Loading...
HomeMy WebLinkAbout25088AGREEMENT INFORMATION AGREEMENT NUMBER 25088 NAME/TYPE OF AGREEMENT JACOBS ENGINEERING GROUP INC. DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS RFQ NO. 21-22-016/MATTER ID: 24-637 EFFECTIVE DATE July 16, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 7/16/2024 DATE RECEIVED FROM ISSUING DEPT. 7/17/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Anthony Hansen/Luis Caseres EXT. 1895 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Jacobs Engineering Group Inc. IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $500,000.00 FUNDING INVOLVED? ■❑ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT 0 PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑■ YES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY) ices for Citywide Capital Improvements. RFQ 21-22-016 Execution of Agreement for Miscellaneous Engineering Serv- COMMISSION APPROVAL DATE: N/A FILE ID: N/A ENACTMENT NO.: N/A IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: Contract is within the City Manager's delegated approval authority. ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Reviewed by FVP. OK to proceed. May 20, 2024 Annie Perez I 15:48:49 EDT ,,--DocuSigned by: �r'"' ` °' Q'4'Qi/ SUBMITTED TO RISK MANAGEMENT May 21, 2024 p�� p�� har I' Ul�':;3�J .=:`EIITpe `-89540EB73CAC468... ,—DocuSignedby. �YA1n �htMf SUBMITTED TO CITY PD1TORNEY Pa o R. Vel ez on behalf Matter ID No. 24-637of June 27, 2024 Geor9e K. son 1 18.18:21�g EDT ` 1-27395C6318214E7... DocuSigned by: In" (6/7/24) APPROVAL BY BUDGET OFFICE Funding will be determined as needed upon July 10, 2024 Mr0 cf:Lih EDT adiOUSETV£d36Q48B... PO issuance LEM 7/10/2024 APPROVAL BY ASSISTANT CITY MANAGER July 12, 2024 :5� Faf C1n1S1 EDT F 1 sr 4a�s... �D� SBi�r%d y. LAVV101( APPROVAL BY DEPUTY CITY MANAGER July 13, 2024 rF1al sfiliDcpjetwpkwriliniggnedby: Ne4444 Caf eG04ak 84B700975DEA41 B... RECEIVED BY CITY MANAGER July 16 , 2024 �' 7'ilACFARITf DocuSigned by: N41444 Calc.444.4 0a18... SUBMITTED TO AND ATTESTED BY CITY CLERK July 16, 2024 Todd Hannon 16:38:39 EDT r—DocuSigned by: `—E46D7560DCFi459... 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT (11 tgzI .'04 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24132 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Miscellaneous Engineering Services for Citywide Capital Improvements — RFQ 21-22-016 Jacobs Engineering Group Inc. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ 0 City Manager — Authority level of $ 500,000.00 ❑ City Commission — RESOLUTION No. N/A 2. PROCUREMENT METHOD: 0 RFP/Q ❑ ITB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. 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. 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements, Resilience and Public Works, and Parks 5. IS THE AWARDEE THE INCUMBENT? N/A 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? N/A 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 10. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Florida Statutes Sec. 287.055, Consultants' Competitive Negotiation Act ("CCNA") Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-000A1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Miscellaneous Engineering Services for Citywide Capital Improvements Continuing Contract Consultant Jacobs Engineering Group Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 4 6 2.01 TERM 6 2.02 OPTIONS TO RENEW 6 2.03 SCOPE OF SERVICES 6 2.04 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 6 2.05 COMPENSATION 6 ARTICLE 3 PERFORMANCE 7 3.01 PERFORMANCE AND DELEGATION 7 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 7 3.03 CONSULTANT KEY STAFF 7 3.04 TIME FOR PERFORMANCE 3.05 STANDARD OF CARE ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.02 SUBCONSULTANT RELATIONSHIPS 4.03 CHANGES TO SUBCONSULTANTS ARTICLE 5 DEFAULT 5.01 GENERAL 5.02 CONDITIONS OF DEFAULT 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE 6.02 CONSULTANT'S RIGHT TO TERMINATE 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT ARTICLE 2 GENERAL CONDITIONS ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS 7.02 DELIVERY UPON REQUEST OR CANCELLATION 7.03 RE -USE BY CITY 10 7.04 NONDISCLOSURE 10 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 10 7.06 E-VERIFY 11 7 7 8 8 8 8 8 8 8 8 9 9 9 9 9 9 9 ARTICLE 8 INDEMNIFICATION 11 ARTICLE 9 INSURANCE 11 9.01 COMPANIES PROVIDING COVERAGE 12 9.02 VERIFICATION OF INSURANCE COVERAGE 12 9.03 FORMS OF COVERAGE 12 9.04 MODIFICATIONS TO COVERAGE 12 ARTICLE 10 MISCELLANEOUS 13 10.01 AUDIT RIGHTS; INSPECTION 13 10.02 ENTIRE AGREEMENT 13 10.03 SUCCESSORS AND ASSIGNS 13 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 13 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 13 10.06 NOTICES 13 10.07 INTERPRETATION 14 10.08 JOINT PREPARATION 14 10.09 PRIORITY OF PROVISIONS 15 10.10 MEDIATION - WAIVER OF JURY TRIAL 15 10.11 TIME 15 10.12 COMPLIANCE WITH LAWS 15 10.13 NO PARTNERSHIP 15 Miscellaneous Engineering Services for 1 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 10.14 DISCRETION OF DIRECTOR 16 10.15 RESOLUTION OF CONTRACT DISPUTES 16 10.16 INDEPENDENT CONTRACTOR 16 10.17 CONTINGENCY CLAUSE 16 10.18 THIRD PARTY BENEFICIARY 16 10.19 ADDITIONAL TERMS AND CONDITIONS 16 10.20 SEVERABILITY 16 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES 17 ATTACHMENT A - SCOPE OF WORK 21 ARTICLE Al GENERAL 21 A1.01 SCOPE OF SERVICES 21 A1.02 WORK ORDERS 24 A1.03 PAYMENTS 24 ARTICLE A2 BASIC SERVICES 24 A2.01 DEVELOPMENT OF OBJECTIVES 24 A2.02 SCHEMATIC DESIGN 25 A2.03 DESIGN DEVELOPMENT 25 A2.04 CONSTRUCTION DOCUMENTS 26 A2.05 BIDDING AND AWARD OF CONTRACT 27 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 28 A2.07 TIME FRAMES FOR COMPLETION 30 ARTICLE A3 ADDITIONAL SERVICES 30 A3.01 GENERAL 30 A3.02 EXAMPLES 30 A3.03 ADDITIONAL DESIGN 30 ARTICLE A4 REIMBURSABLE EXPENSES 31 A4.01 GENERAL 31 A4.02 SUBCONSULTANT REIMBURSEMENTS 31 ARTICLE A5 CITY'S RESPONSIBILITIES 31 A5.01 PROJECT AND SITE INFORMATION 31 A5.02 CONSTRUCTION MANAGEMENT 32 SCHEDULE Al - SUBCONSULTANTS 33 SCHEDULE A2 - KEY STAFF 33 ATTACHMENT B - COMPENSATION AND PAYMENTS 34 ARTICLE B1 METHOD OF COMPENSATION 34 B1.01 COMPENSATION LIMITS 34 B1.02 CONSULTANT NOT TO EXCEED 34 ARTICLE B2 WAGE RATES 34 B2.01 FEE BASIS 34 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 34 B2.03 MULTIPLIER 34 B2.04 CALCULATION 34 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 34 B2.06 ESCALATION 35 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 35 B3.01 LUMP SUM 35 B3.02 HOURLY RATE FEES 35 B3.03 REIMBURSABLE EXPENSES 35 B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES 36 B3.05 FEES FOR ADDITIONAL SERVICES 36 B3.06 PAYMENT EXCLUSIONS 36 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 36 ARTICLE B4 PAYMENTS TO THE CONSULTANT 36 B4.01 PAYMENTS GENERALLY 36 B4.02 FOR COMPREHENSIVE BASIC SERVICES 36 B4.03 BILLING - HOURLY RATE 37 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 37 B4.05 DEDUCTIONS 37 ARTICLE B5 REIMBURSABLE EXPENSES 37 B5.01 GENERAL 37 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 37 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 38 B6.01 GENERAL 38 SCHEDULE B1 - WAGE RATES SUMMARY 39 SCHEDULE B2 - CONSULTANT INVOICE 40 Miscellaneous Engineering Services for 2 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 CITY OF MIAMI DEPARTMENT OF PROCUREMENT PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Consultant Office Location City Authorization Agreement Number Miscellaneous Engineering Services for Citywide Capital Improvements Continuing Contract (RFQ No. 21-22-016) Jacobs Engineering Group Inc. 3150 SW 38th Avenue, Suite 700 Section 18-87, City of Miami Code 21-22-016 / 2 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this16 day of July in the year 2024 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and Jacobs Engineering Group Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 21-22-016 on August 26, 2022, for the provision of Miscellaneous Engineering Services for Citywide Capital Improvements ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents ("Solicitation Documents"), and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) or inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, including, without limitation, City Code Section 18-87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Miscellaneous Engineering Services for 3 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency that is a party hereto and for which services under this Agreement are to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws, and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager who may delegate certain tasks to the Director as defined in Section 1.12. 1.08 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of Risk Management 1.09 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.10 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.11 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.12 Department means or refers to the City of Miami's Office of Capital Improvements (OCI). 1.13 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of the City of Miami's Office of Capital Improvements or their authorized designee. 1.14 Errors means items in the plans, specifications, or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the Contractor to perform corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.15 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 1.16 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.17 Key Personnel means Staff positions assigned on a full-time basis to the Program by the Program Coordinator with the Director's approval, to serve as an extension of the City's staff typically working inside the City's Miami Riverside Center (MRC) or other requested City facility. 1.18 Notice to Proceed ("NTP") means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all precedent conditions have been met and/or directing that the Consultant may begin work on the Project. Miscellaneous Engineering Services for 4 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 1.19 Omissions means items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.20 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.21 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.22 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.23 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.24 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services," as applicable, which are within this definition. 1.25 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all attachments, and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.26 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, or increase the Project Budget, among other matters. 1.27 Risk Management Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.28 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables, and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.29 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), means a firm that has been certified by Miami -Dade County, who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the Consultant as required pursuant to City Code Section 18-87. 1.30 Subconsultant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.31 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement that justify and form the basis for professional fees regardless of actual manner of compensation. 1.32 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.33 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. 1.34 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. Miscellaneous Engineering Services for 5 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be for two (2) years commencing on the effective date hereof. This specified term is intended for administrative and budget control purposes and is not to be considered or interpreted as a time limitation. 2.01-1 Extension of Expiration Date: In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this Agreement shall not expire and shall remain in effect until completion or termination of said Project(s). New Work Orders shall not be issued after the expiration date. The City, by action of the City Manager or the City Manager's designee, reserves the right to automatically extend this Agreement for up to one hundred eighty (180) calendar days beyond the stated contract term, in order to provide City departments with continual service while a new agreement is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Consultant, in writing, of its intent to extend the Agreement at the same terms and conditions for a specific number of days. Additional extensions over the first one hundred eighty (180) day extension may occur if the City and the Consultant are in mutual agreement on such extensions. Extensions shall comply with applicable approvals and regulations. 2.02 OPTIONS TO RENEW The City, by action of the City Manager or the City Manager's designee, shall have the option to renew the original term for two (2) additional periods of one (1) year each, subject to continued satisfactory performance as determined by the Director, and to the availability and appropriation of funds. City Commission's authorization of this Agreement includes delegation of authority to the City Manager to administratively approve said options to renew provided that the compensation limits set forth in Article 2.05 are not exceeded. 2.03 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work, hereto, which is incorporated into and made a part of this Agreement. 2.04 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS Prospective Firms must (shall) adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami - Dade County as a Small Business Enterprise ("SBE"), formerly referred to as Community Business Enterprise ("CBE"), in good standing; 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the SBE requirements, visit the Miami -Dade County, Internal Services Department website at http://www.miamidade.00v/smallbusiness/certification-programs.asp. Failure to adhere to these requirements will cause the firm to be disqualified as nonresponsive or at a subsequent time cause the Agreement to be canceled. 2.05 COMPENSATION 2.05-1 Compensation Limits: The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, "Compensation and Payments," attached hereto; provided, however, that in no event shall the amount of compensation exceed Five Hundred Thousand Dollars ($500,000) in total over the term of the Agreement and any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost, or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits set forth in 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for Continuing Contracts, and other limitations on compensation, as applicable. Miscellaneous Engineering Services for 6 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 2.05-2 Payments: Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper Invoice" as defined by Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to the work of said employees under this Agreement. 3.03 CONSULTANT'S KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the Director or Director's designee to change or add any individual to their Key Staff. The Consultant shall provide the Director or Director's Designee with information required to determine the suitability of any proposed new Key Staff. The Director will act reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such an extension of time shall not be cause for any claims by the Consultant for additional compensation or for any damages. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative Code Chapter 61G1, Chapter 471 (Engineering), and Chapter 481 (Architecture, Interior Design, and Landscape Architecture) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. Consultant shall perform due diligence, in accordance with the Standard of Care, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services without additional compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications, or other Services. Miscellaneous Engineering Services for 7 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. 4.02 SU BCON SU LTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Subconsultants. The Consultant acknowledges that the Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge. 4.03 CHANGES TO SUBCONSULTANTS The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also upon prior written noice, suspend or withhold reimbursements to the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of Default, and the Consultant shall take all necessary action to cure said Default within the time stipulated in said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement may be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of Miscellaneous Engineering Services for 8 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with the provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to timely deliver the documentation shall cause the City to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or Director's designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge, or entitlement it may have, or will, have against the City, its officials, or employees. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies, will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on written request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit Project sites for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse to these requirements. Miscellaneous Engineering Services for 9 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 7.03 RE -USE BY CITY It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees, or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings, or otherwise required by law, where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, and Subconsultants to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant shall keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, as amended, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above, provided, however, such activity shall be conducted only during normal business hours upon prior written notice. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon writen request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. Miscellaneous Engineering Services for 10 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Agreement and shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, hold harmless, save and defend the City, its officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of services under this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory, contractual, tort, strict liability, or other claims, actions, injuries, or damages arising or resulting from the work, unless it is alleged that the City, its officials and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own cost and expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also survive the cancellation or expiration of this Agreement. This indemnity shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable. If any portion of the Indemnity is invalidated by a court of competent jurisdiction to be invalid, unenforceable, or illegal, the unenforceable provision shall not affect the otherwise valid terms and provisions of this Section. The applicable terms and provisions shall be deemed modified and will be given effect to the extent necessary to render such provision(s) enforceable, and the rights and obligations of the parties will be construed and enforced accordingly, preserving to the fullest extent possible the intent and agreements of the parties as are set forth in this Section. The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated, either through review or concurrence of the Consultant's actions. In reviewing, approving, or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also known as the Director of the Risk Management Department, or their authorized designee, has approved such insurance. Should the Consultant not maintain the insurance coverage required in this Agreement, the City may cancel this Agreement or, at its sole discretion, shall purchase such coverage and charge the Consultant for such coverage purchased. Miscellaneous Engineering Services for 11 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 The City shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the City to purchase such insurance coverage shall in no way be construed as a waiver of its rights under this Agreement. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Procurement Department and Risk Management Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount, and classification required by these provisions, and in accordance with Insurance Exhibit C contained herein. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03.1 Commercial General Liability and Automobile Liability: The Consultant shall maintain commercial general liability coverage written on a primary and non-contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Personal and Adv. Injury Liability, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favor of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalent. