TETRA TECHDecember 9, 2011
Professional Engineering
and Management Services
Letter of Interest for
Section 1- Cover Letter 150 West Flagler Street, Suite 1625, Miami, Florida 33130
Tel : 786.507.3898 Fax 786.439.0400 www.tetratech.com
December 9, 2011
Dr. Hector Mirabile, Ph.D., City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
Subject: Letter of Interest for Professional Engineering and Management Services
Pre-Qualification Pool for the City of South Miami
Dear Dr. Mirabile:
On behalf of Tetra Tech, Inc. (Tetra Tech), please consider the information enclosed herein as our
formal response to the City of South Miami's Request for Letter of Interest to provide
Professional Engineering and Management Services Pre-Qualification Pool. The proposed project
team is comprised of qualified personnel specifically assembled to address the general scope of
services. Our team is committed to the delivery of assignments in an efficient and cost -effective
manner.
Tetra Tech specializes in municipal and public consultation and is one of the largest engineering
firms in the nation. Tetra Tech is currently ranked No. 7 in design firms by Engineering News
Record (ENR). Our local office philosophy allows our clients to benefit from the best of both
worlds; local, personalized service with nationally recognized resources. In the past 20 years, we
have served over 80 Florida cities and 26 Florida counties. Currently, Tetra Tech is serving as
continuing consultant to over 30 governmental agencies in Florida. Tetra Tech has served the
South Florida community successfully for many years. Projects for this assignment will be
performed and delivered from our Miami, Florida office located at 150 West Flagler Street, Suite
1625, Miami, Florida 33130.
Kenneth Caban, PE, BCEE, LEED® AP, will serve as Project Manager and Point-of-Contact for the
City for these services. We firmly believe that the City will benefit from our project team
consisting of individuals that provide civil engineering expertise related to the planning, design,
permitting, construction, and traffic engineering. The project team is also familiar with the key
City Staff and has developed a strong working relationship throughout the years. We are not
aware of any conflicts of interest to performing the requested services for the City.
Tetra Tech has not previously held prequalification with the City before and we look forward to
this opportunity. We believe that Tetra Tech will offer the expertise and experience necessary to
meet and exceed the City’s needs and expectations. We look forward to an opportunity to provide
dedicated service to the City of South Miami.
Sincerely,
Kenneth Caban, PE, BCEE, LEED® AP
Tetra Tech Southeast Florida Regional Manager
1
Section II - Evaluation FactorsEstablished in 1966, Tetra Tech is a leading provider of consulting, engineering and technical services. Tetra Tech has been serving the State of Florida since 1977. We offer proven experience and demonstrated excellence in professional engineering services. Our firm is committed to provide quality service and cost effective solutions for all of our clients. Our award winning team has been recognized for innovation and dedication over the years, and we bring that perspective to each new project. Engineering News
Record (ENR) has ranked Tetra Tech No. 7 for engineering design services. Our extensive background has been focused throughout the State of Florida in a variety of specialized projects. Our firm maintains a strong working knowledge of all applicable State and Federal Regulations. Tetra Tech has the technical expertise to assist the City of South Miami with all items related to professional engineering management services including roadway, drainage design, civil, traffic, and environmental engineering.
LocationTetra Tech has 330 offices nationwide and 20 offices located throughout the state of Florida. The services performed for City of South Miami will be performed from our local office in Miami, Florida. The office is located at 150 West Flagler Street, Suite 1625, Miami, Florida 33130. This location is less than 10 miles and 15 minutes from City of South Miami offices. This proximity will allow for face-to-face communication with City staff and a rapid response to meeting requests if needed.
StaffTetra Tech specializes in municipal and public consultation services. It is our core belief that our professionals serve as an extension of our client’s staff. Under this basic and important premise, we place a large emphasis on serving the specific project needs and tasks of the City, while maintaining and updating an in-depth knowledge of the City’s various systems. As part of our commitment to the City, our staff will dedicate time and effort to understanding the various components of the City’s systems. To fully serve the City of South Miami in providing the proposed professional engineering and management services, a team of experienced professionals is required. We have assembled a qualified, experienced, professional team to provide the array of services requested by the City. These
professionals will have the support of the more than 275 professionals located throughout the State of Florida and more than 13,000 professionals located nationwide. Tetra Tech is very sensitive and responsive to our clients’ budget, safety, contract administration, and environmental requirements. Due to the page limitation for this section, we are unable to provide detailed information on the suite of tools utilized by Tetra Tech for project management, health and safety programs, contract administration, and environmental compliance. We can provide this additional information, should the City request it.
aPPRoacH to PERfoRMinG PRofESSionaL
EnGinEERinG anD ManaGEMEnt SERVicESIn order to provide for the unique needs of a municipality such as the City of South Miami, an emphasis is always placed on providing responsive on-call service, while maintaining an understanding of project budgets and costs. To achieve timely, efficient completion of any project, the work is broken-down into distinct phases. For most projects the phases should include preliminary engineering, final design, permitting, bidding, and construction administration, although some projects could involve a feasibility study or an evaluation of a particular facility or set of alternatives. Brief descriptions of activities for each phase or type of project are presented in the following paragraphs.
StUDiES anD EVaLUationSOver the course of a continuing services contract clients often authorize their consultants to evaluate a variety of concepts for assignments. In such assignments, it is important to clearly identify the scope of assignment, as well as the precision needed for decision-making. Because of the uncertainties that currently exist with regard to the types of studies that may be authorized under this contract, it is difficult to develop a definitive project approach to stand-alone assignments involving studies or reports. Despite these uncertainties, the general approach to the work normally includes the following:
Kick-off meeting
Data gathering and analysis
Development and refinement of alternatives
Engineering calculations and computer models as appropriate
Calibration of models as appropriate
Capital, operating, and present worth cost analyses
Preparation of draft report
Review meetings
Preparation of final report
Presentations as appropriate
2
Professional Engineering and Management Services
Letter of Interest for
Tetra Tech 2Section II - Evaluation Factors
Kick-off meeting
Information gathering
Evaluation of existing facilities with respect to performance and condition
Development and evaluation of options
Site visits to observe performance of equipment under consideration or to view the proposed project site or pipeline route
Projections
Preliminary layouts of the proposed facilities for options under consideration
Estimates of capital, operating, and present worth costs for various alternatives
Selection of process and equipment options or pipeline alignments with City
Identification of the permits required to construct the project
Identification of any issues that could impact the timely or economical completion of the project and recommend solutions
Preparation of a design report summarizing the findings of the preliminary engineering analysis.
Review meetings
Preparation of final report
PRELiMinaRY EnGinEERinGThe preliminary engineering phase will generally present a variety of alternatives, and present associated costs to the City in a manner that will allow the City to make informed decisions as to how the project shall proceed. This phase usually includes the following tasks:
finaL DESiGnThe final design phase will consist of the detailed design engineering and quality control required to produce complete drawings, specifications, bidding documents, and cost estimates. It is anticipated that the construction documents will be submitted and reviewed at the 30, 60, 90, and 100 percent completion levels. Geotechnical engineering will be one of the first tasks completed in the final design so that any findings can be addressed during design. The construction drawings will include the drawing index, vicinity map, general notes, legend and abbreviations, and sheets for civil, mechanical, structural, architectural, electrical and instrumentation as needed. The construction documents will be in compliance with the City’s latest standards.
PERMittinGTetra Tech will prepare and submit all required project-related permit applications and supporting documentation necessary to obtain the required permits for construction and operation of any project. Tetra Tech’s project approach to permitting is simple and follows the same logic as with the overall project management. This simple philosophy is that the affected entities must be involved with the project from the very beginning. This involvement includes pre-design and
pre-permitting meetings that prevent costly delays in the project due to miscommunication with the permitting agencies.
BiDDinG aSSiStancEUpon completion and approval of the final construction documents, Tetra Tech will work closely with the City’s Purchasing Department to prepare to bid the project including coordinating with the City’s Risk Management Department. Tetra Tech will furnish the City with the advertisement to bid and instruction to bidders. Tetra Tech will provide bidders with complete bidding sets in the format required by the City. Tetra Tech will actively participate in the bidding phase by answering any questions related to the design, attending a pre-bid conference, and by preparing any addenda that may be required. After the bids have been received and opened, Tetra Tech will review and evaluate the apparent low bidder’s unit prices, qualifications, and references. Tetra Tech will also prepare a tabulation of bids and make recommendations to the City regarding the award of the construction contract.
conStRUction aDMiniStRationTetra Tech, based on the City‘s requirements, will maintain an active role in the construction phase of the project and work closely with the City and Contractor. The same engineers who produce the design will continue through the construction phase to ensure that the City’s comments during design review and the permitting requirements guide the construction. Consistent staff from project inception to final construction completion is key to overall project success. The following tasks are anticipated to be performed in the construction phase:
Prepare “Conformed” Contract Documents that incorporate all revisions to the original bidding documents
Plan, organize, and conduct a pre-construction conference
Attend monthly progress meetings
Periodically visit the project site to observe progress and the quality of work
Provide interpretation and clarification of the contract documents when requested
Review shop drawings for compliance with the conformed documents
Review test reports
Review applications for payment and progress schedules
Evaluate claims and prepare change orders
Participate in substantial and final completion inspections and assist with the preparation of punch lists
Prepare record drawings incorporating the changes made during construction
Prepare and submit the documents required to regulatory agencies for clearance
1
Section III - Supportive InformationA proposed organizational chart and brief introductions to the key Tetra Tech team members are included below and on the following pages. Following the introductions is a brief overview of Tetra Tech’s experience providing the requested services. More detailed resumes are provided in the SF 330 provided at the end of this section.
Project ManagerKenneth Caban, PE, BCEE, LEED® AP
Drainage DesignRoderick Cashe, PE, CDTMichael Saxton, PE
Civil EngineeringMatthew Doan, PE Alicia Verea-Feria, EI
QA/QCWilliam Musser, PE, PH, CFM, PWS, LEED® APJennifer Woodall, PE, MBA
Traffic EngineeringKen Mazurek, PEKyle Ramakers, PE
Roadway EngineeringJayson Nault, PEDave DeBerardino, PE
ORgAnizAtiOnAl ChARt
2
Professional Engineering and Management Services
Letter of Interest for
Tetra Tech 2Section III - Supportive Information
KEnnEth CAbAn, PE, bCEE, lEED® AP.
