❑ N/A Was the Proposer responsive to the Project Owner? n Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? n Yes ❑ No ❑ N/A Reference Company Name: City of Miami Reference Name/Title & Position: Keith Ng/ Project Manager Reference Phone Number: 305-416-1298 Reference Contact E-mail:keithng@miamigov.com PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 16 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Jose Marti Park Adaptive Redesign Scope: • Bathymetric survey • Engineering inspection • Coastal resiliency modeling • Waterfront engineering design • Marine resource survey • Tidal flooding mitigation • Environmental permitting • Grant funding opportunities and application Relevant Experience: • Waterfront engineering design • Living shoreline • Biscayne Bay Aquatic Preserve • Flood mitigation • Coastal resilience • City of Miami processes and procedures • Environmental permitting • Waterfront recreational park • Sea level rise adaptation • Community engagement • Funding Assigned Personnel & Role: • Jannek Cederberg, PE - Lead Coastal Engineer • Danielle Irwin, CFM, WEDG -Adaptation Specialist • Jason Taylor, PE - Senior Marine Engineer • Leonard Barrera, PE, WEDG - Coastal Engineer • Sahar Haddadian, El, PhD - Coastal Engineer • Rebecah Delp, WEDG - Environmental Specialist • Christie Hurley, WEDG - Environmental Specialist • Caroline Jasperse - Environmental Specialist RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 17 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Jose Marti Park Adaptive Redesign Description The 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. Cummins Cederberg is responsible for the inundation modeling, waterfront engineering design, environmental permitting, and grant management. The proposed work includes a floating boardwalk which will provide access for direct water engagement. This will provide the park with a 360-degree classroom experience which requires the strategic placement of the structure with the Miami River on the waterside and the living shoreline planter on the landward side. The proposed kayak launch will serve as a passive recreational area with public access to the Miami River and Biscayne Bay, a resource not otherwise provided in the direct adjacent neighborhood. The living shoreline and resilient seawall accommodate multiple goals of increasing shoreline stabilization and improving ecosystem services to the area by adding innovative reef wall paneling to the proposed seawalls. The proposed fixed viewing platforms will provide a stable area for the park users to have an urban viewshed of the Miami River and surrounding areas. The platforms are proposed with Fibergrate Micromesh Grating to allow light penetration below for new potential submerged resource establishment (e.g., seagrasses) and HDPE. Oyster mesh is proposed on the sides of the viewing platforms which will hopefully recruit and enhance oyster populations in the area. Lastly, the coastal design includes a water taxi slip for potential water -based commuter services to create a more interconnected transportation option to Miami Beach and other possible locations around the Biscayne Bay. The project includes updating educational signage and improving the park's stormwater systems by retrofitting some outfalls by adding tidal backflow prevention valves. k st 'MSil'l�lUll,h !C CURTIS + ROGERS DESIGN STUDIO �. RFQ-EPC Proposers Experience Page 18 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: The Bay Park / 655 N Tamiami Trail, Sarasota, FL 34236 Penny Cutt/ PM; Chrisite Hurley, Francesca Fourney, Anne Laird, Name(s) and Role(s) of Proposer working on this Reference Project: Trisha Stone, Rebecah Delp / Marine Scientists Reference Project Description: Long term master plan for 53-acres of city -owned land along Sarasota Bay Scope of Services Provided: Benthic resource mapping, stormwater improvements, environmental permitting Compensation for Services: $ 223,700 Project Construction Cost: $--225M Project Started: 02/2020 Project Completed: ongoing Construction Started: 08/2019 Construction Completed: ongoing Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes n No Project Duration: ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? n Yes ❑ No ■❑ N/A Was the Proposer responsive to the Project Owner? n Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? n Yes ❑ No ❑ N/A Reference Company Name:The Bay Park Conservancy Reference Name/Title & Position: Bill Waddell / Director Reference Phone Number: 941266 1717 Reference Contact E-mail: bill.waddill@sbpo.org PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 19 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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 Bay Park Scope: • Benthic resource surveying • Stormwater improvements • Environmental permitting Relevant Experience: • Environmental resources in urban environment • Complex environmental permitting • Waterfront recreational park • Proximity to commercial uses Assigned Personnel & Role: • Penny Cutt - Lead Environmental Specialist • Christie Hurley, WEDG - Environmental Specialist • Anne Laird - Environmental Specialist • Gina Chiello, WEDG - Environmental Specialist • Trisha Stone, PWS - Environmental Specialist • Rebecah Delp, WEDG - Environmental Specialist • Francesca Fourney- Environmental Specialist RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 20 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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 Bay Park Description: The Bay Park in Sarasota is a multi -phase 53-acre waterfront park project that will enhance the natural shoreline while ensuring public access to Sarasota's bayfront. The project is designed to showcase the natural environment and resources of Sarasota and allow public enjoyment through recreation. The project includes an open lawn, stormwater improvements, floating kayak dock and launch with mangrove trimming, an overlook pier, mangrove walk around the bayou, and a spiral boardwalk. To assess potential impacts to marine resources and to assist in the planning and design of the project, Cummins Cederberg was retained to conduct literature search of the area, collect baseline data via a marine resource survey, write an environmental impact analysis, and develop monitoring and coral relocation plans. Cummins Cederberg marine biologists began conducting annual surveys in 2020, laying out transects 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 was 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. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 21 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS 1 CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Sea Level Rise and Flood Mitigation Plan / 9610 Old Cutler Road Jannek Cederberg, PE/ PM; Leonard Barrera, PE/ Coastal Name(s) and Role(s) of Proposer working on this Reference Project: Engineer; Gina Chiello, WEDG / Environmental Specialist Reference Project Description: Sea level rise and flood mitigation roadmap used for park infrastructure repairs Scope of Services Provided: LiDAR survey data, flood mitigation planning, budget planning, sea level rise planning, stakeholders Compensation for Services: $ 90,000 Project Construction Cost: $-50M Project Started: 03/2017 Project Completed: 03/2018 Construction Started: NA Construction Completed: NA Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes n No Project Duration: 1 year If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? n Yes ❑ No ■❑ N/A Was the Proposer responsive to the Project Owner? n Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? n Yes ❑ No ❑ N/A Reference Company Name: Miami -Dade County Parks Reference Name/Title & Position: Angel Trujillo / Construction Mgr. Reference Phone Number:305 755 7800 Reference Contact E-mail: angel.trujillo@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 22 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Sea Level Rise & Flood Mitigation Plan Scope: • Flood mitigation planning • Budget planning • Sea level rise analysis • Stakeholder involvement • Environmental permit strategy • Coastal analysis • Waterfront planning and design Relevant Experience: • Sea level rise adaptation • Waterfront park • Biscayne Bay Aquatic Preserve environmental permitting • Living shoreline • Environmental resources • Extreme storm condition knowledge • Waterfront planning and design Assigned Personnel & Role: • Jannek Cederberg, PE - Project Manager • Jason Cummins, PE, Senior Coastal Engineer • Jason Taylor, PE, Senior Marine Engineer • Leonard Barrera, PE, WEDG - Coastal Engineer • Gina Chiello, WEDG - Environmental Specialist RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 23 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Sea Level Rise & Flood Mitigation Plan Description: Cummins Cederberg was engaged to prepare a Sea Level Rise Flood Mitigation plan, relative to Matheson Hammock Park. The primary objective was to analyze the impacts of sea level rise on the park's infrastructure and operations, as well as develop flood mitigation and adaptation concepts for planning and budgeting purposes. This park is relatively low lying, which results in flooding to some areas during high tide events. Flooding is a nuisance to visitors, as areas become inaccessible. Cummins Cederberg 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 understand and document current conditions as they relate to environmental permitting; conducted an 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 an overall Capital Improvement Plan. The plan is unique, as it combines sea level rise projections, practical concepts and on -the -ground implementation experience with maintenance and replacement requirements relative to overall service life. Upon successful completion the county reengaged Cummins Cederberg to complete six more, which will incorporate all of their waterfront parks. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 24 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS 1 CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Crandon Marina Sedimentation / 4000 Crandon Blvd, Key Biscayne Jason Cummins, PE/ PM; Jannek Cederberg, PE/ Lead Coastal Name(s) and Role(s) of Proposer working on this Reference Project: Engineer; Leonard Barrera, PE / Coastal Engineer Reference Project Description: Analysis of coastal procedures to determine source of sedimentation near channel Scope of Services Provided: Field investigations, coastal engineering analysis, shoreline stabilization design Compensation for Services: $ $56,000 Project Construction Cost: $1.3M Project Started: 2012 Construction Started: NA Project Completed: 2013 Construction Completed: NA Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes n No Project Duration: 1 year If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Miami -Dade County Parks Reference Name/Title & Position: Angel Trujillo / Construction Mgr. Reference Phone Number:305-755-7800 n Yes n Yes n Yes n Yes ❑ No ❑ No ❑ No ❑ No ❑ N/A ■❑ N/A ❑ N/A ❑ N/A Reference Contact E-mail: angel.trujillo@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 25 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Crandon Marina Sedimentation Scope: • Shoreline stabilization design • Coastal engineering analysis • Current and water level measurements • Coastal modeling • Coastal structure desing • Marine resource survey Relevant Experience: • Complex coastal analysis • Coastal structure design • Biscayne Bay Aquatic Preserve Permitting • Marine resources • Waterfront park Assigned Personnel & Role: • Jason Cummins, PE - Lead Marine Engineer • Jannek Cederberg, PE - Lead Coastal Engineer • Leonard Barrera, PE - Coastal Engineer RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 15 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Crandon Marina Sedimentation Description: Crandon Marina is located along the northwest shoreline of Key Biscayne fronting Biscayne Bay and specifically adjacent to Bear Cut. Severe sedimentation occurs in the northwestern portion of the marina close to the entrance channel, preventing mooring in certain slips and consequently a loss in revenue. Cummins Cederberg was selected to determine the source and cause of the sedimentation as well as provide a solution. The project area is exposed to both high tidal currents and wind generated waves in Biscayne Bay. Due to the large tidal prism in Biscayne Bay, and limited flow pathways in north Biscayne Bay, high current speeds are experienced during ebb and flood tide in Bear Cut. Field investigations including surveying, marine resource mapping, sediment sampling, as well as tide and current measurements were performed. A wave analysis was subsequently conducted to understand wave characteristics during normal conditions for the subsequent sediment transport assessment, and extreme wave conditions for the design of coastal structures. A detailed numerical hydrodynamic model was developed to simulate the tidal flow within Biscayne Bay and specifically the tidal flow patterns at the project site. The numerical model was calibrated to current measurements obtained at specific locations. Based on the results of the wave and hydrodynamic analyses, the sediment transport at the site was assessed to understand the governing mechanism in transporting excessive material into the marina. Concepts to eliminate or reduce sedimentation were developed and compared relative to the current practice of dredging. The comparison included short and long-term costs, along with environmental and engineering constraints. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 16 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Bentley Bay Marina / 520 West Ave, Miami Beach Jason Cummins, PE/ PM; Jason Taylor, PE/ Lead Structural Name(s) and Role(s) of Proposer working on this Reference Project: Engineer; Gina Chiello, WEDG / Lead Environmental Specialist Reference Project Description: Marina design with strict environmental regulatory challenges within BBAP Scope of Services Provided: Engineering design of marina, environmental permitting, construction administration Compensation for Services: $ 66,450 Project Construction Cost: $1.3M Project Started: 2016 Project Completed: 2019 Construction Started:2017 Construction Completed: 2019 Proposer's Company Name: Cummins Cederberg, Inc. Proposer's Title/Position: Vice President Company's Contact Facsimile Number: 305-974-1969 Company's Contact Name: Jason Cummins, PE Company's Contact Phone Number: 305-741-6155 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: n Yes n No Project Duration: 3 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? 17 Yes I] No 17 Yes I] No 17 Yes I] No ■❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Reference Company Name: Robins Companies Real Estate Reference Name/Title & Position: Scott Robbins / President Reference Phone Number: 305-674-0600 Reference Contact E-mail: scott@robinscompanies.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 RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 17 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Bentley Bay Marina Scope: • Marine engineering design • Environmental permitting • Submerged land ownership research • Construction administration Relevant Experience: • Marine engineering desing • Biscayne Bay Aquatic Preserve environmental permitting • Local contractor knowledge • Hurricane design conditions • Complex submerged lands ownership Assigned Personnel & Role: • Jason Cummins, PE - Lead Marine Engineer • Jason Taylor, PE - Lead Coastal Engineer • Leonard Barrera, PE - Coastal Engineer • Gina Chiello, WEDG - Lead Environmental Specialist RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 18 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Bentley Bay Marina Description: Bentley Bay is located just north of the MacArthur Causeway, within the Biscayne Bay Aquatic Preserve and adjacent to sovereign submerged lands. As such, the site is subject to environmental regulatory challenges where new marinas are typically not allowed to be constructed. Through research of submerged lands ownership and historical use at the site, as well as extensive negotiations with the regulatory agencies, environmental permits from USACE, FDEP, and Miami -Dade County DERM were secured for the new marina. In addition to the typical regulatory approvals, an FDEP Sovereign Submerged Lands (SSLL) lease and DERM Marina Operating Permit (MOP) were also secured. Cummins Cederberg designed the marina utilizing concrete piles, cap, and beams with grated decking, as required to allow for adequate light penetration to reach the submerged bottom supporting seagrass habitat. Structural design of the docks relative to extreme conditions ad vessel loads was conducted. Design services also included material selection and coordination of utilities. Construction administration was performed including bidding, inspections, field reports and permit close-out. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 19 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Deck Repairs at Sunset Harbour Yacht Club / 1928 Sunset Harbour Dr, Miami Beach Jason Cummins, PE/ PM; Jannek Cederberg, PE/ Lead Coastal Name(s) and Role(s) of Proposer working on this Reference Project: Engineer; Leonard Barrera, PE, WEDG / Coastal Engineer Reference Project Description: Repairs to concrete slabs, piles, and environmental permitting Scope of Services Provided: Engineering design, coastal engineering, environmental permitting, construction administration Compensation for Services: $ 100,000 Project Construction Cost: $1M Project Started: 2012 Project Completed: 2014 Construction Started:2013 Construction Completed: 2014 Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: Ongoing Continuing Services If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name:SUnset Harbour Yacht Club Reference Name/Title & Position: Doug Mason / Manager Reference Phone Number:305 398 6800 Reference Contact E-mail: dmason@sunsetharbouryc.com n Yes ❑ No ❑ N/A n Yes ❑ No ❑ N/A n Yes ❑ No ❑ N/A n Yes ❑ No ❑ N/A PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 20 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Sunset Harbour Yacht Club Scope: • Engineering design • Environmental permitting • Submerged land ownership research • Construction administration Relevant Experience: • Marine engineering desing • Biscayne Bay Aquatic Preserve environmental permitting • Construction phasing • Hurricane design conditions • Local contractor knowledge • Wave attuation Assigned Personnel & Role: • Jason Cummins, PE - Lead Marine Engineer • Jannek Cederberg, PE - Lead Coastal Engineer • Jason Taylor, PE - Lead Structural Engineer • Leonard Barrera, PE - Coastal Engineer • Gina Chiello, WEDG - Lead Environmental Specialist RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 21 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Sunset Harbour Yacht Club Description: The Sunset Harbour Yacht Club is a luxury marina located in Miami Beach, Florida and is characterized with 125 slips, catering to vessels ranging from 45 to 150 feet in length. The marina consists of concrete slabs, piles and caps, installed in the 198O's. Cummins Cederberg was retained to conduct an above and below water structural inspection of the existing dock components to ensure the dock could withstand the large loading associated the yachts. The Cummins Cederberg engineering team performed an in-depth inspection noting magnitude and location various defects observed. As part of the team noted that an existing wave attenuation designed incorrectly further accelerated the deterioration, as incoming waves would reflect resulting in increased salt sprays to docks areas. Cummins Cederberg's staff is trained to not only identify the deterioration but also pinpoint the cause of the deterioration. Based on the inspection findings, Cummins Cederberg performed engineering design of recommended repairs, and processed the proposed marine works through the 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 Engineer stayed in close contact with the contractor's crew to ensure repairs were conducted correctly including removal and cleaning of deteriorated material as well as use of material for repairs. Construction was performed on time and within 10% of the original construction estimate developed by a Cummins Cederberg as part of the initial inspection. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 22 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS 1 CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Ocean Cay Marine Reserve / 20 miles south of Bimini Jason Cummins, PE/ PM; Jannek Cederberg, PE/ Lead Coastal Name(s) and Role(s) of Proposer working on this Reference Project: Engineer; Leonard Barrera, PE / Coastal Engineer Reference Project Description: Private island design and creation for luxury cruise line Scope of Services Provided: Shoreline stabilization design, wave modeling and analysis, bathy survey, hurricane modeling Compensation for Services: $ 900,000 Project Construction Cost: $-200M Project Started: 2015 Project Completed: 2019 Construction Started:2017 Construction Completed: 2019 Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes 1-1No Project Duration: 4 years If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? n Yes ❑ No ❑ N/A Was the Proposer responsive to the Project Owner? n Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? n Yes ❑ No ❑ N/A Reference Company Name: Bermello Ajamil & Partners Reference Name/Title & Position: Scott Bakos / Vice President Reference Phone Number: 305989 9953 Reference Contact E-mail: sbakos@bermelloajamil.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 RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 23 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Ocean Cay Marine Reserve Scope: • Shoreline stabilization design • Wave analysis and modeling • Bathymetric survey • Hurricane modeling • Construction administration • Wave analysis • Storm surge analysis • Wave loads • Flood elevation Relevant Experience: • Shoreline stabilization in extreme environment • Coastal analysis • Waterfront park experience • Flood map for upland strucutres • Design conditions for upland structures • Wave attenuation • Wave loads • Island creation/expansion Assigned Personnel & Role: • Jason Cummins, PE - Lead Marine Engineer • Jannek Cederberg, PE - Lead Coastal Engineer • Leonard Barrera, PE - Coastal Engineer • Gina Chiello, WEDG - Environmental Specialist RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 24 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Ocean Cay Marine Reserve Description: Ocean Cay is located in the southern portion of the Bimini Islands. Cummins Cederberg was retained to lead surveying, coastal engineering, analysus and design, Environmental Impact Analysis (EIA) and Environmental Management Plan (EMP). Topographic and bathymetric surveying were performed along with rectified aerials. Due to the remote location, existing information was limited and thus many items, such as control points and water levels, had to be established. A long-term tidal study was performed to determine tidal levels, which is critical when evaluating both dredge and storm surge elevations. A marine resource survey was conducted to map marine resources, such as seagrass and corals, which could potentially be impacted by the construction. An EIA was prepared and approved by the BEST commission. Detailed hurricane and wave modeling were conducted utilizing the advanced MIKE21 software to determine extreme wave and storm surge conditions. A flood map with minimum finished floor elevations was prepared for use by the design team. Directly following the analysis, the island was impacted by Hurricane Matthew, which was similar to one of many hurricane events simulated. The model storm surge elevations were consistent with the observed impacts. A detailed sediment transport study was performed for subsequent use in the beach design. Nearly two miles of beach was created along the island perimeter and within two interior lagoons. Water circulation modeling was performed to ensure a high rate of water exchange in the lagoons. Wave loads during extreme conditions were determined for marine structures. Shoreline stabilization was designed along critical areas of the island perimeter to ensure stability during extreme hurricane conditions. The shoreline stabilization included placement of 100,000 tons of rock, including areas near water depths up to 60 feet. Expansion of the island through reclamation and excavation was design involving earthwork almost 1 million cubic yards. RFQ-EPC Proposers Experience Page 25 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Lake Worth Inlet Flood Shoal Dredging Jannek Cederberg, PE/ PM; Jason Cummins, PE; Jordon Cheifet, Name(s) and Role(s) of Proposer working on this Reference Project: PE; Leonard Barrera, PE / Coastal Eng; Gina Chiello / Permitting Reference Project Description: Dredge design for inlet flood shoal Scope of Services Provided: Coastal engineering, enironmental permitting, marine resources, current measurements Compensation for Services: $ 181,815 Project Construction Cost: $TBD Project Started: 2019 Project Completed: ongoing Construction Started: Construction Completed: Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: n Yes n No Project Duration: ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? n Yes ❑ No ❑ N/A 1Yes I] No III NIA n Yes ❑ No ❑ N/A n Yes ❑ No ❑ N/A Reference Company Name: Marine Industries Association Reference Name/Title & Position: Eric Anderson, Accountant Reference Phone Number: 561-233-2514 Reference Contact E-mail: EAnderson@pbcgov.org PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 26 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Lake Worth Inlet Flood Shoal Dredging Scope: • Bathymetric survey • Marine resource assessment • Mitigation negeotiation • Coastal modeling • Dredge design • Sediment transport analysis • Environmental permitting • Public outreach Relevant Experience: • Marine resources • Mitigation • Coastal modeling • Sediment transport analysis • Environmental permitting • Coastal design • Public outreach Assigned Personnel & Role: • Jannek Cederberg, PE - Lead Coastal Engineer • Gina Chiello, WEDG - Lead Environmental • Jordon Chiefet, PE - Senior Coastal Engineer • Leonard Barrera, PE, WEDG - Coastal Engineer • Rebecah Delp, WEDG - Environmental Permitting • Jon Cunningham, El - Project Engineer RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 27 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Lake Worth Inlet Flood Shoal Dredging Description: Cummins Cederberg is providing coastal engineering and environmental consulting services for the Lake Worth Inlet Flood Shoal Dredging Project, located adjacent to the Port of Palm Beach, Peanut Island Park, and the Lake Worth Inlet. Cummins Cederberg designed the project, which consists of dredging a portion of the eastern perimeter and a center cut through the shoal to increase navigation and safety. The center cut will restore sediment deposition capacity in areas where sediment has historically deposited. As an additional benefit, it will increase access to the interior of the shoal and help reduce vessel density along the eastern and northern perimeters improving navigation and safety in the marked channels. Consulting services include bathymetric survey, current measurements, marine resource survey, engineering design and drawings, FDEP and USACE environmental permitting, coordination and participation in public stakeholder meetings, and coastal engineering analysis. The bathymetric survey and current data were used for coastal modeling and subsequent design. To better understand the highly complex dynamics of the flood shoal and evaluate effects post -dredging, a coastal analysis was performed. General coastal processes (waves and tidal hydrodynamic), sediment characteristics, sediment transport patterns, infilling time and anticipated dredge frequency, and impact to the Intracoastal Waterway west of the Lake Worth Inlet flood shoal based on cross -sectional profile and potential slope adjustments, as well as anticipated sand movement and deposition were evaluated. The bathymetric survey will also serve as a basis for the dredge design, which will be developed for reshaping of the flood shoal. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 28 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Proposer - Reference Form - RFQ-EPC INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Great Stirrup Cay Jannek Cerberg, PE / Jason Cummins, PE / Leonard Barrera, Name(s) and Role(s) of Proposer working on this Reference Project: PE, WEDG / Rebecah Delp, WEDG Reference Project Description: Private island design and creation for luxury cruise line Scope of Services Provided: Shoreline stabilization design, wave modeling and analysis, bathy survey, hurricane modeling Compensation for Services: $ 500,000 Project Construction Cost: $-9M Project Started: 2019 Project Completed: 2021 Construction Started:2019 Construction Completed: 2021 Proposer's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jason Cummins, PE Proposer's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number: 305-974-1969 Company's Contact E-mail:jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes n No Project Duration: ongoing If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? n Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? n Yes ❑ No ■❑ N/A Was the Proposer responsive to the Project Owner? n Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? n Yes ❑ No ❑ N/A Reference Company Name: Bermello Ajamil & Partners Reference Name/Title & Position: Scott Bakos / Vice President Reference Phone Number: 561233 2514 Reference Contact E-mail: EAnderson@pbcgov.org PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 29 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Great Stirrup Cay Scope: • Wave analysis • Coastal processes • Hurricane modeling • Shoreline protection • Breakwater design • Storm surge analysis • Flood mapping • Marine resource mapping • Environmental permitting • Marine construction Relevant Experience: • Wave analysis • Coastal processes • Hurricane modeling • Shoreline protection • Breakwater design • Storm surge analysis • Marine resource mapping • Marine construction Assigned Personnel & Role: • Jannek Cederberg, PE - Lead Coastal Engineer • Jason Cummins, PE -Senior Coastal Engineer • Jason Taylor, PE - Senior Marine Engineer • Leonard Barrera, PE, WEDG - Coastal Engineer • Sahar Haddadian, PhD, El - Coastal Engineer • Gina Chiello, WEDG - Environmental Specialist • Rebecah Delp, WEDG - Coral Relocation • Anne Laird - Coral Relocation RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 30 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 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). Great Stirrup Cay Description: Cummins Cederberg designed 2,000 feet of world class beach for Norwegian Cruise Line (NCL) as part of the revitalization of their exclusive private cruise destination island, Great Stirrup Cay. Cummins Cederberg prepared design drawings for the beach improvements, including coastal structures, beach nourishment and modification to existing natural and artificial lagoon features. The beach design including detailed studies and modeling to determine long term shoreline position as governed by the complex island configuration and the need for coastal structures to stabilize the beach. A complex boussinesq wave model was utilized to simulate the propagation of offshore wave conditions to secluded areas of the island, considering the effects of wave diffraction and reflection on proposed shoreline stabilization conditions. This also included determining Equilibrium Toe of Fill (ETOF) to accurately determine volume requirements and not impact environmental resources. As part of the beach design and overall planning efforts, Cummins Cederberg prepared a coastal engineering analysis to support the design of proposed improvements. Based on the coastal engineering analysis, Cummins Cederberg evaluated the feasibility of an offshore pier structure, including preliminary design of structural elements and construction cost estimating. Logistical constraints were evaluated relative to the exposed location and potential impacts to construction activities and overall schedule. RFQ-EPC Revised 05/25/21 RFQ-EPC Proposers Experience Page 31 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering 11 r) u 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-responsiveMarine and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Jason Cummmins, PE, Project Manager Years of Related License No.: PE71538 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, ports 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: 30 Design/Build: 15 CM -at -Risk: 0 N/A ❑ Private Sector: 80 Federal Government: 0 State/County/Municipal: 10 City of Miami: 1 Name of Projects: Dinner Key Marina Repairs, Marine Stadium Boat Ramp Jose Marti Prak Redevlopment, Matheson Hammock Park SLR Study, Island Queen Dock Replacement Residential/Residential High -Rise: 0 Office: 0 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 2 Retail: 0 270 marinas, shipyards, docks, ports, bulkheads List previous projects similar in scope, size, and complexity: Seahaven 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 the City may at its sole discretion reject the Response as non -responsive By: 07/15/2021 Signaturethorized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Revised 05/25/21 RFQ-QKP Qualifications of the PM Page 32 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE • 15 EDUCATION • MSc Coastal and Oceanographic Engineering, University of Florida, 2006 • BSc Civil Engineering, University of Florida, 2004 LICENSES/CERTIFICATIONS • Florida PE No. 71538 • Certified Diver • FHWA A-NHI 130091 Underwater Bridge Inspector PROFESSIONAL AFFILIATIONS • Waterfront Recreation Access Plan (WRAP), Miami -Dade County • Urban Land Institute (ULI) SE Florida/Caribbean, Member • American Society of Civil Engineers, ASCE • American Institute of Architects • South Florida Association of Environmental Professionals • Bill Baggs Cape Florida State Park Board Member Jason Cummins, PE Project Manager Jason Cummins is a Senior Project Manger/ 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 capable of designing marine facilities, shoreline stabilization and coastal structures and 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. Dinner Key Marina, Miami Beach, FL I City of Miami I Robert Fenton, rfenton@miamigov.com, 305-416-1002 ( Fees: $800,000 I Value: $810,700 2019 — Ongoing Lead marine structural engineer for the restoration of Dinner Key Marina. Responsibilities include engineering and construction drawing development, environmental and municipal permitting, and construction services including specialty inspections, product documentation, and active construction support. Repairs at Sunset Harbour Yacht Club, Miami Beach, FL I Sunset Harbour Yacht Club I Doug Mason, dmason@sunsetharbouryc.com, 305-398-6800 Fees: $100,000 I Value: $100,000 1 2012 — Ongoing Repairs of concrete slabs, caps, and piles for a 125-slip yacht marina. Detailed repair drawings were prepared with specific criteria to minimize impacts to adjacent structures, including the removal and replacement of severely deteriorated deck slabs. In addition, ongoing engineering support services have been provided for various projects since 2013. Bentley Bay Marina, Miami, FL I Bentley Bay I Scott Robins, scott@robinscompanies.com, 305-674-0600 I Fees: $66,450 I Value: $93,927 2016 — 2017 Lead marine engineer for the design of a new marina utilizing concrete piles, cap, and beams with grated decking to allow for adequate light penetration for submerged bottom supporting seagrass habitat. Design services also included material selection and coordination of utilities. Seahaven Superyacht Marina, Dania Beach, FL I SK Holdings I Ken Blair, Ken@SKHOLDINGS.com, 561-625-9443 I Fees: $68,000 I Value: $68,000 December 2017 — November 2019 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. Part of the canal was excavated to create a new marina basin connected to the canal for this 40-slip superyacht marina. Peanut Island Flood Shoal Dredging, Riviera Beach, Florida I Marine Industries Association of Palm Beach County, Inc. I Eric Anderson, EAnderson1@pbcgov.org, 561-233-2514 I Fees and Value: $191,305 I April 2020- Ongoing Deployment of Acoustic Wave and Current Profiler (ADCP) units on the seabed of Lake Worth (Palm Beach) Inlet and on the seabed at the Blue Heron Bridge to measure current speeds throughout tidal variations. The ADCP's were placed and retrieved at the Inlet location in water depths of approximately 40 feet and at the Blue Heron Bridge location in water depths of approximately 15 feet. Upon retrieving the ADCP units, the measurement data was downloaded and processed to understand the magnitude and variation of the currents relative to the proposed dredging operation at the Peanut Island Shoal. RFQ-QKP Qualifications of the PM Page 33 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Project Manager (PM)- Reference Form - RFQ-EPM INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. ❑ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Dinner Key Marina Repairs / 3400 Pan American Dr., Miami, FL 33133 Name(s) and Role(s) of PM working on this Reference: Jason Cummins, PE / Engineer of Record Reference Project Description: Restoration of marina Scope of Services Provided: Marine engineering, EOR, special inspections, and construction management Compensation for Services: $800,000 Project Construction Cost: $ 22M PM's Company Name: PM's Title/Position: Project Started: 12/2019 Project Completed: Ongoing Construction Started: 12/2019 Construction Completed: Ongoing Cummins Cederberg,lnc President Company's Contact Facsimile Number. 305-974-1969 Company's Contact Name: Jannek Cederberg, Inc. Company's Contact Phone Number: 305-741-6155 Company's Contact E-mail: jcederberg@CumminsCederberg.com Project Completed on Time and within Budget: ❑ Yes ❑ No Project Duration: If "No," was the PM at fault or 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 Project Management Services? ❑✓ Yes ❑ No ❑ N/A Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in providing reviews and submittals? Reference Company Name: City of Miami Reference Phone Number: 305-416-1002 ❑✓ Yes ❑ No ❑ N/A ❑✓ Yes ❑ No ❑ N/A ❑✓Yes ❑ No ❑ N/A Reference Name/Title & Position: Robert Fenton / Sr. Construction Reference Contact E-mail: rfenton@miamigov.com PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Proposer) By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-EPM Revised 05/25/21 RFQ-EPM Experience of the Project Manager Page 34 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE THE PM'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). Dinner Key Marina Repairs Description Dinner Key Marina is Florida's largest marina with 582-slips. Following Hurricane Irma, the marina suffered significant damage, impacting 60% of the dockage. Vessels were torn from their moorings and crashed into other vessels, as well as the docks, damaging all 9 piers. Cummins Cederberg is the lead marine engineer for this $22M design -build contract to restore the marina to operating condition with repair or replacement of fixed concrete and timber dock structures, a fire protection system, electrical service and lighting, sewage pump out, domestic water, and a communication/security system. Responsibilities include engineering and construction drawing development, municipal permitting, and construction services including specialty inspections, product documentation management, and active construction support. A unique feature not in the original approach and value added by the design -build team in collaboration with the City was a crucial decision to raise the finger piers to increase storm resiliency. This year's king tides showed record high water levels. The recently renovated piers experience no flooding, while the docks remaining to be renovated were under water. RFQ-EPM Revised 05/25/21 RFQ-EPM Experience of the Project Manager Page 35 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Project Manager (PM)- Reference Form - RFQ-EPM INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Ocean Cay Marine Reserve / 20 miles south of Bimini Name(s) and Role(s) of PM working on this Reference: Jason Cummins, PE / Project Manager Reference Project Description: Private island design and creation for luxury cruise line Scope of Services Provided: Shoreline stabilization design, wave modeling and analysis, bathy survey, hurricane Compensation for Services: $ 1,006,997 Project Started: 2015 Project Completed: 2019 Project Construction Cost: $-200M Construction Started: 2017 Construction Completed: 2019 PM's Company Name: Cummins Cederberg, Inc Company's Contact Name: Jannek Cederberg, Inc. PM's Title/Position: President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number. Company's Contact E-mail: jederberg@CumminsCederberg.com Project Completed on Time and within Budget: n Yes ❑ No Project Duration: 4 years If "No," was the PM at fault or contribute to the delay(s) or increased cost? n Yes ❑■ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the PM provide Project Management Services? ✓❑ Yes ❑ No Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in providing reviews and submittals? Reference Company Name: Berman() Ajamil & Partners Reference Phone Number: 305-989-9953 ✓❑ Yes ❑ No ❑✓ Yes ❑ No El No ❑ N/A ❑ N/A ▪ N/A n N/A Reference Name/Title & Position: Scott Bakos/ Vice President Reference Contact E-mail: sbakos@bermelloajamil.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 RFQ-EPM Revised 05/25/21 RFQ-EPM Experience of the Project Manager Page 36 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE THE PM'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). 1I'IV'i�)i 1 Ocean Cay Marine Reserve Description: Ocean Cay is located in the southern portion of the Bimini Islands. Cummins Cederberg was retained to lead surveying, coastal engineering, analysus and design, Environmental Impact Analysis (EIA) and Environmental Management Plan (EMP). Topographic and bathymetric surveying were performed along with rectified aerials. Due to the remote location, existing information was limited and thus many items, such as control points and water levels, had to be established. A long-term tidal study was performed to determine tidal levels, which is critical when evaluating both dredge and storm surge elevations. A marine resource survey was conducted to map marine resources, such as seagrass and corals, which could potentially be impacted by the construction. An EIA was prepared and approved by the BEST commission. Detailed hurricane and wave modeling were conducted utilizing the advanced MIKE21 software to determine extreme wave and storm surge conditions. A flood map with minimum finished floor elevations was prepared for use by the design team. Directly following the analysis, the island was impacted by Hurricane Matthew, which was similar to one of many hurricane events simulated. The model storm surge elevations were consistent with the observed impacts. A detailed sediment transport study was performed for subsequent use in the beach design. Nearly two miles of beach was created along the island perimeter and within two interior lagoons. Water circulation modeling was performed to ensure a high rate of water exchange in the lagoons. Wave loads during extreme conditions were determined for marine structures. Shoreline stabilization was designed along critical areas of the island perimeter to ensure stability during extreme hurricane conditions. The shoreline stabilization included placement of 100,000 tons of rock, including areas near water depths up to 60 feet. Expansion of the island through reclamation and excavation was design involving earthwork almost 1 million cubic yards. RFQ-EPM Revised 05/25/21 RFQ-EPM Experience of the Project Manager Page 37 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Project Manager (PM)- Reference Form - RFQ-EPM INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. ❑ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Deck Repairs at Sunset Harbour Yacht Club / 1928 Sunset Harbour Dr., Miami Beach Name(s) and Role(s) of PM working on this Reference: Jason Cummins, PE / Engineer of Record Reference Project Description: Repairs to concrete slabs, piles, and environmental permitting Scope of Services Provided: Engineering design, coastal engineering, environmental permitting, construction ad - Compensation for Services: $ 100,000 Project Started: 2012 Project Completed: Ongoing Project Construction Cost: $ 1M Construction Started: NA Construction Completed: NA PM's Company Name: PM's Title/Position: Cummins Cederberg, Inc President Company's Contact Facsimile Number. 