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03.2 Business Automobile: The Consultant shall provide business automobile liability coverage including coverage for all owned, hired, and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03.3 Professional/Pollution Liability Insurance: The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $2,000,000.00 per claim, $2,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one (1) year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. The City shall appear listed as additional insured with respect to pollution. 9.03.4 Worker's Compensation Insurance: The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03.5 Umbrella Liability: The Consultant shall maintain umbrella liability with limits of $1,000,000 per occurrence and policy aggregate. Coverage is excess over the general liability and auto policies. 9.03.6 Subconsultant Compliance: The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. Miscellaneous Engineering Services for 12 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit upon prior written notice, the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102 of the City Code are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of a breach of any other provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives, and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must maintain an action to enforce the duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: Miscellaneous Engineering Services for 13 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 For Citv of Miami: Arthur Noriega V City Manager Office of the City Manager, City of Miami 444 SW 2nd Avenue, 10th Floor Miami, Florida 33130-1910 Email: ANoriega@miamigov.com Phone: 305-416-1025 Annie Perez, CPPO Chief Procurement Officer/Director Department of Procurement, City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: AnniePerez@miamigov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney, City of Miami 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: VictoriaMendez@miamigov.com Phone: 305-416-1832 With Copies to: Hector Badia Director Office of Capital Improvements, City of Miami 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email: HBadia@miamiciov.com Phone: 305-416-1236 Jacobs Engineering Group Inc. Alejandro "Alex" Meitin, PE Project Manager 3150 SW 38th Avenue, Suite 700 Miami, FL 33146 Alex.Meitin@jacobs.com (305) 392-2451 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all the subsections of such Section, unless the reference is made to a subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant, and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. Miscellaneous Engineering Services for 14 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants and/or independent contractors retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations, and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. ■ Non -Discrimination: The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. ■ OSHA Compliance: The Consultant warrants that it will comply with all safety precautions as required by federal, state, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-compliance with safety regulations is exhibited by the Consultant. ■ ADA Compliance: The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines, and standards. Additionally, the Consultant shall take affirmative steps to —insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. Miscellaneous Engineering Services for 15 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by the City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable; or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (di) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the project(s), no additional terms or conditions, which materially or substantially vary, modify, or alter the terms or conditions of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 10.20 SEVERABILITY If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision, or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law Miscellaneous Engineering Services for 16 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as the original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for 17 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: ature Print Name, Title ATTEST: Cort'ultant Secretary (Affirtn Consultant Seal, if available) ATTEST: Jacobs Engineering Group Inc., a Foreign Profit Corporation Signature Print Name, Title (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida QcuSignedD by: r DocuSigned by: N Csk-W:e&.4 d. 55DoCuSI ned by 8467oes7�DLA41B... cannon, City Clerk Arthur Noriega V, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: DocuSigned by: Fr'a,tA1 Gown l) --27-395e631-82-14 E 7 .. Ann Marie Sharpe, Director Risk Management Department , DocuSigned by: 88776E9FE882488... George K. Wysong III, City Attorney DS (Matter 24-637) rPf Miscellaneous Engineering Services for 18 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the _ day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of , 20__ Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title)_ of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this __, day of , 20__ Names and addresses of partners: Name Street Address City State Zip Miscellaneous Engineering Services for Citywide Capital Improvements 19 RFQ No. 21-22-016/2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Signed: Print: NOTARIZATION STATE OF rIcfda SS: COUNTY OF ?DCJCIYa . rThe oregoing instrument was acknowledged before me this LO day of Mali 20 �by AU,d l_I VV'It2 V� , who is uersonally known to me or who has produced LQ ssC—k- SIGNATURE NOT Y PUBLIC STATE OF I E2-1 G Sfax �PSs-v PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC as identification and who (did / did not) take an oath. STACEYLESSER MY COMMISSION # HH 382624 EXPIRES: April 3, 2027 Miscellaneous Engineering Services for 20 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Jacobs SECRETARY CERTIFICATE I, Justin Johnson, Secretary of Jacobs Engineering Group Inc. (the "Company"), hereby certify that: David Ashman is Director of Operations of the Company and has been granted authority, by the board of directors to execute documents on behalf of the Company. Dated this 9th day of May 2024. Justin Johnson, Secretary Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The City has procured a qualified and experienced engineering firm to provide Miscellaneous Engineering Services for Citywide Capital Improvements, under the direction of various Departments, and in accordance with all applicable laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City, and the Scope of Services contained in this RFQ. The Consultant and its Subconsultants must be able to perform every element and task included in, but not limited to, those outlined in Section A1.01, "Scope of Services." The Consultant has been selected in accordance with Section 287.055 of the Florida Statutes, CCNA, as amended. A1.01 SCOPE OF SERVICES The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. 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. This Agreement will detail the deliverables that will be required of the Consultant. A detailed scope of work will be developed for each work order issued. Projects will typically be issued on a rotational basis factoring in amount of dollars awarded to any member of the pool as a result of this solicitation, performance of previous work orders issued, and expertise and experience to assume new work orders to be assigned. It is anticipated that the Consultant's team will consist of the following personnel: ■ Project Manager ■ Lead Civil Engineer ■ Lead Structural Engineer ■ Lead Environmental Engineer ■ Lead Marine and Coastal Engineer ■ Lead Mechanical, Electrical Services, and Plumbing (MEP) Engineer ■ Lead Surveyor and Mapper ■ Lead Construction Engineering and Inspection (CEI) Engineer The Consultant shall provide one or more of the following services, among others, on an on -going and as - needed basis with respect to various project sites to be identified by the City. ■ Civil Engineering • Roadway reconstruction or resurfacing • Drainage improvements; storm water management • Sea level rise and resilience • Swale restoration • Curbs, gutters, sidewalks, and lighting improvements • Traffic calming devices; seawalls and baywalks • Signage and striping • Verification of City's Pavement Analysis Report within the Project area • Digital recording of existing conditions in the Project area • Completing any survey, geotechnical, and utility coordination required to produce complete sets of signed and sealed construction documents, specifications and estimate of probable construction costs • Project management of multi -scale civil engineering planning and design projects, including management, coordination, and oversight of the work of other Consultants Miscellaneous Engineering Services for 21 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ■ Structural Engineering • Building construction, renovations, modifications, and alteration design specifications • Structural analysis and engineering design • Marine structural engineering (seawall, marinas, and piers) • Feasibility studies and assessments • Strength of materials analysis • Steelwork/aluminum design • Timber design • Foundation engineering • Concrete design • Forensic engineering • Materials engineering • 40-year Certification Reports for existing facilities • Project management of multi -scale structural engineering planning and design projects, including management, coordination, and oversight of the work of other Consultants ■ Environmental Engineering » Environmental Engineering (as it relates to Asbestos, Lead -Based Paint, and mitigation of hazardous chemicals and related materials) • Environmental compliance audits (i.e., in accordance with ISO 14001) • Environmental Site Assessments (including a Phase I and Phase II) • Site surveying, field sample collection and analysis, such as soil and water • Hazardous material investigations • Air monitoring analysis and reporting during construction activities » Implementation/installation of multi -phase treatment systems and associated monitoring equipment • Complex environmental restoration and rehabilitation • Contamination assessment, remedial action plan design, and implementation source removal and reporting • Post remedial and monitoring services • Operations and maintenance (O&M) programs • Best management practices and regulatory liaison activities • Asbestos and Mold mitigation and abatement activities • Obtaining approval of all required and applicable permits • Advising the City regarding methods of work and sequences of operations for environmental engineering projects • Project Management of multi -scale environmental engineering planning and design projects, including management, coordination, and oversight of the work of other Consultants ■ Marine and Coastal Engineering • Marine & Coastal Engineering (as it relates to general Engineering work) • Environmental Engineering • Biological and environmental assessments of coastal areas • Bathometric and upland surveys, geotechnical • Project management of multi -scale marine and coastal engineering planning and design projects, including management, coordination, and oversight of the work of other Consultants ■ Mechanical, Electrical, and Plumbing (MEP) Engineering • Services shall support new construction, remodeling/renovation, and building assessment of community centers, fire stations, marinas, aquatic facilities, parks facilities, and public safety facilities for governmental, institutional, or recreational projects • Surveying existing sites, when as -built drawings are not available • Designing service requirements for premises • Producing construction drawings and documents, including specifications and supplementary documents necessary for the execution and completion of projects • Developing plans for mechanical, electrical, lighting, Heating, Ventilation and Air Conditioning (HVAC), generators, fire detection/fighting, and plumbing and pipe systems • Selecting and specifying equipment, materials, finishes, fixtures, fittings, and accessories • Supplying information, drawings, and documents, pertaining to the project to other Consultants/Lead Consultant and Contractors for the execution of projects Miscellaneous Engineering Services for 22 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 • 40-year Certification Reports for existing facilities • Permitting process support • Checking and verifying Contractors' and Suppliers' billing in accordance with the quantities installed and/or material delivered • Conducting Top Supervision, or Continuous Supervision if required as additional Scope of Work, including issuing instructions to Contractors to ensure that projects are completed in accordance with the specifications • Project management of multi -scale MEP engineering planning and design projects, including management, coordination, and oversight of the work of other Consultants ■ Surveying and Mapping Services • Photogrammetry • Boundary surveys • As -built drawings • Preparation of legal descriptions for public right-of-way acquisitions • Preparation of plats and maps • Certification of tentative and final plats for compliance to City Code, Miami -Dade County Code and State of Florida statutory requirements • Establishment of vertical project network controls • Establishment of alignment and right-of-way lines • Topographic surveys • Construction layouts • Drainage surveys • Designation and location of underground utilities • Utility coordination • Water boundary surveys ■ Construction Engineering and Inspection Services (CEI Services) • Engineering and other technical personnel to the City to provide CEI Services for the administration of Projects as assigned by the City • Provide all necessary vehicles, equipment (including field testing equipment), and personnel to perform the Services required under the proposed Agreement • Proof of licenses will be required for testing equipment and the personnel operating the testing equipment • Proof of licenses will need to be furnished to the City upon request • Perform CEI in accordance with all applicable laws and building regulations, including, but not limited to, the City of Miami Specifications and Design Standards, Miami -Dade County standards, and Division II and III of the FDOT Standard Specifications for Road and Bridge Construction dated 2013 (including all supplemental specifications current at the time of bidding), and all other requirements set forth in the proposed Agreement • Coordinate the activities of all parties involved in completing the project. Coordination includes, but is not limited to: ❖ Maintaining records of all activities and events relating to the project ❖ Providing verification of Quality Control tests ❖ Documenting all significant project changes ❖ Checking for errors and omission, and interpreting plans, specifications, and contractual requirements ❖ Assisting in claims and dispute resolution ❖ Public information services ❖ Managing pre -construction and construction progress meetings, and preparing and disseminating meeting minutes • Sampling, Inspections and Testing ❖ Levels of testing will be defined in the project specifications and in accordance with the American Society for Testing and Materials, Underwriter Laboratories and/or other applicable industry standards • Stored material/equipment review • Project photo and video documentation • Record Drawing review • Maintain progressive list of items requiring correction • Notification of accident, damage, or injury • Review and Response of resident complaints Miscellaneous Engineering Services for 23 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 • Coordination, review, and Response of RFIs, field directives, and change Response requests • Change order management • Pay application review • Substantial completion inspection • Final completion and inspection • Project close-out Further details concerning the Scope of Services are contained in the solicitation for Miscellaneous Engineering Services for Citywide Capital Improvements, included as part of this Agreement, and will be further specified and clarified in Work Order Proposals solicited as project sites are identified. A1.02 WORK ORDERS When a User Department has determined that the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, the User Department will prepare a Work Order that will be reviewed by City staff and the Director or designee. Upon approval, the User Department will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 PAYMENTS The City will pay the Consultant in accordance with the provisions and limitations of Attachment B, Compensation and Payments. No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order, NTP and/or Purchase Order. ARTICLE A2 BASIC SERVICES The Consultant agrees to provide complete engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. The Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. The Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Chapter 471 of the Florida Statutes and Rules 61G15-18 through 61G15-37 of the Florida Administrative Code. Consultant shall perform due diligence, in accordance with the Standard of Care, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services. A2.01 DEVELOPMENT OF OBJECTIVES A2.01-1 Consultant shall confer with representatives from the City, the Project Manager, and other jurisdictional agencies to develop several options for how the various elements of the project will be designed and constructed. A2.01-2 Consultant shall, utilizing a compilation of available documentation, confer with representatives from the City, the Project Manager, and other jurisdictional agencies in order to Miscellaneous Engineering Services for 24 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 comprehensively identify aspects of the completed facility program that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope, the items that need further development will be called Conceptual and the remaining items will be called Designs. A2.01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. A2.01-4 The Consultant shall hire the appropriate subcontractor to provide surveying services which are not in-house. Such surveys shall include the location of all site structures including all utility structures and facilities. The Consultant shall also engage a soil testing firm to perform soil borings and other tests required for new construction work. The extent to which this work will be needed shall be based on the surveying and soil borings performed previously by the City. The cost of the surveyor and soil engineering firm shall be billed as reimbursable expenses. A2.02 SCHEMATIC DESIGN A2.02-1 Consultant shall prepare and present, in writing and at an oral presentation if requested, for approval by City, a Design Concept and Schematics Report, comprising Schematic Design Studies, including an identification of any special requirement affecting the Project, a Statement of Probable Construction Cost, Project Development Schedule and review of Constructability Review reports. A2.02-2 Schematic Design Studies consist of site plan(s), floor plans (where applicable), elevations, sections, and all other elements required by City or Project Manager to show the scale and relationship of the components and design concepts of the whole. The floor plans may be single -line diagrams. A simple perspective rendering or sketch, model or photograph thereof may be provided to further show the design concept. A2.02-3 A Statement of Probable Construction Cost, prepared in Construction Standard Index (CSI) format, to include a summary of the estimated project cost and an evaluation of funding allocation. Such a summary shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions, and construction contingency. Such an evaluation shall comprise a brief description of the basis for estimated costs for each element and similar project unit costs. Costs shall be adjusted to the projected bid date. Recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated funds, in the event that the statement of Probable Construction Costs exceeds allocated funds, Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. Any "Statement of Probable Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultant's best judgment as a professional familiar with the local construction industry. A2.02-4 The Project Development Schedule shall show the proposed completion date of each task of the Project through design, bidding, and post design services. A2.02-5 Constructability Review reports shall be conducted by the City and/or its consultants at design stages deemed necessary by the Project Manager. The Consultant shall provide five additional deliverable plan sets for distribution, by the City, to others for this purpose. There shall be an established deadline for review report