Project ManagerMr. Caban has over 15 years of experience in the analysis, design, permitting, inspection, construction management, and program and project management of water and wastewater conveyance and treatment systems, water, wastewater, and stormwater master planning and design, site development, and capital improvement programs for various municipalities. He has served in all areas of technical designs, accounting, marketing, and managing roles of various engineering projects. Mr. Caban currently serves as a Senior Project Manager for large scale, high profile projects with major clients. He also serves as Southeast Florida Regional Manager. Additionally, his dedication and strong personal and technical skills has been a great asset in all aspects of the projects he has carried out for the various municipalities throughout Miami-Dade, Broward, Palm Beach, and Monroe counties. Mr. Caban will serve as project manager providing project and team oversight. He will also serve as point of contact with the City of South Miami.
WilliAM MussER, PE, Ph, CFM, PWs, lEED® AP
QA/QC ManagerMr. Musser has been employed as a consulting engineer since 1984 in a broad range of design, permitting and management capacities. His technical and management experience spans both the public and private sectors as well as local, state, and federal programs. His civil engineering services have supported projects in several states, particularly throughout the State of Florida where he has consulted on projects in over 60 cities and 40 counties. Mr. Musser’s civil engineering project experience includes: roadways; stormwater management systems; mitigation areas; spring and wetland restoration; commercial, industrial and residential developments; military and institutional developments; utility systems; and recreational park projects. He currently serves as a Client Manager/Project Manager for customers and is the Technical Resources Director for all disciplines serving our 16 eastern region offices of our Engineering and Architecture Services.
JEnniFER WOODAll, PE, MbA
QA/QC ManagerMs. Woodall is a Vice President and Senior Project Manager in the Public Utilities Division. Her experience includes design, permitting and construction administration of water treatment and distribution systems, wastewater collection and treatment facilities, potable water supply wells and reclaimed water aquifer storage and recovery wells as well as
master planning for water and wastewater facilities, computer modeling of water distribution systems, development of industrial pretreatment programs for wastewater systems, utility acquisition services for both private and municipally owned facilities and a variety of engineering analyses for various water and wastewater projects.
JAysOn nAult, PE
Roadway EngineeringMr. Nault has more than 24 years of professional experience as a project manager, lead road engineer and QA/QC lead in the area of highway/roadway design utilizing Michigan Department of Transportation, AASHTO, and Federal Highway Administration (FHWA) standards, including complex urban freeways, rural freeways, interchanges, arterial roadways, pavement rehabilitation, intersection design, traffic/transportation design, traffic impact studies, and traffic signal design. These projects have included geometric design, preparation of right-of-way plans, drainage studies and design, cost estimating, stage construction, special provisions, roadside design, and critical path scheduling. In addition, he is experienced in cost estimating, CPM scheduling, and the use of road design software and CADD systems.
DAvE DEbERARDinO, PE
Roadway EngineeringMr. DeBerardino is experienced in project administration and management, plan reviews, specification development, maintaining traffic, budgets, construction estimates, right-of-way (ROW) issues, road and bridge surveying, and MDEQ requirements. He has served as Project Engineer or Manager on numerous Michigan Department of Transportation (MDOT) projects and many incentive-expedited projects. Mr. DeBerardino is also experienced in dealing with the media, responsible for oversight of technician training, and working with the Federal Highway Administration (FHWA).
RODERiCK CAshE, PE, CDt
Drainage DesignMr. Cashe has a broad range of civil engineering experience. He has developed extensive experience in the design, permitting, and construction administration of stormwater management infrastructure and BMP systems for both public and private interests. Mr. Cashe also has expertise in preparing stormwater management master plans also for both public and private clients. The master plans for the public primarily involved the inventory and mapping of infrastructure, H&H modeling for alternative solutions to problem areas and financial plans for management of the public stormwater programs. On the private side, Mr. Cashe managed plans that
3
Professional Engineering and Management Services
Letter of Interest for
Tetra Tech 3Section III - Supportive Information
established cost effective stormwater management facilities for optimum developable area. In addition, Mr. Cashe has extensive experience with the FEMA map revision process for management of flood plains.
MiChAEl sAxtOn, PE
Drainage DesignMr. Saxton’s career is diversified across the private, public sector, and federal sector. Within the private sector he has focused on site development storm water system engineering and site development permitting through numerous municipalities, FDEP, ACOE, NWFWMD, SJRWMD, SWFWMD, and SFWMD. Within the public sector Mr. Saxton’s experience includes but is not limited to storm water design for site improvements, roadway layout and design, retrofit design, piping design, retention/detention design, culvert sizing and design, floodplain analysis, alternative materials evaluation, water control structure evaluation/design and related storm water engineering; Mr. Saxton has computer modeling experience and capabilities in numerous modeling software such as: AdICPR, PONDS, StormNET, StormCAD, HEC-RAS, ArcGIS extensions, HEC-GeoRAS, HEC-GeoHMS, as well as H2ONET and WaterCAD.
MAtthEW DOAn, PE
Civil EngineeringMr. Doan serves as a project engineer in the Water and Wastewater Infrastructure Planning Group at Tetra Tech and has participated in many aspects of environmental engineering including master planning, computer hydraulic modeling, design, permitting, construction administration and data analysis. He has extensive experience master planning and in the analysis, design, and permitting of water, wastewater and reclaimed water transmission and collection systems. His expertise includes hydraulic modeling of potable water, reclaimed water, and manifolded wastewater pumping systems.
AliciA VErEA-FEriA, Ei
Civil EngineeringMs. Verea-Feria has been with Tetra Tech for 11 years and has over 14 years of general civil engineering and airport design experience. She has provided civil engineering services for water, sewer, and drainage projects as well as a variety of airport engineering projects. Her work has included preparing technical specifications, providing design services for construction plans, preparing cost estimates, permitting, and providing construction administration for numerous projects.
KEn MAzuREK, PE
Traffic EngineeringMr. Mazurek’s project experience includes urban freeway design, arterial roadway design, signal plans, detour and maintaining traffic plans, permanent signing and pavement marking plans, bicycle facility plans, impact studies for land developments, crash analysis and traffic operations. He is skilled in the use of Microsoft Office, MicroStation, InRoads, GEOPAK and MDOT’s Signal Span Calculation spreadsheet, and is frequently involved with design projects utilizing MDOT, AASHTO, and FHWA standards.
KylE RAyMAKERs, PE
Traffic EngineeringMr. Ramakers has been involved in almost all facets of traffic and transportation engineering in his more than 13 years of professional experience. He has performed numerous traffic operation and impact studies to evaluate the impacts of proposed improvements and developments on the surround roadway network. As part of these evaluations, Mr. Ramakers performs Level of Service (LOS) evaluations, determine traffic signal operational improvements (timing and coordination improvements), roadway and intersection geometry requirements, the need for turn treatments based on roadway agency requirements, safety reviews, signal warrant analyses, and sight distance evaluations. He is knowledgeable in Synchro, HCS, TSIS/CORSIM, AutoCAD and MicroStation.
4
Professional Engineering and Management Services
Letter of Interest for
Tetra Tech 4Section III - Supportive Information
ADDitiOnAl inFORMAtiOnThe following is provided as additional information on the specific services requested by the City of South Miami.
Transportation – roadways and TrafficIn keeping with our full-service reputation and client-focused approach, Tetra Tech provides the full range of services in the transportation sector. Whether the project is a residential street improvement, a major interchange, an Environmental Assessment (EA), corridor study, or major structural design, our staff will provide support services from conception to study, through design and construction.Tetra Tech will conduct transportation studies, including Project Development & Environmental (PD&E) studies, as needed by the City. These studies will include collection of data, development and analysis of transportation alternatives, development of project documents, and final approval. Important project development elements to be included in the transportation studies are the environmental and social impacts, public input, engineering design, and project costs. These efforts will be necessary in the development of transportation projects for the City.Tetra Tech provides traffic operations activities to our clients, including safety studies, traffic signal warrant analysis, preparation of pavement marking and signing plans, preparation of traffic signal construction documents, and providing assistance with implementing timing plans for clients’ signal computer systems. Tetra Tech has prepared traffic calming plans for municipal clients. In addition to the City’s input, it will be important to get public input during the development of the traffic calming strategies proposed for limiting speeding and cut-through traffic.
stormwater and Drainage servicesTetra Tech has provided stormwater management and drainage engineering services for many municipal, public and private clients throughout the State of Florida. We have prepared stormwater master plans for hundreds of thousands of acres of property in over eight counties. We have also prepared stormwater management ordinances, designed policy and procedures manuals, and reviewed stormwater development applications for several communities throughout the State of Florida. More recently Tetra Tech has assisted municipalities in creating stormwater utilities, and recapturing stormwater for beneficial use. This typically includes infrastructure improvements to include treatment and storage of the resource.
Many projects require the acquisition of environmental permits from various effected agencies such as the U.S. Army Corps of Engineers, Florida Department of Environmental Protection, and the Water Management Districts. Tetra Tech staff has comprehensive experience with all applicable environmental permitting agencies and have established rapport with many agency staff members. This experience and familiarity with agency staff has been developed through many years of project permitting services. Accordingly, Tetra Tech staff are intimately acquainted with agency regulations and permitting policies. Provided below is a summary of the stormwater services which Tetra Tech provides:
GASB 34 field documentation
Infrastructure field documentation utilizing GPS (sidewalks, roadways, drainage structures, street lighting, etc.)
GIS data input assistance
Established condition level for each asset, with updates at least every 3 years
CIP assistance to maintain assets at or above established condition level
Stormwater Permitting, point of discharge permitting, NPDES permitting
Stormwater/drainage design
Stormwater reclamation and beneficial use
Water quality data interpretation and applied modeling analysis
Hydraulic modeling analyses for drainage, streams, lakes and coastal environments, using USEPA and state approved regulatory computer programs
Lake management modeling
Continuous water budget modeling
Wetlands dynamic modeling
Ecosystem analysis modeling
Natural system analysis
TMDL compliance and monitoring
Section 303 (d) of Clean Water Act compliance assistance
Water Quality monitoring
Pollution load reduction (Best Management Practice development) for pollutant loading and non-point sources
Civil EngineeringTetra Tech has significant expertise in the areas of collection and transmission for water, reclaimed water and wastewater. Our extensive background has been focused throughout the State of Florida in a variety of specialized projects. These projects have included the planning, hydraulic modeling, design, permitting, and construction management services
5
Professional Engineering and Management Services
Letter of Interest for
Tetra Tech 5Section III - Supportive Information
associated with the various projects. A summary of our services includes:
GIS and Hydraulic Modeling
Transmission and distribution system design
Wastewater lift station design
Collection and transmission system design
Centralized storage and high service pumping design
Remote storage and high service pumping facility design
Construction Permitting (FDEP, FDOT, WMD, City, County, etc.)