305-974-1969 Company's Contact Name: Jannek Cederberg, PE Company's Contact Phone Number: 305-741-6155 Company's Contact E-mail:jederberg@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: Ongoing If "No," was the PM at fault or 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 Project Management Services? ❑✓ Yes ❑ No ❑ N/A Did the PM provide Construction Management Services? Was the PM responsive to the Project Owner? Was the PM timely in providing reviews and submittals? Reference Company Name:Sunset Harbour Yacht Club Reference Phone Number: 305 398 6800 ❑✓ Yes ❑ No ❑ N/A ❑✓ Yes ❑ No ❑ N/A ❑✓Yes ❑ No ❑ N/A Reference Name/Title & Position: Doug Mason / Manager 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 RFQ-EPM Revised 05/25/21 RFQ-EPM Experience of the Project Manager Page 38 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE THE PM'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). Sunset Harbour Yacht Club Description: The Sunset Harbour Yacht Club is a luxury marina located in Miami Beach, Florida and is characterized with 125 slips, catering to vessels ranging from 45 to 150 feet in length. The marina consists of concrete slabs, piles and caps, installed in the 1980's. Cummins Cederberg was retained to conduct an above and below water structural inspection of the existing dock components to ensure the dock could withstand the large loading associated the yachts. The Cummins Cederberg engineering team performed an in-depth inspection noting magnitude and location various defects observed. As part of the team noted that an existing wave attenuation designed incorrectly further accelerated the deterioration, as incoming waves would reflect resulting in increased salt sprays to docks areas. Cummins Cederberg's staff is trained to not only identify the deterioration but also pinpoint the cause of the deterioration. Based on the inspection findings, Cummins Cederberg performed engineering design of recommended repairs, and processed the proposed marine works through the 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 Engineer stayed in close contact with the contractor's crew to ensure repairs were conducted correctly including removal and cleaning of deteriorated material as well as use of material for repairs. Construction was performed on time and within 10% of the original construction estimate developed by a Cummins Cederberg as part of the initial inspection. RFQ-EPM Revised 05/25/21 RFQ-EPM Experience of the Project Manager Page 39 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering 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.Marine and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Jannek Cederberg, Lead Marine and Coastal Engineer License No.: PE69839 Years of Related Experience: 20 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Waterfront structures, bulkheads, marinas, docks, shipyards, cruise destinations, ports, 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: 20 Design/Build: 0 Private Sector: 50 CM -at -Risk: 0 N/A ❑ Federal Government: 0 State/County/Municipal: 10 City of Miami: 1 Name of Projects: Marine Engineering Services for Marine Stadium Residential/Residential High -Rise: 0 Office: 0 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 0 Retail: 0 List previous projects similar in scope, size, and complexity: Waterfront Adaptation at Jose Marti Park, Matheson Hammock Park Sea Level Rise Flood Mitigation Roadmap, Sunset Harbour Yacht Club, Town of Bay Harbour Islands Resiliency and Seawall Condition Assesment, Miami Beach Walk, Vizcaya Museum and Gardens, FDOT A1A Vulnerability Analysis and Roadway Stabilization Design, Brickell Key Island Coastal Resiliency Study, North District Wastewater Treatment Plant, Costa Brava Marina, Dade Boulevard / Collins Canal Shoreline Stabilization and Seawall Replacement. 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: 07/15/2021 of Authorized Officer Date Jason Cummins, PE Vice President Printed Name Title RFQ-QKP Revised 05/25/21 RFQ-QKP Qualifications of the LMCE Page 40 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Coastal & Marine Engineering Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE • 20 EDUCATION • M.Sc. 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 Jannek Cederberg, PE Lead Marine and Coastal Engineer 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 I City of Miami Keith Ng, CFM, keithng@miamigov.com, 305-416-1298 I Fees and Value: $260,150 I Ongoing. 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. 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. Matheson Hammock Park Sea Level Rise Flood Mitigation Roadmap, Coral Gables, Florida I City of Miami I Angel Trujillo, angel.trujillo@miamidade.gov, 305-755-7800 I Fees and Value: $90,000I 2017 — 2018. 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 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. Sunset Harbour Yacht Club, Miami Beach, Florida. I Sunset Harbour Yacht Club I Doug Mason, dmason@sunsetharbouryc.com, 305-398-6800 I Fees: $100,000 I Value: $100,000 I Ongoing 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. RFQ-QKP Qualifications of the LMCE Page 41 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Lead Marine & Coastal Engineer (LMCE)- Reference Form - RFQ-ELMCE INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Sea Level Rise and Flood Mitigation Plan / 9610 Old Cutler Road Name(s) and Role(s) of LMCE working on this Reference: Reference Project Description: Sea level rise and flood mitigation roadmap used for park infrastructure repairs Scope of Services Provided: LiDAR survey data, flood mitigation planning, budget planning, sea level rise planning, Compensation for Services: $ 90,000 Project Started: 03/2017 Project Construction Cost: $ —50M Construction Started: NA LMCE's Company Name: Cummins Cederberg, Inc LMCE's Title/Position: Vice President Project Completed: 03/2018 Construction Completed: NA Company's Contact Name: Jason Cummins, PE Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number 305 974 1969 Company's Contact E-mail: jcummins@CumminsCederberg.Com Project Completed on Time and within Budget: n Yes n No Project Duration: 1 year If "No," was the LMCEE at fault or contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the LMCE provide Project Management Services? ❑■ Yes ❑ No Did the LMCE provide Construction Management Services? Was the LMCE responsive to the Project Owner? Was the LMCE timely in providing reviews and submittals? Reference Company Name: Miaimi-Dade County Parks Reference Phone Number:305-755-7800 ❑ Yes ❑ No ❑■ Yes ❑ No * Yes No ❑ N/A ❑■ N/A ❑ N/A ❑ N/A Reference Name/Title & Position: Angel Trujillo / Construction Mgr. angel.trujillo@miamidade.gov Reference Contact E-mail: PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-LMCE Revised 05/25/21 RFQ-LMCE Experience of the Lead Marine and Coastal Engineer Page 42 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE THE PM'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). Sea Level Rise & Flood Mitigation Plan Description Cummins Cederberg was engaged to prepare a Sea Level Rise Flood Mitigation plan, relative to Matheson Hammock Park. The primary objective was to analyze the impacts of sea level rise on the park's infrastructure and operations, as well as develop flood mitigation and adaptation concepts for planning and budgeting purposes. This park is relatively low lying, which results in flooding to some areas during high tide events. Flooding is a nuisance to visitors, as areas become inaccessible. Cummins Cederberg 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 understand and document current conditions as they relate to environmental permitting; conducted an 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 an overall Capital Improvement Plan. The plan is unique, as it combines sea level rise projections, practical concepts and on -the -ground implementation experience with maintenance and replacement requirements relative to overall service life. Upon successful completion the county reengaged Cummins Cederberg to complete six more, which will incorporate all of their waterfront parks. RFQ-EPM Revised 05/25/21 RFQ-LMCE Experience of the Lead Marine and Coastal Engineer Page 43 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Lead Marine & Coastal Engineer (LMCE)- Reference Form - RFQ-ELMCE INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Adaptive Redesign of Jose Marti Park/ 351 SW 4th Ave, Miami, FL 33130 Name(s) and Role(s) of LMCE working on this Reference: Reference Project Description: Redesign of a 13-acre multi -use recreational space on the Miami River to minimize flooding Scope of Services Provided: Environmental consulting, coastal resiliency, marine engineering design, permit - Compensation for Services: $ 260,000 Project Construction Cost: $ —25M Project Started: 12/2019 Project Completed: Ongoing Construction Started: 01/2022 Construction Completed: TBD LMCE's Company Name: Cummins Cederberg, Inc Company's Contact Name: Jason Cummins, PE LMCE's Title/Position: Vice President Company's Contact Phone Number: 305-741-6155 Company's Contact Facsimile Number. 305-974-1969 Company's Contact E-mail: jcummins@CumminsCederberg.com Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: Ongoing If "No," was the LMCEE at fault or contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the LMCE provide Project Management Services? ❑■ Yes ❑ No Did the LMCE provide Construction Management Services? Was the LMCE responsive to the Project Owner? Was the LMCE timely in providing reviews and submittals? Reference Company Name: City of Miami Reference Phone Number: 305-416-1298 ❑ Yes ❑ No ❑■ Yes ❑ No * Yes No ❑ N/A ❑■ N/A ❑ N/A ❑ N/A Reference Name/Title & Position: Keith Ng / Project Manager Reference Contact E-mail: keithng@miamigov.com PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-LMCE Revised 05/25/21 RFQ-LMCE Experience of the Lead Marine and Coastal Engineer Page 44 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE THE PM'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). Jose Marti Park Adaptive Redesign Description The 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. Cummins Cederberg is responsible for the inundation modeling, waterfront engineering design, environmental permitting, and grant management. The proposed work includes a floating boardwalk which will provide access for direct water engagement. This will provide the park with a 360-degree classroom experience which requires the strategic placement of the structure with the Miami River on the waterside and the living shoreline planter on the landward side. The proposed kayak launch will serve as a passive recreational area with public access to the Miami River and Biscayne Bay, a resource not otherwise provided in the direct adjacent neighborhood. The living shoreline and resilient seawall accommodate multiple goals of increasing shoreline stabilization and improving ecosystem services to the area by adding innovative reef wall paneling to the proposed seawalls. The proposed fixed viewing platforms will provide a stable area for the park users to have an urban viewshed of the Miami River and surrounding areas. The platforms are proposed with Fibergrate Micromesh Grating to allow light penetration below for new potential submerged resource establishment (e.g., seagrasses) and HDPE. Oyster mesh is proposed on the sides of the viewing platforms which will hopefully recruit and enhance oyster populations in the area. Lastly, the coastal design includes a water taxi slip for potential water -based commuter services to create a more interconnected transportation option to Miami Beach and other possible locations around the Biscayne Bay. The project includes updating educational signage and improving the park's stormwater systems by retrofitting some outfalls by adding tidal backflow prevention valves. RFQ-EPM Revised 05/25/21 RFQ-LMCE Experience of the Lead Marine and Coastal Engineer Page 45 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering City of Miami, Department of Procurement Experience of the Lead Marine & Coastal Engineer (LMCE)- Reference Form - RFQ-ELMCE INSTRUCTIONS Proposer shall complete the following information for completed or ongoing prior work within the stipulated time, where the Proposer believes said prior work is of equal or greater scope, size, and complexity that best represent its ability to complete the Work under this RFQ. The reference provided below should be for one (1) completed or ongoing project and must comply with the requirements listed in Sections 3.5 and 4.1 of this RFQ. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. n Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Crandon Marina Sedimentation / 4000 Crandon Blvd, Key Biscayne Name(s) and Role(s) of LMCE working on this Reference: Reference Project Description:Analysis of coastal procedures to determine source of sedimentation near channel Scope of Services Provided: Field investigations, coastal engineering analysis, shoreline stabilization design Compensation for Services: $ 56,000 Project Construction Cost: $ 1.3M Project Started: 2012 Project Completed: 2013 Construction Started: NA Construction Completed: NA LMCE's Company Name: Cummins Cederberg, Inc. LMCE's Title/Position: Vice President Company's Contact Facsimile Number•305-974-1969 Project Completed on Time and within Budget: ❑■ Yes Company's Contact Name: Jason Cummins, PE Company's Contact Phone Number: Company's Contact E-mail: jcummins@CumminsCederberg.com n No Project Duration: 1 year If "No," was the LMCEE at fault or contribute to the delay(s) or increased cost? n Yes ■❑ No Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the LMCE provide Project Management Services? Did the LMCE provide Construction Management Services? Was the LMCE responsive to the Project Owner? Was the LMCE timely in providing reviews and submittals? Reference Company Name: Miami -Dade County Parks Reference Phone Number: 305-755-7800 ❑■ Yes ❑ No ❑ N/A ❑ Yes ❑ No ❑■ N/A ❑■ Yes ❑ No ❑ N/A * Yes No N/A Reference Name/Title & Position: Angel Trujillo / Construction Mgr. Reference Contact E-mail: angel.trujillo@miamidade.gov PROPOSER'S CERTIFICATION OF INFORMATION (To be Signed by the Propose By signing below, I certify all information is true and correct to the best of my knowledge. Proposer's Signature RFQ-LMCE Revised 05/25/21 RFQ-LMCE Experience of the Lead Marine and Coastal Engineer Page 46 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE THE PM'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). Crandon Marina Sedimentation Description Crandon Marina is located along the northwest shoreline of Key Biscayne fronting Biscayne Bay and specifically adjacent to Bear Cut. Severe sedimentation occurs in the northwestern portion of the marina close to the entrance channel, preventing mooring in certain slips and consequently a loss in revenue. Cummins Cederberg was selected to determine the source and cause of the sedimentation as well as provide a solution. The project area is exposed to both high tidal currents and wind generated waves in Biscayne Bay. Due to the large tidal prism in Biscayne Bay, and limited flow pathways in north Biscayne Bay, high current speeds are experienced during ebb and flood tide in Bear Cut. Field investigations including surveying, marine resource mapping, sediment sampling, as well as tide and current measurements were performed. A wave analysis was subsequently conducted to understand wave characteristics during normal conditions for the subsequent sediment transport assessment, and extreme wave conditions for the design of coastal structures. A detailed numerical hydrodynamic model was developed to simulate the tidal flow within Biscayne Bay and specifically the tidal flow patterns at the project site. The numerical model was calibrated to current measurements obtained at specific locations. Based on the results of the wave and hydrodynamic analyses, the sediment transport at the site was assessed to understand the governing mechanism in transporting excessive material into the marina. Concepts to eliminate or reduce sedimentation were developed and compared relative to the current practice of dredging. The comparison included short and long-term costs, along with environmental and engineering constraints. RFQ-EPM Revised 05/25/21 RFQ-LMCE Experience of the Lead Marine and Coastal Engineer Page 47 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Qualifications of Key Personnel/ Team Members Form RFQ-QKP Coastal & Marine Engineering 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-responsiva. and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Jason Taylor, PE, Lead Structural Engineer License No.: PE60277 Years of Related Experience: 22 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Waterfront structures, residential, commercial, industrial, mixed use, parks, government 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: 0 Design/Build: 19 CM -at -Risk: 0 N/A ❑ Private Sector: 104 Federal Government: 1 State/County/Municipal: 13 City of Miami: 4 Name of Projects: Dinner Key Marina Repairs, Marine Stadium Boat Ramp Jose Marti Prak Redevlopment, Matheson Hammock Park SLR Study, Island Queen Dock Replacement Residential/Residential High -Rise: 86 Office: 0 LEED/Green Globe Certified: 1 Other (specify): Mixed -Use: 2 Retail: 2 List previous projects similar in scope, size, and complexity: 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 07/15/2021 Signature horized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Key Personnel RFQ-QKP Revised 05/25/21 Page 48 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Coastal & Marine Engineering Dinner Key Marina Breakwaters Mitigation CUMMINS CEDERBERG Coastal & Marine Engineering t if YEARS OF EXPERIENCE • 22 EDUCATION • M.Sc. Structural Engineering, Stanford University • B.Sc. Civil Engineering, Stanford University CERTIFICATIONS • Florida PE No. 60277 • Special Inspector • Certified Diver • Advanced open water scuba PROFESSIONAL AFFILIATIONS • American Institute of Steel Construction • American Concrete Institute Jason Taylor, PE Lead Structural Engineer Jason is responsible for the structural inspection, design and construction administration for marine structural engineering projects. He holds a master's degree in Structural Engineering from Stanford University and has twenty-two years of experience as a structural engineer with a focus on coastal and marine structures. Jason has completed marine structure projects in the US and the Bahamas, including ports, fender systems, mooring dolphins, bulkheads, seawalls, docks and piers. Jason is also a certified diver and leads the underwater structural inspection team. Seahaven Superyacht Marina, Dania Beach, Floridan Seven Kings Holding, Inc. I Ken Blair, Ken@SKHOLDINGS.com, 561-625-9443 I Fees and Value: $68,000 I December 2017- November 2019 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. Construction administration services included review of contractor payment, site observations with reports, pile driving logs, materials testing, final inspection, environmental permit close out services, and underwater inspections. Dinner Key Marina, Miami Beach, Florida I City of Miami I Robert Fenton, rfenton@miamigov.com, 305-416-1002 I Fees and: Value: $810,700 I July 2019 — Ongoing 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. Bentley Bay Marina, Miami, Florida I Bentley Bay Retail, LLC I Scott Robins, scott@robinscompanies.com, 305-674-0600 I Fees and Value: $93,927 October 2019 — November 2019 Cummins Cederberg designed a new marina utilizing concrete piles, cap and beams with grated decking, as required to allow for adequate light penetration to reach the submerged bottom supporting seagrass habitat. Design services also included material selection and coordination of utilities. Jason performed construction administration including bidding, inspections, field reports and permit close-out. Ocean Breeze RV Park, Marathon, Floridan Sun Communities' Brad Pinover, BPinover@suncommunities.com, 248-327-81091 Fees and Value: $70,0001 October 2017- May 2020 Structural design of steel sheet pile bulkhead and timber dock structures to replace existing structures which experienced damaging impacts of Hurricane Irma in 2017. RFQ-QKP Key Personnel Page 49 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Qualifications of Key Personnel/ Team Members Form RFQ-QKP Coastal & Marine Engineering 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-responsiva. and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Vik Kamath, PE, Lead Environmental Engineer License No.: PE42618 Years of Related Experience: 40 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Park Facilites, Office Buildings, Government Facilites Personnel Employer: AECOM Technical Services, Inc Personnel Office Address: 2 Alhambra Plaza, Suite 900, Coral Gables, FL 33134 Type and number of projects completed in the past 5 years: Design/Bid/Build: 0 Design/Build: 0 CM -at -Risk: 0 N/A ❑ Private Sector: 2 Federal Government: 2 State/County/Municipal: 0 City of Miami: 5 Name of Projects: See attached Residential/Residential High -Rise: 0 Office: 1 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 0 Retail: 0 List previous projects similar in scope, size, and complexity: City of Miami NPDES Outfall Sampling, Wagner Creek Dredging Project 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 07/15/2021 Signature horized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Key Personnel RFQ-QKP Revised 05/25/21 Page 50 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Name of Projects: City of Miami: Bayfront Park, Regatta Park, NPDES Outfall Sampling, Wagner Creek Dredging Project, Coral Gables Country Club, Homestead General Aviation Airport, Homestead Air Force Base, TIAA 5707 Waterford, Colgate (Pet Chemicals) RFQ-QKP Key Personnel Page 51 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering AECOM Vik Kamath, PE Key Personnel: AECOM Lead Environmental Engineer Key expertise Environmental Engineering State/Local/Federal Regulations Brownfields Program Risk -Based Closure Solid Waste Management Hazardous Wate Management Methane Gas Mitigation Education MS, Thermal & Environmental Engineering, Southern Illinois University, 1980 BS, Chemical Engineering, Indian Institute of Technology/ Bombay, India, 1976 Years of experience 17 with AECOM 1 40 Total Vik is a senior project engineer and manages a wide variety of environmental engineering projects ranging from corrective action plans, groundwater remediation, landfill closures, solid and hazardous waste management methane gas mitigation projects, petroleum storage tanks, waste to energy plants, and wastewater treatment and disposal facilities. Prior to joining AECOM, he served as the Program Administrator for Waste Management at the Florida Department of Environmental Protection (FDEP) office in West Palm Beach. During his tenure at AECOM, Vik has managed small as well as large remediation projects for the City of Miami. Having worked for the State of Florida for over 20 years as an engineer and administrator, he has a thorough understanding of state, local and federal regulations and serves as an expert regulatory technical advisor for private and municipal clients in Palm Beach, Broward and Miami -Dade counties. Select Experience Former Virginia Key Landfill Closure and Groundwater Remediation, 2015-Current, Design Fee: $2.6M; Additional Services: $900,000. Senior project engineer and project manager leading a team of environmental scientists, geologists and engineers. The work completed includes soil and groundwater assessments, aquifer pump tests, drainage well capacity tests and landfill closure that is currently in the permitting phase. A key component of the landfill closure is incorporating future use of the landfill as a park for the City of Miami. The construction phase is anticipated to start after Miami -Dade County completes the procurement of a contractor. Serve as Engineer of Record for the project. Former City of Miami Convention Center/Regatta Park, Coconut Grove, 2014-2019, Fee: $150,000. Lead environmental engineer for a complete environmental assessment of six different areas on a 15- acre site that was the location of the City's Convention Center. After completion and regulatory approval of the Registrations/Certifications Professional Engineeer: Florida #42618, 1990 AECOM Certified Project Manager site assessment activities, a Corrective Action Plan was developed for implementation by the contractor procured by the City. Upon completion of the corrective action, a certification of completion of construction with a No Further Action with Conditions was submitted and approved by the regulators, as part of a cost-effective risk -based corrective action approach. The site is now the location of a popular park in the Coconut Grove area. An engineering and institutional control plan is being proposed that will be part of the Restrictive Covenant for the property. Broward County Landfills — Permitting Compliance and Reporting, Broward County Solid Waste and Recycling Services, Broward County, FL, 2010-2019, Fee $105,000. Engineer/project manager responsible for providing geological services for the review and reporting of groundwater data collected on a semi- annual basis at two landfills as part of FDEP permit requirements. Services include reviewing electronic data deliverables (EDDs) through the FDEP Automated Data Processing Tool (ADAPT) application, generating a Semi -Annual Monitoring Reports in accordance with Section 62-701.510(9)(a) of the Florida Administrative Code (F.A.C.). This report summarizes all hydrogeological water quality parameters and analytical results, sampling and analytical methods. Ives Estates Park (former Ojus Landfill), Miami Gardens, 2006-2019, Fee $750,000. Lead environmental engineer for this redevelopment project that started in 2006. Services provided include soil and groundwater assessment, methane gas assessment and mitigation system design and implementation of the corrective for the Youth Complex. Upon completion of mitigation measures the certification of completion of construction was submitted to and approved by the regulators. The site is currently under Operation and Maintenance with regular site visits by AECOM technicians under the direction of the engineer. AECOM is currently in the process of submitting a proposal to design upgrades to the Youth Center Building. RFQ-QKP Key Personnel Page 52 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Qualifications of Key Personnel/ Team Members Form RFQ-QKP Coastal & Marine Engineering 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-responsiva. and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Danielle Irwin, CFM, PWS, LEED AP, WEDG, CFM US-16- Years of Related License No.: 06406 Experience: 21 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Waterfront structures, residential, commercial, industrial, mixed use, parks, government Personnel Employer: Cummins Cederberg, Inc. Personnel Office Address: 310 College Avenue, Suite 208, Tallahassee, FL 32301 Type and number of projects completed in the past 5 years: Design/Bid/Build: 0 Design/Build: 0 CM -at -Risk: 0 N/A ❑ Private Sector: 40 Federal Government: 0 State/County/Municipal: 0 City of Miami: 3* Name of Projects: James L. Knight Center Waterfront*, First Presbyterian Church Waterfront* (*previous firm), Jose Marti Park Waterfront Adaptive Redesign Residential/Residential High -Rise: 20 Office: 0 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 2 Retail: 0 List previous projects similar in scope, size, and complexity: Fisher Island Club Visitor Marina Renovation, PL Ocean Residences Key Largo Waterfront Improvements, Lambs Yacht Center Marina Renovation, Jose Marti Park Waterfront Adaptation Hillsboro Inlet District Jetty Replacement, PortMiami Deep Dredge Mitigation & Monitoring 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 07/15/2021 Signature horized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Key Personnel RFQ-QKP Revised 05/25/21 Page 53 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Coastal & Marine Engineering Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 1 1 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 • WEDG Associate (Waterfront Edge Design Guidelines) PROFESSIONAL AFFILIATIONS • American Society of Adaptation Professionals • 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 Danielle H. Irwin, CFM, PWS, LEED AP Adaptation Specialist Danielle Irwin is a scientist with 20 years of experience in the field of water resource management with specialty in waterfronts and nearshore systems including environmental assessment, monitoring, planning and permitting in the State of Florida. Her experience includes oversight of statewide regulatory programs including Environmental Resource Permitting, Beaches, Inlets, and Ports Joint Coastal Permitting, Coastal Construction Control Line Permitting, Mitigation Banking, and 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 FDEP, USACE, Miami -Dade County DERM, City of Miami, and the Miami DDA. She served as one of the highest positions within the FDEP as the former Deputy Director of the Division of Water Resource Management, and Bureau Chief of Beaches and Coastal Systems. Not only does Danielle bring unmatched regulatory experience, she also helped draft the resiliency guidelines for Miami and the DDA. Waterfront Adaptation at Jose Marti Park, Miami, Florida I City of Miami Keith Ng, CFM, keithng@miamigov.com, (305) 416-1298 I Fees and Value: $260,150 I October 2019 - Ongoing The adaptive redesign of this 13-acre, multi -use recreational space on the Miami River includes living shorelines, a resilient seawall with reef wall paneling, a floating boardwalk and fixed viewing platforms, water taxi landing, a kayak launch, stormwater retrofits, hardscaping and landscaping. The Jose Marti Park redesign will serve as a model for resilient waterfront parks having to adapt to current and future flood risks associated with climate change and sea level rise. Danielle is leading the environmental permitting and grant management. Bal Harbour Coastal Program Management, Bal Harbour, Florida I Village of Bal Harbour I John Oldenburg, joldenburg@balharbourfl.gov, (305) 993-7436 Fees and Value: $290,000 I October 2018 - Ongoing Providing ongoing Coastal Management Program support for the Village including development of a Village -wide dune restoration plan, providing drone aerial surveys, conducting a post -hurricane dune recovery project, representing the Village on the Bakers Haulover Inlet Management Plan Technical Advisory Committee, and provide funding assistance for sea level rise resiliency planning. Fisher Island Club Visitor Marina Improvements, Miami, Florida I Fischer Island Club I Jim Watkins, marina@fisherislandclub.com, (305) 588-2648 Fees and Value: $160,000 1 2017 - 2019 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. Nova Southeastern University Waterfront Improvements, Fort Lauderdale, Florida I Nova Southeastern University I Richard Dodge, dodge@nova.edu, (954) 262-3651 I Fees and Value: $101,0001 February 2020— Ongoing Providing environmental permitting guidance, impact analysis and policy support for NSU in relation to the proposed Port Everglades channel deepening project. The project includes negotiation with the USACE, Navy, USCG, County, and Port to offset impacts to waterfront infrastructure including NSU's wharf, seawall, marina, entrance channel and groin. RFQ-QKP Key Personnel Page 54 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Qualifications of Key Personnel/ Team Members Form RFQ-QKP Coastal & Marine Engineering 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-responsiva. and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Rene I. Basulto, PE, Senior MEP License No.: PE40869 Years of Related Experience: 41 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Office, Park Facilities, Government Offices, etc Personnel Employer: Basulto & Associates, Inc Personnel Office Address: 14160 Palmetto Frontage Road, Suite 22, Miami Lakes, FL 33016 Type and number of projects completed in the past 5 years: Design/Bid/Build: 0 Design/Build: 4 CM -at -Risk: 0 N/A ❑ Private Sector: 5 Federal Government: 0 State/County/Municipal: 4 City of Miami: 10 Name of Projects: See attached Residential/Residential High -Rise: 3 Office: 4 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 0 Retail: 0 List previous projects similar in scope, size, and complexity: Port of Miami, South-dade Cultural Arts Center, Miracle Theater, African Heritage Cultural Center, Caleb Arts Center, Bus Maintenance Facility, Merrill Stevens Shipyard, Maurice Gibb Park, Indian Creek Park, Redondo Elementary School, Palmetto Middle School 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 07/15/2021 Signature horized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Key Personnel RFQ-QKP Revised 05/25/21 Page 55 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Name of Projects: MiaMarina, Bayside Lighting, Dinner Key Marina, Manatee Park, 2nd Ave Street Lighting, Island Gardens Marina, Miami -Dade County Lift Stations 1084, 1020, 1018,344, Nova Uni- versity Chiller Plant Modification RFQ-QKP Key Personnel Page 56 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering `� Rene I. Basulto, PE B A r U L 1 0 LEED AP, CGC, CFEI, CPE, CPD ASSO C L A TES Principal CONSULTING ENGINEERS 1 Profile Mr. Basulto has used his many years of experience as an engineer and manager in the design of a wide variety of commercial, industrial, governmental, educational, and medical projects in the public as well as the private sector throughout the United States and overseas. Under his leadership the firm has evolved into one of the most prominent and respected engineering firms in South Florida. Education Employment Experience Project Experience Florida International University College of Engineering and Applied Sciences Degree: Bachelor of Science in Mechanical Engineering Certification: Heating, Ventilation and Air Conditioning Miami -Dade Community College Major: Associates in Arts Engineering Degree 2010 to present Robson Forensic, Inc., Building Systems Expert Provide technical investigations, analysis, reports, and testimony toward the resolution of commercial and personal injury litigation involving all aspects of mechanical systems for buildings. Areas of expertise include HVAC, Plumbing, Water and Sewage, Industrial System, Fire Science and Fire Protection Engineering. 2007 to 2014 University of Miami — School of Architecture, Part -Time Faculty - Professor Teaching Graduate and Undergraduate level courses in Building Systems with concentrations on renewable and sustainable design. 1993 to present Basulto & Associates, Inc. Consulting Engineers, Principal Basulto & Associates is dynamic professional engineering firm providing mechanical, electrical plumbing and fire protection consulting services. The firm specializes in the design, construction management, plan review, and code compliance inspections of commercial, industrial, educational, medical, and governmental projects in the public as well as the private sector. Dinner Key Marina 12019-2021 I $55 million Cummins I Cederberg l Rasheed Muslimani 1 239-293-3376 Electrical and Plumbing design for a 500 slit public marina. Design work included electrical service and distribution, domestic water systems and vacuum sanitary systems. Manatee Bend Park 12018-2019 I $100,000 City of Miami -Riverside Center l Andre Bryan1 305-416-1211 Electrical design of park area lighting including selection of light fixtures appropriate for the security levels of the area. Island Gardens Marina 12020-2020 I $5 million Island Gardens Deep Harbour, LLC Gianluca Orlando 1 954-830-5043 Electrical and Plumbing design for a private "Mega -Yacht" marina. Design work included electrical service and distribution, domestic water systems and vacuum sanitary systems. NE 2 Ave from 20th St to 36th St 12019-2019 I $2.5 million Serralta, Rebull, Serig, Engineering Inc. l Igncaio Serralta 1 305-970-5805 Electrical design of DOT street lighting design per City of Miami Street Lighting Standards along with construction administration. 7 RFQ-QKP Key Personnel Page 57 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Qualifications of Key Personnel/ Team Members Form RFQ-QKP Coastal & Marine Engineering 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-responsiva. and Coastal Engineering Services for Dinner RFQ No.: 20-21-016 RFQ Title: Key Marina Breakwaters Mitigation Name and Role of Personnel: Michael Lowiec, PSM, Professional Surveyor and License No.: 6846 Years of Related Experience: 16 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Hydrographic and topographic surveying Personnel Employer: APTIM Environmental and Infrastucture, LLC Personnel Office Address: 6401 Congress Avenue, Suite 140, Boca Raton, FL 33487 Type and number of projects completed in the past 5 years: Design/Bid/Build: 0 Design/Build: 0 CM -at -Risk: 0 N/A ❑ Private Sector: 3 Federal Government: 1 State/County/Municipal: 2 City of Miami: 1 Name of Projects: Little River Mini - Park Topographic and Hydrographic Survey Residential/Residential High -Rise: 0 Office: 0 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 0 Retail: 0 List previous projects similar in scope, size, and complexity: Palm Beach County Bonefish Cove Investigation: Topographic, Hydrographic, Geophysical, and Geotechnical Surveys for the Lake Worth Restoration Project. -Sanibel Causeway Islands A&B Improvement project: Seagrass surveys, topographic and hydrographic surveys. 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 07/15/2021 Signature horized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Key Personnel RFQ-QKP Revised 05/25/21 Page 58 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering MICHAEL LOWIEC,PSM APTIM-GEOMATICS AND TECHNOLOGY LEAD 6401 Congress Ave. Suite 140 Boca Raton, FL 33487 PROFESSIONAL QUALIFICATIONS Michael Lowiec, PSM, is a registered Florida Professional Surveyor and Mapper in technical charge of field and office operations for our Geomatics Department. He is responsible for the design of field phases of all surveys and reviewing all topographic and hydrographic survey data including multi -beam and single beam sounder surveys, beach profiles, inlet and shoal surveys, borrow area surveys, port and harbor surveys, and coastal structure surveys. Mr. Lowiec prepares permit required physical monitoring survey reports, private and public sovereign submerged land leases and easements, certified survey maps and drawings. He oversees and is surveyor of record for boundary surveys, right of way verification, mean high water surveys and is involved with the platting of erosion control lines. Mr. Lowiec has extensive knowledge of conventional and GNSS-based survey methods and is trained and approved to use the National Geodetic Survey OPUS -Projects for establishment of GPS networks and control monuments. RELEVANT EXPERIENCE Peanut Island and Bonefish Cove Topographic, Hydrographic, and Geophysical Surveys. 2020-2021 I Project Owner: Palm Beach County Point of Contact: David Carson, 561.233.2442 dcarson(c�pbcgov.orq Total Fees: $173,917 Mr. Lowiec served as the surveyor of record and project manager for the Lake Worth Restoration Project at Bonefish Cove. A hydrographic and geophysical survey was conducted in the project area at Bonefish Cove. A topographic survey was also conducted on Peanut Island within the Port of Palm Beach and the Florida Inland Navigation District (FIND) Dredged Material Management Areas (DMMA) AAPTIN4 16 YEARS SURVEYING AND MAPPING EXPERIENCE EDUCATION BS, Marine Science, Coastal Carolina University, 2002 REGISTRATIONS Professional Surveyor and Mapper, Florida, License No. 6846, Active HIGHLIGHTS 16+ years of experience and industry expert in the field of coastal hydrographic survey, geodetic control, and topographic survey support for beach nourishment, coastal structures, inlet management. Surveyor of Record for 100's of Coastal Hydrographic and Upland Topographic Survey Projects National Geodetic Survey Opus -Project Manager Hypack Certified Member, Florida Surveying and Mapping Society Member, National Society of Professional Surveyors Member, Hydrographic Society of America Sanibel Causeway Shoreline Stabilization and improvement Project Lee County, Florida 2018-2021 (Ongoing) I Project Owner: Lee County I Point of Contact: Elaine Capps, 239-533-8518, ecapps@leegov.comI Total Fees: $1.1m Mr. Lowiec served as the surveyor of record and project manager of all survey services. APTIM (prime) was contracted by Lee County, Florida to provide professional engineering, survey and environmental services to address chronic erosion of the San Carlos Bay and Pine Island Sound shorelines of Sanibel Causeway on Island A and Island B. The Sanibel Causeway is located in Lee County and connects the mainland to Sanibel Island in Fort Myers. The primary purpose of the Sanibel Causeway Shoreline Stabilization Project is to protect upland infrastructure by stabilizing the shoreline and addressing stormwater runoff, while considering the adjacent seagrass habitats and the recreational uses by the public. Broward County Beach Profile Surveys, Mean High Water Survey and Erosion Control Line Establishment (Joint Venture with Olsen and Associates) 2016 — 2021 (ongoing) I Project Owner: Broward County I Point of Contact: Stephani Kedzuf, 954.519.1255 Total Fees: $3.2m I APTIM Fees $592,666 Mr. Lowiec served as the surveyor of record and was in technical charge of field and office operations for the Broward County Beach Profile and Mean High -Water Line survey for the establishment of an Erosion Control Line and annual collection of Topographic and Hydrographic Beach profile collected throughout the entire county. A final certified map was produced and delivered to the Florida Department of Environmental Protection. RFQ-QKP Key Personnel Page 59 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Qualifications of Key Personnel/ Team Members Form RFQ-QKP Coastal & Marine Engineering 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-responsiva. and Coastal Engineering Services for Dinner RFQ Title: Key Marina Breakwaters Mitigation RFQ No.: 20-21-016 Name and Role of Personnel: Mariana Boldu, RLA, ASLA, LEED AP, WEDG, Lead Landscape Architect Years of Related License No.: LA66687246 Experience: 27 Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Civic, Urban, Park, Government, Sustainability & Resiliency Personnel Employer: Curtis + Rogers Design Studio, Inc. Personnel Office Address: 7520 S. Red Road, Suite M, Miami, FL 33143 Type and number of projects completed in the past 5 years: Design/Bid/Build: 0 Design/Build: 1 CM -at -Risk: 0 N/A ❑ Private Sector: 0 Federal Government: 0 State/County/Municipal: 2 City of Miami: 5 Name of Projects: Jose Marti Adaptive Redesing, Miami Marine Stadium Alice Wainwright Park, USACE BackBay Study I Gray -Green Infrastrucutre Residential/Residential High -Rise: 0 Office: 0 LEED/Green Globe Certified: 0 Other (specify): Mixed -Use: 0 Retail: 0 List previous projects similar in scope, size, and complexity: Jose Marti Adaptive Redesign, Miami Marine Stadium, USACE BackBay Study I Gray -Green Infrastructure, Alice Wainwright Park, USACE BackBay Study I Gray -Green Infrastructure.Merrie Christmas Park, Coral Way Playground, Miami Dade Courthouse, 79th Street PD&E. 