submission back to the City. The Consultant shall provide written responses to all comments within two weeks and shall maintain files of all related review reports and response reports. If necessary, the City may coordinate Constructability Review meetings with some or all the reviewers with the Consultant present to discuss specific issues. In addition to the Constructability Review process mentioned above, the City reserves the right to conduct a Peer Review of the project documents at any design stage. Cost of such a Peer Review would be borne by the City. Any findings as a result of said Peer Review would be addressed by the Consultant, and if requested by the City, would be incorporated into the design documents, at no additional cost to the City and no extension of time to the schedule. A2.03 DESIGN DEVELOPMENT From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at oral presentations, if requested, for approval by City, separate Design Development Documents, updated Project Development Schedules, updated Statements of Probable Construction Costs, and a review of Constructability Review reports. A2.03-1 The Design Development Documents shall consist of drawings (site plans, floor plans, elevations, sections), outline specifications, and other documents. Miscellaneous Engineering Services for 25 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 A2.03-2 Design Development consists of continued development and expansion of architectural and/or civil Schematic Design Documents to establish the final scope, relationships, forms, size, and appearance of each element through: ■ Plan sections and elevations ■ Typical construction details ■ Final materials selection ■ Construction phasing plan A2.03-3 The updated Development Schedules shall show the proposed completion dates of each milestone of each Project through design, bidding, construction, and proposed date of occupancy. Consultant will also detail all long lead procurement items and architecturally significant equipment that will need to be purchased prior to the completion of Construction Documents. A2.03-4 Provide updated Statements of Probable Construction Cost. If either statement of Probable Construction Cost exceeds allocated funds, Consultant shall prepare recommendations for reducing the scope of that particular Project in order to bring the estimated costs within allocated funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. A2.03-5 Constructability Review reports. A2.04 CONSTRUCTION DOCUMENTS From the approved Design Development Documents, Consultant shall prepare for written approval by City, Final Construction Documents setting forth all design drawings and specifications needed to comprise a fully biddable, permittable, constructible Project. Consultant shall produce 30%, 60%, 90% and Final Construction Documents for review and approval by City, which shall include the following: ■ A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included in the 30%, 60%, 90% and Final review shall be noted. Consultant shall attach an index of all anticipated drawing sheets necessary to fully define the Project. ■ The updated Project Development Schedule includes an outline of major construction milestone activities and the recommended construction duration period in calendar days. ■ An updated Statement of Probable Construction Cost in CSI format. ■ Consultant may also be authorized to include in the Construction Documents approved additive and/or deductive alternate bid items, to permit City to award a Construction Contract within the limit of the budgeted amount. ■ A Project Specifications index and Project Manual with at least 30%, 60%, 90% and Final of the Specifications completed. Documents submittal shall also include all sections of Divisions "0" and "1". ■ Consultant shall include, and will be paid for, City -requested alternates outside of the established Project scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with alternates required by the failure of Consultant to design the Project within the Fixed Limit of Construction Cost. ■ Consultant shall not proceed with further construction document development until approval of the 30% documents is received in writing from City. Approval by City shall be for progress only and does not relieve Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained in this Agreement. Consultant shall resolve all questions indicated on the documents and make all changes to the documents necessary in response to the review commentary. The 30% Documents review (check) set shall be returned to the City upon submission of 60% complete Construction Documents and Consultant shall provide an appropriate response to all review comments noted on these previously submitted documents. Of the seven (7) copies to be provided, the Consultant shall submit four (4) full-size copies of the drawings and specifications, and one digital copy in .pdf format. A2.04-1 Maximum Cost Limit: Prior to authorizing the Consultant to proceed with preparation of Construction Document Development, the City shall establish and communicate to the Consultant, a Miscellaneous Engineering Services for 26 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety (90) days after the Consultant submits the Final Design to the City, the estimate of the cost of construction shall be adjusted by the Consultant. Notwithstanding anything above to the contrary, the City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or fee to the City if all responsive and responsible bids received exceed ten (10%) percent of the Maximum Cost Limit. A2.04-2 Dry Run Permitting: The Consultant shall file and follow-up for approval of building permits at the earliest practicable time during the performance of the Work, for approval by City, County, State and/or Federal authorities having jurisdiction over the Project by law or contract with the City, and shall assist in obtaining any such applicable certifications of permit approval by such authorities prior to approval by CITP of the final set and printing of the Construction Documents. The Consultant shall promptly, at any time during the performance of the Work hereunder, advise the City of any substantial increases in costs set forth in the Statement of Probable Construction Cost that in the opinion of the Consultant is caused by the requirement(s) of such. Upon completion of dry run permitting, Consultant shall provide as part of the seven (7) copies to be submitted, five (5) full size sealed copies of the drawings and specifications. Consultant shall also provide digital versions of the drawings in .dwg, .plt, and .pdf formats. The specification additional terms and conditions shall be provided in both .pdf and .doc formats." A2.05 BIDDING AND AWARD OF CONTRACT A2.05-1 Bid Documents Approvals and Printing: Upon obtaining all necessary approvals of the Construction Documents, from authorities having jurisdiction, acceptance by the City of the 100% Construction Documents and latest Statement of Probable Construction Cost, the Consultant shall assist the City in obtaining bids, preparing, and awarding the construction contract. The City, for bidding purposes, will have the bid documents printed, or, at its own discretion, may authorize such printing as a reimbursable service to the Consultant. A2.05-2 Issuance of Bid Documents, Addenda and Bid Opening • The City shall issue the Bid Documents to prospective bidders and keep a complete List of Bidders. • The Consultant shall assist the City in the preparation of responses to questions if any are required during the bidding period. All addendum or clarifications, or responses shall be issued by the City. • The Consultant shall prepare revised plans, if any are required, for the City to issue them to all prospective bidders. • The City will schedule a "Pre -Bid Meeting" on an as needed basis, for the Project. The Consultant shall attend all any pre -bid meeting(s) and require attendance of Subconsultants at such meetings. • The Consultant will be present at the bid opening, if requested by the City. A2.05-3 Bid Evaluation and Award: The Consultant shall assist the City in evaluation of bids, determining the responsiveness of bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid received exceeds the Total Allocated Funds for Construction, the City may: • Approve an increase in the Project cost and award a Contract; • Reject all bids and re -bid the Project within a reasonable time with no change in the Project or additional compensation to the Consultant; • Direct the Consultant to revise the scope and/or quality of construction and rebid the Project. The Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost based on such revisions within the Total Authorized Construction Budget. The City may exercise such an option where the bid price exceeds 10% of the Fixed Construction Budget provided to the Consultant and as may be modified by the City and the Consultant prior to soliciting bids. • Suspend, cancel, or abandon the Project. NOTE: Regarding scope revisions, the Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the budgeted amount. Miscellaneous Engineering Services for 27 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT A2.06-1 The Construction Phase will begin with the award of the construction contract and will end when the Consultant has provided to the City all post construction documents, including Contractor As - Built drawings, the Consultant's record drawings, warrantees, guarantees, operational manuals, and Certificate(s) of Occupancy have been delivered to the City and the City approves the final payment to the Consultant. During this period, the Consultant shall provide administration of the construction contract as provided by this Agreement, and as provided by law. A2.06-2 The Consultant, as the representative of the City during the Construction Phase, shall advise and consult with the City and shall have the authority to act on behalf of the City to the extent provided in the General Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City. A2.06-3 The Consultant and respective Subconsultants shall visit the site to conduct field observations, at a minimum on a weekly basis, and at all key construction events; to ascertain the progress of the Project and shall visit the site as appropriate to conduct field inspections to ascertain the progress of the Project and determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Consultant shall provide any site visits necessary for certification if required by the authorities having jurisdiction. Threshold inspection shall be provided by the Consultant at no additional cost to the City. The Consultant shall report on the progress of the Work, including any defects and deficiencies that may be observed in the Work. The Consultant and/or Subconsultants will not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this Agreement. The Consultant will be responsible for writing the minutes of all meetings and field inspections reports it is asked to attend, as well as the distribution of the minutes. The Consultant and Subconsultants will not be held responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. The Consultant and his/her Subconsultants will not be held responsible for the Contractor's or subcontractors', or any of their agents' or employees' failure to perform the work in accordance with the contract unless such failure of performance results from the Consultant's acts or omissions. A2.06-4 The Consultant shall furnish the City with a written report of all observations of the Work made by the Consultant and require all Subconsultants to do same during each visit to the Project. The Consultant shall also note the general status and progress of the Work, on forms furnished by the City, and shall submit them in a timely manner. The Consultant and the Subconsultants shall ascertain that the Work is acceptable to the City. The Consultant shall assist the City in ensuring that the Contractor is making timely, accurate, and complete notations on the "as -built" drawings. Copies of the field reports shall be attached to the monthly Professional Services payment request for construction administration services. The Consultant's failure to provide written reports of all site visits or minutes of meetings shall result in the rejection of payment requests and may result in a proportional reduction in Construction Administration fees paid to the Consultant. A2.06-5 ■ Based on observations at the site and consultation with the City, the Consultant shall determine the amount due the Contractor based on the pay for performance milestones and shall recommend approval of such amount as appropriate. This recommendation shall constitute a representation by the Consultant to the City that, to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and that, the quality of the Work is in accordance with the contract and the Contractor is entitled to amount stated on the requisition subject to; ■ A detailed evaluation of the Work for conformance with the contract upon substantial completion; ■ The results of any subsequent tests required by the contract; ■ Minor deviations from the contract correctable prior to completion; ■ Any specific qualifications stated in the payment certificate and further that the Contractor is entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the requisition. Prior to recommending payment to the Contractor, the Consultant will prepare a written statement for the City on the status of the Work relative to the Construction Schedule, which shall be attached to the Contractor's Requisition. Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By Miscellaneous Engineering Services for 28 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent that the Consultant has made any examination to ascertain how and for what purpose the Contractor has used money paid on account of the Construction Contract Sum. A2.06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the performance there under. The Consultant shall render interpretations necessary for the proper execution or progress of the Work upon written request of either the City or the Contractor, and shall render written decisions, within maximum of ten (10) calendar days, on all claims, disputes, and other matters in question between the City and the Contractor relating to the execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent with the intent of and reasonably inferable from, the Contract Documents and shall be in written or graphic form. A2.06-7 The Consultant shall have the authority to recommend rejection of Work, which does not conform to the Contract Documents. Whenever, in his/her reasonable opinion, the Consultant considers it necessary or advisable to ensure compliance with the Contract Documents, the Consultant will have the authority to recommend special inspection or testing of any Work deemed to be not in accordance with the Contract, whether or not such Work has been fabricated and/or delivered to the Project or installed and completed. A2.06-8 The Consultant shall promptly review and approve, reject, or take action on shop drawings, samples, RFIs and other submissions of the Contractor. Changes or substitutions to the Contract Documents shall not be authorized without concurrence of the City's Project Manager and/or Director of OCI. The Consultant shall have a maximum of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the Contractor, to return the shop drawings or submittals to the Contractor with comments indicating either approval or disapproval. The Consultant shall provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall have five (5) calendar days to review contractor payment applications to ensure the City complies with Florida Statute §218.70. A2.06-9 The Consultant shall initiate and prepare required documentation for changes as required by the Consultants own observations or as requested by the City and shall review and recommend action on proposed changes. Where the Contractor submits a request for Change Order or Change Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the City, his/her recommendation, or proposed action along with an analysis and/or study supporting such recommendation. A2.06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion inspection of the Project and shall, prior to occupancy by the City, recommend execution of a "Certificate of Acceptance for Substantial Completion after first ascertaining that the Project is substantially complete in accordance with the contract requirements. The Consultant shall in conjunction with representatives of the City and the Contractor prepare a punch list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance with Section 218.735, Florida Statutes. Upon satisfactory completion of the punch list the Consultant shall recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The Consultant shall obtain from the Contractor upon satisfactory completion of all items on the punch list all necessary closeout documentation from the Contractor, including but not limited to all guarantees, operating and maintenance manuals for equipment, releases of liens/claims and such other documents and certificates as may be required by applicable codes, law, and the contract, and deliver them to the City before final acceptance shall be issued to the Contractor. A2.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's compliance with its contract relative to 1) initial instruction of City's personnel in the operation and maintenance of any equipment or system, 2) initial start-up and testing, adjusting, and balancing of equipment and systems and 3) final clean-up of the Project to assure a smooth transition from construction to occupancy by the City. A2.06-12 The Consultant shall furnish to the City the original documents, including drawings, revised to "as -built" conditions based on information furnished by the Contractor; survey, and specific condition. In preparing the "as -built" documents the Consultant shall rely on the accuracy of the information provided by the Contractor, including the Contractor's record drawings. Any certifications required under this Agreement including the contents of "as -built" documents are conditioned upon the accuracy of the information and documents provided by the construction contractor. Transfer of changes made by "Change Authorization," "Change Order," "Request for Information," substitution approvals, or other clarifications will be the Consultant's responsibility to incorporate into the "as -built" and record Miscellaneous Engineering Services for 29 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 documents. Changes made in the field to suit field conditions, or otherwise made by the Contractor for its convenience shall be marked by the Contractor on the "Field Record Set" and transferred to the original contract documents by the Consultant. The original documents as well as the "Field Record Set" shall become the property of the City. A reproducible set of all other final documents will be furnished to the City free of charge by the Consultant. A2.06-13 The Consultant shall review the Contractor's "as built" drawings and submit them to the City upon approval by the Consultant. The Contractor is responsible for preparing the "as built" drawings. A2.06-14 The Consultant shall furnish to the City a simplified site plan and floor plan(s) reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers, overall dimensions, square footage of each floor and all fonts used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and one electronic copy. A2.06-15 The Consultant shall assist the City in the completion of the Contractor's performance evaluation during construction work and upon final completion of the Project. A2.07 TIME FRAMES FOR COMPLETION Time frames for completion of the several steps required to complete any given assignment, from Development of Objectives through and including Construction Contract Administration, will be determined at the time each Work Order is assigned to the Consultant by the City. ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A3.02-2 Specialty Design: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as - built documentation are not additional services. A3.02-4 Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting, and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, sub -contractor, or equipment manufacturer. A3.02-5 Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration, or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. Miscellaneous Engineering Services for 30 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Subconsultant for the purposes listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier, and express mail between the Consultant's various permanent offices and Subconsultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this agreement. A4.01-2 Reproduction, Photography: Cost of printing, reproduction, or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid for by the Consultant. A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 Other: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. A4.02 SUBCONSULTANT REIMBURSEMENTS Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A5.01-2 Soil Borings, Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 Existing Drawings: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 above, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. Miscellaneous Engineering Services for 31 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A5.02-2 If the City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, the City shall give prompt notice thereof to Consultant. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for 32 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Manuel G. Vera & Associates, Inc. Surveying & Mapping Geosol, Inc. Geotechnical 1-IBC Engineering Company Civil, Environmental, , Structural, MEP, CEI SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION Principal Alejandro "Alex" Meitin, PE Project Manager Dennis Stevenson, PE Lead Civil Engineer Velvet Bridges, PE Lead Structural Engineer Beth Vaughan, PE Lead Environmental Engineer Maxwell Mozo, PE Lead Marine & Coastal Engineer Justin Stamper, PE Lead MEP Engineer Manuel G. Vera, Jr., PSM Lead Surveyor & Mapper Simon Gutierrez de Pineres, PE Lead CEI Engineer Miscellaneous Engineering Services for 33 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT- EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rate Fees, and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 - Wages Rates Summary identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative, and clerical support, other employee time or travel and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage Rates Summary. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g., sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment Miscellaneous Engineering Services for 34 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 benefits), and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement. B2.06 ESCALATION After the first year of the contract term, the escalation of said Wage Rates may be considered upon request by the Consultant. The Consultant may have to supply documentation to justify any requested percentage increase in cost to the City. The City reserves the right to approve or reject said requests for escalation. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum Compensation: Compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees: Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost, or expense above this figure. B3.02-2 Conditions for Use: Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify, and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. Miscellaneous Engineering Services for 35 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B3.04 FEES FOR ADDITIVE OR DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Article A4 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets, which can be found on the City's Webpage at https://www.miamigov.com/Government/Departments-Organizations/Office-of- Capital-Improvements. The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 Determination of Fee: The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.05-2 Procedure and Compliance: An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-3 Fee Limitations: Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. For all reimbursable services and Subconsultant costs, the Consultant will apply a multiplier of one (1.0) time the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiation. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be found at the end of this document. Failure to submit an invoice(s) within sixty (60) calendar days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. Miscellaneous Engineering Services for 36 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B4.03 BILLING - HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the Specialty Subconsultants in the interest of the Work for the purposes identified below: B5.01-1 Transportation: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 Travel and Per Diem: Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. B5.01-3 Communication Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier, and express mail between Consultant and Subconsultants. B5.01-4 Reproduction, Photography: Cost of printing, reproduction, or photography, beyond that which is required by or of the Consultant to deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. B5.01-5 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5.01-6 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5, Reimbursable Expenses, herein. Miscellaneous Engineering Services for 37 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for 38 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) Principal(*) $195.04 Project Manager $79.00 $229.10 $189.60 Lead Civil Engineer $75.00 $217.50 $180.00 Lead Structural Engineer $77.00 $223.30 $184.80 Lead Environmental Engineer $65.00 $188.50 $156.00 Lead Marine and Coastal Engineer $70.00 $203.00 $168.00 Lead Mechanical, Electrical, and Plumbing (MEP) Engineer $70.00 $203.00 $168.00 Lead Surveyor and Mapper $65.00 $188.50 $156.00 Lead Construction Engineering and Inspection (CEI) Engineer $70.00 $203.00 $168.00 (*) Flat Rate, no multiplier applied. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for 39 RFQ No. 21-22-016/2 Citywide Capital Improvements Docusign Envelope ID: 1ED5C811-72DC-4F8C-9275-COOA1B2496A3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS 10C111 CONSULTANT STANDARD INVOICE , Arrig:l H TE: : -d Avenue - It Row Wan!, F_ .3,313C1 Invc4xt Nu -Mier: Involm. amid: Pap: qv ol at. Fericcl: Dont-41.3k lio.: Contract 1-HI: Pr Om t Iio.: FTo.kt Nam: Purahac4 OWN' 1.16.: Work Ord:. r NG: TUX_ E4RAIED TC DATE Froro: Tc F., 09:n. ]] COX. '. :,-.- : : : :::. PresIcss rsc.N hd pas12.01 POI .11 ha slarrhad P. censca 2nparlyis svcal wirrs,-1 delay Lash Pncic• rak.. whoa hp s Phnom cl 1:IR Prrr Pasch sciscarmis mcIsmelacursni Ic mach rrorar• Marna im Rah en haa.15.11nas Des Ns .mwsr.i..d IA slar=1 onalrmls. SERVICE COM-FM T AMOUNT 1.-compLEFE PREVIOUSLY RAMMED CLEMENT ISMICE AMOUNT a_ntrea.:- INti.cor ;BD: rimgr. Daysk,ge”de 1 ..DC . 3:Ns fkiharisakfl Coa.y.tell ;2:05t CD; Efft, r.,,,rier.sd.x. Chldsahaell *CPA CD; f5A-rTa.aim Corti : KS& CO: Me.V &I hltilI3 bleKe Pram Calempolion AckrilerzezranIOLAI 1 - - 7 - i. - E - - - - - . - . . - - . _ .E - 1 - - 1 - • - . . - , . - $ - ; - S - S - 6 - - I - ; 4 ' 4 - V - 4 - $ - 1 s _____ - 6 - 6 s - S - 6 - _ - $ - 1 1 V - - 1 - - - * 1 - * - 1 * I RisTrisimatio Eqieriam 1.1) - 6 - S - - 1 * - 1 - 1 a filliel 6 - * V Ackitrarai Bomar' 1 alai 6 - 6 - 6 - F - $' qp - 1 $ 2 rr110 a crvio - - - * - $ ; - ; T DIAL : Maio 'Ws knoolm, RdnmInIng Contract Bo: 1 - - * $ - Subiotat 1 - Derkwilkolt.: Ti Due : $ TO BE COIWLETED BT CCIIIIUT_TANT Mil 4- I t:I MY. Oh:ICGI•PLI ...f . • ...... !IMF MI{ '11.. Z. 1.-nc ...s SUPPORTING DOCUMENT PrIsstsc S up:cache A:ciao-al S SPIECKLIST: Laasr sr Num hsru Pro DIX Occ-prortair Foss. Cs -clr_clicn USSR Raw* _ I' as P• rem-1 Slcs-swas SprespAg-i-cruziT-s. : - e OF 4+ Ahal hPFROVAL: A14EA TB BE CONWLETED CITY 47F MIMI BY 4I J rum Dili FI4e4A.1•1011. Dais RANA. Krim Parma Preamirg (BLINK DE{artrrirriy Miscellaneous Engineering Services for Citywide Capital Improvements 40 RFQ No. 21-22-016/2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V DATE. February 21, 2024 City Manager Annie Perez, CPPO SUBJECT: Recommendation for Award of Chief Procurement Officer/Director Contracts for Miscellaneous Engineering Department of Procurement Services for Citywide Capital Improvements —Docusigned by: 89540E1373CAC468... REFERENCES Request for Qualifications (RFQ) No. 21-22-016 ENCLOSURES Report of Evaluation Committee Memorandum, Evaluation Committee Appointment Memorandum, Proposal Security List RECOMMENDATION Based on the findings below, the Department of Procurement ("Procurement") hereby recommends the award of nineteen (19) professional services agreements (PSAs) to HDR Engineering, Inc., Jacobs Engineering Group, Inc., Stantec Consulting Services, Inc., EXP U.S. Services, Inc., CHA Consulting, Inc., EAC Consulting, Inc., A.D.A. Engineering, Inc., Kimley-Horn and Associates, Inc., Metric Engineering, Inc., Keith and Associates, Inc., WSP USA Inc., Milian, Swain & Associates, Inc., R.J. Behar & Company, Inc., Miller, Legg and Associates, Inc., Tetra Tech, Inc., Chen Moore and Associates, Inc., CES Consultants, Inc., Eastern Engineering Group Company, and H.W. Lochner, Inc. (collectively the "Consultants") for Miscellaneous Engineering Services for Citywide Capital Improvements (the "Project"). The Services are necessary to provide the City of Miami (the "City') with full design services for the engineering services projects. The Consultants have demonstrated substantial prior experience in providing engineering services. Detailed scopes of work will be developed for each assignment, which will typically be issued on a rotational basis factoring in performance and dollars allocated for previous work orders issued because of this solicitation. It is anticipated that services provided by the Consultants will include, but not be limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the City FISCAL IMPACT The fiscal impact to the City because of the Work included under each of these PSAs will not exceed your delegated authority of $500,000.00. The hourly rates proposed by the Consultants for their key personnel varied between $350.00 for Principals and $49.30 for the lowest required classification. The hourly rates proposed by the City, and accepted by the Consultants, ranged from $210.00 to $49.30 for the proposed classifications, resulting in considerable savings for our taxpayers. Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Page 2, Recommendation for Award of Contracts for Miscellaneous Engineering Services for Citywide Capital Improvements Arthur Noriega V, City Manager BACKGROUND On August 26, 2022, Procurement issued RFQ No. 21-22-016 under full and open competition, to obtain proposals from qualified and experienced professional consulting firms to procure a Citywide pool of engineering consultants, which will operate under the oversight of the Office of Capital Improvements ("OCI"), Department of Resilience and Public Works ("RPW"), and other departmental project management staff, in accordance with Florida Statutes, Section 287.055, the Consultants' Competitive Negotiation Act (CCNA). On October 7, 2022, Procurement received nineteen (19) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, upon which all nineteen (19) proposals from the Consultants were deemed responsive and responsible. Subsequently, on October 4, 2023, the Evaluation Committee appointed by the City Manager completed the evaluation of all nineteen (19) responsive and responsible proposals and recommended that negotiations of PSAs be initiated with all Consultants. As a result, Procurement requested the Consultants to submit their proposed hourly rates for key personnel, which were received between November 22, 2023, and November 27, 2023. Subsequently, on December 7, 2023, a Negotiations Team reviewed the hourly rates for key personnel submitted by the Consultants, and the City counter proposed rates as compensation to the Consultants on January 24, 2024, and January 26, 2024, the Consultants accepted in writing the hourly rates proposed by the City for their key personnel. Consequently, approval of this recommendation is requested. Execution of nineteen (19) PSAs will be completed upon your approval. Your signature below indicates your approval of Procurement's recommendation. DocuSigned by: Approved: QVtiAr 1(it 850CF6C372DD42A... Hrtnur Noriega v, City Manager March 5, 2024 1 08:43:12 EST Date: c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney, Office of the City Attorney Juvenal Santana, PE, CFM, Director, DRPW Hector Badia, Director, OCI Christopher S. Evans, Director, Parks Fernando V. Ponassi, MA Arch., MA PPA, LEED AP, Assistant Director, Procurement P R24016 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable City of Miami Commissioners DATE: October 31, 2023 and Honorable Mayor of the City of Miami Arthur Noriega V City Manager —DocuSigned by: tivfLot Novic,iyt, 850CF6C372DD42A... SUBJECT: Report of Evaluation Committee for Request for Qualifications ("RFQ") No. 21-22-016, Miscellaneous Engineering Services for Citywide Capital Improvements 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/fp C: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Chief Procurement Officer/Director of Procurement Juvenal Santana, PE, Director, Department of Resilience and Public Works Hector Badia, Director of OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR24001 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V DATE: October 31, 2023 City Manager Annie Perez, CPPO SUBJECT Report of Evaluation Committee for Director/Chief Procurement Officer Request for Qualifications ("RFQ") No. 21-22- Department of Procurement 016, Miscellaneous Engineering Services for (---DoeuSigned by: Citywide Capital Improvements 89540EB73CAc468... REFERENCES: RFQ No. 21-22-016 ENCLOSURES: Tabulation, Evaluation Committee Score Sheets, Evaluation Committee Appointment Memorandum, and Response Security List BACKGROUND On August 26, 2022, the City of Miami ("City") Department of Procurement ("Procurement") issued RFQ No. 21-22-016 for the provision of Miscellaneous Engineering Services for Citywide Capital Improvements ("Project"), on behalf of the Office of Capital Improvements ("OCI"). On October 7, 2022, Procurement received nineteen (19) proposals in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, and upon completion of its due diligence effort, nineteen (19) proposals submitted by A.D.A. Engineering, Inc., CES Consultants, Inc., A&P Consulting Transportation Engineers, Corp. ("CHA Consulting, Inc."), Chen Moore and Associates, Inc., EAC Consulting, Inc., Eastern Engineering Group Company, EXP U.S. Services, Inc., H.W. Lochner, Inc., HDR Engineering, Inc., Jacobs Engineering Group, Inc., Keith and Associates, Inc., Kimley-Horn and Associates, Inc., Metric Engineering, Inc., Milian, Swain & Associates, Inc., Miller, Legg and Associates, Inc., R.J. Behar & Company, Inc., Stantec Consulting Services, Inc., Tetra Tech, Inc., and WSP USA, Inc., were deemed responsive and responsible in accordance with the minimum qualification and experience requirements of the RFQ. SUMMARY OF EVALUATION While governed by Florida Statutes Section 287.055, a 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 October 4, 2023, an Evaluation Committee ("Committee") appointed by the City Manager on August 23, 2023, met to complete the Step 1 evaluation of the nineteen (19) responsive and responsible proposals, following the guidelines stipulated in the solicitation. Two of the voting committee members, Mr. Josenrique Cueto, PE, Deputy Director, Department of Transportation and Public Works, Miami -Dade County, and Mr. Wisler Pierre -Louis, PE, Director, Public Works Department, City of North Miami, were unable to attend the meeting. As a result, alternate committee members from the City's OCI, Mr. Jose Caldeira, Project Manager, and from the City's Department of Resilience and Public Works ("RPW'), Mr. Giraldo Marquez, PE, Chief Project Manager, participated as voting members. Accordingly, the proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Page 2, RFQ 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements Arthur Noriega V, City Manager Evaluation Criteria Step 1 Maximum Points (Per Committee Member) Proposer's Qualifications and Experience 30 Proposer's Project Manager's Qualifications and Experience 20 Proposer's Lead Engineer's Qualifications and Experience 20 Proposer's Team Members Qualifications and Experience 15 Design Philosophy and Process/Technical Capabilities and Approach 10 Amount of Work Awarded by the City 5 Total Points Per Committee Member 100 Due to the utilization of local funding sources to compensate the selected Consultants under contract, the standard fifteen percent (15%) participation of Small Business Enterprise ("SBE") firms was applicable, and a five (5)-point bonus was assigned to Consultants that have SBE firms with a local office that met the required 15%. 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 October 7, 2022. The individual scores per team under this criterion are indicated in parenthesis next to the total awarded points shown below. The final scores were as follows: Proposing Firms Awarded Points (Maximum 505 points) 1 HDR Engineering, Inc. 470 (4) 2 Jacobs Engineering Group Inc. 460 (2) 3 Stantec Consulting Services, Inc. 450 (3) 4 EXP U.S. Services, Inc. 447 (2) 5 CHA Consulting, Inc.2 445 (4) 6 EAC Consulting, Inc. 436 (2) 7 A.D.A. Engineering, Inc.2 434 (3) 8 Kimley-Horn and Associates, Inc.1 431 (3) 9 Metric Engineering, Inc.1 431 (3) 10 Keith and Associates, Inc. 426 (3) 11 WSP USA, Inc. 425 (4) 12 Milian, Swain & Associates, Inc. 2 423 (4) 13 R.J. Behar & Company, Inc. 419 (3) 14 Miller, Legg and Associates, Inc. 418 (2) 15 Tetra Tech, Inc. 416 (2) 16 Chen Moore and Associates, Inc.2 408 (2) 17 CES Consultants, Inc. 401 (1) 18 Eastern Engineering Group Company 396 (5) 19 H.W. Lochner, Inc. 366 (4) (1) The tie between these two consultants was resolved in favor of Kimley-Horn and Associates, Inc. based on their higher qualitative total score for Criterion 1, "Proposer's Qualifications and Experience." Kimley- Horn garnered 136 points against 134 awarded to Metric Engineering, Inc. (2) Total awarded points include a five (5)-point bonus related to SBE Participation Provisions. P R24002 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Page 3, RFQ 21-22-016, Miscellaneous Engineering Services for Citywide Capital Improvements Arthur Noriega V, City Manager The Committee decided to waive Step 2 proceedings and voted unanimously to recommend to the City Manager that negotiations of professional services agreements ("PSAs") be initiated with each firm. The tabulation and individual Committee member score sheets for the Step 1 proceedings are attached as supporting documentation. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, City's OCI Messrs. Hector Badia and Jose Caldeira, to commence negotiations of a PSA to provide miscellaneous engineering services for citywide capital improvements for the Project. At the sole discretion of the City, a PSA may be negotiated with all nineteen (19) ranked teams. APPROVED: AP:ah/fp —DocuSigned by: Qvt`{u r NoviGior, '" 850CF6C372DD42A... Arthur Noriega v, City Manager Date November 9, 2023 1 14:55:39 EST c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Juvenal Santana, PE, Director, RPW Hector Badia, Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement P R24002 DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 STEP 1: EVALUATION COMMITTEE MEETING Wednesday, October 4, 2023 Department of Procurement Request for Qualifications (RFQ) No. 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO, Director of Procurement/Chief Procurement Officer Hector Badia, Director, OCI EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING FIVE BONUS POINTS - SBE PARTICIPATION (CITY OF MIAMI SBEs) TOTAL SCORES (WITH BONUS POINTS) FINAL RANK Hector Badia, Director, Office of Capital Improvements, City of Miami Charles Alfaro, PE, Assistant Director, Department of Resilience and Public Works, City of Miami Giraldo Marquez, Chief Project Manager, Department of Resilience and Public Works, City of Miami Irene Hegedus, AR, Chief of Transportation Enhancements and Special Projects, Department of Transportation and Public Works, Miami -Dade County Jose Caldeira, Project Manager, Office of Capital Improvements, City of Miami TABULATION SHEET RFQ No. 21-22-016 NAME OF FIRM(S) 1 2 A & P CONSULTING TRANSPORTATION ENGINEERS CORP. / CHA CONSULTING, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. A.D.A. ENGINEERING, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. 