Infrastructure construction administration
Water quality blending and stability analysis (corrosivity analysis)
Energy efficiency optimization
Telemetry/instrumentation system design
TTHM and HAA evaluations
Disinfectant and fluoridation design
Wastewater reuse and reclamation programs
Infiltration/inflow analysis
Sewer system evaluation surveys
Telemetering/instrumentation system design
Reuse feasibility master plans, cost studies and reports
Tetra Tech has ongoing and recently completed design and planning projects for multiple clients in the State of Florida. Locally, we have worked on collection, transmission and distribution projects for the City of Hollywood, City of Ft. Myers, City of Naples, Collier County, Lee County, Hendry County, City of Cape Coral and Gateway Community Development. Those projects range from a few hundred feet to several miles and from full master plan updates to hydraulic modeling investigations of specific problem areas within a water, wastewater or reclaimed water systems.
1
Section IV - Appendix
Name of firm aNd Proof of
authorizatioN to offer ProfessioNal
services iN floridaName: Tetra Tech, Inc.
Proof of authorizatioN to traNsact iN
the state of florida
receNt clieNts aNd refereNces
city of destin Steven Schmidt 850.837.4242 Project: Mountain Drive Improvements
city of miami Beach Richard Saltrick 305.673.7071 Project: Normandy Isles Streetscape and Infrastructure Improvements
city of deltona Joseph Walker 386.878.8959 Project: Deltona/EMS Fire Station #62
fdoc Bureau of facilities services Terry Knepper, PE, DEE 850.922.3945 Project: Florida Department of Corrections (FDOC) Continuing Engineering Consultant
city of North miami Beach Dr. Jeff An 305.948.2967 Project: Norwood-Oeffler Water Treatment Plant Expansion Program to 32.0 MGD
tohopekaliga Water authority Deb Beatty, PE 407.944.5023 Project: Emory Canal Gravity Sewer
tohopekaliga Water authority Deb Beatty, PE 407.944.5023 Project: Pump Station No. 60 and 97 Improvements
city of crestview Wayne Steele 850.682.6132 Project: Water System Master Plan
city of destin Chuck Meister, PE 850.837.4242 Project: Main Street Roadway Improvements
Professional Engineering and Management Services City of South Miami
ABCD-1 Form SF330 Part I
Part I – Contract-Specific Qualifications
A. CONTRACT INFORMATION
1. Title and Location (City and State)
Professional Engineering and Management Services, South Miami, Florida
2. Public Notice Date 3. Solicitation or Project Number
N/A N/A
B. ARCHITECT-ENGINEER POINT OF CONTACT
4. Name and Title
Kenneth Caban, PE, BCEE, LEED AP, Southeast Florida Regional Manager
5. Name of Firm
Tetra Tech, Inc.
6. Telephone Number 7. Fax Number 8. E-Mail Address
786.507.3898 786.439.0400 ken.caban@tetratech.com
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors)
(Check)
9. Firm Name 10. Address 11. Role in This Contract
Pr
i
m
e
Te
a
m
i
n
g
Pa
r
t
n
e
r
Su
b
-
co
n
t
r
a
c
t
o
r
a. X
Tetra Tech, Inc.
Check if Branch Office
150 West Flagler Street, Suite 1625
Miami, Florida 33130 Project Management, Civil Engineering
b. X
Tetra Tech, Inc.
Check if Branch Office
201 E. Pine Street, Suite 1000
Orlando, Florida 32801
Quality Control/Quality Assurance, Drainage
Design, Civil Engineering
c. X
Tetra Tech, Inc.
Check if Branch Office
123 Brighton Lake Road, Ste. 101
Brighton, Michigan 48116 Traffic Engineering, Roadway Engineering
d.
Check if Branch Office
e.
Check if Branch Office
f.
Check if Branch Office
g.
Check if Branch Office
D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Included on the following page))
Organizational Chart
Project ManagerKenneth Caban, PE, BCEE, LEED® AP
Drainage DesignRoderick Cashe, PE, CDTMichael Saxton, PE
Civil EngineeringMatthew Doan, PE Alicia Verea-Feria, EI
QA/QCWilliam Musser, PE, PH, CFM, PWS, LEED® APJennifer Woodall, PE, MBA
Traffic EngineeringKen Mazurek, PEKyle Ramakers, PE
Roadway EngineeringJayson Nault, PEDave DeBerardino, PE
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Kenneth L. Caban, PE, BCEE, LEED® AP Project Manager a. Total
15
b. With Current Firm
1
15. Firm Name And Location (City and State)
Tetra Tech, Miami, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
MS / Environmental Engineering
BS / Civil Engineering PE / FL, 59276
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Caban has over 15 years of experience in the analysis, design, permitting, inspection, construction management, and program and project
management of water and wastewater conveyance and treatment systems, water, wastewater, and stormwater master planning and design, site
development, and capital improvement programs for various municipalities.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Stormwater Master Plan Update, City of Key Biscayne, Florida Professional Services
2011
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. This project updates the existing Stormwater Master Plan and the Floodplain Management Plan and is one of the
components required by the Community Rating System (CRS) in order to maintain and obtain additional credit for the 5-year CRS Cycle
Recertification. The purpose of the Stormwater Master and Floodplain Management Plan Updates are to meet regulatory requirements, identify
problem areas and issues relating to repetitive loss properties, to identify and evaluate improvement alternatives, and to estimate costs
associated with various improvements to the stormwater management systems. Updating the Stormwater Master and Floodplain Management
plans also assists the Village of Key Biscayne in maintaining the Class 7 rating compliance with the requirements of the National Flood Insurance
Program (NFIP) CRS program.
b
(1) Title and Location (City and State) (2) Year Completed
Various Task Authorizations for the MDWASD 20-Year Water Facilities Master Plan Update
Miami-Dade County, Florida
Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Director, Mr. Caban has functioned as project director for a series of task authorizations associated with planning and implementing
projects necessary for re-issuance and compliance of Miami-Dade County’s water use permit and completion of the water master plan. In this
role, he directed a very large project team on various projects, managed the individual projects, and was an active team member all of the task
authorizations associated with this contract. Mr. Caban was responsible for extensive high-level client interaction and service for this contract,
meeting and corresponding with various MDWASD Deputy and Assistant Directors and Division and Section Chiefs, among others. The task
authorizations are listed and described below beginning with active task authorizations and continuing with completed task authorizations.
c
(1) Title and Location (City and State) (2) Year Completed
Kinloch Phase I and II Storm Sewer Improvements, Miami, Florida Professional Services
2006
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager. Mr. Caban assisted the project team with the design review, design, and preparation of contract documents for a storm
sewer system for the Kinloch area in the City of Miami. In addition, Mr. Caban acted as an additional client contact person and quality control
supervisor for this project. This project included French drains, gravity piping, control structures, and a surface water outfall.
d
(1) Title and Location (City and State) (2) Year Completed
Fairlawn Storm Sewer Improvements, Miami, Florida Professional Services
2006
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager/Project Engineer. Mr. Caban was responsible for the design and preparation of contract documents for the design of a
storm sewer system for the Fairlawn area in the City of Miami. This project included proposed French drains, gravity piping, control structures,
and a surface water discharge.
e
(1) Title and Location (City and State) (2) Year Completed
Miami Springs Basin 14 Drainage Improvements, Miami Springs, Florida Professional Services
2004
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager/Project Engineer. Mr. Caban was responsible for the hydraulic modeling, design, preparation of construction drawings,
permitting, and construction supervision for a drainage improvements project encompassing approximately 1,500 linear feet of French drains and
approximately 3,500 linear feet of interconnecting solid pipe. This project was a project identified in the Miami Springs Stormwater Master Plan
and has been constructed. Mr. Caban also provided engineering services during construction.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
William D. Musser, PE, PH, CFM, PWS,
LEED AP Quality Control/Quality Assurance a. Total
27
b. With Current Firm
19
15. Firm Name And Location (City and State)
Tetra Tech, Orlando, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
MS / Biological Sciences
BS / Environmental Engineering
PE / FL, 41118
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Musser’s civil engineering project experience includes: roadways; stormwater management systems; mitigation areas; spring and wetland
restoration; commercial, industrial and residential developments; military and institutional developments; utility systems; and recreational park
projects.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Mountain Drive Improvements, Destin Florida Professional Services
2010
Construction (if applicable)
2010
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: QC Reviewer. Project included the reconstruction of a one mile section of industrial roadway. It involved demolition, along a developed
corridor, of the entire road; construction of a new road with a retrofitted profile grade, pedestrian paths on each side, and an underground
stormwater management system.
b
(1) Title and Location (City and State) (2) Year Completed
Stormwater Master Plan Update, Naples, Florida Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: QC Reviewer. Project to integrate and update the City of Naples’ stormwater program to reflect the past 20 years of various stormwater
master plans and reports. The emphasis of the update was to focus the citywide effort in the areas of water quality improvements (flood control
and retrofit pollution treatment), and overall integration of regional management practices affecting Naples Bay. Significant environmental
concerns were focused on Naples Bay since it was adopted as a South Florida Water Management District (SFWMD) SWIM water body.
c
(1) Title and Location (City and State) (2) Year Completed
Miscellaneous Engineering Services, Bonita Springs, Florida Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Principal in Charge. Multiple Public Works Engineering Tasks for the City of Bonita Springs, including but not limited to preparation of a
stormwater master plan, development of a stormwater utility, assistance with interlocal agreements with Lee County for maintenance and upkeep
of roadway and swale systems, representation at public meetings and related day to day engineering tasks.
d
(1) Title and Location (City and State) (2) Year Completed
Alafia River, Lakeland, Florida Professional Services
2009
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: QC Reviewer. Tetra Tech provided support to the City of Lakeland with various projects related specifically to the Alafia River. Phase I.