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 07/15/2021 Signature horized Officer Jannek Cederberg, PE President Date Printed Name Title RFQ-QKP Key Personnel RFQ-QKP Revised 05/25/21 Page 60 Marine & Coastal Engineering Services CUMMINS 1 CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Registration Registered Landscape Architect, State of Florida LA 6667246 State of Colorado LA 0000582 Registered Architect, Misiones Argentina N: M002617 Affiliations Member -The American Society of Landscape Architects City of Miami, Sea Level Rise Committe, Former Board Member LEED Acredited Profesional WEDG Associate Profesional Awards FLASLA 2017- Brickell City Centre —Award of Excellence, Environmental Sustainability Honor Award, Frederic B Stresau Award. FLASLA 2015 — NIHERST Science City — Award of Honor — Planning and Analysis. *denotes experience prior to Curtis+Rogers Design Studio Education State University of New York Master in Landscape Architecture University of Cordoba Graduate Architecture Degree Employment 2017-Present Curtis + Rogers Design Studio Inc 2014-2017 Arquitectonica GEO 2013-2014 Raymond Jungles Inc. 2005-2012 VAg . Architects & Planners 2000-2005 Design Workshop, Inc 1994-1999 RDT Architects & Associates Mariana Boldu Director of Resilience Design As the Director of Resilience Design, Mariana brings to C+R her experience as a sharp designer, and an effective team builder with over 27 years of international practice. She leads design to integrate landscape strategies that are sustainable, resilient, and that balance the built and natural environment, and the community's life needs while responding to the pressing current dynamics of climate change . Her unique triple background in Architecture, Landscape Architecture and Urban Design, along with her rich and extensive educational and professional experience, has allowed her to contribute to a wide range of project types and scales, from planning through construction. In addition to her extensive experience working within the governmental framework as a designer, she served as the Director of the Urban Design, Landscape & Planning Department for the Posadas City Government in Misiones, Argentina, where she led a department of multidisciplinary professionals. She integrates her dual perspective on the complexities of governmental entity operations into every project she undertakes. Her collaborative leadership style and outcome -oriented management experience has resulted in a vast portfolio that demonstrates excellence of design and leadership. Mariana is a Registered Landscape Architect in Florida and Colorado, a Registered Architect in Argentina, a LEED Accredited Professional, a WEDG (Water Edge Design Guidelines ) Associate Profesional, a member of the ASLA community and served as Board member of City of Miami, Sea Level Rise Committee. Jose Marti Park Adaptive Redesign, Miami, Florida- Curtis + Rogers Design Studio, Inc. was retained by the City of Miami to provide design (phase 1) and master plan (phase 2) services for the adaptive redesign of Jose Marti Park. Phase one of this multimillion -dollar project started in November of 2019 and is expected to be complet- ed by December of 2022. The 13-acre multi -use recreational space is located along the Miami river, at the eastern edge of a historically low-lying and low-income Hispan- ic community. Given its vulnerable location, both physically and socially, a participatory design process, that emphasizes goals and aspirations of the surrounding community is integral to the success of this project. Paired with an approach centered on the three pillars of sustainable design - Economy, Ecology, and Equity— Curtis + Rogers' design 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. Owner: City of Miami, Mr. Keith Ng (Project Manager) Phone: 305 416 1298, E-mail: keithng@miamigov.com, Start Date: November 2019, Completion Date: December 2023, Project Budget: $26,000,000, C+R Fee: $623,000 Miami Marine Stadium, Miami, Florida - The Miami Marine Stadium, a historically desig- nated site under the National Trust for Historic Preservation, was once home to a multitude of water sporting events and concerts in South Florida. Our design embraces the historical significance of the stadium landmark. Its central axis, a roundabout entryway, serves as the framework for a grandiose entry procession that celebrates the water to water connections of roadside beaches along the scenic Rickenbacker Causeway to the revered Miami Marine Stadium and its water basin. Owner: City of Miami, Mr. Carlos Lozano (Project Manager) Phone: 305 416 1247, E-mail: CLozano@miamigov.com, Start Date: December 2016, Com- pletion Date: December 2021, Project Budget: $48,000,000, C+R Fee: $97,000 USACE_BackBay Study I Gray — Green Infrastructure Curtis + Rogers Design Studio, Inc. was retained by the Miami Downtown Development Authority, Florida to provide technical evaluation assistance and renderings to increase the public understanding of the impact of US Army Corps of Engineers' Miami -Dade Back Bay Coastal Storm Risk Management Feasibility Study, or"Back Bay"Study, and its most recent recommendations (June 5, 2020) to address storm surge in Greater Downtown Miami. Along with the visual and technical assessment of the detrimental impacts of the USACE Tentatively Selected Plan (TSP), C+R conceptually designed, engineered, validated, and ren- dered hybrid alternative solutions including nature -based features, such as barrier islands, living shorelines, nearshore artificial reefs and mangrove fringes in coastal areas, elevated berms and bioswales in upland areas, with some smaller floodwalls as a layered and tiered defense. This hybrid solution would create 39 additional acres of natural recreation lands for the City of Miami.Owner: DDA, Mr. Neal Schafers (Project Manager) Phone: 305 379 6566, E-mail:schafers@miamidda.com Start Date: July 202 Completion Date: August 2020, Project Budget:TBD C+R Fee: $25,000 CURTIS + ROGERS DESIGN STUDIO, INC Vi RFQ-QKP Key Personnel Page 61 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering City of Miami, Department of Procurement Qualifications of Sub-Consultants/Sub-Contractors - RFQ-QSC Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQ No.: 20-21-016 RFQ Title: Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation Name of Proposer: Cummins Cederberg, Inc. Name of Sub -Consultants / Office Location (City, Scope of Work License No. Certification(s) % of Work Subcontractors State) Curtis + Rogers Design Studio, Inc. South Miami, FL Landscape Arch. LA0001330 Landscape Architecture TBD AECOM Technical Services, Inc. Coral Gables, FL Environmental Eng. 8115 N/A TBD APTIM Environmental and Infrastructure, LLC Boca Raton, FL Survey LB8051 Professional Surveyor & Mapper TBD Basulto & Associates, Inc. Miami Lakes, FL MEP CA6722 N/A TBD NV5, Inc. Miami Lakes, FL Geotechnical 29065 Professional Geologist TBD 300 Engineering Group, P.A. Coral Gables, FL Civil Engineer 28326 N/A TBD DHI Lakewood, CO & Denmark Coastal Advisor N/A N/A TBD RFQ-QSC Qualifications & Experience of Other Personnel RFQ-QSC Revised 05/25/21 Page 62 CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE • 15 EDUCATION • M.Sc. Ocean and Resources Engineering, University of Hawaii • B.Sc. Civil Engineering, Pennsylvania State University LICENSES • Florida PE No. 72876 CERTIFICATIONS • Professional Engineer — Florida No. 72876 • Certified Floodplain Manager • Certified Video Ray ROV Operator • Surface Supplied Air Underwater Inspection Certification • Advanced/Rescue/Nitrox SCUBA PROFESSIONAL AFFILIATIONS • Association of State Floodplain Managers, Member • Florida Floodplain Managers Association, Member Jordon P. Cheifet, PE, CFM Senior Coastal and Marine Engineer Jordon Cheifet is a Marine/Coastal Engineer with more than 15 years of technical and project management experience, including coastal engineering, beach nourishment design, waterfront structure design, FEMA coastal floodplain mapping, shoreline restoration/stabilization design, numerical modeling, and marina design. His field experience includes underwater waterfront facility inspections, GIS/GPS data collection and analysis, surveying, and construction administration. Jordon is a registered Professional Engineer in the State of Florida, Alabama, and Texas, as well as a Certified Floodplain Manager. City of Deerfield Beach Stormwater Master Plan, Deerfield Beach, Florida' Mark Ellard, mellard@geosyntec.com, 321-249-93601 Fees: $33,000 'Value: ($33,000) 1 January 2020 - March 2020 Conducted a field investigation to evaluate existing coastal stormwater and flood defense structures in tidal waters relative to service life for the City. The project included a detailed analysis of historical water levels to establish design water levels based on king tides, storm events, and long-term sea level rise projections. Recommendations for maintenance and repairs were summarized in a Coastal Condition and Resiliency Report. NSU Ocean Campus Groin & Wharf Design, Dania Beach, Florida' Richard Dodge, PhD , dodge@nova.edu, 954-262-3651 'Fees: $82,460 'Value: ($82,460) 1 February 2020 - Ongoing Development of conceptual plans related to relocating the groin and fortifying the wharf and seawall to accommodate a USACE dredging project at the NSU Oceanographic Center. Project included evaluation of existing geotechnical data, navigational feasibility, cost estimating, and wave climate analysis. Coordination with U.S. Navy and U.S. Coast Guard to discuss concepts and feasibility. Kristi House Shoreline Stabilization, Miami, Florida' Mahmood Rezaie, Mahmood.Rezaie@miamidade.gov, 305-375-2324, 'Fees: $111,501 'Value: ($133,249) 1 September 2019 - Ongoing Provided structural/coastal engineering design for 525 feet of shoreline stabilization along an eroded portion of Wagner Creek. The project included a steel sheet pile bulkhead and armor stones with transition grading to the existing upland parking lot. Services performed included scour analyses, wave load analyses, and structure design. The project is currently in environmental permitting with construction expected to commence in 2021. Mooring Buoy Design, Miami, Florida 1 Miami Dade County 1 Sara Thanner, sara.thanner@miamidade.gov, 305-372-6859 1 Fees and Value: $100,000 1 October 2019 - February 2020 Provided coastal engineering design for new mooring buoys at 6 artificial/natural reef sites in the Atlantic Ocean. The project included sediment probes to determine buoy foundation requirements, engineering design, and preparation of plans and specifications. Project is scheduled to begin construction Summer 2020. Hillsboro Imperial Condominium Seawall Condition Assessment, Hillsboro Beach, Florida Performed a condition assessment of 250 feet of seawall fronting the Atlantic Ocean shoreline. An engineering report was developed to document the observed conditions and assist in developing repair and maintenance recommendations based on the severity of damage and results of the initial investigation. CLIMMINS CEDERBERG Coastal & Marine Enginccring YEARS OF EXPERIENCE ■ 7 EDUCATION ■ M. Sc. Ocean Engineering, University of Miami ■ B. Sc. Civil Engineering, University of Miami REGISTRATION ■ Professional Engineer — FL P.E. No. 90872 PROFESSIONAL AFFILIATIONS ■ American Society of Civil Engineers (ASCE) ■ Urban Land Institute (ULI) SE Florida/Caribbean ■ Waterfront Alliance — Waterfront Edge Design Guidelines (WEDG) Associate Leonard Barrera Allen, PE, WEDG Coastal Engineer Leonard Barrera Allen is a Project Engineer with experience in the planning, engineering analysis, and design of coastal and waterfront development projects in Florida, the Caribbean, and Central America. His experience, ranging from project inception to construction, includes field investigations, inspections, feasibility studies, marine resources, regulatory permitting, cost estimates, comprehensive coastal engineering analyses, numerical modeling, structural design, dredge design, construction drawings, and technical specifications. Leonard has performed the structural design of reinforced concrete seawall panels, streel sheet pile, seawalls, reinforced concrete capping beams, timber marinas, and concrete marinas. He has also conducted beach nourishment project throughout Miami -Dade County and developed numerical models for coastal processes and floodplain modification studies. Waterfront Adaptation at Jose Marti Park, Miami, Florida I City of Miami Keith Ng, CFM, keithng@miamigov.com, 305-416-1298 I Fees and Value: $260,150 1 2019 — Ongoing I 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. 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. Matheson Hammock Park Sea Level Rise Flood Mitigation Roadmap, Coral Gables, Florida I Miami -Dade County I Angel Trujillo, angel.trujillo@miamidade.gov, 305-755-78001 Fees and Value: $90,2201 2017 — 2018 1 Assisted 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 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. Bentley Bay Marina, Miami Beach, Florida I Bentley Bay Retail, LLC I Scott Robins, Scott@robinscompanies.com, 305-674-0600 I Fees: $66,450 I Value: $93,927 I 2016 — 2017 Bentley Bay Marina I Structural design of 16-slip reinforced concrete marina located in Miami Beach. Conducted engineering calculations for the structural elements of the marina including the reinforced concrete beams, reinforced concrete pile caps, reinforced concrete piles, and the fiberglass grating. Conducted the detailing of structural connections including the beam, pile, and pile -cap interface. Developed the construction documents displaying the layout of the structural elements and reinforced concrete detailing. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 27 EDUCATION ■ Dual M.Sc. Marine Biology and Coastal Zone Mgt. Nova Southeastern University (Pending Capstone Review) ■ B.Sc. Agricultural Operations Management Specialization: Bioprocess Management University of Florida, 1992 CERTIFICATIONS ■ Advanced open Water Scuba ■ DAN (First Aid, CPR, AED & Oxygen) ■ U.S. Power Squadron Safe Boat Operation Certification PROFESSIONAL AFFILIATIONS ■ Broward County Marine Advisory Committee, Appointed Member ■ Pompano Beach Marine Advisory Board, Appointed Member, Vice -Chair ■ Pompano Beach Zoning Board of Appeals, Appointed Member ■ Friends of Our Florida Reefs, Board Director ■ South Florida Association of Environmental Professionals (SFAEP) ■ Treasure Coast Florida Association of Environmental Professionals (TCCFAEP) Penny Cutt Senior Marine Scientist & Environmental Permitting Penny Cutt applies 27 years of experience in the fields of environmental monitoring, assessment, planning and regulatory permitting to support the firms' commitment to sustainability. She applies this project management experience to ensure timeliness and accuracy of deliverables for her clients. Penny can quickly evaluate complex scientific information and communicate it to lay leaders for decision -making purposes. She has a proven track record negotiating complex technical issues, particularly regarding aquatic and coastal ecosystems. The first half of Penny's career was in the public sector administering federal, state, and county environmental regulatory programs. This government expertise has been paramount to her success in the more recent half of her career in the private sector assisting her public and private clients meet their goals. The Bay, Sarasota FL 1 Bay Park Conservancy and Agency Landscape + Planning' Bill Waddill, Bill.waddill@sbpo.org, 941-266-1717' Estimated Fees: $223,700lValue: est. $225,025,000I 2018 — Ongoing The Bay is an environmental, resilient revitalization of the public waterfront in downtown Sarasota. Project Manager providing state and federal permitting, grant application processing, legal support, outreach support, benthic monitoring, and strategic design input for in support of redevelopment of the 53-acre upland site. Benthic surveys encompass approximately 25 acres of submerged lands to support permit applications, as well as to document resultant habitat recovery from surface water treatment and maintenance dredging. Fisher Island Shoreline Management — Sand Tightening Project, Miami - Dade County, Florida (Fisher Island Community Association, Fisher Island, Nick Azar, nazar@fisherislandfica.com, 305-968-1688 (Estimated Fees: $19,500 (Value: approximately $235,000'2020 -Ongoing. The Main Beach and Club Beach terminal groins along the eastern portion of Fisher Island were extremely permeable, which results in losses of beach width from the main beach and shoaling within the visitor's marina. This project reconstructed these structures to stabilize the shoreline and reduce maintenance dredging within the marina. As Project Manager conducted nearshore hardbottom, seagrass edge mapping, and coral surveys; secured Miami -Dade County DERM, FDEP, and USACE permits authorizing groin reconstruction, and managed post construction physical and benthic surveys for permit compliance. Las Olas Marina Redevelopment, Ft. Lauderdale, Florida' City of Ft. Lauderdale 1 Jonathan Luscomb jluscomb@fortlauderdale.gov, 954-828- 53431 Estimated Fees $35,200 1 Value: approximately $20,000,000) 1 Start Date 2017 - Ongoing The City of Ft. Lauderdale's Las Olas Marina will be expanded to accommodate megayachts and take advantage of the recent deepening of the Intracoastal Waterway by FIND. Conducted the benthic resource survey in accordance with National Marine Fisheries Service guidelines for sampling Johnson's seagrass. Processing environmental permits through Broward County, the Florida Department of Environmental Protection, and the US Army Corps of Engineers. Additionally, an expanded sovereign submerged lands lease, private easement, and upland deed modification are being secured to authorize the expanded marina footprint and areas needed for navigational ingress and egress. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 13 EDUCATION ■ Graduate Certificate GIS, Florida Atlantic University ■ B.Sc. Marine Biology, University of West Florida CERTIFICATIONS ■ NAUI Rescue Diver; PADI Enriched Air Nitrox Diver (IAN D/EANx) ■ American Academy of Underwater Sciences (AAUS) Scientific Diver Certified, 2013 ■ FDEP Stormwater, Erosion and Sedimentation Control Inspector, 2019 ■ Waterfront Edge Design Guidelines (WEDG) Certified, 2021 PROFESSIONAL AFFILIATIONS ■ 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, Alumni Gina Chiello, WEDG Senior Marine Scientist & Environmental Permitting Gina Chiello is a senior marine biologist with expertise in regulatory permitting, planning and conducting marine resource surveys and biological monitoring throughout South Florida and the Caribbean. Her professional knowledge and experience with permitting and marine resource surveys across a variety of programs and locations have equipped her to successfully implement complex projects while meeting strict regulatory requirements. She is a former reviewer for the FDEP with 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 and is the Dive Safety Officer for the Cummins Cederberg scientific and engineering dive teams. Shoreline Stabilization and Benthic Survey at Jungle Island, Miami, Florida ESJ JI Leasehold, LLC I Elie Mimoun, em@esj.us, 305-767-2567 I Fees and Value: $50,000 I Ongoing Project manager responsible for marine resource surveying, permitting and overseeing engineering design and plans. Performed a qualitative marine resource and vegetative survey along 1,100 linear feet of shoreline at the 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. Permits from FDEP, USACE and DERM were secured. Bentley Bay Marina Permitting, Miami Beach, Florida. I Bentley Bay Retail, LLC I Scott Robins, scott@robinscompanies.com, (305) 674-06001 Fees and Value: $93,927 I Ongoing Project manager responsible for marine resource surveying and environmental permitting involving extensive project team and agency coordination relative to sovereign submerged lands use, consistency with the Miami -Dade County Manatee Protection Plan, and avoidance and minimization of impacts to marine resources. Performed three marine resource surveys to document the marine resources of significance following the NMFS protocol for surveying Johnson's Seagrass and Acropora spp. Extensive sovereign submerged lands research required relative to historical mooring and Butler Act Disclaimer to secure sovereign submerged lands authorization via a new lease in the BBAP. Environmental permits were secured from the USACE, FDEP, and DERM. Continued environmental and engineering support. Environmental Permitting and Engineering Consulting Services for Shoreline Stabilization and Dock at Coastal Towers, City of Sunny Isles Beach, Florida I Coastal Towers Condominium Association I William Vega, ctcamanager@gmail.com, 305-945-6326 I Fees and Value: $75,00 12016 - 2020 Project manager responsible for environmental permitting involving extensive project team and agency coordination relative including mitigation calculations and planning (e.g., WATER), DERM tree removal permit to remove 72 trees conflicting with the shoreline stabilization and quantifying the required mitigation based on tree canopy loss, and permit compliance and documentation to confirm the project was constructed as authorized by the regulatory agencies. Permits from FDEP, USACE and DERM were secured. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE • 17 EDUCATION • M.Sc. Biology, Florida Atlantic University • B.A. Anthropology, Minor in Ecology & Evolutionary Biology, University of Arizona CERTIFICATIONS • DAN (First Aid, CPR, AED, & Oxygen) • Florida Master Naturalist • NMFS/MMS Marine Mammal/Protected Species Observer • NITROX • US Power Squadron Piloting • US Power Squadron Safe Boat Operation • PADI Rescue Diver • PADI Advanced Diver • PADI Open Water Diver PROFESSIONAL AFFILIATIONS • America Academy of Underwater Sciences (AAUS) — Individual Member • South Florida Association of Environmental Professionals (SFAEP) • Treasure Coast Chapter Florida Association of Environmental Professionals (TCCFAEP) • South East Florida Coral Reef Initiative (SEFCRI) Christie Hurley, WEDG Marine Scientist Christie Hurley is a Senior Project Manager and Marine Biologist with over 18 years of experience in environmental planning, monitoring (seagrass, hardbottom/reef, coral, mangrove, dune vegetation and shorebird surveys), reporting, development of mitigation plans, and federal, state, and local regulatory permitting, as well as, permit compliance and closeout for marinas, mooring fields, coastal structure projects, shoreline protection projects and municipal beach nourishment projects. Hollywood Tidal Flooding Mitigation, Brevard County, Florida I City of Hollywood I Juan Jose Figueroa, jigueroa@hollywoodfl.org, 954-921-3410 I Fees and Value: $34,800 1 2020 - Ongoing Project scientist responsible for seagrass mapping including the threatened Halophila johnsonii seagrass, biological resource monitoring and mangroves survey to support permit applications for the Tidal Flooding Mitigation and Shoreline Protection Project which will assist the City of Hollywood to mitigate the severe flooding that occurs during king tides in the neighborhoods surrounding North and South Lakes. The Bay Public Waterfront Project, Sarasota, Florida I Bay Park Conservancy and Agency Landscape + Planning I Bill Waddill, Bill.waddill@sbpo.org, 941-266-1717 I Fees and Value: $223,700 1 2018 - Ongoing Project manager conducted four years of summer surveys including coral and seagrass monitoring and mapping along 43 acres of submerged lands as well as mangrove and exotic vegetation surveys across 53 acres of public park. Obtained environmental regulatory permits for a public kayak launch, pedestrian bridge, canal dredging and currently working on permitting a public pier and docks and grant applications. Fisher Island Sand Tightening Project, Miami -Dade County, Florida Project Owner I Nick Azar, nazar@fisherislandfica.com, 305-968-1688 Fees and Value: $29,000 1 2019 - 2020 Completed a seagrass/hardbottom mapping and coral survey/report to support permit applications, held pre -application meetings, prepared, and secured environmental regulatory permits through Miami -Dade County DERM, the FDEP, and the Corps to authorize construction activities to restore Main Beach and Club Beach terminal groins. Negotiated with FWC to permit without relocating corals. Fort Zachary Taylor, Monroe County, Florida Project Manager responsible for permitting a 10-Year Individual Corps Permit to restore five existing breakwater structures located at Fort Zachary Taylor State Park in Key West, Florida. Work included performing a Uniform Mitigation Assessment Methodology (UMAM) to determine the potential seagrass impacts associated with the rehabilitation of the breakwaters. Miami Harbor Phase III, Miami -Dade County, Florida Project Manager responsible for overseeing, scheduling, supervising staff, data collection, and report preparation for five separate marine resource surveys including coral health, coral transplantation survivorship, Acropora cervicornis monitoring, artificial reef and seagrass monitoring projects. CUMMINS CEDERSERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 3 EDUCATION ■ M.P.S. Tropical Marine Ecosystem Management, Rosenstiel School for Marine and Atmospheric Science, University of Miami ■ B.S. Biology, Minor Marine Science, Wittenberg University CERTIFICATIONS ■ Waterfront Edge Design Guidelines (WEDG) Associate ■ PADI Rescue Diver ■ Nitrox Diver ■ DAN Oxygen First Aid for Scuba Diving Injuries ■ American Academy of Underwater Sciences (AAUS) Scientific Diver Certified, University of Miami 2017, AAUS Compliant ■ Motorboat Operator Certification (MOCC) ■ SFAEP Wetland Delineation Training PROFESSIONAL AFFILIATIONS ■ America Academy of Underwater Sciences (AAUS), Individual Member ■ Florida Association of Environmental Professionals (FAEP), Member Rebecah Delp, M.P.S., WEDG Marine Scientist Rebecah Delp oversees coastal and marine engineering projects in the South Florida area and manages project teams to get projects from start to finish. She is also responsible for performing all aquatic and terrestrial biological assessments, writing technical and analytical reports, and assisting with local, state, and federal environmental permitting and has experience in coral relocation and monitoring, seagrass surveying, wetland delineation, benthic habitat mapping and characterization, and sea turtle monitoring. Prior to working for Cummins Cederberg, Rebecah was a Research Assistant for the Lirman Lab at the University of Miami, focusing on coral restoration and citizen science outreach. The Bay, Sarasota FL I Bay Park Conservancy and Agency Landscape + Planning' Bill Waddill, Bill.waddill@sbpo.org, 941-266-1717 I Estimated Fees and Value: $223,700 I May 2020 — Ongoing Conducted habitat surveys, characterization and mapping of seagrass, coral, and mixed habitats within the proposed nearshore construction area of The Bay Park — Phase 1 Site Development in Sarasota, Florida. The survey was performed to gather baseline data and characterize and map the distribution of marine resources west of the restored "ecological shoreline" and prospective upland redevelopment efforts. Bal Harbor Benthic Mapping and EFH Assessment — Haulover Inlet, Florida City of Bal Harbor I John Oldenburg, joldenburg@balharbourfl.gov, 305- 993-7436 I Fees and Value : $84,000 I October 2019 — December 2019 Assisted in conducting a large-scale benthic survey of natural resources of a proposed dredge area and surrounding borrow areas to characterize and map the extent of benthic habitats present including seagrasses and other potential marine resources of concern (e.g., corals). Novel techniques were used due to high currents and extensive vessel traffic. Efforts supported permitting and NEPA efforts, as well as future monitoring design. Waterfront Adaptation at Jose Marti Park, Miami, Florida I City of Miami Keith Ng, CFM, keithng@miamigov.com, (305)-416-1298 I Fees and Value: $260,150 I October 2019 - Ongoing Assisted in the complex permitting efforts for the proposed shoreline adaptation project that aims to improve the park to be more resilient to future flooding due to sea level rise. Permitting efforts consisted of formal pre -application meetings, a 1957 Butler Act Disclaimer, sovereign submerged lands lease application, adherence to the Miami -Dade County Manatee Protection Plan, ROW permitting, and BOCC coordination. Additionally, the project aims to be the first WEDG- certified project in Florida, which Ms. Delp assisted in gathering necessary criteria requirements and information for. Crandon Park & Haulover Park Sea Level Rise Flooding Mitigation Studies, Miami, Florida. Managed a project team to assess coastal resiliency and create a sea level rise road map and action plan for Crandon Park and Haulover Park. The study included compiling existing survey data, analyzing existing infrastructure and environmental conditions, conducting engineering analyses to predict future water levels, performing inundation mapping to gage flooding vulnerability, creating flood mitigation concepts, and providing proposed improvements recommended by 2040, totaling over $190M between the two parks. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE • 30 EDUCATION • MA Marine Affairs and Policy, University of Miami Rosenstiel School of Marine and Atmospheric Science • BA Marine Affairs, Minor Anthropology, University of Miami CERTIFICATIONS • Professional Wetland Scientist PROFESSIONAL AFFILIATIONS • Florida Association of Environmental Professionals, Treasure Coast Chapter, Board of Directors Trisha Stone, PWS Senior Marine Scientist Trisha Stone is responsible for marine and coastal project planning, assessment, regulatory permitting, environmental monitoring, and overall project management. Before joining Cummins Cederberg, she was a lead environmental analyst for the South Florida Water Management District where she spent 22 years of her career. Trisha excels in the management of complex regulatory and technical environmental review and the evaluation of applications for development projects involving difficult and controversial water resources issues as well as field work to identify and delineate water resource impacts. The Bay Public Waterfront Project, Sarasota, Florida 1 Bay Park Conservancy and Agency Landscape + Planning 1 Bill Waddill, Bill.waddill@sbpo.org, 941-266-1717 'Fees and Value: $223,700 'April 2021 - Ongoing This project is an environmental, resilient revitalization of 52-acre public waterfront in downtown Sarasota and submerged lands within Sarasota Bay offshore of Centennial Park and the Van Wezel Properties. Assisted with conducting a mangrove and exotic vegetation mapping survey and a follow-up refined marine resource survey of the Phase 1 Project based on revised conceptual designs for the project Florida Bay and Gulf of Mexico Tidal connections, Curry Hammock State Park, Marathon, Florida 1 FDEP 1 Richard Rowe, Richard.J.Rowe@dep.state.fl.us, 850-245-2695 'Fees and Value: $169,826 Aril 2021 — Ongoing This project involves constructing culverts at two locations to restore the tidal connections between the Gulf of Mexico/Florida Bay and the Atlantic Ocean which were previously filled in for the construction of Henry Flagler's Overseas railroad early in the last century. Oversaw all deliverables including site surveying, engineering design and plans, regulatory due diligence and environmental fieldwork River Landing East Parcel, Miami, Florida' UrbanX Group, LLC 1 Andrew Hellinger, andy@urbanxco.com, 305-442-31081 Fees and Value: $88,500 1 May 2021 — Ongoing This project involves the construction of docks, mooring areas, and a seawall extension along the shoreline of the Miami River involving seagrass impacts and manatee protection. Performed design development, permitting and mitigation planning and calculations for the overall dock and seawall design. Coordination with regulatory agencies (the USACE, FDEP and DERM) is forthcoming. Pennekamp State Park Dock Replacement John Pennekamp State Park, Key Largo, Florida This project involves replacing a portion of the existing marina dive shop dock and conducting boat ramp repairs. Performed design development and permitting for the roadway design. Performed design development and permitting for the dock replacement and boat ramp repairs. Coordination with regulatory agencies (the USACE and SFWMD) is forthcoming Bahia Honda State Park Dock Replacement , Bahia Honda State Park, Bahia Honda Key, Florida This project involves elevating an existing unimproved, at -grade 0.2-mile-long access road within the Bahia Honda State Park to mitigate the impacts of sea level rise and reduce the frequency of flooding events. Performed design development and permitting for the roadway design. Coordination with regulatory agencies CUMMINS CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 4 EDUCATION • Master of Engineering, Coastal and Oceanographic Engineering — University of Florida, 2020 • Bachelor of Science, Civil Engineering — University of Florida, 2019 CERTIFICATIONS • Engineer Intern, State of Florida 2020 ■ NAUI Open Water Diver, 2016 PROFESSIONAL AFFILIATIONS ■ American Society of Civil Engineers (ASCE) ■ Florida Engineering Society (FES) Jessica Rakich, El Coastal Engineer Jessica Rakich is a native Floridian with an understanding in coastal engineering processes and the development of regulatory environmental permitting at the local, state, and federal level. Jessica has experience in data collection, numerical modeling, coastal structure design, dredging calculations, design documentation, permit applications, and other various applications and processes throughout Florida and the Caribbean. She has been working in the engineering profession for 4 years and is a recent addition to the Cummins Cederberg team as a coastal engineer. Gumelemi Cay, Abaco, Bahamas I Integrated Building Services, Ltd. I Nick Dean, P.E., nick@gointegrated.com I Fees and Value: $34,900 I March 2021 - Ongoing Assisted in the preliminary coastal engineering analysis report for the site to evaluate the offshore wind and wave conditions as well as sediment transport and sea level rise. Visited site to gather visual observations and provide recommendations for coastal development and protection. Scotland Cay, Abaco, Bahamas I Jim Reed, jimreedfl@gmail.com I Fees and Value: $44,180 I April 2019 - Ongoing Assisted in the coastal engineering analysis report for the site to evaluate offshore wind and wave conditions as well as coastal stabilization. Assisted in the revetment design for the Project site to account for storm surge. Marathon SLR Grant, Marathon, Florida I City of Marathon I Jose Lopez, jlopez@bermelloajamil.com, (954) 260-5383 I Fees: and Value: $8,000 November 2019 - Ongoing Conducted flood modeling in Coco Plum for future years according to sea level rise projections. Tidal Flood Mitigation & Shoreline Protection, Hollywood, Florida I City of Hollywood I Juan Jose Figueroa, jigueroa@hollywoodfl.org, 954-921-3410 Fees and Value: $34,800 I January 2021 - Ongoing Assisted in shoreline inspections for various sites along North Lake and South Lake as well as the inspection report. Worked with professional engineers on the beginning conceptual designs for each of the 22 city owned sites to mitigate flooding and plan for future sea level rise projections. Currie Park Enhancement Project, West Palm Beach, Florida Assisted with the coastal analysis for the Currie Park waterfront master plan. The analysis focuses on potential effects of waves, hurricanes, and sea level rise on the area to create a shoreline stabilization design and marina layout. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 1 EDUCATION ■ Ph.D. Civil Engineering - Coastal Engineering, Louisiana State University ■ M.Sc. Civil Engineering - Hydraulic Engineering, University of Tehran, Iran ■ B.Sc. Civil Engineering - Structural Engineering, University of Tabriz, Iran CERTIFICATIONS ■ Engineer -in -Training (EIT) PROFESSIONAL AFFILIATIONS ■ Society of Women Engineers ■ American Society of Civil Engineers ■ Coasts, Oceans, Ports, and Rivers Institute Sahar Haddadian, El Coastal Engineer Sahar Haddadian, EIT, is a Coastal Engineer responsible for coastal engineering analyses, numerical modeling, and the design of coastal structures. Her expertise ranges from project inception to construction including feasibility studies, field investigations, comprehensive coastal engineering analyses, numerical modeling, and structural design. Prior to working at Cummins Cederberg, Sahar was a doctoral research assistant at the Louisiana State University in the Civil and Environmental Engineering. Peanut Island Flood Shoal Dredging Project, Riviera Beach, Florida Marine Industries Association of Palm Beach County I Alyssa Freeman, alyssa@marinepbc.org, 561-863-0012 I Fees: $191,305 I April 2020 - Ongoing Assisted with the coastal analysis and dredge design for the Peanut Island dredging project. The analysis focuses on potential effects of dredging such as sand accretion, reduction of sediment, and how long until the project needs to be dredged again. Haulover Park Sea Level Rise Mitigation Plan, Miami, Florida I Miami -Dade County Parks, Recreation and Open Spaces I Jose A. Gonzalez, Jose.Gonzalez5@miamidade.gov, 305-755-7833 I Fees and Value: $100,000 April 2020-Ongoing Prepared flood inundation and sea level rise analysis for the Haulover Park Sea Level Rise Mitigation Plan. This plan will lead to the development of mitigation solutions and cost estimates to address the effects of sea level rise that impact the public's use of amenities. Crandon Park Sea Level Rise Mitigation Plan, Miami, Florida. I Miami -Dade County Parks, Recreation and Open Spaces I Jose A. Gonzalez Jose.Gonzalez5@miamidade.gov, 305-755-7833 I Fees and Value: 100,000 April 2020- Ongoing Prepared flood inundation and sea level rise analysis for the Crandon Park Sea Level Rise Mitigation Plan. This plan will lead to the development of mitigation solutions and cost estimates to address the effects of sea level rise that impact the public's use of amenities. FDOT Sea Level Rise, Miami, Florida. The project includes the sea level rise analysis and determination of the potential future flooding. Sahar is responsible for determining of the King tide in the project area and conducting sea level rise analysis to determine possible areas and road that would experience flooding. Sunset Harbor wave screen, City of Miami Beach, Florida. The project includes the construction of a new wave screen on the seaward side of the existing deck. Sahar was responsible for calculation of the wave load and attenuation to properly design the wave screen. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 3 EDUCATION • M.Sc. Coastal Engineering, University of Florida • B.Sc. Civil Engineering, Georgia Institute of Technology CERTIFICATIONS • Florida Engineering Intern No. 1100021938 ■ NAUI Open Water SCUBA No. 48756AF ■ PADI Emergency Oxygen Provider No. 20100K0289 ■ Emergency First Response No. 20100K0143 PROFESSIONAL AFFILIATIONS ■ American Society of Civil Engineers ■ Coasts, Oceans, Ports, and Rivers Institute ■ American Institute of Steel Construction Colton Manning, El Coastal Engineer Colton Manning is a Coastal Engineer responsible for coastal engineering analyses, numerical modeling, and the design of coastal structures. He has 3 years of experience as a Coastal Engineering and has performed the design and permitting of shoreline stabilization structures, beach nourishment, docks, wave attenuators, retaining walls, bulkheads, and stormwater management systems. His expertise ranges from project inception to construction including field investigations, comprehensive engineering analyses, value engineering, numerical modeling, and structural design. Riverside Village Mobile Home Park, Jensen Beach, Florida I Sun ACQ III, LLC I Gary Curl, gcurl@atwell-group.com, 770-423-0807 I Fees and Value: $63,320 I April 2021 — Ongoing Performed a site infrastructure assessment to determine the capacity of the existing revetments and bulkheads to deter wave action and flooding. Colton designed a replacement revetment with varying elevations to fluctuate with the existing grade and more effectively dissipate wave action. He will also design a more robust singular replacement bulkhead in place of the existing two -tiered wall system to reflect incoming waves and protect upland infrastructure. Black Point Park and Marina and Homestead Bayfront Park Sea Level Rise Road Map and Action Plan, Homestead, Florida I Miami -Dade County Parks, Recreation, and Open Spaces I Joe Garcia, JoseG.Garcia@miamidade.gov, 305-755-5456 I Fees and Value: $100,000 September 2020 — Ongoing Performed site infrastructure assessments for both Black Point Park and Marina and Homestead Bayfront Park to determine infrastructure at risk of inundation. Colton analyzed the topography of both sites through Light Detection and Ranging (LiDAR) and Digital Elevation Model (DEM) information compared to measured site -specific water levels and future sea level rise projections. He determined the infrastructure at greatest risk of inundation during existing and future conditions and developed mitigation strategies to minimize upland impacts. He included implementation methods that reduce operational pauses to seamlessly transition into water -protected assets and provided conceptual opinions of probable costs. Lyford Cay Beach Improvements, Nassau, The Bahamas I Private Residence I Lambert Knowles, etsbahamas@gmail.com, 242-356-0500 Fees and Value $15,520 I March 2020 — Ongoing Analyzed common and extreme wind and wave conditions and assessed the local littoral transportation both seasonally and after storm events. Colton assisted with the design of coastal rock groins to stabilize and enhance a private beachfront property experiencing significant erosion. Indian Creek Country Club Coastal Vulnerability and Resiliency Planning, Indian Creek, Florida Analyzed the topography of the Indian Creek Country Club through Light Detection and Ranging (LiDAR) and Digital Elevation Model (DEMinformation) compared to calculated existing and future site -specific water surface levels. Colton determined infrastructure at the greatest risk of short-term and long-term inundation during high tides, extreme tides ("king" tides), and storm events. Future water levels were compared to existing infrastructure service life to develop flood mitigation concepts and implementation strategies to minimize construction costs while protecting upland amenities through the year 2100. CUMMINS CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 5 EDUCATION • BSc Civil Engineering, Pennsylvania State University • MSc Civil Engineering, Johns Hopkins University (anticipated graduation 2022) CERTIFICATIONS • Engineer Intern, E.I. ■ Advanced open Water Scuba PROFESSIONAL AFFILIATIONS ■ American Society of Civil Engineers (ASCE) ■ Florida Association of Environmental Professionals (FAEP) Jon Cunningham, El Marine Engineer Jon is a Project Engineer with experience in planning, engineering analysis, structural design, construction administration, and above- and below -water inspection, for marine and waterfront projects. He holds a bachelor's degree in Civil Engineering with a Structural Engineering concentration from Penn State University, currently enrolled in a master's degree program in Civil Engineering with a Structural and Coastal Engineering concentration at Johns Hopkins University, and has five years of experience as a Structural Engineer in building and marine/waterfront projects. Jon has completed and assisted with marine structure projects in the United States, Bahamas and Turks & Caicos Islands, including ports, mooring dolphins, bulkheads, seawalls, docks and piers. River Landing Development Dock, Seawall, Boardwalk, & Mooring, Miami River, Florida 1 UrbanX Group, LLCI Andrew Hellinger, andy@urbanxco.com, 305-442-3108 'Fees and Value: $88,500 1 May 2019 — Ongoing The City of Miami proposed Public Riverwalk is being developed along the shoreline of the River Landing property site. The current seawall needs to be extended, stabilize the upland development, and establish mooring along the shoreline. Structural design of approximately 1,700 linear feet of marginal dock and boardwalk, 240 square feet of floating dock, 660 linear feet of rock revetment, and 670 linear feet of seawall structures. Ongoing construction administration services. 2980 W State Road 84 Development, Ft. Lauderdale, FL 1 2980 W State Road, LLC 1 Mr. Thomas Auringer, emetz@metzreg.com, 754-206-62671 Fees and Value: $133,060 1 February 2020 — Ongoing Structural design and development of approximately 900 square feet of floating dock, 980 square feet of fixed marginal dock, 170 linear feet of bulkhead, barge berthing dolphins, and 2,300 square feet of wharf structures. Peanut Island Flood Shoal Dredging, Riviera Beach, Florida 'Marine Industries Association of Palm Beach County, Inc. 