25 19 15 10 8 4 81 25 17 15 13 8 3 81 29 20 19 14 10 4 96 29 19 18 13 8 3 90 28 18 19 14 9 4 92 29 19 19 14 9 3 93 25 20 17 12 8 4 86 25 20 18 12 7 3 85 26 15 18 14 8 4 85 27 15 15 13 7 3 80 133 92 88 64 43 20 135 90 85 65 39 15 440 429 5 9 5 5 445 5 434 7 Page 1 of 6 £V96bZ86V00a-SLZ6-a83b-aaZL-61,80Sa36:al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 NAME OF FIRM(S) 3 CES CONSULTANTS, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 20 28 27 22 26 123 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 17 17 17 18 15 84 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 17 17 18 15 82 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 14 13 13 11 66 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 9 8 8 8 8 41 6A - Amount of Work Awarded by the City (Max. 5 points) 1 1 1 1 1 5 Qualitative Scores 77 85 83 80 76 401 17 0 401 17 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 4 CHEN MOORE AND ASSOCIATES, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 20 28 28 20 25 121 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 18 17 17 18 16 86 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 17 17 17 16 82 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 10 13 13 15 13 64 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6 9 9 8 8 40 6A - Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 71 86 86 80 80 403 16 5 408 16 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. NAME OF FIRM(S) 5 EAC CONSULTING, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 25 29 27 30 29 140 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 15 18 16 20 18 87 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 18 17 18 18 86 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 14 13 15 13 70 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6 10 8 10 9 43 6A - Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 78 91 83 95 89 436 6 0 436 6 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 6 EASTERN ENGINEERING GROUP COMPANY 1A - Proposers Experience and Qualifications (Max. 30 points) 25 25 27 15 27 119 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 15 15 17 13 17 77 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 15 17 18 17 82 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 10 12 13 15 12 62 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 7 5 8 5 6 31 6A - Amount of Work Awarded by the City (Max. 5 points) 5 5 5 5 5 25 Qualitative Scores 77 77 87 71 84 396 18 0 396 18 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 2 of 6 £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 NAME OF FIRM(S) J 7 8 EXP U.S. SERVICES, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. H.W. LOCHNER, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. 29 19 19 15 9 2 93 20 0 15 15 8 4 62 29 20 18 13 9 2 91 28 18 19 14 9 4 92 26 16 16 13 7 2 80 26 0 16 13 8 4 67 30 20 20 15 10 2 97 26 0 18 15 8 4 71 27 18 18 13 8 2 86 24 10 16 14 6 4 74 141 93 91 69 43 10 124 28 84 71 39 20 447 366 4 19 0 0 447 4 366 19 NAME OF FIRM(S) 9 10 HDR ENGINEERING, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. JACOBS ENGINEERING GROUP INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. 30 20 20 15 10 4 99 25 15 19 15 8 5 87 29 19 19 14 10 4 95 29 20 19 14 10 5 97 28 18 18 14 8 4 90 28 18 19 13 8 5 91 26 20 20 15 10 4 95 26 20 18 15 9 5 93 28 18 18 14 9 4 91 28 18 18 14 9 5 92 141 95 95 72 47 20 136 91 93 71 44 25 470 460 1 2 0 0 470 460 2 Page 3 of 6 £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 NAME OF FIRM(S) J 11 KEITH AND ASSOCIATES, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 25 28 28 26 26 133 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 17 19 18 18 15 87 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 18 18 18 15 84 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 13 13 13 12 66 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 9 8 8 9 7 41 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 3 15 Qualitative Scores 84 89 88 87 78 426 10 0 426 10 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 12 KIMLEY-HORN AND ASSOCIATES, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 28 29 28 27 24 136 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 15 18 18 15 15 81 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 19 18 20 15 87 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 14 14 13 13 69 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 10 10 8 9 6 43 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 3 15 Qualitative Scores 86 93 89 87 76 431 7 0 431 8 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. NAME OF FIRM(S) 13 METRIC ENGINEERING, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 25 28 28 26 27 134 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 15 18 18 18 17 86 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 18 18 18 17 86 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 14 13 13 13 68 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 9 9 7 9 8 42 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 3 15 Qualitative Scores 82 90 87 87 85 431 7 0 431 8 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 14 MILIAN, SWAIN & ASSOCIATES, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 20 27 26 26 25 124 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 16 17 17 17 16 83 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 19 17 18 16 85 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 14 13 13 13 68 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 7 8 7 9 7 38 6A - Amount of Work Awarded by the City (Max. 5 points) 4 4 4 4 4 20 Qualitative Scores 77 89 84 87 81 418 13 5 423 12 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 4 of 6 £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 NAME OF FIRM(S) J 15 MILLER, LEGG AND ASSOCIATES, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 25 27 28 26 25 131 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 19 17 18 17 16 87 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 18 18 18 16 85 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 15 13 13 13 13 67 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 7 8 7 8 8 38 6A - Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 83 85 86 84 80 418 13 0 418 14 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 16 R.J. BEHAR & COMPANY, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 15 28 28 26 26 123 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 15 20 19 18 16 88 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 19 18 20 16 88 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 10 14 13 14 15 66 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6 9 8 9 7 39 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 3 15 Qualitative Scores 64 93 89 90 83 419 12 0 419 13 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. NAME OF FIRM(S) 17 STANTEC CONSULTING SERVICES, INC. 1A - Proposers Experience and Qualifications (Max. 30 points) 29 28 28 22 28 135 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 19 18 18 18 19 92 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 18 18 17 18 18 89 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 10 14 14 14 15 67 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 9 8 8 8 9 42 6A - Amount of Work Awarded by the City (Max. 5 points) 5 5 5 5 5 25 Qualitative Scores 90 91 90 85 94 450 3 0 450 3 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 18 TETRA TECH, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 20 27 29 26 25 127 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 15 17 20 18 17 87 3A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 15 18 19 18 17 87 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 10 13 14 14 13 64 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 9 8 8 8 8 41 6A - Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 2 10 Qualitative Scores 71 85 92 86 82 416 15 0 416 15 Tie -Breaker Criterion 1A, 2A, 3A, 4A, and 5A; then Total Qualitative Points for 1A, 2A,3A, 4A, and 5A. Page 5 of 6 £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 NAME OF FIRM(S) 19 WSP USA, INC. 1A - Proposer's Experience and Qualifications (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineers 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. 20 17 15 10 8 4 74 28 16 18 14 8 4 88 28 18 18 13 8 4 89 28 18 18 14 10 4 92 25 17 17 12 7 4 82 129 86 86 63 41 20 425 11 0 425 11 Chai person: Anthony Hansen, Sr. Procurement Contracting Manager Page 6 of 6 £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A40-436D-92AE-B6A457453B96 RFQ NO. 21.22-016 Miscellaneous Engineering Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Irene Hegedus, AR, Chief of Transportation Enhancements and Special Projects, Department of Transportation and Public Works Miami -Dade County EVALUATION CRITERIA Maximum Points A&P Consulting pOf Transportation Engineers Corp./ CHA Consulting, Inc. A.D.A. Engineering, Inc. CES Consultants, Inc. Chen Moore and Associates, Inc EAC Consulting, Inc. Eastern Engineering Gregg Company P pang E%P U.S. Services, Inc. H.W. Lochner, Inc. HDR Engineering, g 0� Inc. Jacobs Engineering g 9 Group, Inc. Keith and Assciates, Inc. Kimley- Horn and Associates inc,. Metric Engineering, Inc. Milian, Swain,& Associates, Inc. Miller, Legg 8 Associates, Inc. R.J. Behar & Company, Inc. Stantec Consulting Services, Inc. Tetra Tech, Inc. WSP USA, Inc. Qualifier's Qualifications and Experience Qualifier's Project 30 {' '/ GJ !Jj/ � '2`7 •� .2, 0 '/V 15 30 �J ' ` Z ` /X�n 7-49 2-3- Z / ( G . ) P (� Z 2.2 2fr 28 Manager's Qualifications and Experience Proposer's Lead Engineers 20 ,^� �(�/ �7(' fy%^ ' Oy/ r �l �'7 % )� ` V//7 I.� /� I r I \� J Qualifications and Experience Proposer's Team Members Qualifications 20 I OS l? I i 'y/�1 U 1 8 Zc I U L� ( e 1 e f� l/�' j 8 1 ,zlr) 16 4 1 V %4� �ZiD { 1 8 Q ( 8 f and Experience 75 I 'y"� / `��% I l I 5 15 I 13 1 3 1 3 13 I � I •µ` % �' Design Philosophy and Process/Technical Capabilities and Approach Amount of Work Awarded by the City 10 V U X 1 0 r� A--, 10 •� l 0 1 Q �j J �� �( f ( 5 Gxli� j 2- / L 7 2 4. 5 �.1 �I 'v UUU TP�1TAL POINTS 100 ', �Ci /' t� SIGNATUR/ , , r P / ^ IY t- C1 farm C CJr /'', ' (1 ' - _ PRINT N 1 1 / „� U V % O u� J 1 1-1 (i5 13 ? c,'i' e At) toe-17)neri) j'o I).. 13 ecAu s-e Pm wo L-vvi ikrait1 ` 5 39(P iZ £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A4O-436D-92AE-B6A457453B96 RFQ NO. 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Giraldo Marquez, Senior Project Manager, Office of Capital Improvements, City EVALUATION CRITERIA Maximum Points ASP Consulting Transportation Engineers Corp.! CHA Consulting, Inc. A.0A A. En Engineering, Inc. CES Consultants, Inc. Chen Moore and Associates, Inc. EAC Consulting, Inc. Eastern Engineering g g Grou P Company EXP U.S. Services, Inc. H.W. Lochner. Inc. HDR Engineering, Inc. Jacobs Engineering Group, Inc. Keith and Assciates, Inc. Kimley- Horn and Associates , Inc. metric Engineering, Inc Milian, Swain. S Associates. Inc. Miller, Legg & Associates, Inc R.J. Behar 8 Company, Inc. Stantec Consultin g Services, Inc. Tetra Tech, Inc. WSP USA, Inc. Proposer's Qualifications and Experience 30 al. : a' 2$ a7 -i7-26 2/j /�© 255 .2Q p Q 2 S 2 S Dr.6 2$' 8 2 g 2 q a.$ Proposer's Project Manager's Qualifications and Experience 20 i7 17 16 1 • 6 �6 1 ['yV 1 T V Q J )l 1 IRJJ /7 j yQ `� 17 17��j�. 19 (3 I V 'go 1 Q `(� Proposer's Lead Engineers Qualifications and Experience 20 1 ("a `9y 17 ^ I/ 17 j 1 �j 1 3 f !' I 4J �V(7 ) G+ 1 (��( / U 7 I f ' LJ ! " I 17 I R { / iv Proposer's Team Members Qualifications and Experience ,5 j y 4 13 13 [3 13 13 J 3 /if 13 13 j 13 13 l 3 13 /4 /4 13 Design Philosophy and Process/Technical Capabilities and Approach 10 q' R ! a O $ 7 $ f�j 7JL Q" V 8 S /�f ,S (! 1 7 7 �/ a $ Amount of Work Awarded by the City 5 5 ems] TOTAL POINTS 100 3-07�--- , �+ a - 7I g --C40 Sf 7 �+ A 1 c Pr C 5(4 0 6 n ^ CeCi fl a rveZ 0 1 / P- 1` h-e use is AC 3 7.Ple'l L £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A4O-436D-92AE-B6A457453B96 RFQ NO. 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements EVALUATION OF PROPOSALS EVALUATION CRITERIA Maximum points NIP Consulting Transportation Engineers Corp. 9 p. CHA Consulting, Inc. A.D.A. Engineering, Inc. CES Consultants, Inc. Chen Moore and Associates, Inc EAC Consulting, Inc. Eastern Engineering g Group Company EXP U.S. Services, Inc. H.W. Lochner, Inc. HDR Engineering. g 9• Inc. Keith and Assciates, Inc. Kimley- Horn and Associates Inc. Metric En 9lneering, Inc. Milian, Swain, 8 Associates, Inc. Miller, Legg & Associates, Inc. R.J. Behar 8 Com an p y' Inc. Stantec Consultin g Services, Inc. Jacobs En Engineering Group, Inc. Tetra Tech, Inc. WSP USA. Inc. Proposer's Qualifications and Experience 30 25' ZS 20 Za (1 2 ('� Z %o Zr� ��(/ Z. �+ zs- �1 L (� 2-5 25 it Lz7 14 V 2.^ Qualifier's Project Manager's Qualifications and Experience 20 ' 1 I/ 5 IS Lei 5 L 7 6S (1 1 1 I< ' 1, 1S Qualifier's Lead Engineers Qualifications and Experience 20 I. 1 l A I� 1S. 6 S /' iJ t< t ♦ t� Zo 11 15 (‘ tV�� A S / J ` IS 18 IS q I` Proposer's Team Members Qualifications and Experience 15 I 4 � ( 6 3 is to C< /1 to K ( 1 5 IS / K `c 15 I S. 1 < `S 'C� 'G, 1 � V� �, e::‘ Design Philosophy and Process/Technlcal Capabilities and Approach Amount 10 O 15 I / / /_ 7 0 fit a [, 1 (T 1 7 7 of Work Awarded by the City 5 .�/ 2 / sx 4 3 ' a+-- TOTA POINTS 100 .'i. SIGNATURE: / I / _ „ PRINT NAME: ,c4aft, AfUelf4r- k.0 . Lod 0 , F.Y1. (AC, (D�� £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7D0A1-8A4O-436D-92AE-B6A457453B96 RFQ NO. 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Charles Alfaro PE Assistant Director De artment of Res'I' EVALUATION CRITERIA Maximum Points ASP Consulting Transportation Engineers Corp. 9 P CHA Consulting, Inc. A.D.A. Engineering, Inc. CES Consultants, Inc. Chen Moore and Associate, Inc EAC Consulting, Inc. Eastern Engineering Group Company pay p EXP U.S. Services, Inc. H.W. Lochner, Inc. I Ience an HDR Engineering. g g' Inc. u Ic Works, Jacobs Engineering Group, Inc. t.ny ur Keith and Assciates, Inc. rvuami Klmley- Horn and Associates , Inc. Metric En g'neering, Inc. Milian, Swain, 8 Associates, Inc.Inc. Miller, Legg 8 Associates, Inc. R.J. Behar S Company. pany, Stantec Consulting Services, Inc. Tatra Tech, Inc. WSP USA, Inc. Proposer's Qualifications and Experience 30 7 O (� 201 2 Q 28 2./�}[ c Zc' (2 `O �1�7LJg /`_V 2 .° 91 /� ' /`` 29 2 r7 /-l-UY� ^ 7 (/..� ^ /l.. 2Z 2g 7� - /' '�)--171J( Qualifier's Project Manager's Qualifications and Experience Qualifier's Lead Engineers 20 l� �� )7 L.r {�'1 lL.� IL1 � LL/ 11 AV 1 l 1g ` 1-7 1-7 2-0 `k 17 1 b Qualifications and Experience Proposer's Team Members 20 \C+Il ig 1`�"7 ( 1>` Ik 1S 1S AQ \ 1 lel 1°1 I� 1`� \' s.� 1g ig I )g \- Qualifications and Experience 151 1 '% �� 1� �� �� ,� 1 4 14 l V� H. 1� )� Design Philosophy and Process/Technical Capabilities and Approach n 10 js a 1 ./'1 `�l/ O .(7 "� ` `O ��Myv��'______ a. IER= Amount of ork Awardedlby the City ©�1'�1.�_��/D�r`iME'IN' �� _ TOT SIGNATURE: I I„ 9\1, 1 O� 1 �Q \ t.A ALI / 0 PRINT NAME: Lilt ke.„ 1 ` ' _ ^ £V9617Z8 6d000-SLZ6-08317-0aZL- 6 680Sa3 6 :al °dolenu3 u6isnooa DocuSign Envelope ID: D9C7DOA1-8A40-436D-92AE-B6A457453B96 RFQ NO. 21-22-016 Miscellaneous Engineering Services for Citywide Capital Improvements EVALUATION OF PROPOSALS Jose Caldeira, P oject Manager, Office of Capital Improvements, City of Miami D-SLZ6-093b-OaZL- 6 680S43 6 :al °dolenu3 u6isnoo0 EVALUATION CRITERIA Maximum Points ABP Consulting Transportation p Engineers Corp. t CHA Consulting, Inc. AD.A En Engineering, Inc. CES Consultants, Inc. Chen Moore and Associates, EAC Consulting, Inc Eastern Engineering Group Company EXP U.S. Services, Inc. H.W. Lochner, Inc. HDR Engineering, Inc. Jacobs Engineering Group, Inc. Keith and Assciates, Inc. Kimley- Horn and Associates Inc. Metric Engineering, Inc Milian, Swain, 8 Associates, Miller, Legg & Associates, Inc R.J. Behar & Company. Inc. Stantec Consulting Services, Inc. Tetra Tech, Inc. 00A1B2496A3 1 a 5 _ Proposers Qualifications and Experience 30 '26 CCCCrrrr /'� r!� ! �✓t r- ! / III) LLiihhh/// /Inc. 1I j (� ^ /�j /2 v I 72 /% { / �/ V f h 1/ � C/ /� �Z /2Zi vlvv // /j q2 /� ( (J I/7 n, ' [[// /� i/ 7 �IInc..�'' s/ Jn V+� /� �/ f/✓/ !/ 0 L� yyyy / / b L�Q l [.}D% Proposer's Project Manager's Qualifications and Experience 20 J I J �j� I (7 1 /// 15 10 t ,7'��VJ(,��Y/ S/'� �/ (t9 jS 1L��// \7 ) r0 ( , FFN" I 6 1 l i 9 I 1 Proposer's Lead Engineers Qualifications and ExperiencePro 20 g 1- 'lh/{V^ I 1-7 i g S l s— 17 I w 6, b 15 f i Team Members Qualifications and Experience and Experience 15 I 1 J� / "'SSS���� � r 2 J + / I`/'\T' j 1L�/ VL �(` 4- 192 l I 'y _i/. V7 (' t• W Design Philosophy and Process/Technical Capabilities and Approach 10 A \ 1// gv �� (`F/,,,{{{^'J/ Amount of Work Award by City 5 4- 3 (7/��, n / I _ fff///O"' 2- c /� d / _ 4- 3 .. ///��� 4` '2 �/9� - / ^ CCC / TOT/CCPOI� S 00 S bV !tt(/ e(1 84- G � ( . -- 7 / 5 S \ B' ov 153 .14- — 101412023 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 .+......�, 11I 1vr vvr vv-c.-rvv—r�-rv-vuv�-vav in-rvw�r r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V City Manager FROM: Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement f--^•DocuSigned ^by: .4-401 '---89540EB73CAC468... DATE: August 10, 2023 FILE: SUBJECT: Appointment of Evaluation Committee for Request for Qualifications ("RFQ") No. 21-22- 016 Miscellaneous Engineering Services for Citywide Capital Improvements REFERENCES: RFQ No. 21-22-016 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI"), issued RFQ No. 21-22-016 on August 26, 2022, for Miscellaneous Engineering Services for Citywide Capital Improvements. 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 October 7, 2022. 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 Manager, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) Hector Badia, Director, OCI, COM Charles Alfaro, PE, Assistant Director, Department of Resilience and Public Works, COM External Committee Members (voting) Josenrique Cueto, PE, LEED GA, ENV SP, Deputy Director, Chief Project Delivery Officer, Department of Transportation and Public Works ("DTPW"), Miami -Dade County ("MDC") Wisler Pierre -Louis, PE, LEED AP BD+C, CGC, CFM, PMP, ENV SP, Director, Public Works Department, City of North Miami Irene Hegedus, AR, Chief of Transportation Enhancements and Special Projects, DTPW, MDC Alternate Committee Members Giraldo Marquez, PE, Chief Project Manager, OCI, COM Jose Caldeira, PE, Project Manager, OCI, COM APPROVED: AP: ah ^-DocuSigned by: 1146r Novit oa `Altill skfre 'a V, City Manager Date August 23, 2023 110:27:15 EDT c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney, Office of the City Attorney Hector Badia, Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR23003 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-000A1 B2496A3 Miscellaneous Engineering City of Miami Bid #21-22-016 - Miscellaneous Engineering Services for Citywide Capital Improvements Creation Date Aug 25, 2022 Start Date Aug 26, 2022 3:15:53 PM EDT End Date Oct 7, 2022 5:00:00 PM EDT Awarded Date Not Yet Awarded 21-22-016-01-01 Miscellaneous Engineering Services for Citywide Capital Improvements Supplier ' Unit Price Qty/Unit Total Price Attch. Docs Stantec Consulting Services Inc. First Offer - 1 / each I Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: WSP USA Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: 21-22-016 Supplier Notes: Milian, Swain, & Associates, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: A&P Consulting Transportation Engineers, Corp. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: EAC Consulting, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Metric Engineering Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: R. J. Behar & Company, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Keith and Associates, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Chen Moore and Associates First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Miller Legg First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: CES Consultants, Inc. First Offer - 1 / each I Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Jacobs First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: HDR Engineering, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Kimley-Horn and Associates, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Lochner First Offer - 1 / each Y 7 Product Code: Agency Notes: Supplier Product Code: Supplier Notes: H.W. Lochner, Inc. Response to RFQ # 21-22- 016 EXP US Services First Offer - 11 / each Y 10/9/2022 p. 1 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-000A1 B2496A3 Miscellaneous Engineering City of Miami Product Code: Agency Notes: Tetra Tech, Inc. Product Code: Agency Notes: Supplier Product Code: Supplier Notes: EXP is pleased to submit this proposal for RFQ 21-22-016 - Miscellaneous Engineering Services. Please feel free to contact Kyle Henry (kyle.henry@exp.com) at 561-329-9263 or Eugene Collings-Bonfill at Eugene Collings-Bonfill (eugene.collings-bonfill@exp.com) at 305-213-9969. First Offer - 1 / each Supplier Product Code: Supplier Notes: 1 / each Eastern Engineering Group First Offer - Product Code: Agency Notes: Supplier Product Code: Supplier Notes: A.D.A. Engineering, Inc. First Offer - 1 / each Product Code: Agency Notes: Supplier Totals Supplier Product Code: Supplier Notes: f Chen Moore and Associates Bid Contact Peter Moore Ibarron@chenmoore.com Ph 954-730-0707 Agency Notes: f Milian, Swain, & Associates, Inc. Bid Contact Deborah Swain dswain@milianswain.com Ph 305-441-0123 Agency Notes: f Miller Legg Bid Contact Kathie Brennan kbrennan@millerlegg.com Ph 954-628-3688 Agency Notes: f Eastern Engineering Group Bid Contact Fernando Torres easternegmarketing@gmail.com Ph 305-807-5103 Agency Notes: f WSP USA Inc. Bid Contact Toni Friedman floridamarketing@wsp.com Ph 813-520-4444 Agency Notes: $0.00 Address 500 W Cypress Creek Road Suite 630 Fort Lauderdale, FL 33309 Supplier Notes: $0.00 Address 2025 sw 32 ave miami, FL 33145 Supplier Notes: Head Attch: ill Head Attch: $0.00 Address FT. LAUDERDALE, FL 33309 Supplier Notes: $0.00 Address 3401 NW 82nd Ave Ste 370 Miami, FL 33122 Supplier Notes: Head Attch: Head Attch: $0.00 Address 2202 N. West Shore Blvd., Suite 300 Tampa, FL 33767 Supplier Notes: Head Attch: 10/9/2022 p. 2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Miscellaneous Engineering City of Miami f Lochner Bid Contact Dawn Gerry hschlehuber@hwlochner.com Ph 646-937-0654 Address 4535 W Cypress St. Ste 800 Tampa, FL 33611 $0.00 Bid Notes Lochner and our team members are pleased to submit and look forward to supporting the City of Miami on this contract (#21-22-016). Agency Notes: Supplier Notes: Head Lochner and our team members are pleased Attch: to submit and look forward to supporting the ihl City of Miami on this contract (#21-22-016). f Metric Engineering Inc. Bid Contact Jessica Moses kristine.melanson@metriceng.com Ph 407-644-1898 $0.00 Address 13940 SW 136 Street STE 200 Miami, FL 33186 Agency Notes: Supplier Notes: Head Attch: DUI f Keith and Associates, Inc. Bid Contact Dodie Keith klawlor@keithteam.com Ph 954-788-3400 $0.00 Address 301 East Atlantic Boulevard Pompano Beach, FL 33060 Agency Notes: Supplier Notes: Head Attch: f EXP US Services $0.00 Bid Contact Jose Santiago jose.santiago@exp.com Ph 305-631-2208 Address 26050 SW 209TH AVE HOMESTEAD, FL 33031 Agency Notes: Supplier Notes: Head Attch: DUI f HDR Engineering, Inc. $0.00 Bid Contact erica sobelman Address 3250 W Commercial Blvd, erica.sobelman@hdrinc.com #100 Ph 954-224-1492 Fort Lauderdale, FL 33309 Agency Notes: Supplier Notes: Head Attch: DUI f Stantec Consulting Services Inc. $0.00 Bid Contact Grace Morales Address 901 Ponce de Leon Blvd., grace.morales@stantec.com #900 Ph 305-445-2900 Coral Gables, FL 33134 Fax 305-445-3366 Agency Notes: Supplier Notes: Head Attch: DUI f CES Consultants, Inc. Bid Contact Rudy Ortiz cesinf-o@cesconsult.com Ph 305-827-2220 Fax 305-827-1121 Address 880 SW 145th Ave $0.00 Suite 106 Pembroke Pines, FL 33027 10/9/2022 p. 3 City of Miami Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Miscellaneous Engineering Agency Notes: Supplier Notes: Head Attch: 8 f EAC Consulting, Inc. Bid Contact Martha Aguiar mmairena@eacconsult.com Ph 305-265-5400 Agency Notes: $0.00 Address 5959 Blue Lagoon Drive Suite 410 Miami, FL 33126 Supplier Notes: Head Attch: DUI f A&P Consulting Transportation Engineers, Corp. $0.00 Bid Contact Juan Muniz jmuniz@apcte.com Ph 305-592-7283 Address 10305 NW 41st Street, Suite 115 Dora!, FL 33178 Agency Notes: Supplier Notes: Head Attch: f Tetra Tech, Inc. Bid Contact Kari Nemiro carey.baird@tetratech.com Ph 407-839-3955 Agency Notes: $0.00 Address 201 E Pine St., Suite 1000 Orlando, FL 32801 Supplier Notes: Head Attch: DUI f R. J. Behar & Company, Inc. $0.00 Bid Contact Robert Behar dbehar@rjbehar.com Ph 954-680-7771 Bid Notes R J. Behar & Company, Inc. is pleased to submit our proposal Citywide Capital Improvements. Address 6861 SW 196 Ave Suite 302 Pembroke Pines, FL 33332 for Miscellaneous Engineering Services for Agency Notes: Supplier Notes: R.J. Behar & Company, Inc. is pleased to submit our proposal for Miscellaneous Engineering Services for Citywide Capital Improvements. Head Attch: DUI f A.D.A. Engineering, Inc. Bid Contact Vivian Martinez mkg@adaeng.net Ph 305-551-4608 Fax 305-551-8977 Agency Notes: $0.00 Address 8550 NW 33 Street, Suite 202 Miami, FL 33122 Supplier Notes: Head Attch: iUI f Jacobs $0.00 Bid Contact Julee Payne julee.payne@jacobs.com Ph 954-682-0682 Address 550 W Cypress Creek Rd # 400 Ft. Lauderdale, FL 33309 Agency Notes: Supplier Notes: Head Attch: DUI f Kimley-Horn and Associates, Inc. Bid Contact Amy McGreger florida.marketing@kimley-horn.com Address 1920 Wekiva Way Suite 200 $0.00 10/9/2022 p. 4 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Miscellaneous Engineering City of Miami Ph 561-845-0665 West Palm Beach, FL 33411 Bid Notes Proposal with all forms found in attachment. Agency Notes: Supplier Notes: Head Proposal with all forms found in Attch: attachment. **AII bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. 10/9/2022 p. 5 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 REQUEST FOR QUALIFICATIONS MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS RFQ NUMBER 21-22-016 ISSUE DATE AUGUST 26, 2022 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE SEPTEMBER 1, 2022 11:00 a.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE SEPTEMBER 9, 2022 5:00 p.m. PROPOSAL SUBMISSION DUE DATE ON BIDSYNC SEPTEMBER 26, 2022 5:00 p.m. CONTACT Anthony Hansen Sr. Procurement Contracting Manager A&E and Construction Services Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Fax: 305-416-1902 Email: AMHansen@miamigov.com Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 3 - 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 3.14 PUBLIC RECORDS 3.15 E-VERIFY 3.16 CONFLICT OF INTEREST 3.17 DEBARRED/SUSPENDED VENDORS 3.18 NON-DISCRIMINATION 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS 3.20 ADDITIONAL TERMS AND CONDITIONS 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 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Ii2 Of 41Uitrni PUBLIC NOTICE RFQ NO. 21-22-016 MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS Completed Proposals must be submitted through BidSync Electronic Bidding System ("BidSync") by 5:00 p.m., on September 26, 2022 ("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 August 26, 2022. 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 on after September 1, 2022, at 11:00 a.m. EST, accessible at the following Microsoft Teams Meeting link, or by dialing +1(786) 598- 2961, Phone Conference ID 220 193 60#. 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 Miscellaneous Engineering Services for Citywide Capital Improvements ("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 September 1, 2022, at 11:00 a.m. EST, and it will be accessible at the following (Microsoft Teams Meetina link, or by dialing +1(786) 598-2961, Phone Conference ID 220 193 60#. 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 Mr. Anthony Hansen, Sr. Procurement Contracting Manager, 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. Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 September 9, 2022. 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 BidSvnc 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(s) 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/s 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: Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 ■ Current financial statement(s), preferably an audited financial statement(s) prepared by a Certified Public Accountant ("CPA") for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead, and a statement of profit and/or operating margin. ■ Raw labor rates by labor or professional classification certified as accurate by an officer of the company. ■ Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours. ■ Updated information reflecting information resulting from negotiation of the Agreement. 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 SUBCONSULTANT(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. Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Proposers shall include in their Proposal the requested Subconsultant information and all relevant information required of the Proposer. Proposer must identify each of its Small Business Enterprise (SBE) Subconsultants via Letter of Agreement (LOA) utilizing Form RFQ-LOA at the time of Proposal submittal. Additional information concerning the SBE requirements can be found in Section 3.6, "Small Business Enterprise (SBE) Participation Requirements - Mandatory." After Proposal submittal, Proposers are expressly prohibited from substituting any 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 resulting from the solicitation process. The Proposer agrees to these terms by submission of a Proposal. 1.16 EXECUTION OF PROPOSAL The Proposal must be manually and duly signed by an authorized corporate officer, principal, or partner (as applicable). When a firm is the Proposer, the Proposal shall be signed in the name of the firm by one or more of the partners. When a corporation is the Proposer, the officer signing shall set out the corporate name in full, beneath which he shall sign his/her name, give title of his/her office, and affix the corporate seal. Anyone signing the Proposal as an agent, must file with it, adequate legal evidence of signature authority to act on behalf of and bind the Proposer, otherwise the Proposal may be rejected as non -responsive. Proposers who are corporations shall furnish their Proposal to the City with a copy of their authorization to transact business in the State of Florida. Failure to submit promptly this evidence of qualification to do business in the State of Florida may be a basis for rejection of the Proposal. Proposer understands that submitting a Proposal to this RFQ does not constitute an Agreement or Contract between the City and the Proposer. Proposer has no contract right or expectation by submitting to the City a response to this RFQ. 1.17 INSPECTION OF SITE Upon issuance of the different work assignments by the City, the successful Proposers should carefully examine the site locations as they are identified before submission of a fee 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 Agreement as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for the failure or omission on the part of the successful Proposers 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 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE The City is seeking to procure qualified and experienced engineering firms to provide Miscellaneous Engineering Services for Citywide Capital Improvements ("Project"), for projects under the oversight of various City departments, 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 Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project at the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. 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. A detailed scope of work will be developed for each work order issued. Projects will typically be issued on a rotational basis factoring in amount of dollars awarded to any member of the pool as a result of this solicitation, performance of previous work orders issued, and expertise and experience to assume new work orders to be assigned. It is anticipated that the Proposer's team will consist of the following disciplines: The Successful Proposer shall provide one or more of the following services, among others, in an on -going and as -needed basis with respect to various project sites to be identified by the City. 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: ■ Project Manager The Project Manager shall be responsible for execution of all assignments, and compliance of work with all applicable laws, rules, and regulations, whether at the federal, state, or local levels, as applicable. ■ Civil Engineering The Successful Proposer(s) will be required to provide: • Roadway reconstruction or resurfacing • Drainage improvements; storm water management • Sea level rise and resilience • Swale restoration Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 » Curbs, gutters, sidewalks, and lighting improvements » Traffic calming devices; seawalls and baywalks » Signage and striping • Verification of City's Pavement Analysis Report within the Project area » Digital recording of existing conditions in the Project area • Completing any survey, geotechnical, and utility coordination required to produce complete sets of signed and sealed construction documents, specifications and estimate of probable construction costs • Project management of multi -scale civil engineering planning and design projects, including management, coordination, and oversight of the work of other consultants ■ Structural Engineering The Successful Proposer(s) will be required to provide: • Building construction, renovations, modifications, and alteration design specifications » Structural analysis and engineering design » Marine structural engineering (seawall, marinas, and piers) » Feasibility studies and assessments » Strength of materials analysis • Steelwork/aluminum design • Timber design » Foundation engineering » Concrete design » Forensic engineering » Materials engineering » 40-year Certification Reports for existing facilities • Project management of multi -scale structural engineering planning and design projects, including management, coordination, and oversight of the work of other consultants ■ Environmental Engineering The Successful Proposer(s) will be required to provide: • Environmental Engineering (as it relates to Asbestos, Lead -Based Paint and mitigation of hazardous chemicals and related materials) • Environmental compliance audits (i.e., in accordance with ISO 14001) • Environmental Site Assessments (including a Phase I and Phase II) • Site surveying, field sample collection and analysis such as soil, water • Hazardous material investigations • Air monitoring analysis and reporting during construction activities » Implementation/installation of multi -phase treatment systems and associated monitoring equipment • Complex environmental restoration and rehabilitation • Contamination assessment, remedial action plan design and implementation source removal and reporting • Post remedial and monitoring services • Operations and maintenance (O&M) programs • Best management practices and regulatory liaison activities • Asbestos and Mold mitigation and abatement activities • Obtaining approval of all required and applicable permits Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 • Advising the City regarding methods of work and sequences of operations for environmental engineering projects • Project Management of multi -scale environmental engineering planning and design projects, including management, coordination, and oversight of the work of other consultants. ■ Marine and Coastal Engineering The Successful Proposer(s) will be required to provide: • Marine & Coastal Engineering (as it relates to general Engineering work) » Environmental Engineering • Biological and environmental assessments of coastal areas • Bathometric and upland surveys, geotechnical • Project management of multi -scale Engineering planning and design projects, including management, coordination, and oversight of the work of other consultants. ■ Mechanical, Electrical, and Plumbing (MEP) Engineering The Successful Proposer(s) will be required to provide: • Services shall support new construction, remodeling/renovation, and building assessment of community centers, fire stations, marinas, aquatic facilities, parks facilities, and public safety facilities for governmental, institutional, or recreational projects » Surveying existing sites, when as -built drawings are not available » Designing service requirements for premises » Producing construction drawings and documents, including specifications and supplementary documents necessary for the execution and completion of projects • Developing plans for mechanical, electrical, lighting, Heating, Ventilation and Air Conditioning (HVAC), generators, fire detection/fighting and plumbing and pipe systems • Selecting and specifying equipment, materials, finishes, fixtures, fittings, and accessories • Supplying information, drawings, and documents, pertaining to the project to other Consultants/Lead Consultant and Contractors for the execution of projects • 40-year Certification Reports for existing facilities • Permitting process support • Checking and verifying Contractors' and Suppliers' billing in accordance with the quantities installed and/or material delivered • Conducting Top Supervision, or Continuous Supervision if required as additional Scope of Work, including issuing instructions to Contractors to ensure that projects are completed in accordance with the specifications • Project management of multi -scale MEP engineering planning and design projects, including management, coordination, and oversight of the work of other consultants. ■ Surveying and Mapping Services The Successful Proposer(s) will be required to provide: » Photogrammetry » Boundary surveys » As -built drawings Miscellaneous Engineering Services for Citywide Capital Improvements RFQ No. 21-22-016 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 » Preparation of legal descriptions for public right-of-way acquisitions » Preparation of plats and maps » Certification of tentative and final plats for compliance to City Code, Miami -Dade County Code and State of Florida statutory requirements » Establishment of vertical project network controls » Establishment of alignment and right-of-way lines » Topographic surveys » Construction layouts » Drainage surveys » Designation and location of underground utilities • Utility coordination • Water boundary surveys ■ Construction Engineering and Inspection Services (CEI Services) The Successful Proposer(s) will be required to provide: • Engineering and other technical personnel to the City to provide CEI Services for the administration of Projects as assigned by the City • Provide all necessary vehicles, equipment (including field testing equipment), and personnel to perform the Services required under the proposed Agreement • Proof of licenses will be required for testing equipment and the personnel operating the testing equipment • Proof of licenses will need to be furnished to the City upon request • Perform CEI in accordance with all applicable laws and building regulations, including, but not limited to, the City of Miami Public Works Specifications and Design Standards, Miami -Dade County standards, and Division II and III of the FDOT Standard Specifications for Road and Bridge Construction dated 2013 (including all supplemental specifications current at the time of bidding), and all other requirements set forth in the proposed Agreement • Coordinate the activities of all parties involved in completing the project. Coordination includes, but is not limited to: • Maintaining records of all activities and events relating to the project • Providing verification of Quality Control tests Documenting all significant project changes • Checking for errors and omission, and interpreting plans, specifications, and contractual requirements • Assisting in claims and dispute resolution • Public information services Managing pre -construction and construction progress meetings, and preparing and disseminating meeting minutes • Sampling, Inspections and Testing • Levels of testing will be defined in the project specifications and in accordance with the American Society for Testing and Materials, Underwriter Laboratories and/or other applicable industry standards • Stored material/equipment review • Project photo and video documentation • Record Drawing review • Maintain progressive list of items requiring correction • Notification of accident, damage, or injury • Review and Response of resident complaints Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 • Coordination, review, and Response of RFIs, field directives, and change Response requests • Change order management • Pay application review • Substantial Completion Inspection • Final Completion and Inspection • Project close-out 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. A detailed Scope of Work will be developed by the City for each Work Order issued. 2.3 PROPOSED TEAM / KEY PERSONNEL The selected Consultant/s shall serve as the lead and managing agent for all disciplines required for the Project. The selected Consultant/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 Civil Engineer ■ Lead Structural Engineer ■ Lead Environmental Engineer ■ Lead Marine & Coastal Engineer ■ Lead Mechanical, Electrical Services, and Plumbing (MEP) Engineer ■ Lead Surveyor and Mapper ■ Lead Construction Engineering and Inspection (CEI) Engineer The selected Consultant/s shall designate a Project Manager and a primary lead individual per engineering discipline to lead all design efforts for the Project. Proposers shall not submit the same individual to serve as the lead individual for an engineering discipline and as Project Manager. All Key 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 selected Consultant/s will serve as the City's Engineering Services Consultant during any construction phase related to, or stemming from, design assignments provided under this Project. This RFQ has been initiated for multi- disciplinary engineering services only. Any design and/or construction activity related to, or stemming from, assignments under the Project will be performed by firm(s) selected through a separate solicitation process independent from this RFQ. The selected Consultant/s may perform work for various departments of the City including, but not limited to, the OCI, Department of Real Estate and Asset Management, Office of Zoning, Planning Department, Department of Resilience and Public Works, Department of Parks and Recreation, Police Department, and Fire Department. The Successful Proposers shall provide the services on an as -needed basis in accordance with projects to be identified by the City. 