Tetra Tech reviewed the calculations of hydraulic travel time in the Alafia River Watershed Hydraulic and Hydrologic (H&H) model, specifically for
three wastewater treatment plants. Phase II. Tetra Tech developed a hydrodynamic and water quality model of the Alafia River.
e
(1) Title and Location (City and State) (2) Year Completed
Veterans Memorial Park / Evard Retrofit Retention Pond, Deltona, Florida Professional Services
2006
Construction (if applicable)
2008
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: QC Reviewer. Hydraulic and hydrologic modeling, design, permitting and construction administration for a stormwater management facility
for a regional basin that allowed for future expansion of this park project along Evard Avenue. Under separate authorization, prepared the site
plan layout, utility improvements for the Phase II expansion of the park and permitted those improvements through SJRWMD and the City of
Deltona. Also designed the layout and improvements necessary for a 3,000-square foot Veterans Museum open to the public.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Jennifer L. Woodall, PE, MBA Quality Control/Quality Assurance a. Total
15
b. With Current Firm
15
15. Firm Name And Location (City and State)
Tetra Tech, Orlando, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS / Engineering
MBA / University of Florida PE/ FL, 55515
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Ms. Woodall’s experience includes design, permitting and construction administration of water treatment and distribution systems, wastewater
collection and treatment facilities, potable water supply wells and reclaimed water aquifer storage and recovery wells as well as master planning for
water and wastewater facilities, computer modeling of water distribution systems, development of industrial pretreatment programs for wastewater
systems, utility acquisition services for both private and municipally owned facilities and a variety of engineering analyses for various water and
wastewater projects.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Lowell Reception Center, Marion County, Florida Professional Services
2009
Construction (if applicable)
2010
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Quality Control and Quality Assurance. Water, wastewater and reclaimed water improvements at the Lowell Reception Center. Tasks
included review of design for underground utility infrastructure as well as water and wastewater treatment unit upgrades as necessary to serve
the proposed Lowell Reception Center. Included within this project was the review for the utilities associated with two new open bay dormitories
at the Lowell – Main Unit, a new secure housing unit at the Lowell Annex and two new bachelor officers’ quarters at the Lowell – Main Unit.
b
(1) Title and Location (City and State) (2) Year Completed
Integrated Water Resources Planning and CIP Program, Naples, Florida Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Client Manager. Tetra Tech developed an Integrated Water Resources Plan for the City of Naples to identify water needs, water supply
options and funding requirements during a twenty year planning period. This project supported earlier master planning efforts for the potable
water system. Water sources that were evaluated included surface water, seawater, and brackish groundwater. Surface water sources
considered included the Gordon River, Naples Bay and the Golden Gate Canal. Tetra Tech has also supported Naples by providing multiple CIP
improvement projects including facility improvements, pipeline projects and storage and pumping analysis and improvements.
c
(1) Title and Location (City and State) (2) Year Completed
Water and Wastewater Master Plan, North Port, Florida Professional Services
2010
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager. Development of a water and wastewater master plan. Activities included evaluation of the existing water treatment
facilities at the Myakkahatchee Creek water treatment plant. Construction management for the refurbishment of the Myakkahatchee Creek water
treatment plant including the refurbishment of the gravity filters, and the installation of a plant monitoring and control system.
d
(1) Title and Location (City and State) (2) Year Completed
Punta Gorda Reverse Osmosis Water Treatment Plant, Punta Gorda, Florida Professional Services
2009
Construction (if applicable)
2010
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Senior Project Manager. Responsible for the successful completion of a new 3.0 MGD reverse osmosis water treatment plant for the City
of Punta Gorda. The project will allow the City to meet current TDS requirements, which they are unable to meet with their current surface water
WTP. Ms. Woodall is in charge of assuring project completion in accordance with an FDEP mandated schedule and with yard piping and high
service pumping design.
e
(1) Title and Location (City and State) (2) Year Completed
James E. Anderson 22.5 MGD Reverse Osmosis WTP, Port St. Lucie, Florida Professional Services
2008
Construction (if applicable)
2008
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Operations Manager. for the ROWTP Expansion from 6.0 MGD ROWTP to 22.5 MGD including, design, permitting, and construction
administration. Tetra Tech was the engineer of record for the original 6.0 MGD ROWTP and the subsequent expansion to 22.5 MGD. The
project included raw water supply, pipelines, membrane treatment, pre- and post-treatment, high service pumping, four 4 MG ground storage
tanks, and concentrate disposal. This project was the second RO facility that Tetra Tech provided for the City treating the brackish Floridan
Aquifer with reverse osmosis.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Roderick K. Cashe, P.E., LEED® AP, CDT Drainage Design a. Total
23
b. With Current Firm
18
15. Firm Name And Location (City and State)
Tetra Tech, Orlando, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS / Civil Engineering
Graduate Courses at the University of Central Florida
PE/ FL, 45169
LEED® Accredited Professional
National Construction Documents Technologist (CDT)
FDEP Qualified Stormwater Management Inspector, No. 5366
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Cashe has statewide experience in the areas of stormwater management planning and engineering design; roadway design and permitting;
infrastructure engineering for utilities including force mains, water mains, gravity sewer and sanitary lift stations; and Commercial, residential and
multi-family site development.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Mountain Drive Road Reconstruction, Destin Florida Professional Services
2010
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager. Reconstruction of a one mile section of industrial roadway. It involved demolition, along a developed corridor, of the
entire road; construction of a new road with a retrofitted profile grade, pedestrian paths on each side, and an underground stormwater
management system.
b
(1) Title and Location (City and State) (2) Year Completed
Stormwater Master Plan Update, City of Deltona, Florida Professional Services
2008
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. This project involves updating the City’s adopted 1998 Stormwater Master Plan. It includes H&H modeling for select
drainage basins to establish provisional BFEs that will be attached to the next FEMA LOMR application by the City. It also includes updating the
City’s CIP list and their R&R projects so that the stormwater budget can be refined. In addition, it includes an update to a financial analysis of the
City’s stormwater management program to assess potential changes to their storm water utility fee.
c
(1) Title and Location (City and State) (2) Year Completed
Miscellaneous Engineering Services, Bonita Springs, Florida Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. Engineering analysis, feasibility studies, master planning, modeling, roadway level of service and condition review,
development of criteria for acceptance of private roadways into City system, and related miscellaneous tasks as necessary to act as the City’s
engineer for stormwater and roadway engineering projects.
d
(1) Title and Location (City and State) (2) Year Completed
Flagler Avenue Paving and Drainage Improvements, Flagler Beach, Florida Professional Services
2005
Construction (if applicable)
2005
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. Engineering design and St. Johns River Water Management Permitting to reconstruct approximately 2,200 of local
residential roadway that was frequently flooding during the wet season. Design included widening the lanes in both directions for pedestrian
traffic, realignment of a section and a stormwater management system to minimize the frequency of flooding.
e
(1) Title and Location (City and State) (2) Year Completed
Scott - Carver Homes – Hope VI Redevelopment Project , Miami, Florida Professional Services
2011
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager. The project resulted in a new mixed-use community to rejuvenate the severely distressed Scott and Carver Homes public
housing developments. Scope included identification and analysis of existing conditions; consultation for design charrettes and overall master
planning effort; develop construction documentation for the north half of the site; and prepare master planning documentation for the full
contacted area. The project was be separated into three construction packages, (site preparation plans, public improvement plans, and the
Phase II development plans).
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Michael Saxton, PE, CFM Drainage Design a. Total
6
b. With Current Firm
5
15. Firm Name And Location (City and State)
Tetra Tech, Orlando, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS / Civil Engineering PE/ FL, 71506
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Saxton’s experience includes but is not limited to storm water design for site improvements, roadway layout and design, retrofit design, piping
design, retention/detention design, culvert sizing and design, floodplain analysis, alternative materials evaluation, water control structure
evaluation/design and related storm water engineering; Mr. Saxton has computer modeling experience and capabilities in numerous modeling
software such as: AdICPR, PONDS, StormNET, StormCAD, HEC-RAS, ArcGIS extensions, HEC-GeoRAS, HEC-GeoHMS, as well as H2ONET and
WaterCAD.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Mountain Drive Road Reconstruction, Destin Florida Professional Services
2010
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager. Reconstruction of a one mile section of industrial roadway. It involved demolition, along a developed corridor, of the
entire road; construction of a new road with a retrofitted profile grade, pedestrian paths on each side, and an underground stormwater
management system.
b
(1) Title and Location (City and State) (2) Year Completed
Tohopekaliga Water Authority, Kissimmee, Florida Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. Civil design, paving, grading, storm water design, and permitting services of the Western Regional Reuse Storage and
Distribution Plant
c
(1) Title and Location (City and State) (2) Year Completed
Retrofit Storm Water Management Projects, Deltona, Florida Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. Preparation of construction plans, hydraulic models, and hydrologic models to support the design and permitting of
various storm water management retrofit infrastructure projects needed for several public entities. Services included BMP design of storm water
ponds, storm water pumping stations, culverts, weirs, inlets, exfiltration systems, and construction inspections.
d
(1) Title and Location (City and State) (2) Year Completed
Fort Myers Toyota, Florida Professional Services
2008
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. Site layout, parking, storm water detention pond expansion, and permitting for a 13 acre new and used car dealer that
included the expansion of the vehicle repair shop and additional showroom area.
e
(1) Title and Location (City and State) (2) Year Completed
FEMA LOMR Analysis, Deltona, Florida Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. Hydrologic and hydraulic analysis and application preparation for 63 drainage basins.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Kenneth M. Mazurek, PE Traffic Engineering a. Total
14
b. With Current Firm
11
15. Firm Name And Location (City and State)
Tetra Tech, Brighton, MI
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS/ Civil Engineering PE/ FL, 73625
Certified Construction Specifier, 1994
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Mazurek’s project experience includes urban freeway design, arterial roadway design, signal plans, detour and maintaining traffic plans,
permanent signing and pavement marking plans, bicycle facility plans, impact studies for land developments, crash analysis and traffic operations.