'Eric Anderson, EAnderson1@pbcgov.org, 561-233-2514 'Fees and Value: $191,305 'April 2020- Ongoing Deployment of Acoustic Wave and Current Profiler (ADCP) units on the seabed of Lake Worth (Palm Beach) Inlet and on the seabed at the Blue Heron Bridge to measure current speeds throughout tidal variations. The ADCP's were placed and retrieved at the Inlet location in water depths of approximately 40 feet and at the Blue Heron Bridge location in water depths of approximately 15 feet. Upon retrieving the ADCP units, the measurement data was downloaded and processed to understand the magnitude and variation of the currents relative to the proposed dredging operation at the Peanut Island Shoal. Mariner's Cove Dock Replacement & Seawall Repair, Palm Beach County, Florida 'Mariner's Cove Property Management, Inc.' Harry J. Cohen CAM, hcohen@a-1 propertymgmt.com, (954) 749-0450 'Fees and Value: $40,400 1 February 2018 — March 2019 Above and underwater inspection and condition assessment of the existing dock and seawall structures within the freshwater basin and artificial canal West of the Intracoastal Waterway. Structural design of approximately 700 feet of docking with the freshwater basin and approximately 1,475 feet of docking and shoreline along the artificial canal. The structural design consisted of implementing inspection findings to the design of the new timber dock structures and repairs to the existing seawall. CUMMINS CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 20 EDUCATION ■ M.Sc Civil Engineering, Georgia Institute of Technology ■ B.Sc. Civil Engineering, University of Florida ■ B.Sc. Biology, Gettysburg College CERTIFICATIONS ■ Florida PE No. 74043 ■ Delaware PE No. 22716 Geoffrey Parker, PE Senior Marine and Coastal Engineer Geoffrey has extensive experience in structural design, naval architecture, and forensic investigations related to the offshore oil and gas, maritime, and shipbuilding industries. His expertise includes engineering design, inspections, and damage assessments. Geoffrey has a variety of experience in offshore hull forms, topsides design, field engineering, construction management, offshore inspections, heavy equipment and rigging, and oil/gas well Plug and Abandonment operations. Geoffrey's marina experience portfolio includes: St Petersburg Yacht Club Marina, St. Petersburg, Florida I St. Petersburg Yacht Club I Marc Reydams, gm@spyc.org, 727-823-1219 I Fees and Value: $50,000 I January 2005 — June 2005 Structural inspection and rehabilitation design. Sides Moreno Point West Condominiums Marina, Destin, Florida 1 Baskerville — Donovan, Inc. I Marilyn Sides (c/o Tom Sides), 850-438-9661 I Fees and Value: $45,000 June 2006 — May 2008 Marina engineering and design. Newcastle Shipyards, Palm Coast & Palatka, Florida I Newcastle Shipyards Kevin Keith, info@newcastleshipyards.com, 386.312.0000 I Fees and Value: $50,000 I May 2011— May 2012 (2) 1000-ton marine railway analyses and upgrade designs. Heckscher Drive Marina, Jacksonville, Florida l Blaise Provitola 1 Blaise Provitola, provitolablaise@yahoo.com, 904-755-1984 I Fees and Value: $35,000 08/05 — 09/06 Marina engineering and design. Yacht Haven Marina Restoration, St. Thomas, US Virgin Islands I IGY Marinas St. Thomas USVI Regional, yhg@igymarinas.com, 340-774-9500 I Fees and Value: $75,000 I January 2003 — September 2003 Structural inspection and restoration design. CUMMINS I CEDERBF.RG Coastal & Marine Engineering YEARS OF EXPERIENCE • 24 EDUCATION • M.Sc. Marine Environmental Science, Nova Southeastern University • B.Sc. Biological Science, University of Tennessee CERTIFICATIONS • PADI Open Water • SCI Advanced Diver • NOAA Science Diver • IANTD Enriched Air Nitrox Diver • AAUS Compliant Scientific Diver • Certified USCG Safe Boating and Seamanship Skills • American Heart Association Heartsaver Fist Aid CPR AED • DAN Oxygen First Aid for Scuba Diving Injuries PROFESSIONAL AFFILIATIONS • America Academy of Underwater Sciences (AAUS) — Individual Member • Florida Association of Environmental Professionals • Women of WEDA (Western Dredging Association) Annne. E Laird Marine Scientist Anne Laird is Project Manager and Marine Biologist with over 24 years of experience performing and managing coastal habitat assessments, restoration, and monitoring programs within the U.S. and internationally. She is an experienced professional with a background in program management, scientifically sound project execution, and interdisciplinary team coordination. Prior to consulting, she provided government oversight for a federally managed program in the Florida Keys, performed Natural Resource Damage Assessments (NRDA) for seagrass and coral reef injuries, assisted in the development of the National Environmental Policy Act (NEPA)-compliant Final Programmatic Environmental Impact Statements (PEIS) and conducted habitat characterizations and monitoring within coral and seagrass habitats. Lake Worth Inlet Jetty Rehabilitation, Lake Worth, FL I JE McAmis I John C. McAmis, jcmcamis@jemcamis.com, +1-530-891-5061 I Fees and Value: $50,161 I October 2020-February 2021 Conducted a benthic survey and wrote a Coral Relocation Plan for review and approval by the USACE and the Florida Fish and Wildlife Conservation Commission (FWC) for issuance of a Special Activity License (SAL). Relocated coral colonies from the jetty to a pre -approved artificial reef area within proximity to the jetty and performed a post -relocation monitoring survey. Performed a pre - construction bird survey. Port Everglades Jetty Rehabilitation, Fort Lauderdale, FL I JE McAmis John C. McAmis, jcmcamis@jemcamis.com, +1-530-891-5061 I Fees and Value: $94,285 I October 202-April 2021 Performed a benthic survey and developed a Coral Relocation Plan for the relocation of coral colonies from the jetty to a natural hardbottom community off Broward Co. Relocated corals from the jetty to a natural hardbottom ridge and performed baseline and post -construction monitoring. Worked with FWC, NOVA Southeastern and The Reef Institute to facilitate the removal and donation of several species of coral for conservation and research purposes. Provided Marine Mammal / Protected Species Observer Services. Terminal H (PortMiami) Benthic Survey, Coral Relocation and Monitoring, Miami, Florida. I Bermello Jamil & Partners I James Bowers, jbowers@bermelloajamil.com, +1-954-278-3240 I Fees and Value: $89,350 October 2019-November 2020 Performed a pre -construction coral and octocoral survey in compliance with the FDEP and the NMFS. Provided results to the FDEP and PortMiami for review and conducted transplantation of coral colonies from the bulkhead and project footprint to an artificial reef offshore Miami. Conducted a post -reattachment monitoring survey and prepared results of the project to the client and agencies. Lake Worth Lagoon Seagrass Mapping, Palm Beach County, Florida I Palm Beach County I Mayra Ashton, MAshton@pbcgov.org 561-233-2451 Fees: and Value: $59,265 I April 2020-February 2021 Performed the 2020 annual Lake Worth Lagoon (LWL) Fixed Transect Seagrass Monitoring Project along the ten fixed transects throughout the Lagoon in Palm Beach County. CUMMINS I CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 2 EDUCATION ■ M.P.S. Tropical Marine Ecosystem Management and Coastal Zone Management, Rosenstiel School of Marine and Atmospheric Science, University of Miami ■ B.Sc. Biology, Minors in Chemistry, Environmental Science, and Marine Science, University of North Carolina at Chapel Hill CERTIFICATIONS ■ PADI Open Water Diver ■ American Academy of Underwater Sciences (AAUS) Scientific Diver ■ Motorboat Operator Certification (MOCC) PROFESSIONAL AFFILIATIONS ■ American Academy of Underwater Sciences (AAUS) ■ South Florida Association of Environmental Professionals (SFAEP) Caroline Jasperse Marine Biologist Caroline Jasperse is a Marine Biologist with one year of experience, including projects in environmental due diligence, environmental permitting of marine structures and operations, CCCL permitting, GIS mapping, environmental impact analysis, environmental management planning, and field investigations. Her field experience includes marine resource surveys, wetland delineations, tree surveys, and sea level rise surveys. Caroline trained as a scientific diver with the American Academy of Underwater Sciences and is a member of the South Florida Association of Environmental Professionals. Bentley Bay Marina Slip Reconfiguration, Miami Beach, Florida 1 Bentley Bay Retail, LLC 1 Scott Robins, scott@robinscompanies.com, 305-674-06001 Fees and Value: $93,927 1 October 2019 — November 2019 Provided a marine resource survey for modifications to an existing commercial marina. The project included line -intercept sampling along transects, recording seagrass and other resources observed. Services performed included a marine resource survey with a brief report. The project is currently under construction. Pelican Harbor Marina Maintenance Dredging, Miami, Florida 1 Miami -Dade County, Parks, Recreation, and Open Spaces' Jose Gonzalez, Jose.Gonzalez5@miamidade.gov, 305-755-7833 1 Fees and Value: $72,720 1 June 2019 - July 2019 Provided a marine resource survey for maintenance dredging of an existing marina. The project included line -intercept sampling along transects, recording seagrass and other resources observed. Services performed included a marine resource survey with a brief report. The project is currently complete. Jungle Island Docking Facility, Miami Beach, Florida 1 ESJ JI Leasehold, LLC. Elie Mimoun, em@esj.us, 305-600-5001 1 Fees and Value: $57,300 1 August 2020 — September 2020 Provided a marine resource survey for the installation of two new docking facilities along a beach. The project included line -intercept sampling along transects, recording seagrass and other resources observed. Services performed included a marine resource survey with a brief report. The project is currently under permitting. Star Island Due Diligence Studies, Miami Beach, Florida 1 Craig Greenberg Architect, PLLC 1 Craig Greenberg, cg@craiggreenbergarchitect.com, 212-402- 1633 1 Fees and Value: $123,000 [July 2020 — November 2020 Provided a due diligence study for the renovation of overwater structures at the properties located along 10 — 14 Star Island Drive. The project included researching existing structures, permitting history, water depths, marine resources, submerged lands ownership, manatee protection, and other factors that affected permitting feasibility at the properties. Services performed included a formal due diligence letter with recommendations. The project is currently complete. Fisher Island Beach Nourishment, Fisher Island, Florida Provided post -construction monitoring of marine resources following beach nourishment. The project included swimming along the resource edge, collecting data on seagrass composition and density, as well as documenting corals and other resources along the groins and jetties. CI.IMMINS CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 5 EDUCATION • M.Sc. Marine Biology, Nova Southeastern University • B.Sc. Marine Biology, Nova Southeastern University CERTIFICATIONS • AAUS Scientific Diver ■ PADI Divemaster ■ FL Stormwater Erosion and Sedimentation Control Inspector ■ EFR, CPR, 02 First Aid ■ Nitrox Diver & Gas Blender ■ Visual Scuba Inspector ■ Florida Master Naturalist ■ FWC Authorized Gopher Tortoise Agent PROFESSIONAL AFFILIATIONS • American Academy of Underwater Sciences (AAUS) ■ South Florida Association of Environmental Professionals (SFAEP), Vice President Francesca Fourney Marine Scientist Francesca holds a Master of Science degree in Marine Biology, has two years of experience in academics conducting coral research and five years of professional experience in the environmental consulting field working in both the public and private sectors. Francesca is responsible for performing aquatic and terrestrial biological assessments, writing technical and analytical reports, and assisting with local, state, and federal environmental permitting. She is an experienced diver, a PADI Divemaster, and has conducted benthic monitoring and marine habitat surveys throughout South Florida, including hardbottom and seagrass surveys. She has prepared multiple permit applications to the SFWMD, FDEP, and USACE, and is familiar with the requirements of the USACE's JaxBO. She has worked on projects focus on environmental permitting and compliance, environmental impact assessments, NEPA documentation, marine benthic habitat monitoring and delineations, marine biological monitoring, ecology and habitat restoration/mitigation, wetland delineation and restoration monitoring, and listed species/wildlife surveys. Sea -Level Rise & Mitigation Studies, Miami -Dade County, Florida I Miami - Dade County Parks, Recreation, and Open Spaces Department I Joe G. Garcia, (305) 755-5456, JoseG.Garcia@miamidade.gov I Fees and Value: $100,00 I October 2020 - Ongoing Conducted sea -level rise studies at various Miami -Dade County Parks including Biscayne Shores and Gardens, Black Point Marina, and Homestead Bayfront Park. Conducted environmental site assessments of existing environmental resources at the parks to document various species and spatial coverage as they relate to sea level rise mitigation. Documented environmental resources and produced subsequent reports. Matheson Hammock Boardwalk Mangrove/Wetland Permitting, Matheson Hammock Park, Coral Gables, Miami -Dade County, Florida I Miami -Dade PROS I Randy Hollingworth, RHollingworth@bermelloajamil.com, (786) 486- 5269 I Fees and Value: $54,040 I October 2020 - Ongoing This project involves construction and improvements to the existing asphalt mangrove trail facility which will implement mitigation of sea level rise impacts within Matheson Hammock Park. Assisted with preparation of county, state, and federal permit applications RFIs, and SDRC. Florida Bay and Gulf of Mexico Tidal Connection Restoration Coastal Wetland & Mangrove Survey, Curry Hammock State Park, Marathon Florida I FDE I Richard Rowe, Richard.J.Rowe@dep.state.fl.us, (850) 245-2695 Fees and Value: $169826 I April 2021-Ongoing Conducted a coastal wetland and mangrove delineation in support of the Tidal Connection Restoration project at Curry Hammock State Park at two locations on either side of Long Point Key. The limits of the wetlands were delineated at both locations and the information was used to create maps and ensure impacts to wetlands and mangroves are avoided and minimized to the maximum extent practicable in the design process and to support environmental permitting for the project. Fisher Island Coral Surveys, Fisher Island, Florida Conducted coral surveys for three locations on Fisher Island: Parcel 6, Mainland Terminal Ferry "Alpha-20", and Parcel 7. Performed surveys of the entire surface of the parcel seawalls, concrete piles, and mooring dolphins, from the waterline to the seabed and any riprap or hardbottom out to approximately 50 feet. Documented all hard (scleractinian) coral colonies and octocoral colonies, recorded number, size, and species, encountered and collected representative photographs. Assisted with results from the survey which were submitted in a summary report with photographic data. CUMMINS CEDERBERG Coastal & Marine Engineering YEARS OF EXPERIENCE ■ 8 EDUCATION ■ M.Sc. Natural Resource Conservation, University of Florida ■ B.A. Environmental Science and Policy, Florida State University PROFESSIONAL AFFILIATIONS ■ OF IFAS Natural Resource Leadership Fellow, Class XVII ■ WEDG Certified Associate ■ Florida Floodplain Managers Association, Member ■ Board Member of Tallahassee Area Environmental Professionals ■ American Water Resource Association, Member ■ City of Tallahassee Environmental Review Board Katie Britt Williams Grant Funding & Policy Katie Britt Williams has more than 8 years of technical and project management experience, including coastal waterfront management, integrated watershed restoration efforts, grant writing and management, policy coordination and environmental regulatory permitting throughout the state of Florida. Her field experience includes water quality monitoring, wetland surveying and site compliance inspections. She has worked for Florida Department of Environmental Protection managing water quality projects statewide and coordinating wetland and stormwater watershed improvements for local municipalities. Katie also worked as a Florida Department of Transportation NEPA Project Coordinator reviewing DOT projects for environmental impacts. She specialized in permitting during the Project Research and Development phase, specifically working on endangered species and water resource concerns. NSU Ocean Campus Groin & Wharf Design, Dania Beach, Florida I Nova Southeastern University I Richard Dodge, dodge@nova.edu, (954)-262-3651 Fees and Value: $82,6401 October 2019 - Ongoing Review of conceptual plans and environmental permitting related to relocating the groin and fortifying the wharf and seawall to accommodate a USACE dredging project at the NSU Oceanographic Center. Coordination with U.S. Navy and U.S. Coast Guard to discuss concepts and feasibility. Fisher Island Club Resident Marina Improvements, Miami, Florida I Fischer Island Club I Jim Watkins, marina@fisherislandclub.com, (305)-588-2648 Fees and Value: $160,000 1 October 2019- Ongoing Environmental Permitting for marina improvements including maintenance dredging, pier replacements, and consolidation/expansion of the multiple sovereignty submerged lands easements and lease covering the marina, breakwater and jetty. Waterfront Adaptation at Jose Marti Park, Miami, Florida I City of Miami Keith Ng, CFM, keithng@miamigov.com (305)-416-1298 I Fees and Value: $260,150 I October 2020 - Ongoing The City of Miami received a FIND grant to perform a waterfront adaptation project at Jose Marti Park to improve the park to be more resilient to future flooding due to sea level rise. Permitting assistance provided in the complex permitting efforts by preparing application package materials for Miami -Dade County DERM, SFWMD, and the USACE. Bal Harbour Coastal Program Management, Bal Harbour, Florida Provided ongoing coastal management support for the Village including development of a Village -wide dune restoration plan, resilience grant applications, permitting and design of a beach nourishment project, providing drone aerial surveys of the Village shoreline, and planning future adaptation projects for the area. Coastal Construction Control Line Ocean Point Hotel Permitting, Sunny Isles, FL. Lead Permitter coordinating CCCL permit violation corrections including a dune replanting plan and the local City of Sunny Isles Building Permit to construct the landscaping needed. FDEP Field Permit coordination and application was also included in the scope. N V 5 GEOTECHNICAL & CMT I CQA Miami Lakes, FL garfield.wray@NV5.com 305.901.1891 CATEGORIES Foundation & Geotechnical Engineering Construction Material Testing Field Exploration & Laboratory Testing Forensic EDUCATION Howard University, Master of Engineering, 1988 University of the West Indies, Bachelor of Science, 1983 EXPERIENCE 35+ years REGISTRATIONS Florida Professional Engineer, #049734 California Professional Engineer #50556 AFFILIATIONS American Society of Civil Engineers Academy of Geo-professionals Deep Foundations Institute GARFIELD WRAY, PE, DGE Geotechnical Manager Mr. Wray is a Vice President and Director of Geotechnical Engineering with the firm. He has over 35 years engineering experience, and has provided project management and performed engineering analyses and design for a wide variety of engineering projects. He has worked on many projects throughout the United States including South Florida, Washington D.C, Maryland, Virginia, the New England area, Louisiana, Texas, California, and throughout the Caribbean. He has extensive knowledge of geotechnical and foundation engineering design and construction issues. His projects include airports, marine ports, bridges, roadways and other infrastructure developments, industrial facilities including LNG terminals, oil and bauxite refineries, water and wastewater treatment plants, and commercial and residential buildings up to 93 stories tall. Project Experience Port Miami Cruise Terminal A Miami, FL - Principal Engineer for geotechnical study for new 170,000-square-foot cruise terminal and associated 9-level garage. Field exploration comprised 25 borings to 45 to 75 feet below grade, and several field permeability tests. Provided recommendations for deep foundations and for managing compressible soils at the site. WESCO Construction Company, Dave Whelpley, (305) 259-3440, dwhelpley@wescocm.com, 12/2016 - 12/2018, $300M Project Cost Port Miami Berth 7 North Realignment, Miami, FL - Principal Engineer for geotechnical study for 1,450-foot berth realignment. Performed engineering borings including rock coring, performed laboratory testing, and provided recommended design parameters for bulkhead and anchor design, as well as recommendations for excavation and backfilling behind new bulkhead. Client: Wescon Construction Company, David Whelpley, 786.207.4900, 2016-2017, $224,000 Project Fee Port Miami Government Cut Utility Relocation, Miami, FL - Geotechnical Engineer - Design Build project in which NV5 provided the geotechnical engineering for the force main launch shaft located on Fisher Island, the force main retrieval shaft located in Government Cut (waterway). Also provided the geotechnical engineering for a second retrieval shaft at South Pointe Park on Miami Beach and the geotechnical designed installation details of the launch and retrieval shafts to facilitate the installation/removal of the sub -aqueous force main pipeline installed by micro -tunnel boring machine method (MTBM) across the Government Cut Channel. Client: Hazen and Sawyer, Orlando Castro, (305) 443-4001, ocastro@hazenandsawyer.com, May 2011 to March 2013, $70M Project Cost Force Main Tunnel between Virginia Key and Fisher Island under Norris Cut, Miami, FL - Principal Engineer, provided geotechnical engineering services for project which consisted of the design and construction for the replacement of the existing 54-inch sanitary sewage force main pipeline. This pipe takes flow to the Central District Wastewater Treatment Plant via Fisher Island under the Norris Cut Channel. NV5 is providing a Geotechnical Design Memorandum which is required for the Force Main tunnel proposed between Virginia Key and Fisher Island. Client: Nicholson Construction, Wilfredo Espinoza, (305) 715-2020, wilfredo.espinoza@nicholsonconstruction.com, March 2014 to May 2015, $72.1M Project Cost NV5.COM I Delivering Solutions — Improving Lives 1 JEFFREY ANDREWS, PSM, CH APT VICE PRESIDENT OF SURVEY I SUBJECT MATTER EXPERT 6401 Congress Ave. Suite 140 Boca Raton, FL 33487 PROFESSIONAL QUALIFICATIONS Jeffrey Andrews is APTIM's corporate Surveyor of Record for State Licensing and subject matter expert for all Geomatics and Marine Geosciences. Mr. Andrews has performed topographic surveys, hydrographic surveys, marine sand resource investigations and offshore geotechnical geophysical and hydrographic mapping since the early 1980s. Mr. Andrews is the recent recipient and of the Florida Shore and Beach Preservation Association 2018 Per Bruun Distinguished Service Award for his significant contributions in the cause of beach preservation. He is an American Congress on Surveying and Mapping (ACSM) Certified Hydrographer (CH) as well as a Florida Professional Surveyor and Mapper (PSM). Mr. Andrews has over 38 years of experience in hydrographic surveying, sand searches, and borrow area design. Mr. Andrews has conducted hundreds of marine investigations and mapped more than 100 million cubic yards of beach compatible sand on the continental shelf. He has authored or co-authored over 20 journal and conference publications on seafloor mapping and hydrographic surveying for beach restorations projects. Prior to working with APTIM, he worked Gulf of Mexico conducting offshore hydrographic and geophysical hazard assessment surveys for the oil industry. 38 YEARS SURVEYING AND MAPPING EXPERIENCE EDUCATION Master of Science, Ocean Science, Nova Southeastern University, 1995 Bachelor of Science, Marine Science, University of North Carolina, Wilmington, 1979 Associate of Science, Marine Technology, Cape Fear Technical Institute, 1976 REGISTRATIONS Professional Surveyor and Mapper License: Florida (#5805) ACSM Certified Inshore Hydrographer (CH) (#104) RELEVANT EXPERIENCE Peanut Island and Bonefish Cove Topographic, Hydrographic, and Geophysical Surveys. 2020-2021 I Project Owner: Palm Beach County Point of Contact: David Carson, 561.233.2442 dcarson@pbcciov.orq Total Fees: $173,917 Mr. Andrews served as subject matter expert and technical advisor for the Lake Worth Restoration Project at Bonefish Cove. A hydrographic and geophysical survey was conducted in the project area at Bonefish Cove. A topographic survey was also conducted on Peanut Island within the Port of Palm Beach and the Florida Inland Navigation District (FIND) Dredged Material Management Areas (DMMA) Sanibel Causeway Shoreline Stabilization and improvement Project Lee County, Florida 2018-2021 (Ongoing) I Project Owner: Lee County I Point of Contact: Elaine Capps, 239-533-8518, ecapps@leegov.comI Total Fees: $1.1m Mr. Andrews served as subject matter expert and technical advisor for all survey services. APTIM (prime) was contracted by Lee County, Florida to provide professional engineering, survey and environmental services to address chronic erosion of the San Carlos Bay and Pine Island Sound shorelines of Sanibel Causeway on Island A and Island B. The Sanibel Causeway is located in Lee County and connects the mainland to Sanibel Island in Fort Myers. The primary purpose of the Sanibel Causeway Shoreline Stabilization Project is to protect upland infrastructure by stabilizing the shoreline and addressing stormwater runoff, while considering the adjacent seagrass habitats and the recreational uses by the public. Broward County Beach Profile Surveys, Mean High Water Survey and Erosion Control Line Establishment (Joint Venture with Olsen and Associates) 2016 — 2021 (ongoing) I Project Owner: Broward County I Point of Contact: Stephani Kedzuf, 954.519.1255 Total Fees: $3.2m I APTIM Fees $592,666 Mr. Andrews served as subject matter expert and technical advisor for the Broward County Beach Profile and Mean High -Water Line survey for the establishment of an Erosion Control Line and annual collection of Topographic and Hydrographic Beach profile collected throughout the entire county. A final certified map was produced and delivered to the Florida Department of Environmental Protection. BASUrLTO ASSO CLATES C O N S U L T f N C ENCINEEFLS Profile Education Experience Project Experience Charles T. Yost Associate Director of Electrical Engineering Mr. Yost's experience as sales engineer provided architects and engineers the support for interior, exterior, and landscape lighting design for a variety of commercial, industrial, educational, and residential projects. As an electrical design engineer, he has demonstrated his knowledge and experience with the most challenging of projects. Mr. Yost's extensive experience has provided him with the ability to provide quality higher standards that have earned him great recognition. Florida Atlantic University College of Engineering Major: Electrical Engineering Broward Community College College of Engineering Degree: Associates in Science in Electrical Engineering 1995-Present: Basulto & Associates, Inc. Consulting Engineers Position: Associate Director of Electrical Engineering Design of Electrical Systems for a wide variety of commercial, industrial, educational and residential projects. Dinner Key Marina 1 2019-2021 1 $55 million Cummins I Cederberg l Rasheed Muslimani 1239-293-3376 Electrical and Plumbing design for a 500 slit public marina. Design work included electrical service and distribution, domestic water systems and vacuum sanitary systems. Manatee Bend Park 12018-2019 I $100,000 City of Miami -Riverside Center I Andre Bryan 1305-416-1211 Electrical design of park area lighting including selection of light fixtures appropriate for the security levels of the area. Island Gardens Marina 12020-2020 I $5 million Island Gardens Deep Harbour, LLC I Gianluca Orlando 1954-830-5043 Electrical and Plumbing design for a private "Mega -Yacht" marina. Design work included electrical service and distribution, domestic water systems and vacuum sanitary systems. NE 2 Ave from 20th St to 36th St 12019-2019 I $2.5 million Serralta, Rebull, Serig, Engineering Inc. I Igncaio Serralta 1305-970-5805 Electrical design of DOT street lighting design per City of Miami Street Lighting Standards along with construction administration. Efficient. Responsive. Innovative. Key Qualifications • Managed multiple stormwater projects • Program manager for several Miami -Dade County Multimillion Programs. • Track record for delivering County projects on time and under budget • NPDES annual reports • Stormwater Pollution Prevention Plans • Managed the design of over 185 miles of water and wastewater pipeline (8 to 144-inch diameter) • Managed the design and construction of over 500 pump stations in Miami -Dade County. Education MBA, Loyola University, New Orleans, 1991 BS Civil Engineering, University of New Orleans, 1986 Certifications • Professional Engineer (PE), Florida • Storm water, Erosion and Sedimentation Control Certified Inspector • NASSCO, PACP, LACP, MACP • PMSJ AIA CES • Envision Sustainability Professional Years of Experience 34 years Franklin A. Torrealba, PE, ENV SP Civil & Environmental Engineering PROJECT EXPERIENCE $215M Pump Station Improvement Program (PSIP) Miami Dade County — Program, Design & Construction Management and Support Services. Program Manager for the contract that brought into compliance 113 sewage pump stations that do not comply with the NAPOT and Peak Flow Criterion. The program aims to bring into compliance 113 sewage pump stations that do not comply with the FDEP requirements. Managed the Design of over 150 projects including pump station, force main and infiltration -inflow contracts. Location: Miami Dade County, FL; Client: Miami Dade Water & Sewer Department; Date: 2015 to 2021; Project Cost: $215M Role on project: Program Manager; Client contact: Rolando Roque, PE / 786-503-3804 / rolando.roque@miamidade.gov City of Coral Gables Parking Lot 25 Improvements, Coral Gables, Florida. Mr. Torrealba was the Principal for the design and permitting of the new parking lot 25 for the City of Coral Gables. 300 Engineering was tasked with performing the analysis and comprehensive design of the Parking lot 25 Improvements project. This beautification redesign of a City - Owned parking lot adjacent to the newly renovated Giralda Ave Pedestrian road includes, but not limited to, demolition, geometry/site layout, paving and drainage, striping and markings, lighting/photometrics, electrical, and irrigation. Location: Coral Gables, Fl; Client: City of Coral Gables; Date: 2019 — 2021; Project Cost: $650K; Role on project: Principal; Client contact: David Galeano / 305-460-5017/ dgaleano@coralgables.com Countywide Cleaning and Televising of Large Diameter Sewers , Miami, Florida. The project consists of furnishing all materials, labor, and equipment necessary for cleaning and inspecting via closed circuit television (CCTV), large gravity sanitary sewer pipes ), sanitary sewer manholes and pump station wet wells. The work was accomplished through manhole openings, without disturbing any utilities, street surfaces, or adjacent properties. In order to begin any CCTV operations, Mr. Torrealba ensured that all associated construction permits were approved, along with the Maintenance of Traffic (MOT) for the respective area. This task was the responsibility of Mr. Torrealba from initial coordination, application submittal, RFI responses, and permit approval. The governing agency within this project scope was the City of Miami and their respective permitting departments (Public Works, Police Department, etc.). Location: City of Miami, Fl; Client: Miami Dade Water & Sewer Department; Date: 2018 — 2021; Project Cost: $80K; Role on project: Principal; Client contact: Oscar Vasquez / 786-268-5028 /oscar.vasquez@miamidade.gov Frank/in A. Torrealba pg 1 Josh van Berkel Director of Environment Projects EDUCATION M.Phil., Development Strategies (Sustainable development, International Env. Governance), Institute of Social Studies (The Netherlands), 2000 B.A. Biology, The Kings University, 1996 Commerce Diploma, The Kings University, 1994 AFFILIATIONS International Association of Impact Assessment Western Dredging Association EXPERIENCE 20 years DEA PROFESSIONAL BACKGROUND Mr. van Berkel's core expertise and experience in all areas of environmental management have led to his appointment as Director of Environmental Project for DHI -Americas. His professional career is characterized by the exection of numerous EIA, SEA, Environmental Monitoring and Management, Environmental Auditing and general environmental policy / research related projects. Mr. van Berkel is a highly experienced project manager, knowledgable in all areas of environmental reporting and is particularly strong in working with numerical modelling analyses for environmental projects. SELECTIVE PROJECT EXPERIENCE NYSERDA Environmental and Fisheries Research for Offshore Wind Energy - Dynamic Habitat and Agent Based Modelling, US DHI Project Manager, In cooperation with the Project Manager of the prime consultant, coordination of project data collection and reporting and overall management of DHI's execution of dynamic habitat and agent -based modelling of selected species in the New York Bight. Bluewater DWP Collision / Allision Risk Assessment and Oil Spill Modelling, US Coordination, in cooperation with the Client's project manager, of DHI's overall input into the Bluewater DWP EIS, and management of DHI's collision / allision and oil spill modeling modelling analyses and reporting contributions. Involvement in the Project also included contributions to a HAZID process and regular meetings with the USCG and MARAD. BOEM Particle Tracking Study of the Mid Atlantic Bight, NY Deputy Project Director / Project Expert for the study that included detailed Hydrodynamic and Agent -based fish / shellfish larvae Agent -based modeling of the corresponding impact of OWF build out scenarios. Tuas Port Environmental Feasibility and EIA Studies, Singapore Project Manager and environmental expert for development of a major new Port at Tuas. Scope included Marine Feasibility Study and detailed Environmental Feasibility and subsequent Environmental Impact Assessment(s), addressing hydrodynamic, morphological, water quality and navigation impacts associated with the major reclamation and capital dredging works required for this landmark project. The Palm, Jebel Ali Strategic EIA, UAE, Project Manager/coordinator for The Palm, Jebel Ali EIA. Project. The project itself involves a large- scale land reclamation project, development of urban infrastructure, and urban operations/living. Activities included project management, research and reporting, quality control and coordination with the authorities. DHI Water & Environment, Inc 141 Union Blvd. Suite 250 Lakewood, CO 80228 303.937.4488 I dhigroup.com Danker Kolijn Senior Coastal Engineer EDUCATION M.Sc., Coastal Engineering, Technical University of Delft, 2014 M.Eng., Civil Engineering, University of British Columbia, 2012 B.Sc., Civil Engineering, Queen's University, 2011 AFFILIATIONS PIANC Canada National EnviCom Representative Lead Community of Practice — Living Shorelines, Coastal Zone Canada Board of Directors — Coastal Zone Canada Association Member of Engineers Nova Scotia Member Engineers & Geoscientists British Columbia Member of the Association of Professional Engineers of Ontario Member of the Royal Netherlands Society of Engineers (KIVI) SKILLS MIKE 21 HD/SW/BW, MIKE 3 MT, DeIft3D, XBeach, ArcGIS, Matlab EXPERIENCE 10 years DEA PROFESSIONAL BACKGROUND Mr. Kolijn has managed coastal engineering and multidisciplinary civil engineering projects both in Canada and abroad, with a focus on the Caribbean and Central America. Mr. Kolijn has experience with a range of numerical modelling tools including the full MIKE21 numerical modelling suite, including hydrodynamic (HD), wave (SW/BW), sediment transport (ST/MT), and water quality models for both large and small model domains, as well as acting in an oversight capacity, managing modelling teams on larger projects. Mr. Kolijn has experience integrating various engineering disciplines into multi -year engineering design projects, including the development of feasibility studies to detailed designs, and environmental impact assessments. PROJECT EXPERIENCE Grand Turk Marina & Navigation Channel, EIA-EMP and Coastal Engineering Designs, Turks and Caicos Islands, 2020-2021 Mr. Kolijn was the project manager for the design and EIA/EMP of a new yachting facility and navigation channel on Grand Turk. Mr. Kolijn conducted field work including monitoring of water levels, waves and currents, as well as numerical modeling in DHI's MIKE21 suite to investigate marine water quality, storm surge and hurricane impacts, wave loading, dredge scenarios, and navigation. Placencia Lagoon Nutrient Fate & Transport Study, Belize, 2018- 2020 Mr. Kolijn was the project manager for a multi -year nutrient fate study in the Placencia Lagoon, Belize to determine the citing of a future wastewater treatment plant. Responsibilities include a 12-month surface ground and lagoon water quality monitoring campaign, modelling of oceanic and coastal processes in Delft-3D (HD, SW, DELWAQ), PCSWMM and DHI's MIKE FEFLOW, reviewing climate modelling with researchers and experts, and facilitating various workshops and deliverables. Santa Martha Beach Development, Curacao, 2020-2021 Mr. Kolijn was the project manager for a detailed coastal engineering design and construction plan for a 1 km long beach feature at a all-inclusive resort development. The project included field reconnaissance, wave monitoring, numerical modelling of wave (SW), water level (HD), and sediment transport processes in the MIKE21 suite, and the preliminary and detailed designs of the beach nourishment/shoreline solution. Coastal Risk Assessment and Management Program (CRMP), Barbados 2013 — 2015, Mr. Kolijn developed a 3D coastal model of Barbados, with nested site -specific models for water quality (WQ), wave (SW), circulation (HD) and surface -flow models (PCSWMM), incorporating a range of environmental drivers, modeling impacts with/without climate change, and point/non-point agricultural and industrial activities and unregulated raw sewage inputs. DHI Water & Environment, Inc 141 Union Blvd. Suite 250 Lakewood, CO 80228 303.937.4488 I dhigroup.com Tom Foster Regional Director, Americas EDUCATION MSc with Distinction, River, Estuary and Coastal Engineering, Imperial College of Science and Technology, University of London, 1988 DIC with Distinction, River Morphology, Imperial College of Science and Technology, University of London, 1988 BEng, 1st Class Hons Civil Engineering, Imperial College of Science and Technology, University of London, 1987 AFFILIATIONS IAIA, ICES, PIANC EXPERIENCE 32 years DEA PROFESSIONAL BACKGROUND Mr. Foster's early professional experience revolved around coastal protection and shoreline management. Since 1999, Mr. Foster has focused on the coastal and environmental engineering challenges associated with large marine and coastal infrastructure development projects, particularly those relating to petrochemical, reclamation and dredging activities, marine renewables, port development and coastal defense, spanning subjects as diverse as met -ocean design, climate adaptation, coastal morphology, water quality, petrochemical spills, navigation, corals wetlands and mangroves. Mr. Foster has also managed numerous reclamation masterplan, marine impact assessment, marine risk assessment, and environmental management studies for governments and developers in South East Asia, Australasia, and North and South America. Over this period, Mr. Foster has championed the cause of proactive environmental management of marine construction projects. Mr Foster has recently been appointed to Singapore National Research Foundation Panel of International Experts on coastal resilience in the fact of Climate Change. PROJECT EXPERIENCE Met -Ocean Design Conditions, Nova Scotia, Canada. Project Director— Hydrodynamic and wave model study to establish design waves and currents for marine renewable site. Met -Ocean Design Conditions, Bahamas Project Director— Wave model study to establish design hurricane waves at an LNG terminal. Coastal Adaptation Study, Singapore. Project Director. Multi -year study of climate resilience options for coastal defense and coastal rehabilitation in the presence of climate change around Singapore. Study included estimate of average annual loss and const benefit analysis of intervention options in addition to detailed modelling of coastal and hinterland flood inundation modelling. Flood Alert Tool, Miami Beach. Florida. Project Director: Development of a high resolution storm surge model and public flood alert APP pilot for City of Miami Beach. Climate Resilience, Capitol Regional District. British Columbia. Canada. Project Director. Modelling of waves, tide, surge, run-up and Tsunamis feeding into flood prevention planning in the presence of climate change Pulau Tekong Mangrove Rehabilitation, Singapore. Project Director. Numerical model studies of mangrove rehabilitation plan supported by pilot scale testing of mangrove planting and foreshore protection. Full scale project was subsequently successfully implemented. DHI Water & Environment, Inc 141 Union Blvd. Suite 320 Lakewood, CO 80228 303.937.4488 I dhigroup.com Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Team Organizational Chart Dinner Key Breakwaters Mitigation Team Legend: Bold/Italic— Key Personnel (QKP provided) AAA— Firm abbreviation Project Manager Jason Cummins, PE CC CUMMINS I CEDERBERG Coastal & Marine Engineering Coastal Engineering Advisors Danker Kolijn DHI Josh van Berke! DHI Tom Foster DHI Coastal Engineering Jannek Cederberg, PEcc Jordon Cheifet, PE, CFM cc Leonard Barrera, PE, WEDGcc Sahar Haddadian, El, PhD cc Colton Manning, El cc Jessica Rakich, El cc Marine Structural Engineering Jason Taylor, PEcc (Lead Structural Engineer) Geoffrey Parker, PE cc Jon Cunningham, El cc Marie Guyer, El cc Ken Chang, El cc Environmental Permitting Penny Cutt cc Gina Chiello, WEDG cc Trisha Stone, PWS cc Christie Hurley, WEDG cc Rebecah Delp, WEDG cc Caroline Jasperse cc Resiliency & SLR Mitigation Danielle Irwin, CFM, WEDG CC (Adaptation Specialist) Jannek Cederberg, PEcc Mariana Boldu, RLA, WEDG CR Leonard Barrera, PE, WEDG cc Marine Resources Gina Chiello, WEDG cc Christie Hurley, WEDG cc Rebecah Delp, WEDG cc Francesca Fourney cc Grant Funding & Policy Danielle Irwin, CFM, WEDGcc Katie Britt Williams, WEDG cc Christie Hurley cc Environmental Engineering Vik Kamath, PE AEcoM Franklin Torrealba, PE, ENV SP 300 Construction Administration Rasheed Muslimani, PE, PMPcc Sanjana Gonsalvez cc Landscape rchitecture Mariana Boldu, RLA, WEDG CR Aida Curtis, ASLA, WEDG CR Geotechnical Clyde Grey, PG NV5 Public Outreach Mariana Boldu, RLA, WEDG CR Aida Curtis, ASLA, WEDG CR Rene Basulto, PE, LEED AP BA Charles Yost BA AEcoM N Team Organizational Chart V 5 DHI' Civil Engineering Franklin Torrealba, PE, ENV SP 300 CUMMINS I CEDERBERG Coa,tyi & Marine Engineering 1 Survey Michael Lowiec, PSM APTIM Jeff Andrews, PSM APTIM Page 86 Section B 1. RFQ-DPP Design Philosophy and Process Page 87 2. RFQ-TCA Technical Capabilities and Approach 0 47. www.CumminsCederberg.com Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Design Philosophy & Process Form RFQ-DPP RFQ Number: 20-21-016 RFQ Title: Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Name of Proposer: Cummins Cederberg, Inc. In the space provided below respond to the requirements for Design Philosophy & Process, Section 4.1 of the RFQ. Additional pages may be added as necessary. Explanation of its design philosophy, methodology, and process Cummins Cederberg understands servicing the City of Miami means ultimately servicing the public, including residents and visitors. We understand the City of Miami is a premiere worldwide destination, which requires careful attention to the public use and sensitive environmental setting along Biscayne Bay. The proposed project will define the waterfront of the City for generations to come and will provide the opportunity to show how to improve resiliency in a manner that is in line with the residents' vision and use of the waterfront. Cummins Cederberg has always promoted clear communication and practical solutions allowing our clients to make informed decisions, which are functional and within the established project schedule and budget requirements. To ensure a high quality, successful delivery of the requested services to the City, Cummins Cederberg will assign our experienced founder, Mr. Jason Cummins, PE, as Project Manager for the service agreement. Not only is Jason currently serving as Project Manager for the reconstruction of Dinner Key Marina for the City of Miami, but he resides within the City. He also offers his time as a member of the Steering Committee for the Miami -Dade County's Waterfront Recreation Access Plan (WRAP), providing a framework for responsible, balanced, and equitable access to Biscayne Bay and the County's waterways. Cummins Cederberg is accustomed to working in the City and understands its individuality, as well as the challenges arising from having an extensive waterfront perimeter consisting of waterfront parks and marine facilities. Long-term maintenance needs, redevelopment, adaption to changing water levels, and meaningful public engagement all need to be balanced while getting projects completed. We have successfully worked through these challenges on numerous projects within the City, as well as greater Miami -Dade County, and are confident we can continue building a long-term relationship as a trusted advisor that is rooted in the community. To meet the City's vision for this project, we will implement a multi -purpose design philosophy to deliver a Miami -specific solution for the City, which maximizes storm protection and recreation while not only minimizing environmental impacts, but enhancing the environment through resilient natural solutions. We see the Dinner Key Marina breakwaters as a pilot project for larger, more comprehensive resiliency projects the City will roll out to address future sea level rise. This project will define the future waterfront of Miami. Cummins Cederberg is a niche company where each project receives individual attention, rather than using a cookie - cutter approach. By working with nature, rather than against it, we are able to optimize each design to meet the unique characteristics of each site and client. Cummins Cederberg's extensive coastal engineering RFQ-DPP Revised 05/25/21 RFQ-DPP Design Philosophy and Aproach Page 87 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation experience will be leveraged to develop an adaptable and flexible design, with a layered design aesthetic. Historically, coastal structures are designed with a singular goal of shoreline protection in one fixed location. 