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 Proposers, 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 engineering services 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: Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 five (5) consecutive years; and b) Possess a minimum of five (5) 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; 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 five (5) 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; and d) Have a team member to serve as the Lead Civil Engineer (LCE), who will be the primary lead for all civil engineering design efforts for this Project. The proposed LCE 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 LCE must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing civil engineering design projects within the past ten (10) years, at a minimum; and e) Have a team member to serve as the Lead Structural Engineer (LSE), who will be the primary lead for all 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 five (5) years from the Proposal submission due date applicable to this RFQ. In addition, the proposed LSCE must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing structural engineering design projects within the past ten (10) years, at a minimum; and f) Have a team member to serve as the Lead Environmental Engineer (LEE), who will be the primary lead for all environmental engineering design efforts for this Project. The proposed LEE 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 LEE must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing environmental engineering design projects within the past ten (10) years, at a minimum; and Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 j) g) Have 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 five (5) 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; and h) Have a team member to serve as the Lead, Mechanical, Electrical Services (MEP), and Plumbing (LMEP), who will be the primary lead for all MEP engineering design efforts for this Project. The proposed LMEP 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 LMEP must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing MEP engineering design projects within the past ten (10) years, at a minimum; and i) Have a team member to serve as the Lead Surveyor and Mapper (LSM), who will be the primary lead for all surveying and mapping efforts for this Project. The proposed LSM 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 LSM must demonstrate substantial experience as such through the submission of three (3) previously completed or ongoing surveying and mapping projects within the past ten (10) years, at a minimum; and Have a team member to serve as the Lead Construction Engineering and Inspection (LCEI) Specialist, who will be the primary lead for all construction engineering and inspection efforts. The proposed LCEI 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 LCEI must demonstrate substantial supervisory experience as such through the submission of three (3) previously completed or ongoing CEI-type projects within the past ten (10) years, at a minimum; and k) Other proposed subconsultants 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 proposed disciplines, within the past three (3) years, at a minimum. Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 The City may consider a Proposal responsive where a Proposer has less than the stipulated minimum number of years of experience solely where the Proposer has undergone a name change and such change -of -name has been filed with the State of Florida, or where the Proposer was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. All references required above and offered by the Proposer to attest to its own prior project experience, as well as that of its subconsultants/subcontractors, must be included in the Proposer's response. Reference forms will not be unlocked and must be filled out either in handwritten form or typed manually and signed by the Proposer's representative. Failure to submit the reference forms as required will result in the Proposal being deemed non -responsive. 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 Unless precluded by Florida Statutes, Federal laws, or regulations, or grant requirements, the City has established mandatory SBE Participation requirements, formerly referred to as Community Business Enterprise ("CBE"), Requirements Ordinance 13331, codified as Section 18-87(p) of the City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Business Enterprise (SBE) at the following link: http://www.miamidade.gov/smallbusiness/certification-lists.asp OCI has established procedures to assist Proposers in complying with these SBE participation requirements. Proposers shall adhere to the SBE Participation requirements as indicated below: ■ Assign a minimum of fifteen percent (15%) of the comprehensive award value to firms currently certified by Miami -Dade County as a SBE firm. ■ Submit the following SBE forms with their Proposal: 1) Sign and attach Form 6.4 - Certificate of Compliance. 2) Sign and attach Form RFQ-QSC - List of Subconsultants. 3) Sign and attach the Letter of Agreement(s) (Form RFQ-LOA) with each SBE Subconsultant. The "OCI Forms" webpage includes a link to "Community Business Enterprise - Forms and Reports," including a forms checklist and a "Frequently Asked Questions" (FAQ) page containing important information. For detailed instructions and access to require SBE forms, click on the following link: https://www.miamigov.com/Government/Departments-Organizations/Capital- Improvements-OCl/Small-Business-Enterprise-FAQs. Unless precluded by Florida Statutes, Federal laws, and regulations, or grant requirements, Proposers who meet the mandatory SBE participation requirement by agreeing to use firms located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation process. In addition to submitting the required SBE forms, refer to Section 5.C, "Five Bonus Points and SBE Participation," to qualify to receive the five (5) bonus points. Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Proposers must include the following documentation with their Proposal to be considered for the five (5) bonus points: ■ Attach copies of both a current City of Miami Business Tax Receipt AND a current Miami - Dade County Business Tax Receipt for the SBE Subconsultant(s). To verify the above requirements, the City has provided Form RFQ-QSC to identify all subconsultant firms (including SBE certified firms) that are part of the Proposer's team. Failure to include the completed form(s) with Proposer's Proposal may cause the Proposal to be deemed non -responsive. SECTION 18-73 CITY OF MIAMI CODE Local office means a business within the City, which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the City; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully - executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its 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 Chief Procurement Officer or its designee; Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami -Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is 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 (3) (5) Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 response on a contract to provide any goods or services to a public entity; b) submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) submit responses on leases of real property to a public entity; d) be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under a contract with any public entity; and e) transact business with any public entity in excess of the threshold amount of $35,000.00 provided in Florida Statutes Section 287.017, CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Proposer shall result in rejection of the Proposal, cancellation of the Agreement (if awarded), and may result in Proposer's debarment. 3.8 RESOLUTION OF PROTESTS Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the City Manager, in accordance with the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code), as amended, describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file a Notice of Intent to Protest and/or the Protest, shall constitute a forfeiture of such party's right to file a protest. THERE WILL BE NO EXCEPTIONS MADE TO THIS REQUIREMENT. 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal meets the requirements of the RFQ, is submitted in the format outlined in Section 4.1.D, "Proposal Submission Format," is of timely submission, and has appropriate signatures/attachments, as required on each document. 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Proposal for the same Services, or with any City instrumentality, department, or agency. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it complies with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal submission due date. 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Agreement, the loan reimbursement and grant reimbursement (if applicable), for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all of the books, documents, papers, and records pertinent to the Agreement for five (5) years after the City makes final payment and all other pending matters are closed. Proposer's failure or refusal to comply with this condition shall result in the immediate termination of the Contract (if awarded) by the City. The Audit and Inspection Provisions of Sections 18-100,18-102, and 18-101 of the Miami City Code are deemed as being incorporated by reference herein as additional terms. 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 3.15 E-VERIFY Successful Proposer shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Successful Proposer during 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 selected Consultant/s 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, Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 subcontractor, or consultant under contract with any public entity; and e) may not transact business with any public entity. 3.18 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT Successful Proposer shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Successful Proposer shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Successful Proposer shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Successful Proposer affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under this RFP/RFP. Furthermore, Successful Proposer affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Successful Proposer shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the Contract. 3.20 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the Proposal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted purposely, through either intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists, or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Proposer's authorized signature affixed to the Proposer's acknowledgment form, attests to this. END OF SECTION Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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. Hardcopy 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 to 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 to C, shall be separated by a tabbed divider identifying the corresponding item number. Proposers are not to submit any information in response to this RFQ Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 to 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 to C, including all documents requested in subsections. All pages of the Proposal must be consecutively numbered and correspond to the Table of Contents. 2. Proposal Cover Letter Proposer shall complete and submit Form RFQ-PCL for this section of the Proposal. (One (1) page maximum). 3. Narrative Proposer shall complete and submit Form RFQ-PN for this section of its Proposal. Provide 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 five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal) as of the Proposal submission due date. Licenses and any other pertinent information shall be submitted which demonstrates the Proposer's ability to satisfy all of the 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 five (5) years of experience providing engineering services and have served as lead/primary consultant on a minimum of three (3) civil engineering projects, currently ongoing or previously completed within the last ten (10) years. Submitted Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will 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 (PM) experience. The PM MUST be employed by the Proposer and MUST have a minimum of five (5) years of experience managing civil engineering projects and have served as the project manager on a minimum of three (3) civil engineering projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. One (1) form RFQ-EPM needs to be submitted for each of the three (3) reference projects. 8. Qualifications and Experience of the Lead Civil Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Civil Engineer (LCE). The LCE may be employed by the Proposer or a subconsultant, and shall be a currently licensed, practicing, and registered Professional Engineer in the State of Florida. Proposer shall identify the LCE'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." Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 In addition, a one -page resume is required to reflect the LCE'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 LCE MUST have a minimum of five (5) years of experience in civil engineering projects and have served as the Civil Engineer on a minimum of three (3) civil engineering projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 9. Qualifications and Experience of the Lead Structural Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Structural Engineer (LSE). The LSE 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 LSE'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 LSE'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 LSE MUST have a minimum of five (5) years of experience in structural engineering projects and have served as the Structural Engineer on a minimum of three (3) structural engineering projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 10. Qualifications and Experience of the Lead Environmental Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Environmental Engineer (LEE). The LEE 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 LEE'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." Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 In addition, a one -page resume is required to reflect the LEE'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 LEE MUST have a minimum of five (5) years of experience in environmental engineering projects and have served as the Environmental Engineer on a minimum of three (3) environmental engineering projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 11. Qualifications and Experience 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 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 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." In addition, a one -page resume is required to reflect the LMCE'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 LMCE MUST have a minimum of five (5) years of experience in engineering projects and have served as the Marine and Coastal Engineer on a minimum of three (3) marine and coastal engineering projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 12. Qualifications and Experience of the Lead Mechanical, Electrical, and Plumbing (MEP) Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Mechanical, Electrical, and Plumbing (MEP) Engineer (LMEP). The LMEP 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 LMEP's years of experience in the required professional services. Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 LMEP'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 LMEP MUST have a minimum of five (5) years of experience in MEP projects and have served as the LMEP on a minimum of three (3) MEP engineering projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 13. Qualifications and Experience of the Lead Surveying and Mapping Services Professional Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Surveying and Mapping Services Professional (LSM). The LSM shall be employed by the Proposer and shall be a currently licensed, practicing, and registered surveyor in the State of Florida. Proposer shall identify the LSM'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 LSM'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 LSM MUST have a minimum of five (5) years of experience in Surveying and Mapping Services Professional projects and have served as the Surveying and Mapping Services Professional on a minimum of three (3) surveying and mapping projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 14. Qualifications and Experience of the Lead Construction Engineering and Inspection (CEI) Engineer Proposer shall complete and submit Form RFQ QKP for this section of its Proposal for the Lead Construction Engineering and Inspection (CEI) Engineer (LCEI). The LCEI shall be employed by the Proposer and shall be a currently licensed, practicing, and registered engineer in the State of Florida. Proposer shall identify the LCEI'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 LCEI'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 LCEI MUST have a minimum of five (5) years of experience in Project Engineer/Administrator services for CEI projects and must have served as the Lead CEI on a minimum of three (3) CEI projects, currently ongoing or previously completed within the last ten (10) 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 five (5) year minimum experience requirement or to submit proof of at least three (3) engineering design projects, currently ongoing or completed within the past ten (10) years, will result in a non -responsive determination for the Proposal. 15. Qualifications and Experience of other Proposed Personnel Proposer shall complete and submit Form RFQ-QKP for this section of the Proposal to provide a comprehensive summary of Proposed Personnel (other than Key Personnel) as listed in Section 2.4, "Proposed Team/Key Personnel." While forming the team, Proposer shall be mindful of the anticipated levels of staffing required to deliver the services identified in Section 2, "RFQ Scope of Services." Licenses and any other pertinent information shall be submitted which demonstrates satisfaction of all the requirements identified in Section 3.5, "Minimum Qualification and Experience Requirements." Proposer shall provide one form for all 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 to include at least one (1) project, currently ongoing or previously completed within the last three (3) years, 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 three (3) year minimum experience requirement or to submit proof of at least one (1) engineering design projects, currently ongoing or completed within the past three (3) years, will result in a non -responsive determination for the Proposal. Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 16. Team Organizational Chart An organizational chart of the Proposer's Team shall be provided for Key Personnel and other 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 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. Letter of Agreement(s) - Form RFQ-LOA 4. Certificate of Compliance with Section 18-87 of the City Code 5. Copies of Miami -Dade County SBE certification for Proposer's Subconsultant(s)/Subcontractor(s) 6. Business Tax Receipt(s)/Occupational License(s) for Proposer and all Subconsultant(s)/Subcontractor(s) 7. 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 submissions on BidSync need to be uploaded in bookmarked and searchable .pdf format. Proposers are encouraged to use the following as a checklist to ensure responsiveness of their Proposal: Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Section A ❑ Table of Contents ❑ RFQ-PCL Proposal Cover Letter ❑ RFQ-PN Proposal Narrative ❑ RFQ-QPC Qualifications of Proposer ❑ RFQ-EPC Experience of Proposer ❑ RFQ-QKP Qualifications of the PM, plus Resume ❑ RFQ-EPM Experience of the PM ❑ RFQ-QKP Qualifications and Experience of the LCE plus Resume ❑ RFQ-QKP Qualifications and Experience of the LSE plus Resume ❑ RFQ-QKP Qualifications and Experience of the LEE plus Resume ❑ RFQ-QKP Qualifications and Experience of the LMCE plus Resume ❑ RFQ-QKP Qualifications and Experience of the LMEP plus Resume ❑ RFQ-QKP Qualifications and Experience of the LSM plus Resume ❑ RFQ-QKP Qualifications and Experience of the LCEI plus Resume ❑ RFQ-QKP Qualifications and Experience of Other Proposed Personnel plus Resume ❑ Team Organizational Chart Section B ❑ RFQ-DPP Design Philosophy and Process ❑ RFQ-TCA Technical Capabilities and Approach Section C ❑ RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. ❑ Information for Determining Joint Venture Eligibility - Form A (if applicable) ❑ Certificate of Compliance with Section 18-87 of the City Code ❑ RFQ-QSC List of Subconsultants ❑ Letter of Agreement(s) - Form RFQ-LOA ❑ Copies of Miami -Dade County SBE certification for Proposer's Subconsultant(s)/Subcontractor(s) ❑ Business Tax Receipt(s)/Occupational License(s) for Proposer and all Subconsultant(s)/Subcontractor(s) ❑ FDOT Notice of Qualifications (preferred, not required) Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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: RFQ NO. 21-22-016 MISCELLANEOUS ENGINEERING SERVICES FOR CITYWIDE CAPITAL IMPROVEMENTS Proposal Submission Due Date: September 26, 2022, by 5:00 p.m. 