He is skilled in the use of Microsoft Office, MicroStation, InRoads, GEOPAK and MDOT’s Signal Span Calculation spreadsheet, and is frequently
involved with design projects utilizing MDOT, AASHTO, and FHWA standards.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
US-24, M-102 (8 Mile to West Quarton) (CS 63031-JN84908), Michigan Department of
Transportation (MDOT)-Oakland TSC, Oakland County, Michigan
Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Signal Design Engineer. Modernization design of 14 signalized intersections associated with the road resurfacing project. Signal removal
plans, staging plans, and installation plans were created. Designs update the existing diagonal span signals to the current MDOT box span
design standards. Designs included steel strain poles, box spans, vehicular and pedestrian LED signals, pole- and ground-mounted traffic control
cabinets.
b
(1) Title and Location (City and State) (2) Year Completed
Grand River Interconnect, City of Brighton, Michigan Professional Services
2002
Construction (if applicable)
2004
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Signal Designer for the design of a fiber-optic interconnect along Grand River through the city. The interconnect included various signal
controller upgrades, a vehicular count station, and fiber modem installations.
c
(1) Title and Location (City and State) (2) Year Completed
Homestead-Miami Speedway Traffic Management Plan, Miami, Florida Professional Services
1999
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Transportation Engineer. Developed a master plan to address high traffic volumes at the Speedway and surrounding areas during race
days. Responsibilities included developing alternate routes to the Florida Turnpike and other major roads, producing a parking lot schema to
most efficiently get visitors in and out, and the maintaining overall direction of traffic by working with Florida police officials. The management
plan was developed in accordance with Florida Department of Transportation (FDOT) Standards.
d
(1) Title and Location (City and State) (2) Year Completed
North Old Woodward, Oakland Avenue/Willits Street to Oak Street, City of Birmingham,
Oakland County, Michigan
Professional Services
2007
Construction (if applicable)
2008
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Lead Signal Designer for the modernization of two signalized intersections and installation of overhead signing for a pedestrian crosswalk.
Work included preparation of removal and installation plans and several staging plans for the maintenance of traffic. Design elements included
new poles, box span designs, countdown pedestrian signals, actuation, and base mounted cabinets. One design also included the new flashing
yellow left turn signal.
e
(1) Title and Location (City and State) (2) Year Completed
M-46 at Miller Road, CS73062–JN105567C, Michigan Department of Transportation-Traffic
& Safety, Saginaw County, Michigan
Professional Services
2010
Construction (if applicable)
2011
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager/Lead Signal Design Engineer for the modernization of a signal along an undivided arterial roadway. Project work involved
the removal of a diagonal span and the installation of a box span and steel strain poles. Design included LED traffic signals, base–mounted
controller and cabinet and wireless vehicle detection. ADA ramps and pushbuttons were closely coordinated with full reconstruction of the
sidewalk and ramps at the intersection
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Kyle W. Ramakers, PE, PTOE Traffic Engineering a. Total
13
b. With Current Firm
6
15. Firm Name And Location (City and State)
Tetra Tech, Brighton, MI
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
MS / Construction Engineering and Management
BS / Civil Engineering PE/ FL, 73180
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Ramakers has performed numerous traffic operation and impact studies to evaluate the impacts of proposed improvements and developments
on the surround roadway network. As part of these evaluations, Mr. Ramakers performs Level of Service evaluations, determine traffic signal
operational improvements (timing and coordination improvements), roadway and intersection geometry requirements, the need for turn treatments
based on roadway agency requirements, safety reviews, signal warrant analyses, and sight distance evaluations.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Traffic Impact Studies Safety Analyses, Wayne, Oakland, and Livingston Counties,
Michigan
Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Traffic Engineer for numerous traffic impact studies for residential and commercial developments. Determines study requirements based
on conversations with the applicable reviewing agencies to ensure studies address all relevant traffic concerns for the development. Ensures
appropriate traffic counts are collected and reviewed. Forecasts are developed for the horizon year of the development, with and without the
proposed development. Forecasts for the study intersections are evaluated using the methodologies specified in the latest edition of the Highway
Capacity Manual. Once the study intersections are evaluated, recommended mitigation measures, including geometric and signal timing.
b
(1) Title and Location (City and State) (2) Year Completed
Memphis Medical Center Streetscape Study and Design, City of Memphis, Tennessee Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Traffic Engineer for the operational study portion of the streetscape design project for the proposed expansion of the Memphis Medical
Center. This work includes directing the collection of turning movement counts and daily machine counts, developing and reviewing Synchro
models for the existing and proposed conditions, evaluating several alternatives to the streetscape design including their impact on existing traffic
patterns, determine traffic shifts resulting from the proposed designs, develop recommended mitigation measures, and prepare a report
documenting all assumptions, findings and recommendations for the City of Memphis.
c
(1) Title and Location (City and State) (2) Year Completed
Grand River Avenue and I-96 Ramp / Hilton Road Intersection Study, City of Brighton,
Michigan
Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Traffic Engineer for a complex intersection evaluation / preliminary interchange study for a poorly operating intersection at the city limit.
Project tasks included evaluations of existing operations, determining future No-Build operating conditions, development of potential intersection
improvements, determining future build operating conditions, and comparative construction cost estimates. Analysis of existing conditions and
mitigation alternatives was performed utilizing Synchro, RODEL, and SIDRA software.
d
(1) Title and Location (City and State) (2) Year Completed
US-12 Speedway Traffic Study, Marathon Petroleum Company, Ypsilanti, Michigan Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Traffic Engineer for a traffic study to determine the impact and any required mitigation from a proposed gas station and convenience
market renovation. Study requirements included traffic counts, traffic forecasts, distribution of proposed site traffic, evaluation of traffic
operations for existing, future No Build and future Build conditions utilizing the Synchro program, intersection crash analysis and review, and
preparation of a final report documenting all assumptions, results and recommendations.
e
(1) Title and Location (City and State) (2) Year Completed
M-25, Pine Grove Avenue Hospital Study, Port Huron Hospital, Port Huron, Michigan Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Traffic Engineer for a traffic study to determine the impact of the removal and realignment of local streets intersecting a State truckline due
to the proposed hospital expansion. Study requirements included traffic counts, traffic forecasts, distribution of proposed site traffic, evaluation of
traffic operations for existing, future No Build and future Build conditions utilizing the Synchro program, and preparation of a final report
documenting all assumptions, results and recommendations.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Matthew A. Doan, PE Civil Engineering a. Total
8
b. With Current Firm
4
15. Firm Name And Location (City and State)
Tetra Tech, Orlando, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS /, Environmental Engineering,
MS / Environmental Engineering PE/ FL, 63963
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Doan has participated in many aspects of environmental engineering including master planning, computer hydraulic modeling, design,
permitting, construction administration and data analysis. He has extensive experience master planning and in the analysis, design, and permitting
of water, wastewater and reclaimed water transmission and collection systems. His expertise includes hydraulic modeling of potable water,
reclaimed water, and manifolded wastewater pumping systems
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Normandy Boulevard Improvements, Florida Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager on the construction management for the potable water improvements associated with the roadway improvements of
Normandy Boulevard. The project included 8,500 linear feet of 16-inch water main to replace and upgrade existing water mains.
b
(1) Title and Location (City and State) (2) Year Completed
Elkcam Boulevard Pump Station and Force Main Improvements, City of Deltona, Florida Professional Services
2009
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager on the design, hydraulic modeling, permitting, specification preparation and construction management for the Elkcam
Boulevard Pump Station and Force Main Improvements Project. The project includes replacement of the duplex pump station with a triplex
pump station with 88 hp pumps, telemetry and standby power with replacement of 20,000 linear feet of deteriorating 10-inch AC force main with
a new 16-inch PVC main. A hydraulic analysis of the wastewater system was performed utilizing Water Cad software to determine the new force
main sizing and what additional pump stations would be impacted such that they required pump upgrades.
c
(1) Title and Location (City and State) (2) Year Completed
Water & Wastewater Master Plan, City of Deltona, Florida Professional Services
2009
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer. A comprehensive evaluation of potable water supply treatment, and distribution facilities, along with a detailed
assessment of the City wastewater system. The analysis addressed existing conditions as well as projected future conditions to develop a
phased capital improvements plan.
d
(1) Title and Location (City and State) (2) Year Completed
Norwood-Oeffler WTP Expansion, City of North Miami Beach, Florida Professional Services
2009
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer for construction administration of membrane treatment plant expansion of an existing 15 MGD lime softening water
treatment plant. The 6.5 MGD RO and 10.5 MGD NF processes were designed to allow expansion to 8.0 MGD and 14 MGD respectively.
Process components included in the project consist of pre- and post treatment chemical feed systems, micron filtration units, high pressure
pumping systems, membrane treatment units, a membrane cleaning system, and process piping and valves.
e
(1) Title and Location (City and State) (2) Year Completed
Operations Center Water Storage and Pumping Building, City of North Miami Beach,
Florida
Professional Services
2008
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Served as Project Engineer for construction administration of storage and repump facility consisting of a 2 MG prestressed concrete tank,
four (4) vertical turbine high service pumps and motors with soft starters or variable frequency drives, a sodium hypochlorite rechlorination
facility, an electrical room, a generator facility, and other associated appurtenances.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Alicia M. Verea-Feria, EI Civil Engineering a. Total
15
b. With Current Firm
13
15. Firm Name And Location (City and State)
Tetra Tech, Miami, Florida
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS / Civil Engineering N/A
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Ms. Verea-Feria has provided civil engineering services for water, sewer, and drainage projects as well as a variety of airport engineering projects.
Her work has included preparing technical specifications, providing design services for construction plans, preparing cost estimates, permitting, and
providing construction administration for numerous projects.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
Stormwater Master Plan Update, City of Key Biscayne, Florida Professional Services
2011
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Client Manager. This project updates the existing Stormwater Master Plan and the Floodplain Management Plan and is one of the
components required by the Community Rating System (CRS) in order to maintain and obtain additional credit for the 5-year CRS Cycle
Recertification. The purpose of the Stormwater Master and Floodplain Management Plan Updates are to meet regulatory requirements, identify
problem areas and issues relating to repetitive loss properties, to identify and evaluate improvement alternatives, and to estimate costs
associated with various improvements to the stormwater management systems. Updating the Stormwater Master and Floodplain Management
plans also assists the Village of Key Biscayne in maintaining the Class 7 rating compliance with the requirements of the National Flood Insurance
Program (NFIP) CRS program.
b
(1) Title and Location (City and State) (2) Year Completed
Tephord Park, Tamarac, Florida Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineering. Responsible for the grading, geometry and permitting of this 20 acre park within a 180’ FPL easement along the
SFWMD C-14 Canal in Broward County. The park includes two restrooms, water and sewer service, lift stations, and irrigation intake pumps.
c
(1) Title and Location (City and State) (2) Year Completed
University of Miami – University Village Storm Improvements, Coral Gables, Florida Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineering. Scope of work included installation of storm drainage, water distribution system, sidewalk, landscaping, roadway
improvement, striping and signage within University Village east of NW 57th Avenue (Red Road) to provide water service to seven student
housing buildings and two parking buildings. Responsible for preparation of plans and specifications, permitting, and drainage calculations.