0ur design philosophy is to push the envelope to provide a layered, horizontal, less visually intrusive solution to blend in with the adjacent development. The layered solution provides for a softer and gradual attenuation of environmental hazards including waves and storm surge. We incorporate resiliency, which is based on solid engineering, to ensure the constructed solution is durable to minimize future maintenance costs. We also build flexibility into our designs to facilitate future improvements, including phased elevation increases as sea level rises and unforeseen conditions (e.g., changes in water level projections) or changes during construction or future use. Designs need to work both now and in 50 years, without taking away existing recreational uses (e.g., kayak access to islands), which may require low elevations for access. Successful development of this project will require a well planned and executed design process. Cummins Cederberg understands this is a complex project requiring input from many different stakeholders. Cummins Cederberg excels in this area, which will be driven by solid coastal engineering, environmental permitting, and expansion of recreational opportunities. As part of our design process, we will establish an understanding of the following key components and perspectives to deliver the City the best design of this iconic project: • Resilience 0ur Lead Coastal Engineer and Adaptation Specialist will identify strategies for a resilient design including sea level rise projections, increased storm intensity, incorporation of flood resistant materials, elevation of key design components designed above the Code minimum, and accessibility for rehabilitation operations. Recreation 0urteam will combine our technical expertise with our vested interest as residents of Miami and other nearby communities to optimize and enhance recreational opportunities on the island breakwaters. This may include kayak ramps, walking paths, BBQ pits, picnic shelters, and docking facilities. These amenities will be blended into the natural environment by CUMMINS I CEDERBERG Coastal & Marine Engineering our landscape architects using salt -tolerant vegetation and positioned to consider extreme conditions (i.e., hurricanes). • Environmental 0ur exceptional team of environmental permitting experts, including former regulators from the USACE, FDEP, SFWMD, and DERM, will identify opportunities and limitations relative to regulatory criteria and protected environmental resources present for the project site. A project specific permitting strategy will be developed and early coordination with the environmental agencies will be conducted to avoid and minimize surprises during the permitting process. It is anticipated that expansion of the breakwaters or constructing new breakwaters will require potential mangrove and/or seagrass mitigation, justification that the project is clearly in the public interest, and Board of County Commissioners (BCC) approval. Any creative design options such as natural solutions will require a strong strategy based on in depth knowledge of environmental regulations from the various agencies. • Engineering 0urteam of seasoned coastal engineers will leverage their existing knowledge of the Dinner Key area to design a robust solution that considers navigation, hurricane approach direction, extreme wind speeds, storm surge, erosion, scour, design waves, and flooding. Our understanding of coastal processes will allow our team to design a sustainable solution with minimal long-term maintenance requirements. • Construction Our team will design a project that can be built within the established schedule and budget for the project. We have former marine contractors on our team who understand the unique logistics, challenges, equipment, labor, record keeping, and processes required of marine construction. We are also familiar and have worked with local marine contractors and know which companies are qualified to work in this sensitive setting as well as typical equipment profile. Consideration of construction early in the planning and design process by providing the City a design menu at various cost levels will reduce the potential for change orders and delays during construction. RFQ-DPP Design Philosophy and Aproach Page 88 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Understanding scope of services, issues commonly encountered, and methodology for resolution We have reviewed and understand the scope of services anticipated under this contract which are within our core services. As a dynamic and flexible organization, we can meet the required schedules that come with a signature project as proposed. Coastal and marine related projects include several phases of work through the duration of the project as illustrated in the below flow chart. The following is an illustration and brief description of the typical components required for this type of project, from initial conception through implementation. Included are examples from recent projects by our firm to illustrate relevant experience. The scope and extent required within each component will vary based on the proposed design, but the Cummins Cederberg team has extensive experience in all phases. Understand Objectives and Goals As part of defining exact scope of work, Cummins Cederberg will meet with the City to present our initial recommendations we believe will achieve the City's objectives and goals. A cardinal point of our values is to provide services that can be applied directly by the City with a clear action plan. Studies need to lead to the next clearly defined step, and design needs to meet the requirements and budgets of the City. In addition, potential funding and grant opportunities should be explored early, as small modifications in project scope can sometimes open grant funding opportunities. Cummins Cederberg has experience in working with public entities relative to obtaining grant funding for resiliency, flood/storm protection, infrastructure, water quality improvement, and waterfront public access projects. The following sections describe our expertise and experience in the multiple service lines required to execute this project. Condition Inspections For projects involving existing shoreline stabilization (e.g., seawalls, revetments) or other waterfront structures, an engineering condition inspection is highly recommended to understand remaining service life and potential repair or replacement needs. A proper structural evaluation of the existing infrastructure may identify structures CUMMINS I CEDERBERG Coastal & Marine Engineering or areas that can be modified or rehabilitated to meet the project objective without the need for full replacement, thereby reallocating project budget for other improvements. Although it is anticipated that the conditions inspections will be performed in very shallow water, our team of licensed engineers are well equipped to perform inspections on SCUBA, snorkel, or on foot and have significant experience performing above and below water inspections of timber, steel, concrete, and rock structures. As a true coastal and marine engineering firm, our engineers understand coastal and marine processes (e.g., waves, currents, erosion), thus we are not only assessing the structural condition but also the underlying reasons for any deterioration and relationship with future water level projections. This allows for improved designs with longer service life that build resilience in the most vulnerable places - waterfronts. Following Hurricane Irma, our local team quickly mobilized to inspect numerous waterfront structures to determine potential safety concerns and provide guidance on rehabilitation. Our team also inspected the entire shoreline perimeter for the Town of Bay Harbor Islands, almost 20,000 feet, to provide the Town a clear understanding of the condition of its shoreline protection. Recent other projects include the bulkhead and dock replacement at 2222 NW North River Drive along the Miami River, where Cummins Cederberg first conducted an engineering inspection of the existing marine structures followed by engineering design, environmental permitting, and construction administration of replacement structures. At the One Miami Condominium along the mouth of the Miami River, Cummins Cederberg recently conducted ultrasonic measurements of the bulkhead to determine remaining thickness of aged and highly corroded steel sheet pile. The measurements were utilized to determine remaining service life based on the rate of corrosion, residual steel section, and structural performance. For almost a decade, Cummins Cederberg has been providing annual maintenance inspections for the Condominium. Field Investigations To obtain site specific data, field investigations are typically required and can include topographic/bathymetric surveying, marine resource/benthic mapping, tide/current measurements, and geotechnical investigations. Field investigations normally occur in the beginning of the project, as they provide the foundation for subsequent analyses, design, and permit applications. The Cummins Cederberg team is both flexible and dynamic and understands quick RFQ-DPP Design Philosophy and Aproach Page 89 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation mobilization can be required to capture field data at the appropriate time and move forward with dependent components. The Cummins Cederberg team has the necessary staff, equipment, and post -processing tools to obtain accurate field data. As an example, Cummins Cederberg recently conducted bathymetric surveying, marine resource mapping, and tidal and current measurements at Crandon Marina in Key Biscayne as part of a Sedimentation Study analyzing sand movement into the marina. The data was processed for use in ArcGIS and subsequently used for the numerical modeling of waves and currents, as well as the design of shoreline stabilization structures in order to ensure a functional solution was developed with minimal impacts to adjacent marine resources. When pre -design field data collection or post -project field monitoring is needed, Cummins Cederberg is experienced, knowledgeable, and respected. We have highly skilled and trained field scientists with expertise in benthic ecology, mangroves, and coastal marshes. Key staff have been involved in large- scale seagrass mitigation and monitoring projects in the Biscayne Bay such as the Julia Tuttle Seagrass Restoration project associated with the Port Miami Deep Dredge and the Village of Key Biscayne's Seagrass Mitigation projects in the Biscayne National Park and Biscayne Bay Aquatic Preserve to offset impacts from their beach nourishment pipeline. Other staff have been involved in the resource and regulatory issues that accompanied the Flagstone Island Gardens Marina expansion containing seagrass, coral and sponge mitigation including impact assessment, and mitigation site identification. Whether it is water quality sampling, benthic habitat mapping, or deployment of acoustic doppler current profilers (ADCP), our in-house field services will serve the needs of the City for this project. The Cummins Cederberg team understands the collection of accurate topographic and bathymetric data is the basis of any successful coastal infrastructure project. APTIM has collected and processed topographic/bathymetric data for hundreds of coastal projects throughout Florida for over 30 years. Their familiarity with working in the coastal environment and understanding of the data required for successful permitting, design, and construction will be invaluable to the City. Whether it is surveying an easement for a new coastal structure, the as -built location of a new coastal structure, or conducting bathymetric surveying to support post -construction monitoring required by the environmental permits, our Team can provide the City with the technical expertise required to support this coastal project. CUMMINS I CEDERBERG Coastal & Marine Engineering Coastal Engineering Analysis Design of waterfront projects requires an understanding of coastal processes such as waves, currents, sediment transport, and storm surge. Cummins Cederberg has extensive experience analyzing coastal processes on both a local and regional scale in South Florida and the Caribbean. The first steps generally involve developing an understanding of the driving components such as waves, tidal flow, or storm surge under various conditions. Cummins Cederberg developed a detailed hurricane, wave, and hydrodynamic model of Miami -Dade County including Biscayne Bay, that allows for quick analysis of different areas. The model was developed utilizing the advanced MIKE21 software and can be used to analyze erosion, sand movement, storm waves, storm surge, and tidal flow at Dinner Key Marina. Cummins Cederberg recently conducted a coastal engineering analysis for the northern end of Key Biscayne as well as multiple marina locations in Biscayne Bay, where wind -generated waves and storm surge can be important. Cummins Cederberg also understands the importance of sea level rise in the planning of infrastructure, and recently assisted Miami -Dade County on this matter along with storm surge flooding relative to upgrades at the North District Wastewater Treatment Plant. Similar services were provided for several of the County's waterfront parks including Matheson Hammock, Crandon, Haulover, Black Point, Homestead Bayfront, Virginia Key Historic Park and Biscayne Shores and Gardens Parks, where we developed sea level rise flood mitigation concepts directly applicable to the County with a detailed capital improvement implementation schedule. We can use this same modeling software to predict areas of stagnant water or the fate and transport of pollutants in the water such as from leaking wastewater pipes or fuel spills in the marina. Our experience shows that understanding the fundamental coastal processes of the Project site is critical. Various directions of hurricanes will be analyzed to provide specific conditions. The current island configuration provides a slightly greater opening at the northern side towards the east; however, the wind generated waves from this direction are also limited by Virginia Key and Key Biscayne. In fact, previous analyses by Cummins Cederberg for the Bay indicate the highest storm surge occurs when hurricanes approach from RFQ-DPP Design Philosophy and Aproach Page 90 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation a southeasterly direction as water is pushed into the Bay as a funnel and trapped creating increased water levels. This direction also has a longer stretch for wind generated waves to increase in height. This would suggest that protection provided by island breakwaters from this direction should have a higher elevation and maintain sufficient opening towards the north for water to escape. Similar consideration will be conducted for the island breakwaters, while exploring design options. DHI is also part of the team to provide high level input relative to this and the design portion of the project based on their global expertise with similar projects. Coastal and Marine Design Design of marine structures can be very different from upland structures due to the extreme environment and exposure to dynamic and powerful coastal processes, as well as constraints imposed by the environmental agencies. Therefore, the planning and design are generally advanced in phases to ensure both engineering and regulatory requirements are satisfied in the most efficient manner. Whether during planning or design, our team is exceptional in our expansive and diverse experience in all facets of the requested scope of work and we will provide pragmatic and comprehensive solutions. We have experience designing the full range of coastal structures including breakwaters, seawalls, revetments, docks, boat ramps, beach nourishments, and jetties. Based locally in South Miami, Cummins Cederberg is positioned as one of the few firms with extensive local knowledge. Cummins Cederberg thinks beyond the design of a single project to incorporate a bigger picture of resiliency and how projects complement other projects or initiatives in the area. Recently, we have been actively evaluating the effects of the USACE Back Bay Storm Protection Feasibility Study which proposes large scale surge barriers along the waterfront of the City of Miami, including multiple waterways. As a local firm and as residents, we understood this project could negatively change the Miami waterfront and assisted the Miami Downtown Development Authority as an advisor on this matter. Together with Curtis Rogers, we developed conceptual alternatives to the proposed USACE surge barriers that rely more on new green infrastructure such as spoil islands and living shorelines. Our staff have been engaged with DERM and the City of Miami in spearheading acceptance for living shoreline projects on urbanized waterways through offering guidelines to the Miami Downtown Development Authority for resilient shoreline stabilization, as well as determining permitting CUMMINS I CEDERBERG Coastal & Marine Engineering pathways to get the needed regulatory and proprietary authorizations for construction. Cummins Cederberg performed the engineering design of over 2,000 feet of bulkhead for the Dade Boulevard/ Collins Canal Bike Path project in Miami Beach; a project complicated not only by certain environmental requirements but also by critical utility lines, which limited the proximity of pile driving activity and required creative design solutions. The Bentley Bay marina project in Miami Beach required extensive permitting negotiations to construct a new marina for a mixed - use property in the Biscayne Bay Aquatic Preserve based on historical justification. We have local long- term marina and community clients, where we have served as trusted advisor since opening our doors a decade ago. This includes Sunset Harbour Yacht Club where we provided permitting and engineering services for repair and replacement of various piers in the marina. For the Brickell Key Community, we have been performing annual inspections, advising on coastal and marine issues, and developing and implementing flood mitigation solutions. Other local projects include Journey's End community marina, Abitare community marina, Coral Reef Yacht Club, and Vizcaya Museum and Gardens shoreline repairs and floodwall. As discussed above, it will be critical to understand the overall coastal engineering processes for the area as part of the design. If the design can be layered horizontally, impacts can gradually be attenuated, and structures can be softer by nature, with lower elevations providing a less visual obtrusive design. In addition, water levels are projected to increase by several feet in 50 years, although the actual increase is associated with some uncertainty depending on prediction assumptions. Sea level rise is anticipated to accelerate, yielding a higher increase for the last 25 years, as compared to the first 25 years. Our design will acknowledge this by being dynamic and flexible to accommodate the projected sea level rise, as well as any potential changes in projections. This can be done through a layered solution if considered in the initial design. We have successfully incorporated this flexibility in many other waterfront projects in southeast Florida. Permitting Waterfront projects in Florida, specifically Miami's shoreline along the Biscayne Bay Aquatic Preserve, are heavily regulated by various environmental agencies, including Miami -Dade County Division of Environmental RFQ-DPP Design Philosophy and Aproach Page 91 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Resources Management (DERM), Florida Department of Environmental Protection (FDEP), and the US Army Corps of Engineers (USACE). As a result of our long list of projects in Florida's marine environment and our experienced staff who previously worked for the regulatory agencies, Cummins Cederberg is very familiar with the rules, procedures, and government personnel. Prior to submitting permit applications, we conduct pre -application meetings with the appropriate regulatory agencies to better understand initial concerns and supplemental data needs to prepare a comprehensive submittal package. A recent project is the reconstruction of the damaged Costa Brava Marina, which was originally initiated more than 5 years earlier and passed through several consultants without significant progress in obtaining permits, including multiple denials. The agencies finally presented the marina with a 3-month deadline before closing all applications, which would result in loss of all permit fees paid and a significant project delay. Cummins Cederberg efficiently reviewed the complete project history and met with all stakeholders. Several meetings were conducted with the environmental agencies to understand concerns and provide all required information before the 3-month deadline. Despite certain applications requiring a complete restart, the thorough documentation, meetings, and communication were rewarded with approval of the project and permits before the 3-month deadline. Cummins Cederberg was subsequently engaged to provide construction administration. Occasionally, projects come along that offer a unique opportunity to bring innovative solutions which may not fit neatly into the regulatory agencies' permitting guidelines such as living shorelines with a green/ gray hybrid approach. For this project, we will explore opportunities for expansion of the breakwaters or construction of additional breakwaters. Our staff are not intimidated by hard -to -permit projects and have in fact helped write some of the newer statewide regulations. We routinely engage in rulemaking efforts such as the recently updated state lands rule, 18-21, FAC, that regulates sovereign submerged lands. We are practiced in submerged lands and riparian rights issues, including the more esoteric applications such as Butler Act Disclaimers as seen in our involvement with the City's Adaptive Redesign of Jose Marti Park. Based on that work, the City was able to take ownership of a large portion of the submerged land providing additional flexibility in our resilient shoreline design and incorporation of a water taxi/commuter ferry landing. CUMMINS I CEDERBERG Coastal & Marine Engineering Landscape Planning Miami is a highly urbanized coastal city. Our waterfront is a tremendous asset for recreation, education, transportation and employment. As designers our challenge is to protect the city and the sea from each other's destructive forces, designing places where humans and nature co -exist for mutual benefit. As part of the landscape design, the team will offer a creative methodology to provide storm protection to the marina and upland areas that will integrate social, environmental, and in turn economic benefit. Our team is completing a permittable toolbox of innovative solutions for Jose Marti Park, and it is our intention to continue this initiative to make this planning and implementation process an example for sustainable waterfront design for the City's parks and greenspaces. Outreach We will provide stakeholder outreach and engagement designed to meet the needs of the community and all other stakeholders within the project area. Consistent two-way communication builds the trust and awareness needed between the stakeholders, City staff, the City project manager, and our team. Our two-way stakeholder communication strategy includes website content creation, direct mail, and social media. Collateral materials such as flyers, letters, update announcement, and social media postings will be utilized to invite stakeholders to public meetings and workshops, as well as bring awareness to project updates. Cummins Cederberg and Curtis + Rogers will attend and setup meetings with the City Commission and City staff members, as well as coordinate public meetings. We will work with the City to determine suitable meeting locations, and assist with setup, meeting notes, collecting attendance information, gathering questions, and providing appropriate responses. Construction Administration Following the engineering design and permitting of projects, it is important to ensure the project is constructed properly and follows critical engineering and permitting requirements. Cummins Cederberg is experienced with the construction administration process, starting with RFQ-DPP Design Philosophy and Aproach Page 92 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation procurement through pre -construction meetings, special inspections, and site visits during construction until final completion and close-out. Experience has shown it is beneficial for design engineers to remain involved through the construction process, where comprehensive knowledge of the design conditions and underlying coastal processes can influence the varying construction techniques, resulting in unanticipated impacts to future deterioration, maintenance, and overall service life. As an example, Cummins Cederberg recently designed and permitted flood mitigation solutions for the Brickell Key Community and conducted subsequent construction administration. Close oversight ensured proper concrete coverage, reinforcement treatment, and adequate removal of deteriorated material, which should provide a longer service life and lower maintenance cost for the client. For the reconstruction of Dinner Key Marina, and as Engineer of Record, Cummins Cederberg is performing construction inspections for Phase 1, which includes three piers recently passing final City inspection and reopening. Environmental & Physical Monitoring Following completion of projects, documentation and monitoring of the performance can be a requirement from the regulatory agencies. Monitoring can include potential longer -term impacts to marine resources, success of mitigation, or structural performance. Cummins Cederberg's professional staff of engineers and biologists are qualified to provide these types of monitoring services and have been involved in long term environmental monitoring projects for large coastal and marine projects throughout Florida. Each year, our engineering team conducts physical monitoring of shoreline stabilization structures within the City to meet FEMA requirements. It is important to note the monitoring and mitigation can be large additional costs; if required, these should be negotiated with agencies. Cummins Cederberg has unparalleled understanding of monitoring and mitigation negotiations, which will be leveraged to minimize requirements to the City for this project. CUMMINS I CEDERBERG Coastal & Marine Engineering Issues commonly encountered, and methodology for resolution Cummins Cederberg recognizes that issues can arise throughout marine construction projects. Our team's extensive experience working on similar projects, in terms of both scope and budget, allows us to take a proactive approach to resolving any issues. By assembling a comprehensive and established team, we are able to identify potential issues and address them prior to potential impacts to the project design, schedule, or cost. The following examples highlight relevant issues we have encountered on similar projects and describe the proactive strategy we will use to minimize their effects to the project. Environmental Impacts - Seagrasses, specifically paddle grass (Halophila decipiens), turtle grass (Thalassia testudinum) and shoal grass (Halodule wrightii) have been documented within the submerged area of the project site since at least 2004. Coastal vegetation, including the protected black mangrove (Avicennia germinans) and red mangrove (Rhizophora mangle) grow along the perimeter of the existing island breakwaters. Expansion of the island breakwaters and/or creating new breakwaters may impact these resources and mitigation would be required to offset these adverse impacts. We are experts in evaluating impacts using the state's Uniform Mitigation Assessment Method (UMAM) to evaluate impacts and determine the amount of mitigation needed to offset impacts. There are few opportunities for seagrass mitigation, but our staff is well versed in the potential opportunities. Opportunities for seagrass mitigation may include seagrass relocation, prop scar and/or dredge hole filling, derelict vessel removal, and water quality improvements. Seagrass mitigation is complex and often risky, but our staff has experience in designing and permitting seagrass mitigation projects at the local, state, and federal levels. Mangrove mitigation offers greater opportunities and is widely successful. Mangrove mitigation can include incorporating mangrove plantings into an expansion of the existing breakwater system or purchasing saltwater credits from an approved mitigation bank (e.g., FPL Everglades Mitigation Bank). Because three agencies are involved in regulating environmental impacts within the Biscayne Bay Aquatic Preserve, mitigation requirements are often different RFQ-DPP Design Philosophy and Aproach Page 93 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation to satisfy each agency. This puts the City at risk for preparing multiple mitigation plans and sometimes implementing multiple plans, increasing the City's cost and responsibility. Our staff is aware of the different mitigation requirements and will prepare one plan that satisfies all agency requirements to reduce unnecessary financial burden and effort. Construction Services - The City is required to select the lowest, qualified bidder for the construction phase. As each marine project is different with unique challenges, construction oversight is critical. Cummins Cederberg's construction managers are former marine contractors who will implement detailed record keeping minimizing budget overruns, change orders, construction delays. Having former marine contractors on our team uniquely positions us to accurately develop construction budgets for the project. Their understanding of not just unit prices but how a marine contractor builds their bid allows for more accurate development of costs, schedule, and logistics. We do not simply apply previous bid unit prices to develop a construction budget. We evaluate the required material, labor, and equipment to complete the work, as well as any project constraints (e.g., aggressive schedule, onerous monitoring requirements, limited construction staging/access) that may increase contractor costs. Cummins Cederberg understands that construction is typically the most public -facing part of a project and can potentially cause inconvenience to the public, including users of the marina. Our entire team, from our biologists to construction managers, will identify potential opportunities to construction the project using a phased approach to minimize disruption and downtime to the public marina. We are currently implementing a similar strategy for the ongoing repairs at Dinner Key Marina, which has successfully allowed continued use of this City amenity during construction operations. Design Criteria - Establishing realistic coastal engineering design criteria is vital to designing a solution that is both structurally sound and not overdesigned, which can lead to increased costs. Cummins Cederberg will utilize both desktop and numerical modeling techniques to optimize the design of the marine structures. We will communicate the impact of designing the solution for different water levels and storm intensities (e.g., 100-yr storm) relative to level of protection, resiliency, permitting challenges, construction cost/schedule, and overall use and aesthetic. Project Timeline - Cummins Cederberg's extensive experience with environmental permitting, including former regulators, gives us a unique understanding CUMMINS I CEDERBERG Coastal & Marine Engineering of how long environmental permits will take to obtain. Permit processors at USACE do not have timeclock for reviewing permit applications, thus our former USACE senior staff with in-depth knowledge of requirements, and familiarity with review staff will be critical to keep permitting processing time within reasonable time. Communicating realistic permitting duration to the City allows stakeholders to secure funding, avoid over- promising completion dates, and the ability to obtain current pricing for construction. Local Understanding - Cummins Cederberg recognizes this will be an iconic project for the City. Our entire team works and lives in South Florida and appreciate the sensitive, unique setting that is Dinner Key. Our team has worked together on many coastal resiliency projects in the past. This provides seamless integration to the team throughout the project cycle and allows each team member to understand the interrelation of adaptation strategies between each discipline. Having a local team with a personal interest in the project deliverable allows us to understand the importance of each decision made during the project and how it may affect the local community. We will prioritize a balance of protection and recreational functionality, and work with mother nature as each team member is an end user. RFQ-DPP Design Philosophy and Aproach Page 94 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Value Engineering Cummins Cederberg routinely considers value engineering for coastal and marine projects in South Florida, specifically Miami, to reduce not only the overall cost of the project but also the life cycle cost of projects in the area. As part of our value engineering approach, Cummins Cederberg, examines initial assumptions, design requirements, and construction timelines. We understand a key goal of this project is to increase resiliency and storm protection of the marina and upland areas and reduce potential storm damage recovery expenditures. As a result, careful planning and design may reduce the overall construction schedule or allow for a phased approach. For example, modifying the project complexity or phasing the project resulting in an earlier construction start date or timeline to reduce exposure to fewer hurricane seasons may allow the project to be complete prior to a coastal storm so the breakwaters are in place and ready to provide protection. Certain facets of a project may have incremental added value, but significantly increase cost due to specific constraints of the site or construction methods. The stimulating aspect of the coastal and marine field is that nearly every site has unique qualities, which may also present opportunities for value engineering a design to achieve similar results more efficiently and at a lower cost. If a more efficient design or construction approach is identified following the issuance of permits, the experience of our regulatory team will be invaluable to navigate regulatory code and modify permits as required. Cummins Cederberg recently completed a shoreline stabilization and marina at Coastal Towers Condominium in in Sunny Isles Beach, which benefitted greatly from our value engineering methods when the structural seawall component was redesigned to incorporate a natural shoreline stabilization method along with a more efficient reconfiguration of the docks. This resulted in a reduction of the overall construction costs of the project by approximately 50% or more than $2M. Value engineering not only considers project costs but also evaluates the use of materials that will extend the service life and lower maintenance needs. This approach was applied at the Biscayne Bay Pilots Rehabilitation project at Port Miami. For the seawall cap repairs conventional steel reinforcement was replaced with glass fiber reinforced polymer (GFRP) bars which are non -corrosive and will result in a reduction of future maintenance. We have an established working relationship with the University of Miami relative to promoting innovative and cost savings methods in CUMMINS I CEDERBERG Coastal & Marine Engineering marine construction including the use of GFRP and specific concrete mixtures for higher level of marine resources recruitment. RFQ-DPP Design Philosophy and Aproach Page 95 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Process and approach to meeting the requirements of the scope of services Our approach utilizes a dynamic team of technical staff including coastal engineers, marine engineers, marine scientists, surveyors, landscape architects, geotechnical engineers, geologists, and regulatory/ policy experts to meet the City's needs. Our team is prepared to assist the City in delivering a successful project that complies with modern technical standards, while maintaining regulatory agency requirements. The Cummins Cederberg team will be an extension of the City and is committed to assisting in all aspects of project management from initial kickoff meetings to project closeout. Our team management process will be used for managing and integrating all activities associated with each project following this detailed 5-step approach: Step 1: Identify scope and budget. The first step will include early communications with the City to present our recommendations to achieve the City's goal and set expectations. We will work with the City to develop the scope and budget for each task. Developing a full understanding of the needs of the project early on will help to avoid change orders as the project progresses. Step 2: Project kickoff. Upon approval of the project scope and budget by the City, we will immediately coordinate with the team (e.g., coastal engineering, environmental services, geotechnical) to discuss project schedule and expectations of design features and amenities. Based on an mutual understanding of expectations, we will develop a scope of work from start to finish providing the City a clear picture of full consulting cost. Step 3: Project management. We will regularly coordinate with the City to monitor the progress of the individual tasks and will communicate often with City staff to ensure that our team is meeting or exceeding the level of quality and responsiveness the City expects. We will communicate frequently with the City to confirm that our Team is compliant with City procedures and providing thorough project records. Step 4: Communication and reporting. As part of overall project management, our team will obtain regular progress updates from our subconsultants and provide progress reports to the City as needed or as determined during project kickoff. At a minimum, progress reports will be provided in our monthly invoices. CUMMINS I CEDERBERG Identify scope and budget Project kickoff Project management Communication and reporting RFQ-DPP Design Philosophy and Aproach Page 96 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Technical Capabilities and Approach Form RFQ-TCA RFQ Number: 20-21-016 RFQ Title: Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation Name of Proposer: Cummins Cederberg, Inc. In the space provided below respond to the requirements for Technical Capabilities and Approach, Section 4.1 of the RFQ. Additional pages may be added as necessary. The Cummins Cederberg team of engineers, scientists, and additional technical staff are familiar with the technical requirements of this RFQ and understand the expertise required to execute this complex coastal engineering project. Our technical staff have gained direct experience working on similar projects in vulnerable areas, which are also subject to extreme flooding events. Further, we are intimately familiar with the Dinner Key Marina infrastructure as Engineer - of -Record for the ongoing design -build efforts on the Dinner Key Marina Hurricane Repairs project, which may have been lessened if the existing breakwater islands were more robust. As a result, the Cummins Cederberg team will work to demonstrate the proposed project is within the public interest by increasing storm protection of the public marina and upland infrastructure while also providing additional public recreation space and environmental habitat. The following summarizes our technical approach to servicing this RFQ and describes how the Cummins Cederberg team will collaborate with the City through each area of the scope of work described under this RFQ. Due to the complexity of the proposed project scope in the Biscayne Bay Aquatic Preserve, we understand environmental permitting will highly influence the technical design. Our seasoned environmental permitting team, which includes former regulators at all regulatory levels, bring unparalleled skill and contacts to navigate the complex regulatory process this project will face. Efficiently processing permits for this project will allow the City to achieve project success in a cost-effective and timely manner. Further, our ability to use in-house marine biologists to conduct marine resource surveys ensures another layer of quality control and efficiency for the City. Our regulatory staff is highly experienced in due diligence, including researching historic permits and submerged land ownership records, which will be essential to shepherd the project from concept to construction. Creative and robust engineering design will play a key role in a successful project. The proposed layout, configuration, footprint, side slope, and elevation of the breakwaters will impact conditions within the marina during both normal and extreme conditions. Cummins Cederberg will utilize the MIKE21 numerical modelling software to optimize the design to maximize storm protection while also minimizing impacts to marine resources and overall cost. Our engineering team will be supported by international experts in coastal engineering from the Danish Hydraulic Institute (DHI) - creators of MIKE21 - to bring experience on similar projects implemented all over the world. Our in-house team of Certified Floodplain Managers and FEMA experts will also review the proposed design for compliance with applicable FEMA regulations to ensure the design is flood resistant and identify opportunities to potentially modify the existing flood zones to provide the City greater design flexibility. Cummins Cederberg is a recognized local leader in RFQ-TCA Revised 05/25/21 RFQ-TCA Technical Cappabilities and Approach Page 97 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering resilient coastal engineering design. Our established, proven team of experts have worked together on many coastal engineering projects and understand working in the City. In addition to our ongoing work with Miami -Dade County on developing Sea Level Rise and Resiliency Roadmaps for the County's waterfront parks, Cummins Cederberg has also worked on many international projects throughout the Caribbean requiring careful attention to resilient design and construction methods. We will leverage our experience in these remote locations, and the unique perspective gained, to deliver a technically superior project to the City. Manpower planning, including scheduling and allocation of resources To ensure schedules are met in accordance with the City's timeframe, a project schedule will be developed immediately upon the issuance of a notice to proceed from the City. Our Project Manager for this RFQ, Jason Cummins, PE, will be responsible for ensuring the overall schedule and staff requirements for the project under this contract are met. Cummins Cederberg believes in having a strong Project Manager and project management approach, where all lines of communication are funneled through the Project Manager. Jason will maintain a thorough understanding of the contract and project, providing one point of contact to the City so details are effectively communicated throughout the team. He will oversee and ensure the allocation of resources and work schedule. As Principal of the firm, Jason has a constant pulse of overall company resources and authority to act swiftly and appropriately to maintain forward progress. 0ur diverse staff of coastal and marine engineers, as well as marine scientists, ensure we can lead and perform all aspects of this project from initial inspections, through design and regulatory permitting, and ultimate construction. Our Miami headquarters houses nearly half of the company's employees and technical staff, making timely responses to the City quick and seamless, with overlap between staff expertise for additional support. We are fully geared to conduct environmental and engineering field investigations requiring boats, GPS, hydrographic surveying equipment, SCUBA equipment, and tide/current measurements. We also routinely use advanced engineering software, to conduct engineering analyses and numerical modeling of complex engineering designs, including AutoCAD CiviI3D, ArcGIS Pro, RAM Elements, MIKE 21, GE05, AliPile, and GRLWEAP 2010. We have also developed an in-house wave and hurricane model simulating wave conditions and storm surge to allow deeper, early analysis of project details for the entire state of Florida, including the full shoreline of the City of Miami. These established models will significantly expedite critical information early in the planning process to support decision making amongst the project team and City. Many of our technical staff have gained direct experience working with the City on some of our existing projects such as the Dinner Key Marina Hurricane Repairs and the Adaptive Redesign of Jose Marti Park. To best serve the City on this project, we have assembled an exceptionally qualified team with proven experience working together in the City, including Curtis + Rogers Design Studio for landscape architecture and public outreach, AECOM for environmental engineering, NVG for geotechnical engineering, APTIM for surveying, Basulto & Associates for MEP, 300 Engineering for civil engineering and environmental engineering support, and as an added value we have enlisted DHI as an expert coastal advisor. Ensuring timely completion of projects The strategic management of our company workload allows us to quickly respond to the City's needs and our technical staff has the expertise and availability to fully service this RFQ. Cummins Cederberg's experienced and empowered project management team allows us to efficiently manage current workload with new opportunities and we have redundancy in all positions to ensure timely completion. Our familiarity with the City's procurement and proposal procedures will allow us to effectively service the RFQ. We will service this RFQ from our fully staffed corporate Miami office, which includes the Project Manager for this RFQ and is less than 5 miles from Dinner Key Marina, with support from other offices as needed to ensure rapid response to the City, regulatory agencies, and contractors who may be involved in projects under this RFQ. Timely completion of projects lies in our contract management expertise, particularly accurate tracking of project schedules, timelines, deadlines, and key submittals. Our goal is to provide project deliverables on -time, within budget, and to exceed expectations. If revisions to scope, time, or budgets are required, our team commits to keeping an open line of communication with the City in advance and in developing solutions/recommendations on the most effective avenue for project success and completion. RFQ-TCA Technical Cappabilities and Approach Page 98 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Quality control and assurance procedures, including timely reporting, and reviewing pay applications and change orders Cummins Cederberg has established quality control procedures for each part of a project from field work through design and permitting and ultimately construction. Work is verified by independent senior staff experienced with the specific tasks. Jason Cummins, PE, is experienced in all phases of this project, which not only allows him to plan and understand the entire project process, but he has an exceptional understanding of timely reporting methods, review of pay applications and change orders, and construction support from numerous completed waterfront projects. We provide construction support for nearly all our design projects; thus, we have an extremely experienced team understanding the actual construction. We have staff with prior contractor experience assisting during the construction portion of a project as well as reviewing the project relative to constructability during the design phase. Our typical construction services include bid package preparation, shop drawing review, site observations with reports, pile driving logs, submittal reviews, responses to Requests for Information (RFIs), approval of payment requests, pre -pour reinforcement inspections, permit compliance, punch -list development and tracking,final inspections and ultimate handover. Our large local team will allow us to maintain consistent contractor communication, respond quickly to contractor inquiries, document progress, and effectively process payment request. Computer aided design and drafting capabilities Our CAD capabilities allow us to provide state-of- the-art engineering drawings and mapping services, incorporating the latest industry standards for layout, design, and analysis. Our deliverables are produced in accordance with the requirements and/or guidelines of local, state, and federal agencies for technical services related to engineering and marine resource management. Our team is experienced using Autodesk's AutoCAD suite of products including CiviI3D for accurate renderings and volume/quantity calculations. All drawings for this project will be produced in the State Plane horizontal coordinate system (NAD83) and the North American Vertical Datum (NAVD88) to support efficient layout and compliance tracking during construction. Our engineers are hands-on AutoCAD users and utilize the software throughout the design process. This streamlines engineering plans and document preparation, as the engineers work directly and collaboratively with the our CAD professionals in the software during document development as well as during final QA/QC review. As an added value, our GIS professionals provide a wide range of information management services and product support to aid in the production of the CAD engineering drawings and mapping deliverables. These services include GIS design and deployment, database design, mobile data collection support, and record management, as well as custom workflow analysis and design. Our experienced professionals possess a broad range of experience with geospatial and information management technologies and a multitude of standard application development languages and tools. Our GIS and CAD professionals regularly coordinate with our clients, agencies, and other stakeholders to ensure seamless data integration for upload/populating into existing databases. Data collection efforts for this Project, such as marine resource surveys and bathymetry, will be catalogued and submitted to the City for expansion of internal databases. Capacity to provide on -call services in a timely manner This contract will be led from our Miami headquarters office, located less than 5 miles from Dinner Key Marina and Miami City Hall. Staff in our Miami office includes licensed coastal and marine engineers, marine scientists, CAD professionals as well as the Principal, local resident and assigned Project Manager, Jason Cummins, PE, ensuring we will quickly respond to City requests. This office will not only be key in providing responses in a timely manner, but also has experience in providing pre- and post -storm support, a key component when considering marine construction projects in South Florida. Our geographic spread of support offices will allow us to be fully operational should an emergency arise, back up servers and resources in every office allow us to truly provide uninterrupted, on -call services at any time. RFQ-TCA Technical Cappabilities and Approach Page 99 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Quality control and assurance, including coordination between design disciplines, compliance with program requirements professional/industry standards, and conformance with all applicable code requirements Cummins Cederberg will manage Quality Control and Quality Assurance throughout the project lifecycle. Familiarity amongst the team members and prior project experience together fosters an environment of positive teamwork and shared responsibility. Open lines of communication are maintained to address any QA/QC questions as efficiently and effectively as possible. Our QA/QC program includes: • External and internal kick off meetings to identify critical path items early and ensure transfer of information between disciplines. • Review scope of work relative to intended use and client expectations. • Establishing a basis of design and project objectives amongst all disciplines from which to gauge success • Deep literature review of subject matter, codes, and regulations applicable to the Project scope • Technical review by independent senior staff of tasks and milestone deliverables. • Review of subconsultant deliverables prior to submitting to City. • Cross -coordination between disciplines and scheduled checks at target milestones to ensure integration • Constructability review during engineering design process. • Review of daily onsite documentation, reporting, or 3rd party inspection logs. • Daily documentation of site progress and progress reporting to manage issues and avoid project complications as well as ensure compliance with environmental permits. • Regular coordination with City, design, and contractor personnel (as needed) to communicate project progress, active items, potential conflicts, and scheduling outlook. • Substantial completion inspections to proactively prepare any punch -list items and aid in expediting construction schedule. RFQ-TCA Technical Cappabilities and Approach Page 100 Section C 1. RFQ Proposal Forms, Business Tax Receipt, Licenses, Litigation www.CumminsCederberg.com Page 101 BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. § 1352 (As Amended) CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his/her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officers or employee of Congress, or an employee or a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form, LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that II subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor,Cummins Cederberg, Inc. Certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31, U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor/Contractor's Authorized Official Name or/Contractor's Authorized Official Jannek Cederberg, President and Title of Cont Date: 07/16/2021 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 clC.