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 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 recommendation of the Committee and the award of the Agreement(s). Where Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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 Proposer's Project Manager's Qualifications and Experience 20 points Proposer's Lead Engineers Qualifications and Experience 20 points Proposer's Team Members Qualifications and Experience 15 points Design Philosophy and Process/Technical Capabilities and Approach 10 points Amount of Work Awarded by the City* 5 points (*) Points for this evaluation criterion will be assigned by the City according to a sliding scale based on the amount of work awarded by the City during the three (3) years prior to the Proposal Submission Due Date to Proposers submitting a responsive Proposal, including their 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 requirements, bonus points will be granted to Proposers who agree to use Miami -Dade County SBE Firms from within the City of Miami municipal boundaries. The awarded firm must agree to assign a minimum of fifteen percent (15%) of the contract value to Miami -Dade County certified SBE firm(s) that maintain a "Local Office," as defined in City Code Section 18-73. END OF SECTION Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, "Minimum Qualification Requirements" and Section 4.1, "Submission Requirements." PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: ■ Proposal Letter ■ Narrative ■ Qualifications of Proposer ■ Experience of the Proposer ■ Qualifications/Experience of the PM ■ Qualifications/Experience of the LCE ■ Qualifications/Experience of the LSE ■ Qualifications/ Experience of the LEE ■ Qualifications/ Experience of the LMCE ■ Qualifications/ Experience of the LMEP ■ Qualifications/ Experience of the LSM ■ Qualifications/ Experience of the LCEI ■ Qualifications/Experience of the Other Proposed Personnel ■ Team Organizational Chart Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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) ■ Certificate of Compliance with Section 18-87 of the City Code ■ Letter of Agreement(s) - Form RFQ-LOA ■ List of Subconsultants - Form RFQ-QSC ■ Copies of Miami -Dade County SBE certification for Proposer and Team Members ■ Business Tax Receipt(s)/Occupational License(s) for Proposer and Team Members ■ 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. 21-22-016 Certification Statement 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 Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20_ , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Engineering Services for Citywide Capital Improvements RFQ No. 21-22-016 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and that their execution thereof shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Secretary: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Engineering Services for Citywide Capital Improvements RFQ No. 21-22-016 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Limited Liability Corporation be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and that their execution thereof shall be the official act and deed of this Limited Liability Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF SS: COUNTY OF I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (If applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20_, to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of me as an individual d/b/a (doing business as) (If applicable) I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20_ NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification, or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company Name: Individual Name: Signature: Date: Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE hereby certify that: i) I am the (President/Secretary or Principal) of (Proposer); ii) I have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) hereby agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"); OR iv) (Proposer) hereby is certified by Miami -Dade County as a SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Proposer's SBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (iii), above, to certified SBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF SS: COUNTY OF Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and sworn to before me this day of , 20_ My commission expires: Notary Public, State of at Large Bonded by: Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed, and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision -making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 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-QKP Qualifications of Key Personnel RFQ-QSC Qualifications and Experience of Other Proposed Personnel RFQ-DPP Design Philosophy and Process RFQ-TCA Technical Capabilities and Approach RFQ Proposal Forms END OF SECTION Miscellaneous Engineering Services for RFQ No. 21-22-016 Citywide Capital Improvements Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 ACCPRI'? CERTIFICATE OF LIABILITY INSURANCE 06/15/2023 ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0437153 1-212-948-1306 Marsh Risk & Insurance Services CIRTS Support@jacobs.com 633 W. Fifth Street Los Angeles, CA 90071 CONTACT NAME: PHONE FAX (A/C Ext): (A/C,No): 1-212-948-1306 E-MAIL IL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:ACE AMER INS CO 22667 INSURED Jacobs Engineering Group Inc. C/O Global Risk Management 555 South Flower Street, Suite 3200 Los Angeles, CA 90071 INSURER B : INSURER C : INSURERD: INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER: 68959313 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR R TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY HDO G47339273 Approved by Terry Quevado 07/01/23 06/15/2023 07/01/24 EACH OCCURRENCE $ 3,000,000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMISESO(Ea occurrence) $ 500, 000 X CONTRACTUAL LIABILITY MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 3,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OPAGG $ 3,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY ISA H10736262 07/01/23 07/01/24 COMBINED SINGLE LIMIT (Ea accident) $ 3,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A WLR C50711481 (AOS) WCU C50711559 (OH)* SCF C5071164A (WI) 07/01/23 07/01/23 07/01/23E.L. 07/01/24 07/01/24 07/01/24 X STATUTE OTH- ER E.L.EACHACCIDENT $ 2,500,000 DISEASE -EA EMPLOYEE $ 2,500,000 E.L. DISEASE - POLICY LIMIT $ 2,500,000 A PROFESSIONAL LIABILITY EON G21655065 014 07/01/23 07/01/24 PER CLAIM/PER AGG 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT MGR: Alex Meitin. CONTRACT MGR: Diana Francois. RE: The Consultant shall provide full design services including, but not limited to, complete planning and design services; evaluation of proposed alternatives; public meetings; detailed assessments and recommendations; cost estimates; opinions of probable construction cost; review of work prepared by subconsultants and other Consultants; field investigations and observations; post design services; construction documents, construction administration services, as well as any and all required reports for the Project a the request of the Agency. The following disciplines are required: Civil Engineering, Structural Engineering, Environmental Engineering, Marine & Coastal Engineering, Mechanical, Electrical, and Plumbing (MEP) Engineering, CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Avenue 6th Floor Miami, FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) Cert Renewal 68959313 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 06/15/2023 NAME OF INSURED: Jacobs Engineering Group Inc. apply for, but not of Homeland Service A detailed SCOPE basis performance cf CONTRACT END & autc holder under Retro date CONDITIONS, TERMS, Additional Description of Operations/Remarks from Page 1: Surveying and Mapping, and Construction Engineering and Inspection (CEI) Services. Consultants shall process, and obtain permits from various environmental regulatory agencies having jurisdiction including, limited to, the Miami -Dade County Division of Environmental Resources Management ("DERM"), Department Environmental Protection ("DEP"), Federal Emergency Management Agency ("FEMA"), the Department of Security ("DHS"), and Army Corps of Engineers ("ALOE"), as required for City projects. The Professional Agreement (PSA or Agreement) may detail the deliverables that will be required of the Consultant. of work will be developed for each work order issued. Projects will typically be issued on a rotational factoring in amount of dollars awarded to any member of the pool as a result of this solicitation, previous work orders issued, and expertise and experience to assume new work orders to be assigned. DATE: 2025-11-30. SECTOR: Public. City of Miami is added as an additional insured for general liability liability as respects the negligence of the insured in the performance of insured's services to cert contract for captioned work. Coverage is primary and certificate holder's insurance is excess and non-contributory. Waiver of subrogation is hereby granted in favor of cert holder for GL and AL. until September 30, 2022 - Full prior acts coverage applies for Professional Liability. *THE TERMS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO SUPP (05/04) Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 ADDITIONAL INSURED -AUTOMATIC STATUS Named Insured Jacobs Solutions Inc. Endorsement Number Policy Symbol HDO Policy Number G47339273 Policy Period 07/01/2023 TO 07/01/2024 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any person or organization for whom any Named Insured is required by written contract or agreement to provide insurance, entered into prior to the loss, where such written contract or agreement does not expressly identify a particular Insurance Service Organization Form to be applied to their additional insured status. Who Is An Insured (Section II) includes as an additional insured the person or organization shown in the Schedule, but the insurance shall not exceed the scope of coverage and/or limits of this policy. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of the coverage and/or limits required by said contract or agreement; and, if such additional insured's scope of coverage is not expressly stated in such contract or agreement, then such coverage is limited to the additional insured's vicarious liability to the extent directly caused by the Named Insured's negligence during the Named Insured's ongoing operations. This insurance shall be primary insurance to the extent required by said contract or agreement, and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to the extent specified in said contract agreement. Where the contract or agreement provides that the additional insured's scope of coverage is for the Named Insured's indemnity obligations under such contract or agreement, then such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of coverage required by said contract or agreement Notwithstanding anything to the contrary, the coverage provided an additional insured under this endorsement shall be limited to the minimum coverage limits required to be provided by the Named Insured under the written contract or agreement. MS-15992 (07/18) ©Chubb. 2016. All rights reserved. Page 1 of 1 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 NOTICE TO OTHERS ENDORSEMENT - SCHEDULE - EMAIL ONLY Named Insured Jacobs Solutions Inc. Endorsement Number Policy Symbol HDO Policy Number G47339273 Policy Period 07/01/2023 TO 07/01/2024 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685 (01/11) Page 1 of 2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685 (01/11) Page 2 of 2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 NOTICE TO OTHERS ENDORSEMENT - SCHEDULE - EMAIL ONLY Named Insured Jacobs Solutions Inc. Endorsement Number Policy Symbol ISA Policy Number H10736262 Policy Period 07/01/2023 TO 07/01/2024 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685 (01/11) Page 1 of 2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685 (01/11) Page 2 of 2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-000A1 B2496A3 Workers' Compensation and Employers' Liability Policy Named Insured JACOBS SOLUTIONS INC. 555 SOUTH FLOWER ST, STE 3200 LOS ANGELES CA 90071 Endorsement Number Policy Number Symbol: WLR Number: C50711481 Policy Period 07-01-2023 TO 07-01-2024 Effective Date of Endorsement 07-01-2023 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. NOTICE TO OTHERS ENDORSEMENT - SCHEDULE - EMAIL ONLY A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This Endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM,TX and WI. WC 99 03 68 (01 /11) Page 1 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Authorized Representative WC 99 03 68 (01 /11) Page 2 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured Jacobs Solutions Inc. Endorsement Number Policy Symbol EON Policy Number G21655065 014 Policy Period 07/01/2023 to 07/01/2024 Effective Date of Endorsement 07/01/2023 Issued By (Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT — SCHEDULE A. If We cancel or non -renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non -renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. B. The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. C. The Schedule must be in a format that is acceptable to Us and must be accurate. D. Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non -renewal is mailed or delivered to You. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non -renewal date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non - renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non -renewal to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon Us, Our agents or representatives, will not extend any Policy cancellation or non -renewal date and will not negate any cancellation or non -renewal of the Policy. G. We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule, We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. With respect to this endorsement Our, Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. MS-36362 (04/19) JOHN J. LUPICA, President Authorized Representative Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 From: Quevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles, Yesenia Subject: RE: Delivery by CertificatesNow (COI Renewal for Jacobs Engineering) Date: Thursday, June 15, 2023 6:49:35 PM Luis The COI is adequate. Regards, Terry M. Quevedo City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo@miamigov.com "Serving, Enhancing, and Transforming our Community Original Message From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, June 15, 2023 12:52 PM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles @miamigov. com> Subject: FW: Delivery by CertificatesNow (COI Renewal for Jacobs Engineering) Good afternoon, Please review and approve. Best regards, Luis Caseres Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 (305) 400-5335 (Lcaseres@miamigov.com "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Detail by Entity Name DIVISION OF CORPORATIONS 4r Divo)N�I l ,,rf Cll"g ( E Fj A' Er r Q `f ura v rirrl Curt©c+f llurida sv bai$e Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation JACOBS ENGINEERING GROUP INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 1999 BRYAN STREET DALLAS, TX 75201 P13217 95-4081636 02/12/1987 DE ACTIVE AMENDMENT 02/26/1990 NONE Changed: 04/05/2018 Mailing Address MANISHA GADHAVE, JACOBS ENGINEERING INDIA PVT LTD 12B EMPIRE TOWER CLOUD CITY CAMPUS NAVI MUMBAI 400 708 IN Changed: 02/05/2020 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 06/30/1992 Address Changed: 06/30/1992 Officer/Director Detail Name & Address Title President https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=JACOBSE.. 1/5 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Detail by Entity Name PRAGADA, ROBERT V 1999 BRYAN STREET DALLAS, TX 75201 Title Treasurer CARLIN, MICHAEL 1999 BRYAN STREET DALLAS, TX 75201 Title Secretary JOHNSON, JUSTIN 1999 BRYAN STREET DALLAS, TX 75201 Title VP BUNDERSON, MICHAEL 155 NORTH LAKE AVENUE PASADENA, CA 91101 Title VP MEINHART, TOM 10 TENTH STREET SUITE 1400 ATLANTA, GA 30309 Title Authorized Representative KIRBY, DANIEL 200 SOUTH ORANGE AVENUE SUITE 900 ORLANDO, FL 32801 Title Authorized Representative STEJSKAL, DAVID 25 West Cedar Street Suite 350 Pensacola, FL 32502 Title VP NEIN, BRETT 1100 N. GLEBE RD,STH FLOOR ARLINGTON, VA 22201 Title VP JONES, KEITH B 46 LIBERTY INDUSTRIAL PARKWAY MCDONOUGH, GA 30253 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=JACOBSE.. 2/5 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Title VP Detail by Entity Name PATTERSON, ELLEN 550W, CYPRESS CREEK ROAD FORT LAUDERDALE, FL 33309 Title VP HOOPER, CORY 200 SOUTH ORANGE AVENUE SUITE 900 ORLANDO, FL 32801 Title VP WATSON, KATUS 5401 W. Kennedy Blvd Ste 300 TAMPA, FL 33609 Title VP UCHIL, VINAY 10 TENTH STREET SUITE 1400 ATLANTA, GA 30309 Title Director DEMETRIOU, STEVEN J 1999 BRYAN STREET DALLAS, TX 75201 Title President BERRYMAN, KEVIN C 1999 BRYAN STREET DALLAS, TX 75201 Title VP ASHMAN, DAVID 5401 W. Kennedy Blvd Ste 300 Tampa, FL 33609 Title VP Lazaro, Alberto 3150 SW 38 Avenue Miami, FL 33146 Annual Reports Report Year Filed Date https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=JACOBSE.. 3/5 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 Detail by Entity Name 2021 01/14/2021 2021 06/07/2021 2022 01/13/2022 Document Images 01/13/2022 -- ANNUAL REPORT 09/28/2021 -- AMENDED ANNUAL REPORT 06/07/2021 -- AMENDED ANNUAL REPORT 01/14/2021 -- ANNUAL REPORT 02/05/2020 -- ANNUAL REPORT 02/08/2019 -- ANNUAL REPORT 09/26/2018 -- AMENDED ANNUAL REPORT 05/21 /2018 -- AMENDED ANNUAL REPORT 04/18/2018 -- AMENDED ANNUAL REPORT 04/08/2018 -- AMENDED ANNUAL REPORT 04/05/2018 -- ANNUAL REPORT 08/11/2017 -- AMENDED ANNUAL REPORT 01/19/2017 -- ANNUAL REPORT 05/17/2016 -- AMENDED ANNUAL REPORT 04/28/2016 -- ANNUAL REPORT 04/17/2015 -- ANNUAL REPORT 05/28/2014 -- AMENDED ANNUAL REPORT 04/15/2014 -- AMENDED ANNUAL REPORT 01/27/2014 -- ANNUAL REPORT 03/05/2013 -- ANNUAL REPORT 07/10/2012 -- ANNUAL REPORT 02/09/2012 -- ANNUAL REPORT 09/30/2011 -- ANNUAL REPORT 06/30/2011 -- ANNUAL REPORT 02/08/2011 -- ANNUAL REPORT 03/31 /2010 -- ANNUAL REPORT 11/05/2009 -- ANNUAL REPORT 01/28/2009 -- ANNUAL REPORT 04/02/2008 -- ANNUAL REPORT 04/26/2007 -- ANNUAL REPORT 05/02/2006 -- ANNUAL REPORT 05/03/2005 -- ANNUAL REPORT 04/27/2004 -- ANNUAL REPORT 05/02/2003 -- ANNUAL REPORT 04/17/2002 -- ANNUAL REPORT 05/03/2001 -- ANNUAL REPORT 05/03/2000 -- ANNUAL REPORT 05/08/1999 -- ANNUAL REPORT 04/30/1998 -- ANNUAL REPORT 04/25/1997 -- ANNUAL REPORT 04/23/1996 -- ANNUAL REPORT 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 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 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 View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=JACOBSE.. 4/5 Docusign Envelope ID: 1 ED5CB11-72DC-4F8C-9275-COOA1 B2496A3 View image in PDF format Detail by Entity Name Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inguirytype=EntityName&directionType=Initial&search NameOrder=JACOBSE... 5/5 Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Wednesday, July 17, 2024 1:16 PM Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Badia, Hector; Darrington, Mario; Mora, Jorge; McGinnis, Lai -Wan Cambridge, Susan; Velez, Pablo; Hannon, Todd; Olivera, Rosemary; Reinike- Heinemann, Evelyn Document Distribution - RFQ 21-22-016 - Misc. Eng. Services for Citywide Capital Improvements -Jacobs Engineering Group, Inc. RFQ_21-22-016_-_Misc Eng Services -jacobs Eng._Executed 07-16-2024.pdf Good afternoon All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Tania You may now close this Matter ID 24- 637 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Professional Services Agreement City of Miami Jacobs Engineering Group, Inc. Misc. Eng. Services for Citywide Capital Improvements 07/16/2024 i Lu,i - Cc e re - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2