d
(1) Title and Location (City and State) (2) Year Completed
Right-of-way Infrastructure Improvements in Normandy Isle, City of Miami Beach, Florida Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineering. Scope includes milling/resurfacing and grading of existing pavement, expansion of roadway, addition of sidewalk,
maximizing parking in multi-family areas, additional street lighting, and landscape beautification within various right-of-way widths throughout
entire island. Responsibilities included planning and community design workshop coordination, Basis of Design Review report, design plans and
documents, cost estimates, coordination with City and residents.
e
(1) Title and Location (City and State) (2) Year Completed
Shoma Homes – Old Cutler Pointe Residential Development, Miami, Florida Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineering. Scope included design and construction administration of all utility site work for a 525 home community development
in Miami-Dade County including storm drainage, sanitary sewer, potable water lines, and pump station. Responsible for design and construction
plans and specifications, permitting through MDWASD, MDCPW, DERM, and FDOH, cost estimates, shop drawing reviews and field
coordination with contractors.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
Jayson H. Nault, PE Roadway Engineering a. Total
24
b. With Current Firm
21
15. Firm Name And Location (City and State)
Tetra Tech, Brighton, MI
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
BS / Civil Engineering PE/ FL, 65835
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. Nault’s experience includes complex urban freeways, rural freeways, interchanges, arterial roadways, pavement rehabilitation, intersection
design, traffic / transportation design, traffic impact studies, and traffic signal design. These projects have included geometric design, preparation of
right-of-way plans, drainage studies and design, cost estimating, stage construction, special provisions, roadside design, and critical path
scheduling. In addition, he is experienced in cost estimating, CPM scheduling, and the use of road design software and CADD systems.
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
US-24, Carter to Pennsylvania (CS 82052-JN 76899), Michigan Department of
Transportation-Taylor TSC, Wayne County, Michigan
Professional Services
2008
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager for the reconstruction of 2.5 miles of four to five lane widening and realignment. The work includes complete drainage
replacement, hydraulic and structural design of five major drain crossings, cross road re-alignment, sidewalk design, and extensive utility
coordination. Three traffic signal modernizations to box spans along the corridor and signal staging plans are included for maintenance of traffic.
Permanent signing and pavement marking plans are also part of the project. The work also includes ROW plans, legal instruments and exhibits
to facilitate the roadway re-alignment. Synchro analysis was performed to optimize progression along the corridor and a traffic analysis report
was developed. Coordination with local municipal utility designs is also included in the work.
b
(1) Title and Location (City and State) (2) Year Completed
US-24, I-696 to West Quarton (CS 63031-JN 80916), Michigan Department of
Transportation-Oakland TSC, Oakland County, Michigan
Professional Services
2009
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager for the reconstruction of 4.5 miles of six to eight lane divided urban arterial with 47 directional crossovers. The work
included complete drainage replacement, cross over geometric modifications, safety study, and municipal utility design. Fifteen (15) traffic
signals were modernized to box spans along the corridor and signal staging plans were prepared for maintenance of traffic. Permanent signing
and pavement marking plans were also prepared for the project. The maintenance of traffic plans included part width construction details to
allow for quadrant construction, detours for ramp closures, side street staging and detailed staging for the drainage improvements. ROW plans,
legal instruments and exhibits were prepared to facilitate geometric improvements and ADA modifications. The project was coordinated with an
adjacent 2 mile reconstruction project. The work included coordinating all consultants and packaging both projects for delivery to the TSC.
c
(1) Title and Location (City and State) (2) Year Completed
M-8 (Davison Street), Oakland to Conant (CS 82104-JN 76901), Michigan Department of
Transportation-Detroit TSC, Wayne County, Michigan
Professional Services
2009
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager for design of 1.5 miles of urban depressed freeway and urban arterial reconstruction and rehabilitation. The project
included roadway re-alignment, enclosed drainage, extensive hydraulic analysis (including pump station inspection and analysis), subsurface
utility investigation, and site investigation. The project included an extensive geometric design study to develop alternatives to improve vertical
clearance, reduce crashes at a freeway service drive merge point, improve sight distance, and improve the freeway to arterial transition.
Capacity was studied which allowed a lane reduction on the freeway and an auxiliary lane addition to the arterial which improved safety and
reduced cost. The rehabilitation design included performance of a pavement condition survey and preparation of repair quantities with an
accompanying log and graphical display. Special signing, pavement marking and lighting were also designed to facilitate this unique transition
from a freeway to a free access urban arterial. The work was also coordinated with improvements to three bridge structures over the freeway.
d
(1) Title and Location (City and State) (2) Year Completed
M-106 (Cooper Street), Rosehill to Chanter (CS 38051–JN 84026), Michigan Department of
Transportation-Jackson TSC, Jackson County, Michigan
Professional Services
2007
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Manager for the design of 2.5 miles of road rehabilitation including cold milling, HMA surfacing, new curb and gutter, and shoulder
replacement. Extensive drainage improvements were part of the project including new enclosed drainage, ditching, and culvert construction. The
project included geometric improvements at a major intersection, traffic signal modernization, superelevation modifications, and guardrail
replacement. Extensive utility coordination was necessary. The design also included permanent signing replacement, pavement marking,
preparation of maintenance of traffic plans and water main relocation.
Professional Engineering and Management Services
City of South Miami
E-1 FORM SF330 Part I
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. Name 13. Role In This Contract 14. Years Experience
David DeBerardino, PE Roadway Engineering a. Total
17
b. With Current Firm
2
15. Firm Name And Location (City and State)
Tetra Tech, Port Huron, MI
16. Education (Degree and Specialization) 17. Current Professional Registration (State and Discipline)
MS / Civil Engineering
BS / Civil Engineering PE/ FL, BS / Civil Engineering
18. Other Professional Qualifications (Publications, Organizations, Training, Awards, etc.)
Mr. DeBerardino is experienced in project administration and management, plan reviews, specification development, maintaining traffic, budgets,
construction estimates, right-of-way (ROW) issues, road and bridge surveying, and MDEQ requirements. He has served as Project Engineer or
Manager on numerous projects and many incentive-expedited projects. Mr. DeBerardino is also experienced in dealing with the media, responsible
for oversight of technician training, and working with the Federal Highway Administration (FHWA)
19. Relevant Projects
a
(1) Title and Location (City and State) (2) Year Completed
M-3 (Gratiot Avenue), Remick Drive to Sandpiper (CS 50051 – JN 60444A, 60445A),
Michigan Department of Transportation-Macomb TSC, Mount Clemens, Michigan
Professional Services
2011
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer for full construction engineering services for 2.87 miles of cold milling, pavement repair, hot mix asphalt overlay, curb and
gutter repair, sidewalk ramp replacement, path construction, and traffic signal replacement on M-3.
b
(1) Title and Location (City and State) (2) Year Completed
I-94/I-69, Lapeer Road to east of the Black River (CS 77111 – JN 106466A, 106551A,
110808A, 86951A, 87024A), Michigan Department of Transportation-Port Huron TSC, St.
Clair County, Michigan
Professional Services
Ongoing
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer for as-needed inspection and testing services for 2.13 miles of freeway reconstruction, interchange reconstruction at two
interchanges, ramp connections at the Port Huron maintenance garage and proposed future Welcome Center, storm sewer and culvert
replacement, permanent signing, MITS installation, and wetland mitigation and site grading for a relocated Welcome Center. Also included is the
replacement of three structures: I-94/I-69 from -94/I-69 overpass at Lapeer Road to east of I-94/I-69 bridge over Black River; I-94/I-69 at Lapeer
Connector; and I-94/I-69 at Water Street in Port Huron. The project includes two, 5-year materials and workmanship pavement warranties, and is
partially funded by ARRA.
c
(1) Title and Location (City and State) (2) Year Completed
Division Street, M-19 to Grand Trunk Railroad (CS 50460 – JN 108597A), Michigan
Department of Transportation-Macomb TSC, Macomb County, Michigan
Professional Services
2010
Construction (if applicable)
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer for construction engineering services on Division Street to include cold milling hot mix asphalt and resurfacing, hot mix
asphalt overlay, brick paver sidewalk ramps, and earthwork.
d
(1) Title and Location (City and State) (2) Year Completed
Wayne County Routes (CS84917 - JN104238A), Michigan Department of Transportation-
Port Huron TSC, Michigan
Professional Services
2009
Construction (if applicable)
2010
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: Project Engineer / Manager for removal and replacement of special pavement markings for projects throughout Wayne County.
e
(1) Title and Location (City and State) (2) Year Completed
I-94, West of County Line Road Easterly to East of St. Clair Highway (CS77111 -
JN100701A), Michigan Department of Transportation-Port Huron TSC, St. Clair and
Macomb Counties, Michigan
Professional Services
2009
Construction (if applicable)
2009
(3) Brief Description (Brief scope, size, cost, etc.) and Specific Role Check if project performed with current firms
Role: QA/QC for engineer staking for 6.21 miles of road reconstruction, concrete pavement, drainage, culverts, guardrail, cable barrier, fencing,
and sign replacement of I-94.
Professional Engineering and Management Services City of South Miami
F-1 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
1
21. Title and Location (City and State) 22. Year Complete
Miscellaneous Roadway Improvements
Destin, Florida
Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Destin Charles Meister, PE 850.837.4242
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: Varies per Project Construction Cost: Varies per Project
Scenic 98 Improvements: Scenic 98, which runs adjacent to the Gulf of Mexico, is a major
arterial roadway within the City of Destin. Tetra Tech was selected to perform a topographic
survey of the project site, as well as design 1.3-miles of the existing roadway, on-street
parking, landscaping, and pedestrian pathway. Tetra Tech then developed construction
documents for roadway, parking, landscape, and pathway improvements. Design tasks
included performing roadway horizontal/vertical alignment and geometry improvements to
accommodate asphalt overlay activities and stormwater systems. Team members also
provided intersection improvement design. Tetra Tech permitted the project with the Florida
Department of Environmental Protection (FDEP) and provided construction administration
duties. Tetra Tech represented the City during contract negotiations in order to satisfy project
requirements within budgetary constraints.