•xt 2 Z r 2 04 t Addendum No. 2, Dated c uty f, 2 d Z 1 Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, "Submission Requirements." PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: • Proposal Letter • Narrative • Qualifications of Proposer • Experience of the Proposer • Qualifications of the PM • Experience of the PM, plus Resume ■ Qualifications of the LMCE • Experience of the LMCE, plus Resume • QualificationslExperience of the SE, plus Resume ■ Qualifications/Experience of the EE, plus Resume • Qualifications/Experience of the AS, plus Resume • Qualifications/Experience of the SMEP, plus Resume ■ Qualifications/Experience of the SM, plus Resume ■ Qualifications/Experience of the LA, plus Resume ■ Qualifications/Experience of the SubconsultantslSubcontractors, plus Resume Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A • Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: • Design Philosophy and Process • Technical Capabilities and Approach 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: • RFQ Proposal Forms (Section 6.0) ■ Information for Determining Joint Venture Eligibility - Form A (if applicable) ■ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Su bconsu ltant(s)/S ubcontracto r(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. 20-21-016 i certify that 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 Proposers firm. Please print the following and sign your name: Cummins Cederberg, Inc. Firm's Name 7550 Red Road, Suite 217, South Miami, Florida 33143 Principal Business Address 305-741-6155 Telephone jcederberg@cumminscederberg.com E-Mail Address Jannek Cederberg 305-974-1969 Fax Full Name President Title Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation — Project No. B-193402A RFQ No. 20-21-016 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF Florida SS: COUNTY OF Miami -Dade ) I HEREBY CERTIFY that a meeting of the Board of Directors of the Cummins Cederberq, Inc a corporation existing under the laws of the State of Flor id a 2021 , the following resolution was duly passed and adopted: , held on July 16 "RESOLVED, that, Jannek Cederberg , as President of the Corporation, be and is hereby authorized to execute the Proposal dated, July 16 , 2021 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 16 , day of July , 20 21 . Secretary: Jason Cummins (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Not applicable 6.2.2 STATE OF SS: COUNTY OF CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Not applicable 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Not applicable 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Not applicable 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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: Cummins Cederberg, Inc. Individual Name: Jannek Ced Signature: Date: rbe 07 9/2021 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Not applicable 6.4 CERTIFIG TE OF COMDLANCE WITH SECTION 18 47 OF TIDE CITY CODE NOT APPLICABLE 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: Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Not applicable (c) Supervision of field operations: 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: 6.6 REQUIRED FORMS Required forms to be made part of the Proposer/s submittal by the Proposal Submittal Due Date include, but are not limited to, the following: RFQ-PCL Proposal Cover Letter RFQ-PN Proposal Narrative RFQ-QPC Qualifications of Proposer RFQ-EPC Experience of Proposer RFQ-EPM Experience of the PM RFQ-ELMCE Experience of the LMCE RFQ-QKP Qualifications of Key Personnel/Required Personnel RFQ-QSC Qualifications and Experience of Other Proposed Personnel RFQ-DPP Design Philosophy and Process RFQ-TCA Technical Capabilities and Approach Certification Regarding Lobbying END OF SECTION Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Cummins Cederberg, Inc. STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CEDERBERG, JANNEK 650 VALENCIA AVENUE UNIT 304 CORAL GABLES FL 33134 L LICENSE NUMBER: PE69839 EXPIRATION DATE: FEBRUARV 22, 2023 Da not alter this document in any form. This is your license. II Is unlawful for anyone other I nun I. licensee Io use unis decumenl. 1 FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SPECIAL INSPECTOR NUMBER 7025320 TAYLOR, JASON 5. 3245 MCDONALD I MIAMI 33 LICENSE NUMBER:PE602T1 EXPIRATION DATE: FEBRUARY 28,2023 Do not :alter this document in any form. This is your license. II is unlawful for anyone other Ihan I he licensee le use mis donimem. FBPE _..sueS STA FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS I HE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER I HE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BARRERA ALLEN, LEONARD ANDREW 9350 FONTAINEBLEAU BLVD UNIT zo6 MIAMI FI 33t T9 LICENSE NUMBER PE90872 EXPIRATION DATE: FEBRUARY 28,2023 Do not alter this document in any form. This is your license. It is unlawful for anyone other man the licensee to use mis dourmenr. WATERFRONT ROBE IMBIBE. GUIDEUNEs CREDENTIAL ID'. VVEDGAssoc-2020 DATE ISSUEDSOOT 2020 \/AI In THRnUeH .s DMTmm4 VVaterfront Alliance verifies 0,at Christie Hurley Has attained the designation of WEDG Assocate by m plain,' the VVEDO Professionals couse on September 24 and 25, 2020 and attar!, a ct,,ani seem, ces tor e split, ewkyiauy&DOO, a.aca:esait best atierfronIdesign. Gortney Werra!! Preside. 8. SRO Waterfimt Alliance Doteberh, 2020 FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CUMMINS, JASON ROLLAND 2212 SECOFFEE TERRACE MIAMI FL,i31:t3 I-- LICENSE NUMBER: PE71538 EXPIRATION DATE: FEBRUARV 28, 2023 Do not ulcer this document in any form. This is your license II Is unlawful for anyone other Ihan I he licensee le use I his decumenl. STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CHEIFET, JORDON PHILIP T000 WEST LAKE DRIVE y WEST PALM BEACH FL 33406 LICENSE NUMBER: PE72376 EXPIRATION DATE: FEBRUARV 23. 2023 Always verify licenses online at MyUolda Lmensu,com Do not alter this document n any form_ The is your license It i, unlawful for anyone other than the licensee to use this document. tl FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES PARKER, GEOFFREY M. 1059 PASEO DEL RIO NE SAINT PETERSBURG FL 33702 LICENSE NUMBER: PET4043 EXPIRATION DATE FEBRUARV EX ROM Always verify licenses online. MyFlwtLkense.cmn 4FBPI Do not alter th1s document In any form. This 5 your license. Ris unlawful for anyone other.an the licensee to use SS document. NATERFRONT EDGE DESIGN NUIDEEINEs CREDENTIAL ID'. VVEDG-Assoc:20.0 DATE ISSUED SCOT 2020 VAI ID THRml 1,, .s nr,T rT�b Waterfront Alliance verifies that Danielle Irwin Has attained the designation of WEDG Associate by rampleeny nals course on September 24 a. 25 2020 and attain!, a curry czar, snort demonstatmg an ior :121:errt k0i<aIysoundnalnd p au:essi0e waOrrtontd sgn. Gortney Worrell lAkterfront Alliance OGIUL-r 2020 Licenses, Business Tax, Litigation Page 1 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Danielle H. Irwin, CFM ASFPM CERTIFIED FLOODPLAIN MANAGER Waterfront Edge Design Guidelines W. w CERTIFICATE OF COMPLETION This certificate is presented to Katie Britt Williams WEDG Associate Fursuuesslully LTnple0: h,e WEDG Professionals Course us June 9-1P 2021. Giver on this day, June 22, 2021. WEDG Karen lmas VP ri Pmrramc Waterfront Edge Design Guidelines afixt Cortney Koenig•Worrall Eo,nd Tres dent M.. CERTIFICATE OF COMPLETION This certificate is presented to Rebecah Delp WEDG Associate For rAcceEdull0 completer the WEDG Professionals Course on June 9-1C'2021- 61ver on this day, June 22, 2021. Karen lmas Local Business Tax Receipt Miami —Dade County State of Florida -THIN-N>TA BILL [ NrT PAY BUSINESS NARAEiLOCATION CEDEREERG INC >57-H A-E217 &OLT-I .11AN11. FL 33'43. OWNER _ ECEPEF RECEIPT NO. Cortney Koenig•Worrall LBT EXPIRES SEPTEMBER 30. 2021 PE OF FNPAYMENT RECEIVED TAX COLLECTOR F R NEPSFI FFPI.I �.. -..., il,isL cilB ss Tar ae.eltr lyc. „sl"+V oUCLo BS s: for the ke, tote es,. retini, ora certilicrtion of the I,olJei s �I��alinc:,rio„s. to Jo Lnsi„ess-HOIJer„n,sr co,,,l ly wirl, The REI:EIPT ND. ahove,nnst Le JisDlaye.l o„ all co„n„en.ial vehicles- Mir,,,i-Ddel:ode Int now lnlom,alim, visit vrwvr-Iniaoidadr-nnvnneadlPe. WEDG Waterfront Edge Design Guidelines CERTIFICATE OF COMPLETION Karen Imes 202 1 This certificate is presented La Gina Chiello WEDG Associate For sJ¢en-fully completnq_ the WEDG Professionals Course ors June 9-1(n. 2021. Glvcr ou Cnt dn9. June 22, 2021. Cortney Koenig-Wormll owl Ron I-1 STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES MUSLIMANI, RASHEED KHALIL 6267 SW 72ND STREET '14:1 UNIT A-5 MIAMI FL 33143 LICENSE NUMBER: PE77704 EXPIRATION DATE: FEBRUARY 28, 2023 Afwzps verity licenses online at AI yFloridaLicense.com AFBPE Do no, alter this document in any form. This is your license. It i3 unlawful for anyone other than the licensee to use this document. D3PR-.,MMINs CEDER.ERS INC.. Regissy Licensee Details Licensee Information Name: CUMMINS CEDERBERG, INC. (Primary rvame) Main Address: 7550 RED ROAD SUITE 217 SOUTH MIAMI Florida 33143 County: DADE License Ma:Bng: Li:enseLn2atinn: License Information License Type: Registry Rank: Registry License Number: 29062 Status' Current ❑censure Date: 04/02/2010 Expi, es. Special Qualifications Qualification Effective Alternate Names View Related License Information View Li00nse ComPlamt 2.1 Blair stone Raaa Tallahassee FL 32399 Email Castamercanva Center Customer 2rnrct Cr. r. s0.40.13'5 T. _mm o`Hm do is en hatffo rmalowv4yeydg0 20o13010 ne o- 44 FI.1M, 3U as hty2fNrvrumylloridelloenne.nerrhuo3n.eDetaliartnSID-Bid-t ]E41IF3u311 2431ES Licenses, Business Tax, Litigation Page 2 7/8/2021 Technical Certificate - Returning Vendor Self -Service Portal MIAMIDADE Miami -Dade County Internal Services Department Statement of Technical Certification Categories Firm: CUMMINS CEDERBERG INC 7550 Red Road, Suite 217, Suite 217, South Miami, FL 33143 Code 3.12 5.01 5.08 5.09 10.03 10.10 11.00 16.00 17.00 Category Description HIGHWAY SYSTEMS - UNDERWATER ENGINEERING INSPECTION PORT AND WATERWAY SYSTEMS - ENGINEERING DESIGN PORT AND WATERWAY SYSTEMS - MARINE ENGINEERING DESIGN PORT AND WATERWAY SYSTEMS - ENVIRONMENTAL DESIGN ENVIRONMENTAL ENGINEERING - BIOLOGY SERVICES ENVIRONMENTAL ENGINEERING - COASTAL PROCESSES AND OCEAN ENGINEERING GENERAL STRUCTURAL ENGINEERING GENERAL CIVIL ENGINEERING ENGINEERING CONSTRUCTION MANAGEMENT Approval Date 08/19/2020 08/19/2020 08/19/2020 08/19/2020 08/19/2020 08/19/2020 08/19/2020 08/19/2020 07/07/2021 Expiration Date 08/31/2022 08/31/2022 08/31/2022 08/31/2022 08/31/2022 08/31/2022 08/31/2022 08/31/2022 08/31/2022 Approved By Technical Certification Committee Miami -Dade County https://www.miamidade.gov/Apps/ISD/Vendor/TechnicalCertification/TC_PrintCertificate 1/1 M IIAM I -DADS COUNTY miamidade.gov March 20, 2019 Jannek Cederberg CUMMINS CEDERBERG, INC. 7550 Red Rd Suite #217 South Miami, FL 33143 Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 Approval Date: March 18, 2019 - Small Business Enterprise - Architectural & Engineering (SBE-A&E) Anniversary Date: December 31, 2020 Dear Jannek Cederberg, Miami -Dade County Small Business Development (SBD), a division of Internal Services Department (ISD), is pleased to notify you of your firm's continuing eligibility as a certified Small Business Enterprise - Architectural & Engineering (SBE-A&E). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. Your firm is certified in the categories listed below. The Small Business Enterprise - Architectural & Engineering (SBE-A&E) certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility. Your firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami -Dade County's SBD website: http://www.miamidade.gov/smallbusiness/certification-lists.asp. If there is a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms or individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. If you have any questions or concerns, you may contact our office at 305-375-3111 or email sbdcert@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) MDC-TCC 03-12: UNDERWATER ENGINEERING INSPECTION MDC-TCC 05-01: ENGINEERING DESIGN MDC-TCC 05-08: MARINE ENGINEERING DESIGN MDC-TCC 05-09: ENVIRONMENTAL DESIGN MDC-TCC 10-03: BIOLOGY SERVICES MDC-TCC 10-10: COASTAL PROCESSES AND OCEAN ENGINEERING MDC-TCC 11: GENERAL STRUCTURAL ENGINEERING CUMMINS I CEDERBERG Coastal & Marine Engineering July 16, 2021 City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 RE: Litigation Statement Dear Selection Committee Members: Cummins Cederberg, Inc. (Cummins Cederberg) hereby certifies that no litigation or regulatory action has been filed against our firm. We appreciate the opportunity to submit our qualifications and stand by ready to assist the City in the successful completion of this project. Should you have any question or require additional information, please do not hesitate to contact us at 305-741-6155. Sincerely, CUMMINS CEDERBERG, INC. Jason Cummins, MSc, PE Principal Jannek Cederberg, Sc, PE Principal www.CumminsCederberg.com Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering 300 Engineering Group MIAMFW DE COUNTY miamidade.gov June 23, 2021 Frandin Torrealba 300 Engineering Group. P.A. 2222 Ponce de Leon Blvd Suite 300 Miami, FL 33134 Approval Date: March 31, 2021 - Disadvantaged Business Enterprise (DBE) Anniversary Date: March 31, 2022 Dear Franklin Torrealba, Internal Services Department Small Business Development 111 N61 Street, 19th Fhor Miami. Florida 33128 T 303-3753111 F 3053753150 Miami -Dade County Small Business Development )SBD), a division of the Intemd Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the UCP DBE Directory which can be accessed through the Florida Department of Transportation's website:http:IM/ww3b.dotstate.fl.uslEqual ppartunity0ffceBusinessDirectoryl. DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Ad (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub -contractor, consultant, sub -consultant or material supplier. If at any time there is a material change in your firm, you must advise this office by swum affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed daily operations, an -going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in action to remove your firm's DBE certification. State of Florida Department of State T certify li-om the records ofthis otlice that 300 FNGTNFFT0TNG GROUP, P.A. is a corporation organized finder the laws of the State of Florida, fled on September I A, 2006. 'L he document numb.. of this Corporation is I'060001 19745. l further certify that said corporation has paid all tees due this offee through December 3 I , 2021, that its most recent annual report/uniform business report was filed on January 6, 2021, and that its status is active_ T further certify that said corporation has not filed Articles ol'Dissolution.. [siren under my hand and the Great Seal f the State n/' FLmida at Tallahassee, the Capital, this the Sixth day of Januarr, 21121 Secretary of State Tracking.Number: 11324a1a3111CC t IWwtthe instructions displayed.,i r ups://tier vices.sun hir.n, a/Filinep/Cerdfi careofSmms/CerdticateA u then dunon M® June 23, 2021 Franklin Torrealba 3g0 Engineering Group, P.A. Pence2222 d_ Leon Blvd Suite 300 fdiarmi FL 33134 Internal ServicesDeamerSmnsinew evac 30,3737,6 Approval D cSmall Buslnass Enterprise-Archltctural & g _ g (SBE-A&E) Expiration Date: March 3122024 Dear rranMln Torrealba, Miarni-Dade County Small Business Development (5BD), a division of the Internal Services Department (ISD) has completed the review of your application and a - officially certified as a Miami -Dade County Small Business Enteprise- Architectutral & Englnee submitted (SBE-A&E).i The Small Bus mess Enterprise (SIDE) programs a e governed by I his Small Business re ral & Engineering (Sh &E, e rfifieahon is valid for On as Nears provided that you submi Areh� a 'Continuing 615fiperinent oo orbo orcycu r elir,nrvoa The atb, M ofa'Co22. 1 ha affidavit nivaL indioaLo any eharrgee or it changes In your firm pertinent f your r- your Anniversary eligibility. The required ,tam of a 'Continuing -year ll _r Affidavit.' annually with specific supporting docunieriLs on or before your A will be ntitietl at Lo decertify slit tyr advance tthe A veisary Date. Falure,upcomply vi tit the respunetift est ay result unwed,. action to deeeruty the firm. If aL any rano there is a oriel change in Lho firni includinglouL noLlinritsd Lo, odirector,lacing performed, daily oper affiliation(s) with other bus r the physical locationownership, the firm, you notify this office in ling within (30) days Notifical5n should include suppo L,,,d 2 wll receive timely irsuucrons from this office as Lo how you should proceed. if s la0arwill be m only a vat o You issued duration years' certification. If the firm attains graduation or becomes ineligible during the three-year certificationperiod, you will be properly notified following an administrative. process that year firm, certification has boon removed pursuant to are code. Your firms name andtier level will be listed in tit rally can be Lhrough Miami -Dade unty's SSD webslte: httry/1nn an Jdade g•,v/cr �allh�s sslr�tlfirntlon-Ii+ c2 The categuties as listed below affords you the pp unit, to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you reCounty. To registeryouvisit j 01.• //wow, n anddade gpy/pro of isl,dsrregjsr asp.. Thank you or you n doing bus ith Miami -Dade County. If you have any questions or LonLems. v v ntaut our office at 20S-275-3111 or via email at sbdcertiarriiamida a Sincerely C�A�f Director vide f small Business Develop ment m: ATE DEVELOPMENT AND PARKING LOT DESIGN ITReuRDsIDESIGN SANITARY SEwACE sOLLECTION AND TRANSMISSION MD, TOM- OS-01A UTILITY nELINNGFOR RY RVPOEP DISTRBFndunNDSANITARY SEWAGE �LLEUION AND TRANSMISSION SYSTEMSBADT,TTSS OS -CS WATER AND SANITARY SEWAGE TREATMENT PLANTS MDC-TC.C. 0,02 WATER AND Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 7117450 BUSINESS NAME/LOCATION 300 ENGINEERING GROUP PA 2222 PONCE DE LEON BLVD STE 300 CORAL GABLES, FL 33134 OWNER 300 ENGINEERING GROUP PA C/O FRANKLIN TORREALBA Employee(s) 3 NIANI ECM RECEIPT NO. RENEWAL 6559265 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuant to County Code Chapter 8A- Art. 9 & 10 SEC. TYPE OF BUSINESS 212 P.AICORP/PARTNERSHI P/FIRM PAYMENT RECEIVED BY TAX COLLECTOR 49.50 04/07/2021 INT-21-291064 This Local Business Tax Receipt only confirms payment of the Local Business Tax The Receipt is note license, permit, ore certification oldie holder's qualifications, to do business Holder must cotlgiq with any governmental or nongoeornmentd regulatory laws and requirements which apply to the business The RECEIPT Kahan must he displayed on all commercial vehicles -Miami -Dade Code See la-17fi For more information visit www.miamidade.govdaxcolledor Licenses, Business Tax, Litigation Page 3 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES TORREALBA, FRANKLIN ANTONIO 6700 SW 112 STREET PINECREST FL33156 LICENSE NUMBER: PE56385 EXPIRATION DATE: FEBRUARY28, 2023 Always ]erity licenses online at Nlynlorida License cons Do not alter this document in any form. AFL.,B4E., This is your license. It Is unlawful for anyone other than the licensee to use this document. Licenses, Business Tax, Litigation Page 4 ENGI• ERING GROUP, P.A. 5 Efficient. Responsive. Innovative. July 15, 2021 City of Miami Procurement Services Division 444 SW 2nd Ave 6th Floor Miami, FL 33130 RE: RFP No. 20-21-016 — Marine and Coastal Engineering Services To Whom It May Concern: 300 Engineering Group, P.A. — Litigation Statement I, Franklin A Torrealba, PE, ENV SP, hereby attest that under penalty of perjury, that no litigation or regulatory action has been filed against 300 Engineering Group, P.A. in the last (7) years. Kind Regards, Celeste Urey-Lopez Name of Notary Public Franklin A Torrealba, PE, ENV SP I Director Signature: Email: info@300engineering.com www.300engineering.com Celeste Urey-Lopez NOTARY PUBLIC STATE OF FLORIDA Comm# GG333780 Expires 5/13/2023 PH: 305-602-4602 Fax: (305) 675-2373 2222 Ponce de Leon Suite 300, Coral Gables, FL 33134 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering AECOM Technical Services, Inc Local Business Tax Receipt Miami —Dade County, State of Florida -THISIS NOT BILL -DO NOT WI 6400824 BUSINESS NAME/LOCATION AECOM TECHNICAL SERVICES INC 2 ALHAMBRA PLAZA STE 900 CORAL GABLES, FL 33134 RECEIPT NO. RENEWAL 4641578 of LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of business Pursuantta Count' Code Chapter 8A - An. 9 & 10 OWNER SEC TYPE OF BUSINESS AECOM TECHNICAL SERVICES INC 212 PA./CO RP/PARTNER SH I C/O CHARLES ALBERT P/FIRM Employee(s) 75 EB8115 MI MI®� PAYMENT RECEIVED BY TAX COLLECTOR 337.50 09/17/2020 CREDITCAR D-20-077502 This Local Business Tax Receiptnnly confirms payment of the Local Business Tax The Receipt isnot a license. amity' a certification din holder's qualifications. m do business. Holder must complywith anygovemmanial or nongovernmental regulaterylaws and requirements which apply to the husiness The RECEIPT H. above musthe displayed on all commercial vehicles- Miami -Dade Cods Sec la-11i For more information uisitwe r.mlamidade.gauhaxcollector STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSISNALENG111EER FIERCIN IS LICENSED UNOCRT IC ERO1,1510E15OF CI IAPTER 471, FLORID,. STATUTES KAMATH, VIVEK SANJIV 9559 NE W PORT ROAD BOCA RATON EL 3N392849 5J[ENSENUMVR: PE4191S EXPO/ATM motrnEWt1IARY 28 2023 Nvons yeAfy Vteres oohs at 10,El ..tense am 4 Darr/ Otr INE diswrn Inany ims Thhs.awr R[ar[. R is rrberdA forrsyaxnther elan Bra Feenxe [nine lhhdocumer. State of Florida Department of State 1 certify hom the records of this office that AL/COV1 TECHNICAL SERVICES, INC. is a California corporation authorized to transact business in the State of Florida, qualified on August 21, 1995. The document mum!), of this corporation is L95000004014. I further certify that said corporation has paid all fees due this ofilcc through December 31, 2921, tb at its most recent annual repordunif2orm bu;inose report was filed on January 19, 2021, and that its stains is active._ I further certify that said corporation has not fil ed a Certificate of Withdrawal_ Given under .ay ha»pl aspl the Grest. Seal of the State J17orida at Tallahassee, the Capital, this the Nineteenth day etjJanuay, 2h21 Secretary of State T. authrnticati2 this tannw the instructions displayed.xu tn.. tulles to nor nomM1 a an..n htrpn: //.services. s unhie.urg/Filings/CertihcaceOlSturux/Cernnca reAu then oration Licenses, Business Tax, Litigation Page 5 AECOM Technical Services, Inc. — Litigation History (7 Years) AECOM Technical Services, Inc. CATS") is a large design, engineering, planning and related professional services company that executes thousands of projects annually. As with any large services company, from time to time, ATS is involved in claims and litigation, many of which involve third party personal injury and property damage claims. However, we strive to avoid litigation and have a risk management program in place that includes early recognition of situations that might give rise to a claim, open lines of communication and proactive dispute resolution. Upon knowledge and belief, formed after reasonable inquiry, ATS has been involved in the disclosed litigation over the past ten (10) years related to the performance of professional engineering, design, and construction services in the U.S. None of our current claims could reasonably be expected to have a material adverse effect on ATS or its ability to perform under the contract contemplated by the proposal. If you require additional information, please contact Lusanna Ro, Vice President and Assistant General Counsel, DCS Americas, at Lusanna.Ro@aecom.com. Claimant Name & Case Number Date Filed & Venue Status Claim Description Flatiron West, Inc. v. City of Oakland v. AECOM Case No. RG19041029 January 29, 2021 County of Alameda, Rene C. Davidson Court House Pending The contractor (Flatiron West) has sued the City of Oakland for unpaid fees. The City contends that the unpaid fees were incurred as a result of delays and errors by the Contractor while contemporaneously cross -complaining against the ATS/TY Lin Joint Venture, and ATS and TY Lin individually (collectively the "JV"), that any such delays not caused by the Contractor, are the result of professional negligence on the part of the JV. Colonial Pipeline Company v. Metropolitan Nashville Airport Authority and AECOM Technical Services. Inc. Case No. 3:20-cv-00666 July 31, 2020 United States District Court for the Middle District of Tennessee Nashville Division Pending Cody Mitchell is a seconded employee at the Nashville Airport (MNAA) under our Staff Augmentation contract. One of Cody's responsibilities as directed by MNAA was to be a resource to TDOT for their work regarding relocation of an adjacent State Route. As a part of the TDOT work, they requested access inside the Airport Operations Area (AOA) for investigative drilling. As TDOT's designated liaison, Cody was asked to schedule a runway closure, and make arrangements for the drilling. According to GIS information provided by the airport, Colonial's pipeline appeared to be 80 feet away. When TDOT began to drill they hit Colonial's pipeline resulting in a spill. Colonial is suing for the clean-up costs. United States of America v. AECOM, Emergency Response Program Management Consultants, AECOM Technical Services, Inc., AECOM Recovery, and Louisiana Department of Education Case No. 2:16-cv-15092-EEF- KWR July 28, 2020 Eastern District of Louisiana Pending AECOM project specialists are alleged to have inflated estimates in project worksheets prepared for FEMA after Hurricane Katrina, thereby causing FEMA to obligate more funding for disaster victims. LLS, PLLC d/b/a Manor Kids Dentist v. Shadowglen Development Corporation v. Wurzel Builders, Ltd. Case No. D-1-GN-19-003936 July 17, 2020 District Court, 261st Judicial District, Travis County, Texas Pending Tenant in commercial development alleges negligence in the drainage design as lead to flooding. Bizzack Construction, LLC v. AECOM Technical Services, Inc. et al. Case No. 5:20-cv-00084-KKC February 13, 2020 U.S. District Court Eastern District of Kentucky Pending Contractor claims additional costs alleged to arise from errors in design of a bridge. AECOM Technical Services, Inc. v. Flatiron I AECOM LLC Case No. 1:19-CV-02811- WJM-KLM October 2, 2019 District of Colorado Pending Contract and professional negligence dispute. SJTA v. Sambe v. AECOM et al. Case No. ATL-L-001012-18 September 4, 2019 Superior Court of New Jersey, Atlantic County Pending AECOM was the designer of record for the Atlantic City International Airport Aircraft Rescue and Firefighting Station. The building is a two story 40,000 square foot building. SJTA, AECOM's client, has sued Sambe Construction, the construction contractor, and in turn Sambe has sued all contractors and designers on the project. Allegations in the compliant pertain to leak activities and claims related to the HVAC system. County of San Bernardino v. Skanska USA Civil West, et al. Case No. CIVDS1913509 May 29, 2019 Superior Court of San Bernardino County, California Pending Complaint alleging defective and non- conforming work which resulted in construction related issues on a railroad grade separation project in Devore, San Bernardino County. LM Heavy Civil Construction, LLC v. Port of Palm Beach District Case No. 50217CA005376 May 10, 2019 Palm Beach County, Florida Settled April 27, 2021 Port received claim from its contractor alleging delays and disruptions due to errors in design. Port denies the contractor's allegations but to the extent it if found liable alleges that AECOM should be liable. Shop-A-Minit Markets Family Partnership v. 7-11, Inc., Antea Group, AECOM, Enviroprobe Integrated Solutions, Inc. Case No. 19-C-251 March 19, 2019 Circuit Court of Kanawha County, West Virginia Pending Plaintiff alleges damages incurred to property during the removal of an underground gas storage tank on the property. Bilmar Limited Partnership v. 7-11, Inc., Antea Group, AECOM, Kevin Booten, Enviroprobe Integrated Solutions, Inc. Case No. 19-C-249 March 19, 2019 Circuit Court of Kanawha County, West Virginia Pending Plaintiff alleges damages incurred to property during the removal of an underground gas storage tank on the property. JH Kelly, LLC v. AECOM Technical Services, Inc. Case No. 192600 January 29, 2019 Shasta County Superior Court, California Pending Claims for cost overruns and delays arising out of a EPC project to replace compressor station on PG&E's gas transmission line. AECOM Technical Services, Inc. v. Professional Service Industries, Inc. November 14, 2018 United States District Court, Middle District of Florida, Tampa Division Pending Damages for breach of contract. Slade Jordan & JWS Restoration v. AECOM Technical Services, Inc. Case No. 19963 October 26, 2018 District Court, Nolan County, Texas Dismissed July 2019 Multi -plaintiff PBC exposure case related to a remediation project at an abandoned refinery in West Texas owned by Anadarko Petroleum Corporation. Anadarko hired ATS to serve as "Compliance Supervisor to design, engineer, implement and supervise compliance with safety standards. Shop-A-Minit Markets Family Partnership v. 7-11 Inc., Antea Group, AECOM, Kevin Booten, Enviroprobe Integrated Solutions, Inc. Case No. 18-C-1113 August 31, 2018 Circuit Court of Kanawha County, West Virginia Pending Plaintiff alleges damages incurred to property during the removal of an underground gas storage tank on the property. Central Texas Highway Constructors, LLC v. AECOM Technical Services, Inc. Case No. 23881/MK August 18, 2018 International Court of Arbitration Pending Professional negligence and breach of contract dispute arising from design services on a transportation project. East Kentucky Power Cooperative v. AECOM Technical Services, Inc. Case No. 5:18-cv-00437-JMH June 7, 2018 E.D. Kentucky Pending East Kentucky Power Cooperative alleges that ATS did not design an external haul road used to access the bottom of EKPC's Spurlock Station coal ash landfill in Maysville, Kentucky in accordance with the parties' contract or professional standards. ATS disputes EKPC's allegations and contends that ATS acted consistent with the applicable industry standard of care and scope of work authorized by EKPC. Clark Bros. Inc. (CBI) v. Gierlich-Mitchel Inc. (GMI) v. AECOM (Cross -defendant AECOM) Case No. 17CECG00503 April 12, 2017 Fresno County Superior Court, California Settled September 2018 Contractor on municipal sewer lift station project filed suit against pump manufacturer and its representative, alleging pumps were defective or did not meet published specifications. Mfr.'s representative filed cross -claims against ATS alleging negligence. ATS provided design services on the project. David Dewayne Stowe, Sr. et al., v. Donald Slade Jordan, et al. Case No. 44771 October 10, 2016 5th Judicial District Court, Parish of Richland, Louisiana Dismissed July 2019 Multi -plaintiff PCB exposure case related to a remediation project at an abandoned refinery in West Texas owned by Anadarko Petroleum. Anadarko hired ATS to serve as "Compliance Supervisor to design, engineer, implement and supervise compliance with safety standards. Green Bay Metropolitan Sewerage District v. PTS Contractors, et al (including AECOM Technical Services, Inc.) Case No. 16CV449 March 29, 2016 Brown County Circuit Court, Wisconsin Settled March 2019 Fox River Fiber and Green Bay Metropolitan Sewerage District filed separate suits asserting breach of contract and negligence claims against AECOM Technical Services, Inc. ATS provided design and construction inspection services. The claims arise from a force main failure (leak) allegedly caused by corroded bolts. Fox River Fiber v. AECOM, et al. / Green Bay Metropolitan Sewerage District v. M.P. Nexlevel, LLC, AECOM Technical Services, Inc., et al. Case No. 15CV1742 Green Bay Metropolitan Sewerage District v. M.P. Nexlevel, LLC, AECOM Technical Services, Inc., et al. Case No. 16CV2 December 28, 2015 Brown County Circuit Court, Wisconsin January 4, 2016 Brown County Circuit Court, Wisconsin Settled October 2019 Green Bay Metropolitan Sewerage District filed suit against AECOM Technical Services, Inc. asserting breach of contract. ATS provided design and construction inspection services. The claim arises from the discovery of corroded force main bolts, which GBMSD claims could create the risk of leakage of wastewater. The Association of Apartment Owners of the Hawaii Kai Peninsula and Board of Directors of the Association of Apartment Owners of the Hawaii Kai Peninsula, etc., v. Peninsula Hawaii Kai, LLC et al., including AECOM Technology Corporation Case No. 101175108JHC December 28, 2015 Circuit Court of the First Circuit, State of Hawaii Settled August 2017 Complaint against multiple parties alleging negligence and breach of implied warranty in connection with the construction of a condominium project known as the Hawaii Kai Peninsula. The Connecticut Light & Power Company dba Eversource Energy v. Joken Development Corporation, et al., incl. AECOM Technical Services, Inc. Case No. UWY-CV-15- 6027719-S July 1, 2015 Superior Court of Connecticut Judicial District at Waterbury Settled July 2018 Claim for damages to electrical facilities related to the contractor's (Joken) excavation services. AECOM is tendering its defense to the contractor. Penta Corporation v. Town of Newport v. AECOM Technical Services Inc. v. Westech Case No. 212-2015-CV-00011 March 31, 2015 New Hampshire Superior Court Settled November 2018 Penta Corporation commenced an action against the Town of Newport for breach of contract alleging an unpaid balance of the contract price and monies due to an alleged differing site conditions claim. Newport asserted a counterclaim against Penta for failure to comply with the specifications and failure to achieve final completion. The Town of Newport brought a third party claim against ATS alleging negligence and breach of contract. IDOT Circle Interchange Phase II - Peoria Street Bridge / CUPPA Hall (Board of Trustees of The University of Illinois, et al. v. Kiewit Infrastructure Co. v. AECOM Technical Services, Inc.) Case No: 2016-L-012168 January 19, 2015 Circuit Court of Cook County, Illinois Pending Complaint filed against ATS for the design and preparation of plans, specifications and estimates for the reconfiguration and reconstruction of the Circle Interchange in downtown Chicago. Trumbull Corporation v. CSX Transportation and AECOM Technical Services, Inc. Case No. GD 14-012294 December 19, 2014 Court of Common Pleas of Allegheny County, Pennsylvania AECOM dismissed without prejudice November 2016 Claim for property damage allegedly due to AECOM's failure to monitor or otherwise control the vertical clearance around the Ambridge/Aliquippa SR 9042 Overhead Bridge Rehabilitation Project. City of Rochester, NH v. Marcel A. Payeur, et al, incl. AECOM Technical Services, Inc. Case No. 219-2012-CV-00550 April 14, 2014 Strafford Superior Court, New Hampshire Dismissed December 2016 Complaint filed by the City of Rochester alleging inadequate supervision of construction of a Water Storage Tank. Construction took place in 1985. Valley Truck Service, Inc. v. Textron, Inc., et al., incl. AECOM Technical Services, Inc. Case No. 1:14-cv-00034- MOC-DLH February 14, 2014 United States District Court Western District of North Carolina, Asheville Division Settled May 2016 Complaint against multiple parties alleging nuisance, negligence and injunctive relief, among others, related to soil and groundwater contamination. *The above table was comprised from identifiable and retrievable corporate records for AECOM Technical Services, Inc. and excludes (i) claims involving personal injury and property damage claims not otherwise connected with the claims identified, (ii) employment -related matters, and (iii) subsidiaries and affiliates ofAECOM Technical Services, Inc. June, 2021 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering APTIM Environmental & Infrastructure, LLC State of Florida Department of State I certify from the records of this oiTice that _APTIM ENVIRONMENTAL & INFR_AS'I'RT TC'I /RF 1.1.0 is a Louisiana limited liability company authorized to taursact business in the State of Florida, qualified on January 7..2019. The document number of this limited liaVilily company is M19000000202 I further certify that said limited liability company has paid kill fees due this office through December 3 l 2021, that its mnvt recent annual report wav filed on February 23, 2021, and that its status is active. 1 f other eertilT that said limited liability company has not tiled a Certiticatc of Withdrawal_ resider ray hand and the eh, eat Swat al'the State / Flar:da at Tallahassee, the Capital, this the Taceny-third day al Fehrum_y, 2h21 Secretary of State Florida Department of Agriculture and Consumer Services Division of Consumer Services 2005of Professional mappers '�' 00 0500 800HSLPF A(43S') or 0a22 February 10, 2021 APTINI ENVIRONMENTAL M INFRASTRUCTURE. LLC BATON ROUGE, LA 90600-2157 web„m, `op0„'a,ayw,.heenaa. rid,v.n..so,:ndad,.::T�'bte.nto<•n.rtenxsw,w.b.,,a. a�nn .y 2.n,,,a,5a ton a rsaram. License tLBS051 Professional Surveyor and Mapper Business License ri 1 Cott- ANNE M. GANN4ON p swn T:u(se 13a2zee se m ear eocorimiTutioNat T. wryen Serving you. 029359 ',MATspwT- 2481 Northwest BOCA RATON BLVD BOCA RATON, FL 33431 a,ae,eNaalnaaaenelnae. —�,T e I ==. f a,aem I zu, TSb document Is mild only when ramped by Me Tax collecmfa Mort APTIM ENVIRONMENTAL AND INFRASTRUCTURE LLC oo APTIM ENVIRONMENTAL AND INFRASTRUCTURE LLC 2481 NW 2ND AVE BOCA RATON FL 334318745 Illg1910.11ii114,IBh14Pd1.1414.41•11181p^RII STATE OF FLORIDA PALM BEACH COUNTY 2020)2021 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016094059 EXPIRES: SEPTEMBER 30, 2021 This mpt mama Me pmllege oven aeg gin« Mthin judsdiMon and MUST be am°,managing any business profession aydisplayed aiMe plane of business and In such a 00A NNE M. GANNONfrLOCATED AT". ox 8 The www.pbcma.mn rmel: (set) a�sscn2254 2aa5s 2481 Northwest BOCA RATON Sane, Bead; Coomae x BLVD Serving you. BOCA RATON. FL 33431 (a.00®ono aparE.oae Peaeua�n.ae loans maoxxe,an.xo mFaamaasvaxE1 ram„ 1 atomism. memo I etum I atom am M. document le valid any when receipted byte Tax collectors ON.. NVIRONMENTAL AND INFRASTRUCTURELLC � « 000ARTONF SS4SI-145 INFRASTRUCTURE LLC 9ii3 y 2481 NW 2NDAVE BOCA BATON FL 3343t-ST45 qyl..ygnla•y41•IIII,rr1n,19h•gPlgnrhu911,p, STATE OF FLORIDA PALM BEACH COUNTY 20202021 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016094056 EXPIRES: SEPTEMBER 30, 2021 This receipt grams me mover e,reagmg Ino pelen 'iwithinm It uton and Mw-cuUST be conspicuously at Me place 05aetoew and In euM manner..., be open to Ma viand of ihe public. Licenses, Business Tax, Litigation Page 6 Aptim Environmental & Infrastructure, LLC Matter Name Type of Incident Date of Incident What was the initial circumstance for this action? Jurisdiction Final Outcome EnviroFinance Group, LLC vs. The Louis Berger Group, Inc., et al. Alleged Negligence 2014 Shaw Environmental, Inc. named in a third party complaint by Environmental Barrier Company, LLC for contribution and indemnity for alleged damages arising out of Shaw's work on the Kane Mitigation project. New Jersey Resolved Southern Star Automotive, Inc. v. BellSouth Telecommunications, LLC Alleged Negligence 2014 Bellsouth seeks indemnity from Shaw Environmental' s alleged negligent clean up of 6 gallon hydraulic fluid spill. Georgia Resolved Shear, Frederick v. Muhammad Afzal, Robert Ivers, Donlen Trust Personal Injury 2014 Plaintiff was a passenger in a vehicle being driven by Muhammad Afzal. On the 7th October, 2014 CBI employee Robert Ivers rear -ended Mr. Afzal's vehicle. A claim was made for damages to the vehicle which have been settled. Mr. Shear hired counsel and is now claiming injuries. New Jersey Resolved CB&I Environmental & Infrastructure, Inc. and CB&I Coastal, Inc. v. O'Neil Malbrough, Jr. Breach of Contract 2015 Action brought arising out of the breach of non -competition, non -solicitation and non -raiding agreement. Louisiana Resolved Don Bihm Equipment Co., Inc. v. CB&I Environmental & Infrastructure, Inc. Alleged Negligence 2015 Plaintiff alleges that CB&I Environmental & Infrastructure, Inc. is indebted to plaintiff as a result of two (2) separate equipment first which rendered plaintiffs equipment a complete loss. Plaintiff also alleges unapid balances for payment of rental equipment. Louisiana Ongoing Louisiana Machinery Company LLC v. Shaw Environmental, Inc., et al n/k/a CB&I Environmental & Infrastructure, Inc. Alleged Negligence 2015 This is a companion case to the Don Bihm Equipment Co. matter. Plaintiff alleges that it rented to Don Bihm Equipment two (2) pieces of equipment and that Don Bihm Equipment subleased these two (2) pieces of equipment to CB&I. Plaintiff alleges that two pieces of equipment caught fire and burned due to the neglect of Bihm and/or CB&I for failure to perform proper maintenance, care and or use of the equipment. Louisiana Ongoing Dillman, Michael v. CB&I Enviromental & Infrastructure, Inc., et al Breach of Contract 2017 Plaintiff alleges breach of Contact and contents that he is owed severance amounts under his Severance and Relocation Agreement. Louisiana Ongoing 1. Elias Jorge "George" Ictech-Bendeck v. Progressive Waste Solutions of LA, Inc., et al.; 2. Larry Bernard, Sr. and Mona Bernard v. Progressive Waste Connections, APTIM Corporation, AND Parish of Jefferson; 3. Savannah Thompson v. Louisiana Regional Landfill Company, Aptim Corp., Parish of Jefferson, IESI LA Corporation; 4. Nicole M. Landry -Boudreaux v. Progressive Waste Connections, APTIM Corporation, AND Parish of Jefferson; and 5. Schaumburg, Seth v. Progressive Waste Connections, APTIM Corporation, and Parish of Jefferson; 6. Addison, Frederick, et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al.; 7. Anderson, Charles et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al.; 8. Brunet, Michael, et al. et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al.; 9. Winningkof, Mary Ann, et al. et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al.; 10. Calligan, Rickey, et al. v. et al. v. Progressive Waste Solutions of IA, Inc., Aptim Corp., et al.; 11. Griffin, Regenia, et al. et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al. 12. Fleming, Deborah, et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al. 13. Gambino, Craig, et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al. 14. Rantz, Edward, et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al. 15. Brown, Debra Phelps, et al. v. Progressive Waste Solutions of LA, Inc., Aptim Corp., et al.; 16. Green, Geneva, et al. v. Progressive Waste Solutions of LA, Inc., Aptim Coro.. et al. Alleged Negligence 2018 and 2019 Multiple Petitions for Damages filed against several defendants relating to alleged noxious odors emanating from the Jefferson Parish, Louisiana Landfill. These companion cases arise out of the same set of facts and circumstances. 24th JDC for the Parish of Jefferson, Louisiana Ongoing Matter Name Type of Incident Date of Incident What was the initial circumstance for this action? Jurisdiction Final Outcome O'Reilly Plumbing and Construction, Inc. v. Lionsgate Disaster Relief, LLC, Witt O'Brien, Aptim Environmental and Infrastructure, Inc., and AECOM [LIT] Alleged Negligence 2019 This is a breach of contract and negligence action by second -tier subcontractor, primarily against Aptim subcontractor Lionsgate, but also naming Aptim and Program Manager Witt O'Brien under a negligent hiring theory. Superior Court of the Virgin Islands, Division of St. Croix Ongoing Samuel, Edward v. Aptim Environmental & Infrastructure, LLC Alleged Negligence 2019 Edward Samuel filed a lawsuit in the Superior Court of the Virgin Islands, Division of St. Croix alleging negligent roof repair, which led to water inside the house, then a slip -and fall injury. Superior Court of the Virgin Islands, Division of St. Croix Resolved Blankenberg, James, et al. v. Campbell Development, LLC, Juli Campbell, Patrick Campbell, Patriot Response Group, LLC, AECOM, Aptim Environmental & Infrastructure, Inc., et al. Alleged Negligent Misrepresentation 2019 Multiple Plaintiffs (35) filed suit in the Superior Court of the Virgin Islands alleging that defendants engaged in intentional or negligent misrepresentation or misrepresentation by interference, fraud, breach of contract, negligence by Defendants Witt O'Brien, APTIM, AECOM, Navigation and Patriot in contracting with the Campbell Defendants, and that Virgin Islands Housing Finance Authority improperly contracted with Defendants O'Brien, APTIM and AECOM. Superior Court of the Virgin Islands, Division of St. Croix Ongoing Allco, LLC & Allco Virgin Islands, LLC v. Aptim Environmental & Infrastructure, LLC f/k/a Aptim Environmental & Infrastructure, Inc. and Jonathon Hunt Alleged Contract Breach/Dispute 2019 Allco is an Aptim subcontractor on the USVI STEP (roofing) program. Allco's project work is complete. Certain items are "disputed" under the subcontract and will be paid upon resolution. 