Mountain Drive Improvements: Tetra Tech provided roadway design, surveying,
geotechnical, stormwater permitting and construction administrative services for the Mountain
Drive Improvements. Services include drawings and specification preparation sufficient for
competitive bidding of private construction companies to layout, grade, and construct
approximately 4500 linear feet (LF) of roadway and streetscape improvements. The proposed
improvements will be based on the conceptual design prepared by Tetra Tech and EDSA for
the Mountain Drive Improvements adopted by the City of Destin Community Redevelopment
Agency (CRA) on October 30, 2007 and included in the December 21, 2007 Harbor District
Implementation Plan. In general, the proposed improvements to Mountain Drive include:
Two 12-foot wide east/west vehicular travel lanes
Two 4-foot wide east/west bicycle lanes adjacent to vehicular travel lanes
Pedestrian crosswalks at north/south neighborhood streets
Sidewalk on south side only
Streetlights on south side only
Convert north/south overhead utility lines underground (east/west lines shall remain) within right-of-way of Mountain Drive
New stormwater management and conveyance system
Roadway profile adjustment recommendations
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-2 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
2
21. Title and Location (City and State) 22. Year Complete
City of Miami Beach Normandy Isles Streetscape and Infrastructure
Improvements, Miami Beach, Florida
Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Miami Beach Richard Saltrick 305.673.7071
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: N/A Construction Cost: $10 Million
As Design Engineer, Tetra Tech coordinated all design and permitting efforts for this major
neighborhood improvement project. Tetra Tech developed the Basis of Design documents
by conducting extensive public meetings and exhaustive conferences with the owner, the
City of Miami Beach. Five hundred pages of plans were required for the complete design to
convey the scope required. Twelve permits from various Miami Dade agencies were
obtained; each requiring an agency specific set of plans. Tetra Tech also provided
construction services under a contract with the City’s Program Manager, Hazen & Sawyer.
Project Scope included the following:
Targeted Sidewalk Replacement and In Fill – 4,100 SY of sidewalk was constructed
including new, replacement, and in fill.
Street-End Improvements – Existing practically unused street ends that terminate were
converted into parks and recreation areas.
Textured Pavement Improvements – Neighborhoods are differentiated from the FDOT
roads by using crosswalks constructed with brick pavers and textured pavement of contrasting color.
Roadway Resurfacing – 38,000 SY of asphalt pavement was milled and resurfaced which is nearly 10 lane miles of roadway throughout
the island. All of the existing painted pavement markings were replaced with markings of thermoplastic material and 100 roadside signs
were removed, relocated, or replaced.
Landscaping – 315 of the existing trees were relocated to enhance the appearance of the right of way and 750 new trees of native specie
were planted as well. 90,000 SY of sod was installed.
Irrigation – 15,000 LF of irrigation pipe and 10,000 sprinkler heads were constructed to provide positive watering for the new and existing
trees and the new sod.
Water Main Replacement – 30,000 LF of 6”, 8”, and 12” water main was included as well as the required fittings and valves.
Rear Easement Water Service Relocation – This included replacement services and new water meters for 480 homes throughout the
island.
Lighting Enhancements – 170 new light poles and fixtures are installed in two neighborhoods. There are 150 “acorn” architectural poles
and luminaires and 20 traditional light poles installed to enhance neighborhood ambience and safety. 30,000 LF of underground conduit
and conductor were required to complete the installation.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Miami, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-3 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
3
21. Title and Location (City and State) 22. Year Complete
Continuing Engineering Consultant, Deltona, Florida Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Deltona Gerald Chancelor, PE 386.561.2100
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: Varies per Project Construction Cost: Varies per Project
Tetra Tech has served as a Continuing Consultant for the City of Deltona since April of 2002. Our services have included support to several
departments including Public Works, Public Water and Wastewater, Utilities, Development Services, Parks and Recreation and the Building
and Fire Department. Our public works services included: CIP planning and budgeting; stormwater utility study and rate adjustment;
Stormwater Retrofit Projects; flood plain modeling and mapping; grant support; stormwater master plan update; survey/mapping of various
infrastructure; CEI services; and emergency management support during flooding. Tetra Tech also coordinated and managed the City’s
disaster debris removal program follow the hurricanes in 2004.
Tetra Tech’s support to public utilities involved: water and sewer master plans; preparation of plans and specifications, and permitting of water
and sewer utility projects; rate studies; engineering services to relocate utilities for roadway projects; and water and waste water treatment
plant improvement projects.
Tetra Tech’s support to the Development services involved review of commercial industrial site plans; attending DRC meetings; conducting site
inspections; preparing miscellaneous development review manuals and policies; and preparing GIS maps. Tetra Tech also supported the
Building and Fire Departments with such activities as: engineering review of single lot residential site plans; miscellaneous engineering
services for structural and MEP and site engineering design and permitting of fire stations. Below is a brief overview of several projects
completed under this contract:
Deltona/EMS Fire Station #62: Tetra Tech oversaw the design,
permitting, and construction of a new EMS/fire station for the City of
Deltona. Tasks included: Using a building footprint provided by the
City, Tetra Tech prepared a preliminary site layout for the proposed
paving and building for review. Upon receiving final acceptance,
Tetra Tech proceeded with final engineering design of all paving
grading, and drainage. The site was a Florida Water Services Utility
Site with several large public infrastructure water mains and well
fields. The design included resolving conflicts within the existing
public infrastructure.
Elkcam Pump Station and Force Main (2010): The project consists of survey, hydraulic modeling, design, permitting and construction
administration for the replacement of one existing duplex pump station with a new triplex pump station and upgrade of pumps in three other
duplex pump stations, owned and operated by the City of Deltona.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-4 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
4
21. Title and Location (City and State) 22. Year Complete
Continuing Water and Wastewater Consultant
Naples, Florida
Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Naples Bob Middleton 239.213.4714
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: Varies per Project Construction Cost: Varies per Project
Tetra Tech has been providing the City of Naples continuing
engineering consulting services, as well as continuing financial
management services for over 15 years. The services provided by Tetra
Tech have included:
Water resources plan
Permitting
Water and wastewater system evaluations
Miscellaneous water main and wastewater collection system
extensions
Presentations to City Council relative to the capital improvements
program
Water and wastewater system operations
Master planning
Hydrogeological and water resources
Financial management as it relates to the water and wastewater facilities
Major projects, either complete or currently ongoing, under this continuing consultant contract for the City have included the following:
A 20-year Citywide potable water system master plan
A comprehensive (capital) development rates and charges study for the water and wastewater
A specific capacity and wire to water efficiency test analysis, and work relative to the South Florida Water Management District's Request
for Additional Information (RAI) for the water use permit submitted by the City and the City's wellfield operation plan
A utility audit for the City’s potable water distribution system to document water losses in the system
An evaluation of the water treatment process to demonstrate compliance with FDEP chlorine contact (CT) regulations
Preliminary design for upgrading the City’s East Naples and Solana Road potable water storage and booster pumping facilities
Preparing specifications for the installation of an ASR test well for the City’s reclaimed water system
Design, permitting, bidding and construction management for the installation of two new wells within the City’s East Golden Gate Wellfield.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-5 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
5
21. Title and Location (City and State) 22. Year Complete
Miscellaneous Engineering Services
Bonita Springs, Florida
Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Bonita Springs Daryl C. Walk, PE 239.949.6262
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: Varies per Project Construction Cost: Varies per Project
The City of Bonita Springs in Lee County was incorporated in early 2000. The City
has a permanent population of over 30,000 with a seasonal population of over 70,000.
In order to minimize both the sizes of the City staff and costs, many of the normal City
services are contracted out, including many of the civil engineering tasks. Tetra Tech,
Inc. provides miscellaneous engineering support and assistance for various projects
including drainage issues, transportation improvements, and system inventory for
GASB 34. Some of the various projects performed by Tetra Tech for the City include:
City-wide drainage and canal improvements
Roadway and drainage improvement for the Rosemary Park community
Parks and Recreation improvements including lighting and HVAC
improvements in Recreation Center
NPDES permitting assistance as co-permittee with Lee County
Drainage Inspection and condition documentation along City owned roadways
City owned signage and traffic feature (street lighting) documentation for GASB 34
Signal Road Extension – Design and Construction oversight
Stormwater Master Plan, Hydraulic Modeling, Funding Review, Ordinance Assistance
Evaluation and preliminary design for roadway improvements to
Quail Nest Lane
Design assistance for drainage and cleaning adjacent to Seminole Gulf Railroad
Parking and roadway improvements, roadway evaluations, assistance with Lee County maintenance.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-6 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
6
21. Title and Location (City and State) 22. Year Complete
Emory Canal Gravity Sewer, Kissimmee, Florida Professional Services Construction (if applicable)
2010
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
Tohopekaliga Water Authority Deb Beatty, PE 407.944.5023
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: 1,400 linear feet Construction Cost: $1.62 Million
The existing gravity sewers along the east and west bank of the Emory Canal in
Kissimmee experienced periodic hydraulic flow surcharges as a result of insufficient
conveyance capacity. In addition, several manholes located along the southern portion of
gravity sewer main along Emory Canal near Clay Street had structural integrity concerns. If
one of these manholes were to fail, there could be significant damage to Clay Street and
environmental impacts to Emory Canal and Lake Tohopekaliga. In order to eliminate the
hazards associated with the layout and existing conditions at the southern end of Emory
Canal, Tetra Tech provided design and construction administration services for TWA for
the construction of a new canal crossing near Henry Street, replacement of the existing 21-
inch and 15-inch gravity sewer mains along the east and west banks of the Canal with 18-
inch and 24-inch HDPE pipe via pipe bursting, connecting the new 18- and 24-inch gravity
sewers into a new 30-inch gravity sewer that runs west along Henry Street to South Emory
Ave then south to Clay Street. The 30-inch gravity sewer then crosses Clay Street and the
CSX railroads, via jack and bore, connecting to the manhole immediately upstream of the
master manhole at the Martin Street Master Pump Station. The construction of the 30-inch
gravity sewer bypasses the southernmost portion of the Emory Canal sewer system and
thus allows for its abandonment. The project included of the following: construction of
approximately 1,400 LF of 30-inch PVC, 170 LF of 18-inch PVC, 50 LF of 18-inch DIP, and
410 LF of 8-inch PVC gravity sewer main and miscellaneous appurtenances installed via
open trench. The project also included the construction of approximately 1,715 LF of 24-
inch HDPE and 420 LF of 18-inch HDPE gravity sewer main and miscellaneous
appurtenances installed via pipe bursting.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
BEFORE
AFTER
Professional Engineering and Management Services City of South Miami
F-7 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
7
21. Title and Location (City and State) 22. Year Complete
Stormwater Master Plan Update
Key Biscayne, Florida
Professional Services Construction (if applicable)
2011
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
Village of Key Biscayne Mr. John Gilbert 305.365.8945
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: N/A Project Fee: $143,000
Tetra Tech is currently contracted to provide professional engineering services for the
Village of Key Biscayne Stormwater Master Plan Update. This project updates the
existing Stormwater Master Plan and the Floodplain Management Plan and is one of
the components required by the Community Rating System (CRS) in order to
maintain and obtain additional credit for the 5-year CRS Cycle Recertification.