19th JDC for the Parish of East Baton Rouge, LA Ongoing Giery, Damon, et al. v. Atlas Elevation Group, Inc., et al. Alleged Negligence 2019 Plaintiffs filed a Complaint against Atlas Elevation Group, Inc., CB&I n/k/a McDermott International, Inc., et al. regarding the RREM program and repairs to Plaintiff's home for damages caused by Superstorm Sandy. Plaintiff alleges that CB&I was hired by NIDCA as one of its program mangers and was negligent in failing to ensure that all program requirements were met in all planning, construction and payment events. Superior Court of New Jersey, Mercer County Resolved Avalon Funding Corporation v. Aptim Environmental & Infrastructure, LLC Alleged Contract Breach/Dispute 2019 Avalon Funding is a lender to Aptim subcontractor Lions Gate (LG) with regard to the USVI STEP program. The two entered into a factoring agreement and Avalon apparently advanced funds to LG in return for ownership of LGs project receivables. As an initial matter there is disagreement as to what is owed to LG for work on the project. There is also an undisputed amount owed to LG. In addition, Avalon's course -of -dealing included "estoppel agreements" which purported to list amounts owed by Aptim and to bind Aptim to make those payments by a date certain without any right of setoff, etc. Superior Court of the State of California, County of Orange Ongoing The United States of America, ex rel., Anthony Smith v. Tetra Tech EC, Incl., Radiological Survey & Remediation Services, LLC; The Shaw Group, Shaw Environmental & Infrastructure, et al. Alleged Negligence 2019 This is a set of three qui-tarn complaints filed against Tetra -Tech and in which the government has intervened, but only as to the claims made against Tetra- Tech. Of the three claims, only the Smith claim names Shaw. U.S. District Court for the Northern District of California Ongoing The United States of America, ex rel., Kevin McLaughlin v. Shaw Environmental & Infrastructure, Inc., Chicago Bridge & Iron Company N.V., Aptim Corporation, Aptim Federal Services, et al. Alleged Negligence 2019 Defense of Federal Civil False Claims Act allegations related to an environmental remediation project. U.S. District Court, Northern District of California Ongoing Fenster, Trudy v. Witt O'Brien, LLC, Aptim Environmental & Infrastructure, LLC, Lionsgate Disaster Relief, LLC and Virgin Islands Housing Finance Authority Alleged Negligence 2020 Trudy Fenster filed a lawsuit in the Superior Court of the Virgin Islands, Division of St. Croix alleging negligent roof repair and negligent hiring. Superior Court of the Virgin Islands, Division of St. Croix, USVI Ongoing DSW Homes v. Aptim Environmental & Infrastructure, LLC and Jonathon Hunt Alleged Contract Breach/Dispute 2020 DSW is a pay -when -paid subcontractor on the USVI STEP (roofing) program. DSWs project work is complete. Aptim has yet to be paid by HFA for much of the work performed by DSW and we, therefore, argue payment is not due. 19th Judicial District Court for the Parish of East Baton Rouge, Louisiana Ongoing Matter Name Type of Incident Date of Incident What was the initial circumstance for this action? Jurisdiction Final Outcome Treasure Island Former and Current Residents, Andre Patterson, Felita Sample, et al. v. Treasure Island Development Authority, Tetra Tech, Inc., Shaw Environmental, Inc., et al. Alleged Negligence 2020 Plaintiffs, on behalf of a class of approximately 2000 individuals living and/or working at Treasure Island from 2007 to present are seeking $2 Billion in damages from the Treasure Island Development Authority and other California governmental agencies, several U.S. Navy employees in their individual capacities, and various contractors. Plaintiffs allege knowledge of elevated levels of radiation, false/misleading/negligent public statements (in violation of the California Business Code) and improper cleanup of radioactive waste led to health -related and other problems. Theories also include strict liability for ultrahazardous activities, failure to warn (CA proposition 65 section 25249.6), public nuisance, private nuisance and civil conspiracy. Plaintiffs are also seeking an injunction to stop development of Treasure Island. U.S. District Court- Northern District of California Ongoing United States of America ex rel. Scionti Consturction Group, LLC v. Aptim Environmental & Infrastructure, LLC Alleged Contract Breach/Dispute 2020 A second -tier subcontractor is making an improper Miller Act claim. This is, however, not a federal project and we provided no payment bond. Plaintiff admits there is no contractual privity and, therefore, also includes an unjust enrichment count. U.S. District Court-USVI- Division of St. Croix Ongoing Nathaniel Phillips, Tesroy Phillips and Three In One LLC v. Woodforest Construction, LLC, Allco, Aptim Environmental & Infrastructure, LLC, Virgin (lands Finance Authority and Witt O'Brien Alleged Contract Breach/Dispute 2020 This is a claim for nonpayment by Phillips, who claims to have been a labor broker for a third -tier subcontractor Woodforest Construction (hired by Allco). The other plaintiff also claims nonpayment by Woodforest, purportedly due under a joint venture agreement. U.S. District Court-USVI- Division of 5t. Croix Ongoing Hurlocker, John v. Aptim Services, LLC Wage and Hour 2021 John Hurlocker submitted a notice to the CA Labor and Workforce Development of his intent to file an action under the Private Attorneys General Act of 2004 ("PAGA"). He also filed a lawsuit in federal court in northern CA, alleging federal and state law class and collective claims on behalf of similarly situated employees who were paid straight time overtime. The claims are asserted against Aptim Services, LLC (notably, not his employing entity) for violations of the CA Labor Code and federal law. Specific state allegations include failure to pay wages, failure to provide compensation for missed meal and rest periods, violating record keeping requirements, unlawfully collecting, receiving, or withholding wages and failure to pay wages promptly following termination of employment. Aptim Environmental & Infrastructure, LLC employed Mr. Hurlocker as a Scientist V at Humboldt Bay in Eureka, CAfrom 5/20/14 through 7/31/18 and from 11/3/2018 until APTIM terminated his employment on 9/15/19 in a reduction in force at the end of the project. U.S. District Court- Northern District of California Ongoing Patriot Response Group, LLC v. Aptim Environmental & Infrastructure, LLC, Domingo Camarano, Jonathon Hunt and Lissa Metoyer Alleged Contract Breach/Dispute 2021 Patriot Response Group, LLC filed suit against APTIM for nonpayment of funds from work in the USVI. 19th Judicial District Court for the Parish of East Baton Rouge, Louisiana Ongoing Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Basulto & Associates, Inc MI MI® my str, Igtn Flea. Dmaraa.at Smell SWIM. OP/magoillent M., nettle 33128 September4, 2020 Rene I. Bowan Beauty &Acecdabs& Ina 14180 PALMETTO FRONTAGE ROAD SUITE 22 MIAMI A(ES, FL MOM Approval Dab: September S. 2020 - Smell Business Enterprise-Archltecbret & Engineering (SBE-AAE) Anniversary Dab: May 31, 2021 Dear Rene I. Bawflo, Miami-Dede County Small Business Development (SBD), a civi.ion of Inbmal Service, Department (ISD). is pleased to notify you of 00u,Il0, continuing eligibility as a certified Small Business Enterprlw- Archlydural & Engineering (86E-A&E). The Sme1 Business Enterprise (SBE) programs are governed by sections 2-6.1.1.1.1, 2-8.1.1.1.2; 2-10.4.01; 1033.02 of Miami -Dade County/a Codes. Your firm s certified In the category. listed below. The Small Business Enterprise - Archlycbrel & Engineering (SBE-A&E) certification is continuing through the Anniversary Date Ilabtl above. contingent upon your firm maintaining Ma allgIblllty based on Ma criteria outlined In Ma aforementioned coda. You will be nailed of your annual seem).11mes In advance of the Anniversary Day. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later Man the AnnMrsary Data to maintain your eligibility. Your f finis name end der loyal wIl be listed in the directory for all SBE certified firms, which can be accessed enough Miami -Dade Counys SBD webeiy: Mte'rAvwv g. If Mere Ia a material change In your firm. you neat advise ihla office by submimng a stabs change farm with the easodated supporting documentation, wndn thirty (30) days. Changes may incude, but are not gmiyd to, owne9Mp, officers, di.etore, management key personnel. operations.ape of work performed. a0ly operations. on1dwith ng business relationships other fine or 52042uals or the phyoirsl location of your firm. After our review, you will receive insfm0tions as 13 how you should proceed, if necessary. Failure to do so will be deemed a failure an your party cooperate and will result In action to remove your flrm's aertificaticn. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit Mte-r7wuwmlaw ttogybroremendvendor-s ag ss If you have any questions or concerns, you may contact our office at 305-3TS3111or email gin. Sincerely. Claudlou. Thorn. , Section Chief Small Business Development CATEGORIES: (morons„ obi errpaa acton crated. anyunder Menem 03001 MOC-TCC OM TELECOMMUNICATION SYSTEMS MOC-TGC 12: GENERAL ELECTRICAL ENGINEERING SID.TOC 17: ENGINEERING CONSTRUCTION MANAGEMENT 3.12213: ENGINEERING SERVICES iin e7D September 4.2020 Rena I. Suety Baauao &Associates. Inc 14100 PALMETTO FRONTAGE ROAD SUITE 22 MIAMI LAKES, FL 9901e Approval Dab: September 3. 2020 - Small Business Enterprise -Goode & Same. (SBE-G(IS) Anniversary Dab: May 31, 2021 Internal Services De0erMem Smell Melons. Development NW Sine.19111Fbor MAC Ronan 29128 Dear Rem I. Besulte, M0ml-Drove County small Business Development (880), a dw.lon of !Memel Services Department (I80), Is pleased to notify you of your firm, continuing eligibility as a codified Small Business Enterprise - Goode f Services (SBE-G&8). The smell Businsss Enterprise (SBE) programs are governed ...ens 2-8.1.1.1.1; 2411.1.1.2; 2-10.4.01, 1033.02 or Miami -Dade County.. Code.. Yourflmr is certified In the categories listed below. The Small Business Enterprise - Goode 0 8en iees (SBE-G&8) certification is continuing through the Anniversary Date listed above, contingent upon your fin, ma1nteining ib eligibility based on the viterie outlined in the aforementioned code. You will be notified of ELurannual responsibilitiesIBILITY no later iln advance of Me Annyareary Dade. You must submit the annual ame AdFIDAer Vva1FORCON.TIINn Imo dirsdorytar all SBE certified fires. whits n be accessed tlhDate to maintain r0ough Mileflj. Your i-Dade Counys 8BD webs.: aaR:/dDAMMIHMMESIEAm /amibuslnase d3PrtlnMyln nags N Mere Is a masnal Menge In your firm, you must advise Ms office by cubmetlng a status Menge roam RIM the aesociaded supporting dowmanytion. w0Vain tardy (30) days. Changed may isdude, but es net Dimibd 32. ownership. officers. disdos, enpement, key personnel scope of wodr prfermsd, Belly 0ers0ons, on9ctng bueineea rete05Nps ern, 0Mer fins or IncMduelsarthe pto do s I willbn deemednm.ARerour car paryouwillreeayeInsbuoesu eateDewyou oveyprosad, If necessary. Failure to do se will be deemed a failure co your pert to cooperate ant will result In action te remove yourflrm's wdlncauon. Its strongly recommended Met you register your firm ere a vendor with Mleml-Dade County. To register, you may M,fl: I3M3322mB.,n.,, aggAme drocurement/vantlornylllralbm,aary N you have any questions or conceme, you may contact our office et 305375d111 Oremell Sincerely, sin lira .Inhho ops0.vn, pmer0ii Chlaf CATEGORIES: (vaura,m may tea or pw2ryes on mntaco only under beee,meoriw) w0P BONG: ENGINEERING Ga EERINLDNO sSEOVICES. KOMUCENSE0 (NOT OINEMA1SE CLASSIFIED). INCLUDING CONSULTING NIGP MS.: ENVIRONMENTAL CONSULTING NIGPe2S28. ENGINEERING SERWCOM ES (NOT OTHERWISE CLASSIFIED) Local Business Tax Receipt Miami -Dade County, State of Florida -THISS Iti 11CIT A bin -D 111CIT PAY BUSINESS EASULTONAMERENE IGNACIO 16160 PALP:IE--C =ROOTAGE RD 22 1.11A611 LAKES. FL 330'6 OWNER U E 0 RENE IGN-.CIO RECIT: NO. E2-41 0 .-2F? . TYPE F'ESSICN,-.L LBT EXPIRES SEPTEMBER 30 2021 EI rle Il,;ed II fb,l;hoe� Parn,l1U110 r..,lnry cod.: PAYMENT RECEIVED BY TAX COLLECTOR 1:0.00 L?2d2000 'E02106,1N CHECKOI.0C•211174 This Laval Bacinea Tax Receipt ol,ly cobfirmc pa1meut of she Last Bilcibe: Tax. ills Receistis uota license. Persil a a certifirstial, of tl,e hailer's yimlib4tiom to Jo Lilsil,esc. Hohler mon wooly with any Gonmaim cal rna ry ,ary Nerulneuul rel,Ila,arY lass, ,iliniisileu,enrs Mild, apl,ly to the basins,:. The RECEIPT N0. shave inlnon all commercial vehicles-01an:1-Dade Cale Sec e>21t. Fs sole intorl,nrionvisit v,ww.lnia,idyle.navraxcollec,or M��II1Atfifi!M!!!IrIII AEI 2:21 11iniamidatiman September 4, 2020 Rene I. Basulto Bastin & Associates, Inc. 14160 PALMETTO FRONTAGE ROAD SUITE22 MIAMI LAKES, FL 33016 Approval Date: September 3, 2020- Disadvantaged Business Enterprise (DBE) Mntvereary Date: May 31, 2021 Dear Rene L Basu6o, Internal Swims Deplrhnent Smell Business Development 111 NW 1 Stret18111 Floor Mhml, Fldde33128 T3053753111 F3054754160 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Pad 26. DBE codification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance oldie Anniversary Dale listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain yourdigibilit. Yourfrm will be listed in the UCP DBE Directory which can be accessed through the Florida Depaihnent of Transportation's websbe: ht60IM e3b.dot.state.R.usJEaualOpporIunEvOficeBusinessDirecforyl. DBE certification is NOT a guarantee of work, but it enables the fine to compete for and perform contract work on all USDOT Federal Aid (FM, FTA and FHWA) projects in Florida as a DBE contractor, subcontractor, cerwultant, sub -consultant or material supplier. Hat any time there is a material change in your fiml, you mud advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, or -going business relationships with other firm, individuals or the physical location of your fine. After our review, you will recele inductions as to how you should proceed, if necessary. Faiune to comply will resuB in action to remove yourfimys DBE certification. Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY BUSINESS NAME: LOCATION BASJL-0 5 AS-SOCI.P.-ES '41 rC PALI'a ETTO =POND -AGE RDA 22 I:11.P1.1 LAKES. FL 33111 OWNER 0A00= _ 000=OCI.A.-ES IN:. r-PITEEsi 1 RECEIPT NO. RENEWAL "'4g9L LBT EXPIRES SEPTEMBER 30, 2021 Mast be dispdz2j at close of basiflese. Pllrsuantto Ccuor: Code Chapter OA- Art.3 & )il SEC. TYPE OF BUSINESS PAYMENT RECEIVED 212 F'.A..CORP'P;RTNEROPI BY TAXCOLLECTOR F'-FIR`:I 4 .. 24 2J20 CHEOK21 20-0K33 Tito Leal Bigness Tar Receipt onlpp contms papwen d Ae bull BDiness Tax. The Receq is tint a !items. pnmit or certificates Mlle hillersgoolikatims. todot.0Ims. Hnllelnnstconplpp sin or; 9nrennenl mMyaren&enblregdaav I2Asadregnirem0swhich gulf &nohainss The RECEIPT NO. ohm wide Arvind all tenurial vehicles -Nisi -Dodo Cede Seca 2%. keen Hwnalfcan. visitwewriabiladc.govitocallertel STATE OF FLORIDA dk pr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR HE STANDARD INSPECTOR HEREIN IS CERTIFIED WV DER TH E PROVISIONS Of CI IAFTER468, FLORIDA STATUTES PC TEC YOST, CHARLES THOMAS IMIDFRC. F63 H FT FI 033, LICENSE NUMBER: BN2243 EXPIRATION DATE: NM/ENDER30, 2021 This Izyourltceinse. It Is unlawful Tor amone other than the licensee to use this document. Licenses, Business Tax, Litigation Page 7 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering State of Florida Department ofState I cm NI6. frc c o, 1c September_, The docunie.it nmaslam at B.AsT LTn 0 ASS 61 I_ATFS. L\C- t Florida. filed orr POMO I tiu the, ceDif6 that said cobinm ac. paid all tees clu December 2021. t66 if:. most 1 ec 6 ammal 1 epos t mmif, husi , tiled cm Jamie,1_ 1 and taar, r_ active I fOrther emmty that said eminorationMac 1ct filed _c. acles ct L) Gr..n rrrrder rrri )lead el, The rr Tnllehet s see, The Cnpifel, This are Thirsreerrr)r ,lm of Jnrrrrma, _0_1 Secretary of State rhen STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE STANDARD PLANS EXAMINER HEREIN 15 CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES MECH BASULTO, RENE I. 14160 PALMETTO FRONTAGE ROAD SUITE 22 MIAMI LAKES FL33016 LICENSE NUMBER: PX1324 EXPIRATION DATE: NOVEMBER 30, 2021 5hvays verity licenses online at Myr0n3a Lisense.com Do not alter this dosumentiin any farm. This is your license. It is unlawful ter anyone other Man die ll:cnsee to me this document. Licensee Details Licensee Information INC. °mom, name) Main Address: 14160 PALMETTO FRONTAGE ROAD SUITE 22 MIAMI LAKES Florida 33016 County'. DADE uTense Ma'!lin0: ucenseLocnton: License Information License Type: Registry Rank'. Registry License Number: 6722 Current Licoso ate. 10/22/1093 Expin _ es: Special qualifications qualification Effective Alternate Names 1 View Related License Information View License Curnpat Ron DeSants,rovernor STATE OF FLORIDA Rater neshmrs, is dbpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE STANDARD INSPECTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES MECH BASULTO, RENE I. 14160 PALMETTO FRONTAGE ROAD SUITE 22 MIAMI LAKES FL33016 LICENSE NUMBER BN3018 EXPIRATION DATE: NOVEMBER30, 2021 Alwaysverifyllcenses online at MyFloridaLicense.mm 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. dbr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE STANDARD PLANS EXAMINER HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 463, FLORIDA STATUTES ELEC YOST, CHARLES THOMAS 2266 NV7 67TH COURT FT LAUDERDALE FL 33303 LICENSE NUMBER: PX1297 EXPIRATION DATE: NOVEMBER 30, 2021 .4.yuys ..rltyrons,s nano at Myt4,nnai emu. odd Do not altar this document in any form This Is your license. It Is unlawful for anyone ether than the licensee tc use this document. ID El STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BASULTO, RENE' IGNACIO 14160 PALMETTO FRONTAGE ROAD STE22 MIAMI LAKES FL 33016 L LICENSE NUMBER: PE40869 EXPIRATION DATE: FEBRUARV 2E, 2023 Always verify license, online at MyFlrrida LIsensecom De 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 Licenses, Business Tax, Litigation Page 8 Date: June 30, 2021 Litigation Statement 1. Have you, or any entity which you control or of which you are an officer, director or partner, been a defendant or respondent in any arbitration or any litigation (civil, administrative or criminal) in the last five years (including litigation which has been settled or resolves in your favor)? Yes X No If the answer is yes, please give full details on a separate sheet. 2. Have you, or has any entity which you control or of which you are on officer, director or partner, been a plaintiff or petitioner in any arbitration or any litigation (civil, administrative or criminal) in the last five years (including litigation which has been settled or resolved in your favor)? Yes No X If the answer is yes, please give full details on a separate sheet. 3. Are there any outstanding judgments against you or against any entity which you control or of which you are an officer, director or partner? Yes No X If the answer is yes, please give full details on a separate sheet. Co -Applicant: Date: June 30,2021 June 30, 2021 Basulto and Associates was hired by Coastal Systems International (prime engineering consultant) to design the electrical power distribution system for a boat marina location on the Intracoastal Waterway in the City of North Miami Beach. The marina consists of approximately 100 slips for boats up to 40- feet. After construction of the marina was completed, the owner questioned the use of 30-amp receptacles installed in the marina power pedestals for the smaller boats suggesting that they should be 50 amps instead. Industry Standards indicates that 30 AMP is sufficient for 40-foot boats. The owner was provided with detailed scope showing 30AMP receptacles and approved it prior to design starting. They reviewed, commented, and approved drawings showing the 30AMP receptacles several times during the design process. After owner requested increase to 50AMP, Basulto and Associates designed a new set of electrical drawings for the owner (without compensation) reflecting the modifications needed to incorporate the 50-amp receptacles in the marina power pedestals. This design reflected the additional materials (marina power pedestal components, electrical feeders, transformers, and distribution equipment) needed to account for the increased electrical loads due to the new 50-amp receptacles. The work performed is considered "value added". The original electrical design reflected no code violations and National Electrical Code Article 555 does not define the amperage size of receptacles in relation to the boat size. Marina pedestal equipment manufacturers have supporting guidelines noting that a 30-amp receptacle is the minimum needed for boats sized up to and including 50 feet in length. This matter is currently under litigation: It is our understanding that the case has settled. June 30, 2021 Personal Injury case (Settled 2019) claiming design deficiency as a contributing factor that led to car accident. A car was backing out of a parking space in the parking lot of a Casino in Hialeah, did not see a pedestrian behind the car and struck her. The pedestrian sued the building owner and all that were associated with the construction and design of the building. The claim against Basulto & Associates is that we did not properly design the parking illumination, and the lack of illumination prevented the driver and pedestrian from seeing each other. However, Basulto & Associates' scope of work was limited to site utility coordination and circuiting of parking lot light fixtures. The illumination design was performed by the project design architect/engineer. The project A/E provided the light fixture schedule and site photometric layout. B&A reviewed the information and design before circuiting of the fixtures and verified that illumination levels met and exceeded the minimum illumination level required by Miami -Dade County. This matter has been settled. Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering Curtis + Rogers Design Studio, Inc 000173 Local Business Tax4ieceipt Miami -Dade County, State of Florida -THIS IS NOTA BILL -DO NOT PAY _2580778 000INEs0I4MS0OG11ON CURTIS AIDA M 7520 5 RED RD M SOUTH MIAMI FL 33143 0 0 MIC0M NO. RENEWAL 2707678 OWNER SEC. TYP* Of BUSINESS CURTISAIDA31 212 PROFESSIONAL C/O CURTIS & ROGERS DESIGN STUDIO INC LA0001330 001478 LBT EXPIRES SEPTEMBER 30,2021 Must be displayed at place of business Pursuant to County Code Chapter BA- Art. 9 & 10 PAYMENTMCEI0E0 Mid000&Ec0OR $60.00 09/14/2020 CHECK27-20-087889 This Local Businesses Receipt only confirms payment of the local Business Tao. The Receipt is not a license, permit or a certification of the holder'squarrcoliona,lo do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which applyto the business. The RECEIPT NO. above must be displayed on all commercial vehicles- Miami -Dade Code Sec Ba-216. For more informetloo,vleit Www.miemidede.00yfaocollector Local Business Tax Receipt Miami -Dade County, State of Florida -THIS lS NOT A BILL -D0 N0T PAN 4398412 11881885511.08181118.811011 CURTIS & ROGERS DESIGN STUDIO INC 7520 S RED RD M SOUTH MIAMI FL 33143 MOB CURBS & ROGERS DESIGN STUDIO INC UO AIDA M CURTIS FRES Employee(s) 1 RENEWAL 4589132 LBT EXPIRES SEPTEMBER 30, 2021 Must be displayed at place of Wavle, Pursuant M County Coda Chapter 8A - An. 9 & 10 SEC OF BUSINESS 212 P.F./CORP/PAHTNEHSHIP/FIRM LCC000241 Min COOFet: $45.00 09/14/2020 CHECK21-20-087883 Thin!seal Bue as Tea RaceiM1 only co peyome peel acre ss Tea. Than ceimlan or nongovernmental regulatory lawsae enm which apply la the business. pywiN enyR rnmenml The RECEIPTH._ above must be displayed mall commercial vehicles-MGmi-Oade Cade Soo 0e-21e. For more information visit www.miemidede.00vMecalleotot 111,, Ertel State of Florida Departsnent of State I ce t f Your 1-11, 1,couls - f rigs office- Thar c -L. RIIS rXt ROGERS DESIGN SIL DIc 1. INC iv a cpporation u t cl ncler the Dom or no, Stare Of Flo filed on Clctobcr 2O. the clocmnent number of this corporation is S S9127 I flusher er certif that said eel_ -radon has paid all fees slue this _Trice drrourh Dec - lb, $ 1. 2021. that its most rcccr t sr annual repo, rifonn lousiness report a as filed on la 1r. 25. 2021. and that t taau is acti0 e. I fu rtl er certifs. that said corporation has not filed articles of D .soltttio Grven ,pryer art Ilene! and lire Grea t Senl of theShireof Florityn rr Tallahassee. the C"pirnl this the Dee rrrr'-eiolr tit tan' of Jett , 2%21 Secretary of State hacking Number. 4622J:J::2CC Io authenticate this cei urn:krt., nit the follow. in<<Yte.enter this and then [olloa� die insrauctrons displm ed. htl sera ices_nnbrz. gFinn--ehdacareO[Staar. t ehvfhaate Anahenthaavon MIAMI incra eprll 3. 2020 do Curtis Corgis S. Rocars Desig' SDdb. Inc. -320 3 Reo Road C. i le 11 Count 1=Haar FL 33142-3330 Approval Date: I. arch 22. 2020 - S0all Bus -ass Enterp' se - Arch lecture! 3 E-gineerinc SSE-A3E;, Expiration Date: 1.1arc- 21. 2023 Caar Aida C. its Internal Services Department Small Business Development P.ian'Dacle County , gall Business Des clop rent ad'vJon of the ntemal __vc sD_per.nl_'t I ISD:. has co0rpieteo the ,' applioat o- and attachments cn'tt o ce tfica'1 t f ID is official,hce tifiecl as a 1 la 1i unty Small S.sn_ st F'is_ chit_c.tra 3 En3ne-'ng=-e2E': -he Srall Bus _ss Enterp' se :.SE p'ogre-Is aseg :_rneh , sections 22.'.1.1 9.1.11.2:20.401: '03302 of 1 l iami-Dah Corms;'_Cocas. T Small S. ine t e'chitectura Engine, g i- E Ecertif cation. for three ' prok oed that 9o. submit c"Cont t'n3 Ellg k lit, eff dad:' on or c fo _ your crate f la o The a fidadt rust indicate a ha _es no -an3 0 In your flllrF 'tinent»y 171Jlcat on 1191h t_ T-e e111mrittal ofa Continlllnc EliQlblll-, fcaklt' e-mail, it- spcific s.ppoging cou 0r_ns on o' be o'- o s at c 's rapid' - to 0rainta n the h se cent f eaten. You : sll b notified of tts respons dill: in Nance of the n .er v Date Rate to cc rpn Ith'-a said 1 espons'L'I"I silt ' immediate action to decerl'y t-e flair. If at any ttit the, is a r at_lel c-ange in the firm 'ncltu gbur not imited ro. o :'ship. off ce s. director . scope of "=plc gel'L perfonned sails ap r t ons .ith oche husinessesthe pnsical local on of the f'm.you st S. office In tag 1'h - i30': s. Nolflcaio-shoulclinc tide _tppoting does r_ntaton. lot instruct op nom t- s office as to ho ycsi strand proceed if necess,'v. This letter .111 be to only appusal notif cation eo for the .,'anon o' f' 's three .r'f cation the firm -sgadept o o C:cer'es 'n:l'g'c e doing -e th'-.'tlfic to p.'xo l, Y ^ill be papal!] \otf_d'olio-lagsn ac:rinistiati, process .-at vo rr s ce lfication-as been se r,ed p.'suant to.-- cod_, 1'0,11 firs s -asp ncl t Ie:el I ce listed 2 the d for all 3SE 0_'t lecl f elms. him can be accessed .h'o.nr gh 1=1'a-Dade County's oBD'"-_'rite h..p miaridade gov'3 naII0 s sertiration lists asp. Th_ categoges as sled gel -affords you t puce,- tv to Ind a d parlcipate on contacts ith stem!! Business Enterp' se n_ast'-s. It s stiongl,' -.cos-Deuced that yoregister your f' r as a _odor th 1: lanl-CadCount, . To 'eg t ✓ :Is t: _ttI avid _ _ Intvenuo _g' .at on. asp. Th r F - rest in doing u may I:'ami-Dade County you :1 a. . t n. n e n _ tactour f at .:.-o 21'1 o'via t. r,dccr, r as5.3 , audio. T-. meson. Section Ch of Small Business De'selopvent Licenses, Business Tax, Litigation Page 9 Marine & Coastal Engineering Services CUMMINS I CEDERBERG Dinner Key Marina Breakwaters Mitigation Coastal & Marine Engineering Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary dbpr d BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES CURTIS & ROGERS DESIGN STUDIO 7520 S RED ROAD STE M SOUTH MIAMI FL 33143 LICENSE NUMBER: LCC000241 EXPIRATION DATE: NOVEMBER30, 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. Fr ri 1— pe lartmen[ pI Bu5ine5S & f�rafesslonai Regulat7an DBPR ONLINE SERVICES Marl Menr. 16gdata Prowl® I Laimf1 l cAntett us Registered Landscape n t14666734. License Menu Select the function you welsh to perform, Press "Back" to return to the main menu. Logged in as Aaldu Dallmann, Mariana Gai rlela License Issued To: I Licnnee Status: pr'iglnaliy Licensed On: BOLDU DALLMANN, MARIANA GABRIELA Current, Active 12/14/2015 fm.n/eel/yyyy) Licenses, Business Tax, Litigation Page 10 ‘c$ CURTIS ROGERS DESIGN STUDIO INC. Landscape Architecture 7 5 2 0 S. RED ROAD S UITE M SOUTH MI AMI FLORIDA 3 3 1 4 3 TELEPHONE 305-442-1774 FACSIMILE 305-445-9488 L L C. LC 000241 www.curtisrogers.c June 30, 2021 To whom it may concern: Curtis + Rogers Design Studio, inc. is not involved in or never has been involved in any litigation, administrative proceedings, and bankruptcy proceedings. Curtis + Rogers Design Studio, Inc. have never had any claims. Sincerely, Aida M. Curtis Principal Curtis + Rogers Design Studio, Inc. om Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering NV5, Inc NV5, Inc. ...IMCITE AIM C1 e77C117, C141. Cl ea C1g5C7@, E2-211 Y8,11,9 om: RI& T11, 727,T9.E,T8i e1RMnE ABM ter: CIce0, C1077, C11]1, CI3a1007 C17£ C179,, CM, C91, dB, C2 Cb& CAW C511.0117, 078,1E929 ter: l..l,Rw,T11a T1a.T15Ehsa Tlw,T@, T2,1131,T¢4, TAR, TU1 WORRY OEM IMMm: C1(119, C1014, C154 C1552, C7W MAH..AE BOIL ABM I Mcm: 01 ele A110. 01832 0ind, 041a5, 037ao, 041. data NPR,O0R.a., Oro m: Ise T1®,1192. re17, T0,7287, T910, lee, Tec,107704 17321) NYIllalklpi F1.11 T19o, FRS 515 AASHTO R18 Accredited onvid,e Sa DavidSavage 111.n67eA1.11Anna r.n...er"'VI°�naT.".:..rw d.w 'e' == n....°"".w='n °P�aa J9 m.aamw,. ,ae,aM+ .em�a res, waaw n men ops.,,anot Aimllfs:0.�3iw61re ddua sin ChNaapher 1 R04S. e, RE Prtdmt 10 .4'AD STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GREY, CLYDE LORNE 6721 NW 45TH COURT LAUDERHILL FL 33319 LICENSE NUMBER: P680313 EXPIRATION DATE: FEBRUARY 28, 2023 Always verify Iirenses name at myFlo0aaucense.com Do not alter this document in any form. ioense. It is unlawful for anyone other than the licensee to use this document. FBPE ON FIND a BUSINESS OR INDIYIDIAL License J Complaint Lookup IY NV%INC. 3315BUIBYMI.OIL JXJ,FL37Nt3-2211 Noe 1B? I? Lime Type Sinop Bum Sinop of Rand h.eillth Al LAI188ft 1llYllll Li:elsel Ised Flies iiMs LB6I6 0311311B BZQBQ3 Adis L55522 QyIAlA5 BZQBQ3 Adis IAS INTERNATIONAL ACCREDITATION SERVICE" CERTIFICATE OF ACCREDITATION Ties is afeetthat NV5, INC. Special Imposter Agency s10.310 Hype AI has me1Ne repuiremelds of Ile applicable provisions ofAC291,1A5 Acciedif ken Criteria for Special! erA'rn Agencies, has demanstraled compliance wffi IS03k6C Standard 11e2111g12, Lbnlomuq sesessme0-Repovemenls Iva Oa open mn of vanousrypes dentes d rurNr sonar. alb the PAIS New A.A. Commeraal 0020ng Cade(MMCBC)repui1emen6 This dreansabon sacred. to provide Pe services...NIS dye scope of accredits.. Eaenve Date July 20, 20. President State of Florida Department of State I certify from the records of this office that NV5, INC. is a Delaware corporation authorized to transact business in the State of Honda, qualified on Mares 5, 2010. The document member of this CoMperzhion is F10000001130_ I farther certify that said c por>tim has paid all 1 the this office through Dumber 31, 2020, that its most recent animal reporthoafmabonas repeat was tiled cm January 21, 2020, and that ito dates is active_ I farther certify that said empoaAxon has not fileda CestaBisite ofWithdrawal. Cams Rears, had mrJlis Sadsif t SR.�g(Fierisle rTelkke Ave b this the Fowl!.daypafD- .2070 Sec'reeart• (if Slate 2s aellectiole r: onti.iale,,sit1rralr r: min, airtime row Br.dr.Alrmas Licensee Details Ala-z.rsec Informeda.. Name:. Man Addr.s: County: License Nailing: Lm on. NV5, INC IwRo.ry N.a.l 200 0 PARK ROAD SUITE 350 HOLLYWOOD Florida 33021 BROWAR6 License Information Incense Type: Registry Rank: Registry License Number. 24065 Licaware Date: 04/02/2010 Expires: Special Qualification. Qualification Effective Alternate Names Yaw Related I irrncr Istormatinp View License Consoled ,M161 Rua. TaMme• ATMS Ems. Cniaornar Contact [mar 4.8.7 3.195 P.n.. mem ever®•:m SMANK3211t36111121838318896131363212IRCR eel rwaccnew etr.. Frq ova Wpm `Lame. 2AE1r.' n�m.•at.pc..re+� ect .ray,.,. .rpialrPw.a:wee_atr�«� �. Iam..W...Pne=i.ma .sm m ream • mo.artr.arl.a seem lmp�.l..e wda a,.w.e .ems � on m ream moats. p.m 1112SJ4warivaimmeivaini Lk Ismos e2?3lo-&Id-05Re150701C052F-eneiellea.nEE9 Licenses, Business Tax, Litigation Page 11 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation l CUMMINS I CEDERBERG Coastal & Marine Engineering Local Business Tax Receipt Mlaml-Dade County, State of FIorada -1r84R NM NC/ PAY 5219664 rYOIetrdY1dNdOOSTCY NYS INC 14486 COMMERCE WAY MNAI IA6E) FL 3301E Enpleenz(d) 91 Y6Y/TM. RENEWAL 5466266 LBT EMPIRES SfPTEM BE R 30, 2021 Wet be depleyaa et plea of Menem Peruse/ eaCr1u sly Cede ekm4r gar, -Art. BY16 serene Krum 340.50 09,2W252l] I'p61164-20-6t1512 nliwa..sssrwPes :I te eeint•e. ReleRN,,seasides nms4 i areardeni errAeperMN NalLner1IiimulmipYaaaaYw WYyeu di Meade. ago RCBR NC aims 'WNW iLlOryYaNY aaasYaYlwKlYa-14a1-Dalf Calf gal la -PC Careen atianimYe. STATE OF FLORIDAFH DAU OF E F,DFT OF HEALTH BUREAU OF RADIA"[ION CONTROL. RADIOACTIVE MATERIALS LICENSE u '''' tsraoa, nwleesmrwes, enachapmrsae-s F2r.' dmmaauw coee trac.l.e m. naan"e a�vnam ne,aw, r®.e h®eror .v ,e , ,,.eta W ajs5 I50.0 . e a llOOl ,narel.N.la.s1101•n to urery®1 u,a decade, designated�i�..i�l•l�ama,mi®-,mall0�wu®... ada.,,,...nrid,.....lobenmormasrwm drmlm..,.elnm.. ""'°` taus ,b.. . 4202-3 is herdb y renevrea in ifs anmb with reference. application aril atata0 dated February 2. 2018. a ea. 1445e Commerce way Miami Lakes. FL 33016 a ExpIam.ma: 2,2812023 s rarormy: 3L(1 u iteteemalwelesteriel r- Cimenru,anwr neate.raum a rmpur.,aoa a.y A. Cesium 137 A. Sealed SOe1Ge (AEA Technolegy/OSA, A. 16 sources: not to exceed Inc. Model CDCW556. Isotope 9 millicuries each Products Laboratories Model NS, 137 or Troxler Electronic Laboratories, Inc. Drawing NO_ A-1221121 S. Americium 241. B- Sealed source (AEATechndogyfOSA. B. 115 sources; not to exceed beryllium Inc. Model AMNv.087. Isotope 44 milliouries each Products Laboratories Model 3021, 3027, A. Anil .NO2 orTroxler Elecbonlb Laboratories. Inc. Drawing No. A-102451) IA Aulfeaeleselr.a A and B. To Ise used In Troxier Electronic Laboratories, Inc. Modal 3400 Scores and Modal 3411 moisture/densly gages to measure properties of construet'ion materials or soils. Letddee Nodded .1202-3 LICENSEE Cary Category l31{nl canner Namber. I1,1e020eL1H9 Page 1 of4 Pngd, Fxeimum Dare. 22e2323 STATE OF FLORIDA DEPARTMENT OF 11EALT11 BUREAU OF RADIATION CONTROL eeapnrpaa 1 1P. A, The authorized place o€ use and storage shall be temporary Jon sires of me licensee throughout the state of Florida. This condition doss not prohibit nee In other agreement slates and states under the jurisdiction of the V.S. Nuclear Regulatory Commission (NRC) under reciprocity which has been approved by an agreement s1te or the NRC. B. The authorized place of storage shall heat licensee's facility located at the address in Item 2, 11. Failure 1d comply with Ilse provolone of this Itcense is a felony o1 the third degree pursuant to section 404,151. Florida statutes- Also, violations may wane nit an administrative fine of up to SI,005.00 par violation per day, puDarenl to section 409.152, Florida Stand... 12 A. Licensed materials ahstl be used by, or under the supervision and In the physical presence or, indNidUels whohave success -Idly templet,. a tinning program For gauge users accepted by the department. The shall maintain documentation of training. to include valid training certificates. oi aeon user for the duration of employment m of the drvrduai or years. whichever is greater. B. The radiation safely officer is Eric J. Stern. PE. 13. The licensee shall COMA, with the provisions of Chapter54E-5, F.A.C., Part IX. "Notices, Instructions and Reports to Workers; Inspections" and Part III. ^Standards for Protection Against Radiation:' 14_ The licensee shall riot transfer possession or control of radbactive material, or products enrnalning radioactive material as a contaminant e00ept: A. By iranster to a speclfica Ily licensed recipient; or B. As pervaded othorwine by specific provision of this license pursuant to Me requirements of Chapter 34E-5, EA, 15_ Radioactive material transported on public iherodghlares shall be packaged. prepared for sblpmeM 054 transported in ascendance wart Title 40, Code of Federal Regulations and Chapter 54E-5. F.A.G. Lice Lee �m 4 Doric! Mennen. 20180309-91b3 Licenstiti cot, Page 2 014 Pagelsl daree0y l22Lt01 Expiration bate: 2.26r202a SCOPE OF ACCREDITATION International Accreditation Ser. 0060 Saturn Street, Suite 10C, Brea, Calitornla 92821, L.S.A. 1 •xww.lasurlllne.arg. NV5, INC. www.nv5.com Contact Name Robert Abeyta Accredited to !SO/IEC 17020''2012 Contact Phone T1 505-344-7373 Effective Date July 20 2020 Field and Types of Inspection Inspection Procedures and Reference Documents Management system Documenlatinn NV5. Inc Cuefly System Manual, 5I12110. fa 2016 Callumia Building Standards Code teal6unua Code of Regulations. Tile 29) Struulmal Steel and Bolling (SSB). Structural Welding fSW) IBC 1795.2 Concrete conslianlion InrAdes- n.ida _d Coronets. (RC) Pre-,lresaed Gomm (PC.) S1roNsefe (SC) Foal Install Anchors (PA) IBC 1705.3 51nedual Masonry (51.1) Wand Cons...Son(WG) Sprayed Fire -Resided Material (FP) Cdd Form Steel Framing (CF) soils (UN) EC 1795.4. IBC 17055. PC 1705 , RC 1705. 11.1, IBC 17,05.112. IBC 1795.122, IBC 1705.12.3. IBC 17115.14 IAS INEgntOgUL rMC40199,1101i SERydE- Page 2 of STATE OP FLORIDA DEPARTMENT OF HEALTH BURf3AU OF RADIATION CONTROL 16. The I ensee shall assure that each licensed sealed source is tested for leakage or Centaminat'lon and follow the appropriate actions as required by section 64E-5.1303, FAC. Sealed sour0Es for InslroTek, Inc Model 3500, CPN Intematlonal, !no, Model AC-2, AG-2R, MC-CF Fortaprobe Series, Model MC-M, Model MCM-2, end MC-S-24 Stratagauge, CPN International Division et nstreTek, Inc. Model MC, AC Series, and 500 Series mo1McoeF ensity gauges, Humboldt Scientific, Inc,, Model 5001, and Troxler Electronic Laboratories, Inc., Models 3216, 3217. 3218, 3241-C. 3241-D. 3241 3. 3242. 3400 Series. and 4232. 4301, 4302, 4430, 4640, 4840-S, and 4350 moistnre)density gauges shall be tested at least every 12 months. Sealed sources for all other moisture/density gauges shall be tested at least every 6 months. 17_ The licensee shall conduct a physical inventory and inspection at leas) every 6 months to account for all sealed sources received and possessed under this license as required by section 64E-5. 1304, F.A.C. Inventory records shall be maintained for 3 years from the date of the inventory for irl3pechon by the department, and shall include the manufacturer's name, model and serial numbers al each sealed source, the identity al each sealed source radionuclide and as estimated activity, the location of each sealed source, the date of the inventory and the signature al the radiation safety officer or designee. 18. A. Except as specifically provided otherwise by this license, the licensee aha11 possess and use licensed ma(efial described in Items 6, 7, 8 and 6 at this license in accordance with statements, representations and procedures contained in the licensee's application and at)estah'utr dated. February 2, 2018, signed by Eric J. Slem, PE, VP. - VIVgy�; Licenrae Number: 4202-3 Amendment. No.: 4 Control Number: 201amoe-Di60 LICENSEE COPY esteem' DIN Rage 3 old Page(s) Eariretkn Date: 22812029 Licenses, Business Tax, Litigation Page 12 Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering STATE OF FLORIDA DEPARTMENT OF HEALTH BURLAU OF RADIATION CONTROL 18. B, The Iiosnsee shall comply with all applicable requiremerds of Chapter64E- , Florida Administrate a Code, and these regulations shall supersede the licensee's tatements In applications so correspondence, unless the statements are more restrictive than the regulations. Issuance Data: FEB 08 2OI6 ®iwm Me we ewe For the Benno M Radlallan Control: Melissa Burns Environmental Specie hat 11 4052 Bald CYpresa Way -Bin C21 Tal0 240ee, FL 32309-1)61 16501 246-9646 alb. wane.. pew.. ieoree Lluenea Number. 1292-3 Amendment Na.: 4 Genteel Numha.: 21118D2n8-01119 LICENSEE COPY Page 6.744 Pegels) C2ta9.0 [2L111 Exp2r4an Gate: 212012023 STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WRAY, GARFIELD LEONARD 1201 RAWIEW DRIVE FORT LAUDERDALE FL 33304 LICENSE NUMBER PE49734 EXPIRATION DATE: FEBRUARY28, 2023 Always verity licenses online at MVFlorida Lisensecom AFBPE porwavg Do not alter this document in any farm. This is your license. It Is unlawful for anyone other than the licensee to use this document. Licenses, Business Tax, Litigation Page 13 N July 16, 2021 To whom it may concern, As of July 16, 2021 , NV5, Inc. has no judgments, assessments, impositions, charges, suits, actions, decrees, orders, claims, arbitrations, or back charges asserted or awarded against in the past seven years which exceed $100,000.00. Eric Stern, PE, Vice President Print Name V 14486 Commerce Way I Miami Lakes, FL 33016 I www.NV5.com I Office 305.666.3563 I Fax 305.666.3069 5 CONSTRUCTION QUALITY ASSURANCE - INFRASTRUCTURE - ENERGY - PROGRAM MANAGEMENT - ENVIRONMENTAL Marine & Coastal Engineering Services Dinner Key Marina Breakwaters Mitigation CUMMINS I CEDERBERG Coastal & Marine Engineering DHI Water and Environment, Inc I�entlfleatlne N` ba nd Cartl{flcatlo LOIN -r• M _,o.....o�,.,....o. rT i I -1 ri - I I I I I General lnatruone Licenses, Business Tax, Litigation Page 14 15 July 2021 City of Miami, Florida Subject: No judgements or pending lawsuits To Whom it may concern: DHI Water & Environment, Inc 141 Union Blvd. Suite 320 Lakewood, CO 80228 USA +1 303 937 4488 Telephone info.us@dhigroup.com www.dhigroup.com DHI Water and Environment, Inc. (DHI) have had no judgments, assessments, impositions, charges, suits, actions, decrees, orders, claims, arbitrations or back charges asserted or awarded against the DHI or in the past seven (7) years. In addition, DHI have no pending lawsuits. Best Regards, DHI Water & Environment, Inc. Thomas L. Johnson Chief Operating Officer Americas ADDENDUM No. 1 June 22, 2021 REQUEST FOR QUALIFICATIONS NO. 20-21-016 MARINE AND COASTAL ENGINEERING SERVICES FOR DINNER KEY MARINA BREAKWATERS MITIGATION TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for RFQ No. 20-21-016, Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation (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. REQUESTS FOR INFORMATION - SINCE ISSUANCE OF RFQ Q1 Is it required for the role of the Structural Engineer to have been registered as a Professional Engineer ("PE") for at least five (5) years? Or is it required for the Structural Engineer to currently have a PE, with at least five (5) years of experience? Al. The Structural Engineer is required to currently be and have been registered as a PE for at least five (5) years. Q2. Please provide an estimate for this Project. A2. The funding allocated for construction activities under this contract, including mitigation work allowance, is $7.6 million. ATTACHMENTS The Pre -Proposal Conference Attendance List can be found on the BidSync RFQ page. 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 Iit of 41Thuni ADDENDUM No. 2 July 1, 2021 REQUEST FOR QUALIFICATIONS NO. 20-21-016 MARINE AND COASTAL ENGINEERING SERVICES FOR DINNER KEY MARINA BREAKWATERS MITIGATION TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for RFQ No. 20-21-016 Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation (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 Friday, July 9, 2021 at 5:00 p.m. to Friday, July 16, 2021 at 5:00 p.m. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. for Annie Perez, CPPO, Director Department of Procurement, City of Miami Titu of 41Thxmi REQUEST FOR QUALIFICATIONS MARINE AND COASTAL ENGINEERING SERVICES FOR DINNER KEY MARINA BREAKWATERS MITIGATION PROJECT NO. B-193402A RFQ NUMBER 20-21-016 ISSUE DATE JUNE 4, 2021 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE June 11, 2021 11:00 a.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE June 18, 2021 5:00 p.m. PROPOSAL SUBMISSION DUE DATE ON BIDSYNC JULY 9, 2021 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: 305-416-1903 Email: AMHansen@miamigov.com TABLE OF CONTENTS PUBLIC NOTICE SECTION 1 - INTRODUCTION TO REQUEST FOR QUALIFICATIONS (RFQ) 1.1 INVITATION 1.2 SUBMISSION OF PROPOSALS 1.3 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE 1.4 CONE OF SILENCE 1.5 ADDITIONAL INFORMATION OR CLARIFICATION 1.6 AGREEMENT TERMS AND CONDITIONS 1.7 AWARD OF AGREEMENT 1.8 AGREEMENT EXECUTION 1.9 UNAUTHORIZED WORK 1.10 SUBMITTAL INSTRUCTIONS 1.11 CHANGES/MODIFICATIONS/ALTERATIONS 1.12 SUBCONSULTANT(S)/SUBCONTRACTOR(S) 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS 1.14 DISQUALIFICATION 1.15 PROPOSER'S EXPENDITURES 1.16 EXECUTION OF PROPOSAL 1.17 INSPECTION OF SITE SECTION 2 - RFQ SCOPE OF SERVICES 2.1 PURPOSE 2.2 SCOPE OF SERVICES 2.3 PROPOSED TEAM / KEY PERSONNEL SECTION 2 - RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION 3.2 LEGAL REQUIREMENTS 3.3 NON -APPROPRIATION OF FUNDS 3.4 BUSINESS TAX RECEIPT REQUIREMENT 3.5 MINIMUM QUALIFICATIONS AND EXPERIENCE REQUIREMENTS 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS 3.7 PUBLIC ENTITY CRIMES 3.8 RESOLUTION OF PROTESTS 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS 3.10 COLLUSION 3.11 CLARIFICATIONS 3.12 KEY PERSONNEL 3.13 AUDIT RIGHTS AND RECORDS RETENTION 3.14 PUBLIC RECORDS Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation - Project No. B-193402A 3.15 E-VERIFY 3.16 CONFLICT OF INTEREST 3.17 DEBARRED/SUSPENDED VENDORS 3.18 NON-DISCRIMINATION 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS 3.20 ADDITIONAL TERMS AND CONDITIONS 3.21 FEMA PROVISIONS SECTION 4 - INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 ELECTRONIC RECEIPT OF PROPOSALS AND SUBMISSION REQUIREMENTS 4.2 PROPOSAL SUBMISSION DATE 4.3 SUBMITTAL GUIDELINES SECTION 5 - EVALUATION SELECTION PROCESS 5.1 EVALUATION PROCEDURES 5.2. EVALUATION CRITERIA 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION NOT APPLICABLE SECTION 6 - RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY) 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) 6.3 DEBARMENT AND SUSPENSION 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A 6.6 REQUIRED FORMS Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A Tag of Atiiami PUBLIC NOTICE RFQ NO: 20-21-016 MARINE AND COASTAL ENGINEERING SERVICES FOR DINNER KEY MARINA BREAKWATERS MITIGATION - PROJECT NO. B-193402A Completed Proposals must be submitted through BidSync Electronic Bidding System ("BidSync") by 5:00 p.m., on July 9, 2021 ("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 June 4, 2021. 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 after Monday, June 11, 2021, at 11:00 a.m. EST, accessible at the following Microsoft Teams Meeting link, and via phone (audio only) by dialing +1 786-598-2961, Conference ID 223110485#. 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A SECTION 1 INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION Thank you for your interest in this RFQ. The City of Miami ("City") Department of Procurement ("Procurement") seeks Proposals from experienced and qualified engineering professionals for Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation — Project No. B-193402A ("Project") as described in Section 2, "Scope of Services" contained in this RFQ. This RFQ is issued pursuant to Section 287.055 of the Florida Statutes, the "Consultants Competitive Negotiation Act" ("CCNA"). All references to Florida Statutes, City of Miami and Miami -Dade County Codes, and other laws/regulations, will be interpreted to include "as amended from time to time." Copies of this solicitation are available 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 June 11, 2021 at 11:00 a.m. and it will be accessible at the following Microsoft Teams Meeting link, and via phone (audio only) by dialing +1 786-598-2961, Conference ID 223110485#.. 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. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 June 18, 2021. 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 An Agreement may be awarded to the Successful Proposer by the City Commission, as applicable, and following a written recommendation by the City Manager, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, an Agreement with the Successful Proposer, 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 to be furnished by the City, for professional engineering services. Upon commencement of the PSA negotiation process, and without diminishing the foregoing, the Proposer may request clarification and submit comments concerning the Agreement for the City's consideration. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Agreement during the negotiation process. The City shall require the Successful Proposer to provide for itself and its Subconsultants 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 Qualifications 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 BCONSULTANT(S)/SUBCONTRACTOR(S) For purposes of this RFQ, the terms "Subconsultant" and "Subcontractor" are used interchangeably. A Subconsultant or Subcontractor 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 Subconsultant 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 Subconsultants to be utilized in the performance of required Services. The City retains the right to accept or reject any Subconsultant proposed in accordance with Section 3.5, "Minimum Qualifications 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 Subconsultant shall be borne solely by the Successful Proposer, and insurance for each Subconsultant 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 Subconsultants are considered employees, partners, affiliates, or agents of the City. Failure to list all Subconsultants and provide the required information may disqualify any unidentified Subconsultants from performing work under this RFQ. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A After Proposal submittal, Proposers are expressly prohibited from substituting any Subconsultant or Subcontractor 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 Subconsultants. 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. 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 Work Order 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 Work Order 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE The City is seeking to procure a qualified and experienced marine and coastal engineering firm to provide Marine and Coastal Engineering Services for the Dinner Key Marina Breakwaters Mitigation 406, Project No. B-193402A ("Project"), under the oversight of the Office of Capital Improvements, and in accordance with all applicable laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City, as well as the Scope of Services contained in this RFQ. The Proposer and its Subconsultants must be able to perform every element and task included in, but not limited to, those outlined in Section 2.2, "Scope of Services." The Successful Proposer shall be selected in accordance with Section 287.055 of the Florida Statutes, CCNA, as amended. 2.2 SCOPE OF SERVICES The Successful Proposer shall provide interdisciplinary services necessary to complete the design and permit for the coastal structures to be developed at the spoil island by the Dinner Key Marina to protect and make resiliency for the marina and the shore during a storm event. The Successful Proposer shall include scope of work necessary for the design and permitting for the construction of the project, but not limited to, detailed field investigation, topographic survey, seagrass survey, uplands vegetation survey, geotechnical testing and reports, coastal engineering studies such as, design waves, water level, sea level rise, including level of risk of the proposed structures. The Consultant must include alternatives and/or combinations for coastal structures, concepts for the breakwaters, such as armoring, seawalls, and/or leaving shorelines, with cost estimate and permitting level of the difficulty analysis. Refer to the attached exhibit A for the location of the project. The consultant must also include on the design new amenities for the islands such as, landscape, docks, shelters, picnic tables, barbeque areas, etc. The City is also looking for innovative ideas for the shore protection, resilience, and sustainability. The Successful Proposer will act as the Owner's Representative during construction, performing construction administration services. The following disciplines are required: Marine & Coastal Engineering. Consultants shall apply for, process, and obtain permits from various environmental regulatory agencies having jurisdiction including, but not limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department of Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Homeland Security ("DHS"), and Army Corps of Engineers ("ACOE"), as required for City projects. The Professional Service Agreement (PSA or Agreement) may detail the deliverables that will be required of the Consultant. It is anticipated that the Proposer's team will consist of the following disciplines: Further details concerning the Scope of Services will be detailed in the ensuing Agreement/s, and will be further specified and clarified in Work Order Proposals solicited as project sites are identified. The Successful Proposer will be required to provide: ■ General Engineering/Marine and Coastal Engineering ■ Environmental Engineering ■ Bathometric and upland surveys, geotechnical services ■ Project management of multi -scale Engineering planning and design, including coordination, and oversight of the work of other consultants ■ Landscape design. Marine and Coastal Engineering Services for Dinner Key Marina Breakwaters Mitigation — Project No. B-193402A RFQ No. 20-21-016 Further details concerning the Scope of Services are contained in the Agreement for Engineering Services, included as part of this RFQ, and will be further specified and clarified in Work Order Proposals solicited as project sites are identified: 2.3 PROPOSED TEAM / KEY PERSONNEL The Successful Proposer shall serve as the lead and managing agents for all disciplines required for the Project. The Successful Proposer's work shall be performed by the Key Personnel and Required Personnel listed below, as described in the RFQ and shall consist, at a minimum, of the following personnel/disciplines: ■ Project Manager ■ Lead Marine and Coastal Engineer In addition to the Key Personnel listed above, the Proposer's team must have at a minimum the following Required Personnel, through either the Proposer's staff or that of any Subconsultant: ■ Structural Engineer ■ Environmental Engineer ■ Adaptation Specialist ■ Mechanical, Electrical Services, and Plumbing (MEP) Engineer ■ Surveyor and Mapper ■ Landscape Architect The Successful Proposer shall designate a Project Manager who shall be the primary lead individual to lead all design efforts for the Project. Proposers shall not submit the same individual to serve as the Lead Marine and Coastal Engineer and as Project Manager. All Key Personnel/Required Personnel shall meet all the requisites specified in Section 3.5, "Minimum Qualifications and Experience Requirements." Duplication of responsibilities by any one of the proposed team members is not allowed. The Successful Proposer will serve as the City's Engineering Services Consultant during any construction phase related to, or stemming from, design assignments provided under this Project. A more detailed scope of Services will be developed during the Negotiations phase and will be included as Attachment "A" of the proposed Agreement. The City, at its option, may elect to expand, reduce, or delete the Scope of Services to be provided by the Successful Proposer, where such action does not alter the intent of the Agreement. A more detailed description of the positions required while performing the scope of Services, and the minimum qualifications of the proposed Key Personnel, can be found on Section 3.5, "Minimum Qualifications and Experience Requirements." A detailed scope of work will be developed for each Work Order issued. Note: As further detailed in the ensuing Professional Services Agreement, as may be amended from time to time, the City, acting by and through its City Manager or the City Manager's authorized designee, prior to issuance of any Notice to Proceed, or at other reasonable intervals decided by the City Manager, may elect at the City's discretion, to proceed with the Project on a phased basis. END OF SECTION Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 QUALIFICATIONS AND EXPERIENCE REQUIREMENTS The City is seeking to procure qualified engineering firms with experience in providing comprehensive marine and coastal engineering services within Biscayne Bay preferably for public agencies, as stipulated in Section 287.055 of the Florida Statues, CCNA, as amended. As of the Proposal submission due date, the Proposer shall have the following mandatory minimum qualifications and experience: Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A a) Having been licensed, registered, and authorized to conduct business in the State of Florida as an engineering firm under its current business name for the last ten (10) consecutive years; and b) Possess a minimum of ten (10) years of professional experience in comprehensive engineering services, preferably for public agencies, as described in Section 2, "RFQ Scope of Services." Proposer/s must demonstrate substantial experience as an engineering firm through the submission of three (3) previously completed or ongoing engineering design projects within the past ten (10) years at a minimum, with one (1) ongoing or completed marine and coastal engineering project preferably located in Biscayne Bay; and c) Employ a team member to serve as the Project Manager (PM), who will oversee all engineering design -related efforts for this Project. The proposed PM must have been a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for the last ten (10) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed PM must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing engineering design projects within the past ten (10) years at a minimum, with two (2) ongoing or completed marine and coastal engineering projects preferably located in Biscayne Bay; and d) Employ a team member to serve as the Lead Marine and Coastal Engineer (LMCE), who will be the primary lead for all engineering design efforts for this Project. The proposed LMCE must have been a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for the last ten (10) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed LMCE must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing marine and coastal engineering design projects within the past ten (10) years at a minimum, with two (2) of them preferably located in Biscayne Bay; and e) Have a team member to serve as the Structural Engineer (SE), who will be the primary responsible for structural engineering design efforts for this Project. The proposed SE must have been a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed SE must demonstrate substantial experience as such through the submission of two (2) previously completed or ongoing engineering design project within the past five (5) years, at a minimum; and f) Have a team member to serve as the Environmental Engineer (EE), who will be the primary responsible for environmental engineering design efforts for this Project. The proposed EE must have been a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed SE must demonstrate substantial experience as such through the submission of two (2) previously completed or ongoing engineering design projects within the past five (5) years, at a minimum; and Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A g) Have a team member to serve as the Adaptation Specialist (AS), who will be the primary responsible for adaptation design efforts for this Project. The proposed AS must be an experienced professional, who has been practicing in the fields of resilience, sea level rise, storm surge, and/or climate change consulting for a minimum of five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed AS must demonstrate substantial experience as such through the submission of two (2) previously completed or ongoing adaptation projects within the past five (5) years, at a minimum, preferably located in South Florida and specifically in Biscayne Bay; and h) Have a team member to serve as the Mechanical, Electrical, and Plumbing Engineer (SMEP), who will be the primary responsible for all MEP engineering design efforts for this Project. The proposed SMEP must have been a registered Engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed SMEP must demonstrate substantial experience as such through the submission of two (2) previously completed or ongoing engineering design projects within the past five (5) years, at a minimum; and i) Have a team member to serve as the Surveyor and Mapper (SM), who will be the primary responsible for all surveying and mapping efforts for this Project. The proposed SM must have been a registered surveying and mapping services professional under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 472, "Surveyors," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed SM must demonstrate substantial experience as such through the submission of two (2) previously completed or ongoing surveying and mapping projects within the past five (5) years, at a minimum; and Have a team member to serve as the Landscape Architect (LA), who will be the primary responsible for all landscape architecture design efforts for this Project. The proposed LA must have been a registered Landscape Architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," as applicable to the named profession in the State of Florida, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed LA must demonstrate substantial experience as such through the submission of two (2) previously completed or ongoing landscape architecture projects within the past five (5) years, at a minimum; and k) Other proposed subconsultants who must have been registered or certified in their individual named professions, if such registration or certification is required, for the last five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed Subconsultants must demonstrate substantial experience as such through the submission of one (1) previously completed or ongoing project in support to any of the engineering disciplines covered under this RFQ, within the past three (3) years, at a minimum. 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A j) change and such change -of -name has been filed with the State of Florida, or where the Proposer was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. Failure to meet the above -stated mandatory minimum requirements shall result in the Proposer's submittal being disqualified as non -responsive. Please see Section 4, "Instructions for Submitting a Proposal," for further direction. 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 City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Business Enterprise (SBE) at the following link: http://www.miamidade.gov/smallbusiness/certification-lists.asp OCI has established procedures to assist Proposers in complying with these SBE participation Assign a minimum of fifteen percent (15%) of the comprehensive award value to firms currently certified by Miami Dade County as a SBE firm. Submit the following SBE forms with their Proposal: 1) Sign and attach Form 6./1 Certificate of Compliance. 2) Sign and attach Form RFQ QSC List of Subconsultants. 3-)--Sigrl-an-Gl-attac h-t-he Letter "�greement(s) (Form RFQ_I O t 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 inc4ructions 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. Unless precluded by Florida Statutes, Federal laws, and regulations, or grant requirements, Proposers who meet the mandatory SBE participation requirement by agrccing to use firms located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation process. In addition to submitting the required SBE forms, rcfcr to Scction 5.C, "Five 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 currcnt 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 subconsultant firms (including SBE certified firms) that are part of the Proposer's team. Failure to include the completed form(..,er's-Proposal may cause the Proposal to be deemed non responsive. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A SECTION 18 73 CITY OF MIAMI CODE NOT APPLICABLE Local office means a busines within the City, which meets all of the following criteria: structure with a verifiablc strcct addre"c that is locatcd within thc corporatc limits of thc City, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local busines; 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 bid osals were received, and bc available for review and approval by the City Manager or City Manager's authorized the twelve (12) months immediately preceding the date bidasals were received, a prior fully executed Ica -se within the corporate limits of the City that documents, in writing, than the twelve (12) months immcdiatcly prcccding thc datc bids or Proposals wcrc received shall be acccptablc to satisfy thc rcquircmcnts of this scction, and shall bc 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; {3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposal "wer eceived fort e purchase ^ Ttractat-isssue a current B 1siness Tax Receiptisssued by bo and Miami_Dade County if applicable; and Proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami Dade County that ai ithorizec the performance of girl bi iciness operations; and {5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or Proposal to be eligible for considcration undcr this scction; providcd, howcvcr, 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. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 3.8 RESOLUTION OF PROTESTS Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the City Manager, in accordance with the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code), as amended, describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file a Notice of Intent to Protest and/or the Protest, shall constitute a forfeiture of such party's right to file a protest. THERE WILL BE NO EXCEPTIONS MADE TO THIS REQUIREMENT. 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal meets the requirements of the RFQ, is submitted in the format outlined in Section 4.1.D, "Proposal Submission Format," is of timely submission, and has appropriate signatures/attachments, as required on each document. 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Proposal for the same Services, or with any City instrumentality, department, or agency. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it complies with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal submission due date. 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. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 3.15 E-VERIFY Successful Proposer shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Successful Proposer during the term of the Agreement and shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. 3.16 CONFLICT OF INTEREST Proposers, by responding to this RFQ, certify that to the best of their knowledge and belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFQ. Any such interests on the part of the Proposer or its employees shall be disclosed in writing to the City. Further, Proposers shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock of the Proposing firm. The Proposers' attention is directed to the fact that a CEI Specialist from any one team shall not be assigned or accept a Project wherein the Prime Consultant is the Engineer of Record, or is a subconsultant on said Project for Planning, Design, or Construction Services. 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. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 PROJECTS FUNDED BY FEDERAL OR STATE FUNDS a. Equitable Adjustment The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Proposer's control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Proposer that continued performance of the contract would results in a substantial loss. Successful Proposer might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. b. Non -Appropriation of Funds In the event no fund or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Proposer or his assignee of such occurrence, shall have the unqualified right to terminate the contract without penalty or expense to the City. No guarantee, warranty, or representation is made that any project(s) will be awarded to any firm(s). c. Subcontractors of Work Shall be Identified As part of the RFQ, Proposers are required to identify any and all Subconsultants/Subcontractors that will be used in the performance of this proposed contract, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the Subconsultant/Subcontractor. Failure to identify any and all Subconsultants/Subcontractors in the Proposal shall render the Proposal non -responsive, unless the Successful Proposer submits this documentation to the City within five (5) working days after the proposal due date. The Successful Proposer shall not, at any time during the tenure of the contract, subcontract any part of his operations or assign any portion or part of the contract, to Subconsultant/Subcontractor(s) not originally mentioned in their Proposal, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subconsultant/Subcontractor(s) and the City. The Successful Proposer shall be fully responsible to the City for the acts and omissions of the Subconsultant/Subcontractor(s) and their employees, as for acts and omissions of persons employed by the Successful Proposer. d. Davis -Bacon Act Federally assisted construction contracts must adhere to Davis -Bacon Act wages and benefits rate schedules. Proposers shall use the Federal Wages reflected in Wage General Decision Number FL 180260 01/12/2018 FL260 in developing its proposal for this project. The Successful Proposer shall be required to provide certified payroll records documenting the work performed on this project. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A e. Compliance with the Copeland "Anti -Kickback" Act 1. The Contractor shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 2. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. § 5.12. f. Compliance with the Contract Work Hours and Safety Standards Act 1. Overtime Requirements: No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one half time the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Contractor, and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 3. Withholding for unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 4. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontract. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraph (1) through (4) of this section. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A J• g• Parts at Pass -Through Cost (for Repairs Outside the Scope of Work) All cost for parts required for repair jobs and not otherwise included in the scope of work shall be billed at the Successful Proposer's actual cost and will be passed on to the City without markup or any additional fees. The Successful Proposer shall submit purchase receipt of parts along with the labor invoice for payment. The Successful Proposer shall be responsible for sourcing all parts necessary to complete the work requirements of each job specification. Replacement parts furnished must be of the same manufacturer or an equal product. All equipment and materials shall be commercial quality and grade and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment/materials shall not be specified or installed in the facilities. h. Notification to Perform Work The Successful Proposer shall notify the Project Manager when an employee is on the property and for what purpose. i. Background Checks The Successful Proposer shall be required to comply with the background screening specifications as listed in the Jessica Lunsford Act, Florida Statue § 1012-32. The law requires that before contract personnel are permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level Two (2) screening requirements. Prior to commencement of the project, the Successful Proposer shall provide Level Two (2) background screening results for all employees completing the work on park grounds. Equal Employment Opportunity During the performance of any resulting contract from an RFQ, the Proposer agrees as follows: 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. k. Clean Air Act 1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2) The Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. I. Federal Water Pollution Control Act 1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. 2) The Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A m. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligation or liabilities to the non -Federal entity, Contractor, or any other party pertaining to any matter resulting from the contract. n. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. o. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (As Amended) Proposers who bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that take place in connection with obtaining any federal award. Such disclosures are forwarded form tier to tier, and up to the recipient. Please refer to the "Certification Regarding Lobbying" attachment. It is MANDATORY for the Proposers to return this form signed along with their Proposal. Procurement of Recovered Materials 1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired; a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2) Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. DHS, Seal, Logo, and Flags The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. r. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund this contract only. The Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. s. Access to Records 1) The Contractor agrees to provide the City of Miami, (insert name of project manager), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. P. q• Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. t. Suspension and Debarment 1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3) This certification is a material representation of fact relied upon by City of Miami. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida, and the City of Miami, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. END OF SECTION Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A SECTION 4 INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 ELECTRONIC 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): ■ 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"). ■ Must submit all Proposals electronically. Hard copy Proposals will not be accepted. NO EXCEPTIONS. ■ Attachment files shall be no more than 250mb in size each, should there be a need for a larger size file to be uploaded, split in multiple files. Contact BidSync vendor support toll -free number 1-800-990-9339, visit support.bidsync.com, or email support©bidsync.com, for BidSync technical difficulties and/or issues. ■ 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. ■ 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. ■ 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. ■ 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 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 engineering firm authorized to conduct business in the State of Florida for the last ten (10) 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 requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications 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 engineering services and have served as lead/primary consultant on a minimum of three (3) engineering design projects Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A previously completed or currently ongoing within the past ten (10) years, with at least one (1) ongoing or completed marine and coastal engineering project, preferably located in Biscayne Bay. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, 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 of the three (3) reference projects. 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 engineer 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 requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience 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 requisites identified in Section 2, "RFQ Scope of Services," and Section 3.5, "Minimum Qualifications and Experience 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 be employed by the Proposer and MUST have a minimum of ten (10) years of experience managing engineering design projects and have served as the project manager on a minimum three (3) engineering design projects previously completed or currently ongoing within the past ten (10) years, with at least two (2) ongoing or completed marine and coastal engineering projects, preferably located in Biscayne Bay. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, 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 of the three (3) reference projects. 8. Qualifications of the Lead Marine and Coastal Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Marine and Coastal Engineer (LMCE). The LMCE must be employed by the Proposer, and shall be a currently licensed, practicing, and registered engineer in the State of Florida. Proposer shall identify the LMCE's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 requisites identified in Section 2, "RFQ Scope of Services," and Section 3.5, "Minimum Qualifications and Experience Requirements." 9. Experience of the Lead Marine and Coastal Engineer Proposer shall complete and submit Form RFQ-LMCE for this section of its Proposal to provide a comprehensive summary of the LMCE's experience. The LMCE MUST be employed by the Proposer and MUST have a minimum of ten (10) years of experience managing multi -disciplinary engineering projects, and have served as the LMCE on a minimum of three (3) marine and coastal engineering design projects previously completed or currently ongoing within the past ten (10) years, with at least two (2) ongoing or completed projects preferably located in Biscayne Bay. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, 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-LMCE needs to be submitted for each of the three (3) reference projects. 10. Qualifications and Experience of the Structural Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Structural Engineer (SE). The SE may be employed by the Proposer or a subconsultant, and shall be a currently licensed, practicing, and registered engineer in the State of Florida. Proposer shall identify the SE's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." In addition, a one -page resume is required to reflect the SE's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The SE MUST have a minimum of five (5) years of experience in structural engineering design efforts and have served as a Structural Engineer on a minimum of two (2) engineering design projects previously completed or currently ongoing within the past five (5) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated minimum five (5) year experience requirement or to submit proof of at least two (2) reference projects will result in the Proposal being deemed non -responsive. 11. Qualifications and Experience of the Environmental Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Environmental Engineer (EE). The EE may be employed by the Proposer or a subconsultant, and shall be a currently licensed, practicing, and registered engineer in the State of Florida. Proposer shall identify the EE's years of experience in the required Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." In addition, a one -page resume is required to reflect the EE's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The EE MUST have a minimum of five (5) years of experience in environmental engineering design efforts and have served as the Environmental Engineer on a minimum of two (2) engineering design projects previously completed or currently ongoing within the past five (5) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated minimum five (5) year experience requirement or to submit proof of at least two (2) reference projects will result in the Proposal being deemed non -responsive. 12. Qualifications and Experience of the Adaptation Specialist Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Adaptation Specialist (AS). The AS may be employed by the Proposer or a subconsultant, and shall be an experience professional, who has been practicing in the fields of resilience, sea level rise, storm surge, and/or climate change. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." In addition, a one -page resume is required to reflect the AS's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The AS MUST have a minimum of five (5) years of experience in adaptation projects and have served on a minimum of two (2) adaptation projects previously completed or currently ongoing within the past five (5) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated minimum five (5) year experience requirement or to submit proof of at least two (2) reference projects will result in the Proposal being deemed non -responsive. 13. Qualifications and Experience of the Mechanical, Electrical, and Plumbing Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Mechanical, Electrical, and Pluming Engineer (SMEP). The SMEP may be employed by the Proposer or a subconsultant, and shall be a currently licensed, practicing, and registered engineer in the State of Florida. Proposer shall identify the SMEP's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." In addition, a one -page resume is required to reflect the SMEP's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The SMEP MUST have a minimum of five (5) years of experience in engineering design efforts and have served on a minimum of two (2) engineering design projects previously completed or currently ongoing within the last five (5) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated minimum five (5) year experience requirement or to submit proof of at least two (2) reference projects will result in the Proposal being deemed non -responsive. 14. Qualifications and Experience of the Surveyor and Mapper Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Surveyor and Mapper (SM). The SM may be employed by the Proposer or a subconsultant, and shall be a currently licensed, practicing, and registered professional in the State of Florida. Proposer shall identify the SM's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." In addition, a one -page resume is required to reflect the SM's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The SM MUST have a minimum of five (5) years of experience in surveying and mapping projects and have served as the SM on a minimum of two (2) projects previously completed or currently ongoing within the last five (5) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated minimum five (5) year experience requirement or to submit proof of at least two (2) reference projects will result in the Proposal being deemed non -responsive. 15. Qualifications and Experience of the Landscape Architect Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Landscape Architect (LA). The LA may be employed by the Proposer or a subconsultant, and shall be a currently licensed, practicing, and registered landscape architect in the State of Florida. Proposer shall identify the LA's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A In addition, a one -page resume is required to reflect the LA's education, experience, and qualifications that demonstrate satisfaction of all the requisites identified in Section 2, "RFQ Scope of Services" and Section 3.5, "Minimum Qualifications and Experience Requirements." The LA MUST have a minimum of five (5) years of experience in landscape architecture projects and have served as the landscape architect on a minimum of two (2) landscape architecture projects previously completed or currently ongoing within the last five (5) years. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, and the total value of the project inclusive of construction costs. Failure to meet the stipulated minimum five (5) year experience requirement or to submit proof of at least two (2) reference projects will result in the Proposal being deemed non -responsive. 16. Qualifications and Experience of other Proposed Personnel Proposer shall complete and submit Form RFQ-QSC for this section of the Proposal to provide a comprehensive summary of Proposed Personnel (other than Key Personnel and/or Required 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 Subconsultants/Subcontractors to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity). In addition, a one -page resume is required to reflect each Proposed Personnel's education, qualifications, and experience within the last three (3) years to include one (1) previously completed or currently ongoing project, preferably of engineering nature. Submitted reference projects must include the full name, email address, and current phone number of the Project Owner, description of work, the year the project was started and completed, total amount of fees paid or projected to be paid to the firm, 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 projects, preferably of an engineering nature, shall result in a non -responsive determination for the Proposal. 17. Team Organizational Chart An organizational chart of the Proposer's Team shall be provided for Key Personnel and Required/Proposed 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 Engineering in the following areas: ■ Manpower planning, including scheduling and allocation of resources ■ Ensuring timely completion of projects ■ Quality control and assurance procedures, including timely reporting, and reviewing pay applications and change orders ■ Computer aided design and drafting capabilities ■ Capacity to provide on -call services in a timely manner ■ Quality control and assurance, including coordination between design disciplines, compliance with program requirements professional/industry standards, and conformance with all applicable code requirements. C. RFQ Forms: 1. RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) 3. Business Tax Receipt(s)/Occupational License(s) for Proposer and all Subconsultant(s)/Subcontractor(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 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 PM, plus Resume 7. RFQ-EPM Experience of the PM 8. RFQ-QKP Qualifications of the LMCE, plus resume 9. RFQ-EMCE Experience of the LMCE 10. RFQ-QKP Qualifications and Experience of the SE plus Resume 11. RFQ-QKP Qualifications and Experience of the EE plus Resume 12. RFQ-QKP Qualifications and Experience of the AS plus Resume 13. RFQ-QKP Qualifications and Experience of the SMEP plus Resume 14. RFQ-QKP Qualifications and Experience of the SM plus Resume 15. RFQ-QKP Qualifications and Experience of the LA plus Resume 16. RFQ-QSC Qualifications and Experience of Other Proposed Personnel plus Resume Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 17. 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) 3. Business Tax Receipt(s)/Occupational License(s) for Proposer and all Subconsultant(s)/Subcontractor(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: July 9, 2021, by 5:00 p.m. RFQ NO. 20-21-016 MARINE AND COASTAL ENGINEERING SERVICES FOR DINNER KEY MARINA BREAKWATERS MITIGATION - PROJECT NO. B-193402A 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. Subconsultants/Subcontractors 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 Subconsultant/Subcontractor 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 Subconsultants proposed to be used and provide for the Subconsultant the same information required of the Proposer. The City retains the right to accept or reject any proposed Subconsultants. It is the policy of the City that, prior to Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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: 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A recommendation of the Committee and the award of the Agreement(s). Where Procurement is not able to successfully negotiate 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 Project Manager's Qualifications and Experience 20 points Lead Marine and Coastal Engineer's Qualifications and Experience 20 points 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 Subconsultants/Subcontractors, as follows: Amount of Work Awarded by the City Awarded Score Up to $500,000 5 points From $500,001 to $1,000,000 4 points From $1,000,001 to $2,500,000 3 points From $2,500,001 to $5,000,000 2 points From $5,000,001 and over 1 point 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION Unless precluded by Florida Statutes, federal laws, or regulations, or grant rcquircmcnts, bonus points will be granted to Proposers who agree to use Miami Dade County SBE Firms from within the City of Miami municipal boundaries. The awarded firm must agree to assign a minimum of fifteen percent (15%) of the contract value to Miami Dade County certified SBE firm(s) that maintain a "Local Office," as defined in City Code Section 18 73. END OF SECTION Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, "Submission Requirements." PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: ■ Proposal Letter ■ Narrative ■ Qualifications of Proposer ■ Experience of the Proposer ■ Qualifications of the PM ■ Experience of the PM, plus Resume ■ Qualifications of the LMCE ■ Experience of the LMCE, plus Resume ■ Qualifications/Experience of the SE, plus Resume ■ Qualifications/Experience of the EE, plus Resume ■ Qualifications/Experience of the AS, plus Resume ■ Qualifications/Experience of the SMEP, plus Resume ■ Qualifications/Experience of the SM, plus Resume ■ Qualifications/Experience of the LA, plus Resume ■ Qualifications/Experience of the Subconsultants/Subcontractors, plus Resume Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A ■ Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: ■ Design Philosophy and Process ■ Technical Capabilities and Approach 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: ■ RFQ Proposal Forms (Section 6.0) ■ Information for Determining Joint Venture Eligibility - Form A (if applicable) ■ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Su bconsultant(s)/S ubcontractor(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. 20-21-016 I certify that 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 Full Name Title Authorized Signature Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 6.2.2 STATE OF ) SS: COUNTY OF CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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 SUBMITTAL Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 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: Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A 6.4 CERTIFIG TE OF COMDLANCE WITH SECTION 18 47 OF TIDE CITY CODE NOT APPLICABLE 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: Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A (c) Supervision of field operations: 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: 6.6 REQUIRED FORMS Required forms to be made part of the Proposer/s submittal by the Proposal Submittal Due Date include, but are not limited to, the following: RFQ-PCL Proposal Cover Letter RFQ-PN Proposal Narrative RFQ-QPC Qualifications of Proposer RFQ-EPC Experience of Proposer RFQ-EPM Experience of the PM RFQ-ELMCE Experience of the LMCE RFQ-QKP Qualifications of Key Personnel/Required Personnel RFQ-QSC Qualifications and Experience of Other Proposed Personnel RFQ-DPP Design Philosophy and Process RFQ-TCA Technical Capabilities and Approach Certification Regarding Lobbying END OF SECTION Marine and Coastal Engineering Services for Dinner Key Marina RFQ No. 20-21-016 Breakwaters Mitigation — Project No. B-193402A