The purpose of the Stormwater Master and Floodplain Management Plan Updates
are to meet regulatory requirements, identify problem areas and issues relating to
repetitive loss properties, to identify and evaluate improvement alternatives, and to
estimate costs associated with various improvements to the stormwater management
systems. Updating the Stormwater Master and Floodplain Management plans also
assists the Village of Key Biscayne in maintaining the Class 7 rating compliance with
the requirements of the National Flood Insurance Program (NFIP) CRS program.
Tasks conducted as part of this project include:
Data collection
Existing stormwater infrastructure inventory
Preparation if a geographic information system (GIS) to serve as a platform
for the existing and future stormwater infrastructure
Preparation of a stomwater atlas based on the GIS platform
Preparation of a hydraulic/hydrologic model of the Village’s stormwater system
Identification of existing and future levels of service (LOS) based on water level rises for varying stormwater conditions
Preparation of cost estimates for various alternatives
Prioritization of future improvements
Identification of phased capital improvements
Preliminary design of recommended alternatives
Funding requirements and coordination with the stormwater rate study
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-8 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
8
21. Title and Location (City and State) 22. Year Complete
Continuing Engineering Consultant
Cape Coral, Florida
Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Cape Coral Jody Sorrels, PE 239.242.3227
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: Varies per Project Construction Cost: Varies per Project
Tetra Tech has provided continuing miscellaneous professional engineering services to the City of Cape Coral for a variety of utility related
projects since 2000, and prior to that for preparation of the City’s Annual Reports as required for compliance with their Utility Bond covenants.
Specific projects have included lift station refurbishment design, water and wastewater treatment plant modifications, utility infrastructure
improvements and other miscellaneous engineering services as needed:
Permitting related services for the City’s water and wastewater facilities (including preparation of Capacity Analysis Reports and permit
renewals).
Water main, wastewater collection and force main system upgrades and replacements.
Lift Station conversions (dry pit to wet pit) and rehabilitation.
Evaluations and inspections of the existing utility systems.
Water Treatment Plant improvements (degasification upgrades, chemical storage expansion).
Water and Wastewater system evaluations (smoke testing, water audits, leak detection, meter testing).
Hydrogeological services for monitoring wells and concentrate discharge.
Irrigation system improvements (weir installation and piping for canal interconnections).
Preparation of Annual Reports and Engineering Report for Utility Bonds.
Security Improvements associated with Water Treatment and distribution systems.
Upgrades to instrumentation and controls at Water Treatment Plant and remote storage sites.
Building Improvements/additions associated with WTP, other Utility Buildings
Some of the major projects completed include but are not limited to the following:
Lift Station Upgrades: Tetra Tech has provided the design, permitting, bidding and construction management for nearly 15 lift station
upgrades for the City. The upgrades have included conversion from dry pit to wet pit, wet well rehabilitation, pump and electrical upgrades
and pipe replacement through the valve vault
Annual Report Preparation for Utility Bonds – Tetra Tech has been preparing the Annual Reports for the City’s Utility Bonds since 1994
Galvanized Pipe Replacement – Tetra Tech has performed design and permitting for the replacement of nearly 40,000 linear feet of aging 2-
inch galvanized pipe with new 6-inch PVC pipe within a congested residential area in Southeast Cape Coral.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-9 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
9
21. Title and Location (City and State) 22. Year Complete
Main Street Roadway Improvements, Destin, Florida Professional Services Construction (if applicable)
2008 2008
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
City of Destin Chuck Meister, PE 850.837.4242
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: 2,750 linear feet Project Fees: $62,000
In an effort to improve traffic and parking along Main Street, Tetra Tech was
retained to perform conceptual design, final design, permitting, bidding and
construction management for the improvements to approximately 2,750 linear
feet along Main Street in the City of Destin from U.S. Highway 98 to the Airport
Road intersection.
Tetra Tech prepared alternative layouts for the proposed roadway
improvements with typical cross-sectional layouts to show the potential roadway
corridor improvements. The layouts also included one plan view showing the
proposed roadway geometry, proposed striping, streetscape improvements and
traffic roundabout improvements. Tt met with the City's Community
Redevelopment Agency Advisory Committee for a presentation of the
conceptual project.
Once the improvements were approved, Tetra Tech performed final design for
the selected alternative (displayed above). Landscape design, roadway
widening/resurfacing and the inclusion of a roundabout for traffic calming were
included with the design.
Permitting with the Florida Department of Environmental Protection (FDEP) and
coordination with the Army Corps of Engineers (ACOE) were included as part of
the project. The preliminary and final designs were completed in 2008, with
construction completed by December 2008.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Destin, Florida Prime
c
b
c
d
Professional Engineering and Management Services City of South Miami
F-10 FORM SF330 PART I
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.)
20. Example Project Key Number
10
21. Title and Location (City and State) 22. Year Complete
Scott - Carver Homes – Hope VI Redevelopment Project , Miami, Florida Professional Services Construction (if applicable)
Ongoing
23. Project Owner’s Information
a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number
Miami-Dade County Housing Agency Mr. Randy Rhoads, R.A. 305.471.9750
24. Brief Description of Project and Relevance to this Contract (include scope, size, and cost)
Size: N/A Proejct Fee: $886,000
Tetra Tech put together a team to support the Scott-Carver Homes HOPE VI Redevelopment Project in Miami Florida. The Project resulted in
a new mixed-use community to rejuvenate the severely distressed Scott and Carver Homes public housing developments. The goal of the
County’s Hope VI initiative is to revitalize both sites and the surrounding area by creating a new mixed-use, mixed income development.
Tetra Tech’s scope includes: identification and analysis of existing conditions; consultation for design charrettes and overall master planning
effort; develop construction documentation for the north half of the site; and prepare master planning documentation for the full contacted area.
The project was be separated into three construction packages, (site preparation plans, public improvement plans, and the Phase II
development plans). Note that phase I of the project was completed by the Habitat for Humanity development team.
Miami-Dade County Housing Agency organized stakeholder meetings to gain more specific insight on issues and challenges that exist within
the neighborhood and opportunities for improvements and redevelopment. Tetra Tech attended these stakeholder meetings and will provide
consultation and input as needed.
Design charrettes were conducted with the stakeholders and other design team members to refine a master plan for the study area.
Discussions included exploration of desired land use patterns and specific land uses needed to support residential and commercial elements
located within the study area. The Master Plan serves as a guide the development and redevelopment within the study area and the basis for
preparation of a schematic design for infrastructure
improvements and site development.
Tetra Tech worked closely with the team to incorporate as
many Low Impact Development (LID) techniques as possible in
an effort to create a sustainable site.
Tetra Tech coordinated infrastructure improvements with US
Cost to facilitate opinions of probable cost for construction for
the Master Plan to include public improvements.
25. Firms from Section C Involved with this Project
(1) Firm Name (2) Firm Location (City and State) (3) Role
a Tetra Tech, Inc. Orlando, Florida Prime
c Tetra Tech, Inc. Miami, Florida Prime
b
c
d
Architectural and Engineering Design Services IDIQ Contract for
Client Name
29. Example Projects Key
No. Title of Example Project (From Section F) No. Title of Example Project (From Section F)
1 Miscellaneous Roadway Improvements
Destin, Florida 6 Emory Canal Gravity Sewer, Kissimmee, Florida
2 City of Miami Beach Normandy Isles Streetscape and
Infrastructure Improvements, Miami Beach, Florida 7 Stormwater Master Plan Update
Key Biscayne, Florida
3 Continuing Engineering Consultant, Deltona, Florida 8 Continuing Engineering Consultant
Cape Coral, Florida
4 Continuing Water and Wastewater Consultant
Naples, Florida 9 Main Street Roadway Improvements, Destin, Florida
5 Miscellaneous Engineering Services
Bonita Springs, Florida 10 Scott - Carver Homes – Hope VI Redevelopment Project ,
Miami, Florida
G-1 Form SF330 Part II
G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
26. Names of Key Personnel
(From Section E, Block 12)
27. Role in this Contract
(From Section E, Block 13)
28. Example Projects Listed in Section F (Fill in “Example Projects Key”
section below before completing table. Place “X” under project key
number for participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Kenneth Caban, PE, BCEE, LEED AP Project Manager X
William Musser, PE, PH, CFM, PWS,
LEED AP Quality Control/Quality Assurance X X X X X X X X
Jennifer Woodall, PE, MBA Quality Control/Quality Assurance X X
Roderick Cashe, PE, LEED AP, CDT Drainage Design X X X X X X X X
Michael Saxton, PE Drainage Design X X X
Ken Mazurek, PE Traffic Engineering
Kyle Ramakers, PE, PTOE Traffic Engineering
Alicia Verea-Feria, EI Civil Engineering X X
Matthew Doan, PE Civil Engineering X X
Jayson Nault, PE Roadway Engineering
Dave DeBerardino, PE Roadway Engineering
Professional Engineering and Management Services
City of South Miami
H-1 Form SF330 Part I
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
I. AUTHORIZED REPRESENTATIVE
(The foregoing Is A Statement Of Facts)
31. SIGNATURE 32. DATE
December 9, 2011
33. NAME AND TITLE
Kenneth Caban, PE, BCEE, LEED AP, Project Manager
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE 6
ARCHITECT - ENGINEER QUALIFICATIONS
1. SOLICITATION NUMBER (If any)
PART II - GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM (OR BRANCH OFFICE) NAME
3. YEAR ESTABLISHED
4. DUNS NUMBER
Tetra Tech -- Miami 1966
2b. STREET
5. OWNERSHIP
150 West Flagler Street, Suite 1625
a. TYPE
Corporation
2c. CITY
2d. STATE
2e. ZIP CODE
b. SMALL BUSINESS STATUS
Miami FL 33130 N/A
6a. POINT OF CONTACT NAME AND TITLE
7. NAME OF FIRM (If block 2a is a branch office)
Kenneth Caban, PE, BCEE, LEED AP – Southeast Florida Regional Manager
6b. TELEPHONE NUMBER
6c. E-MAIL ADDRESS
Tetra Tech, Inc. 786-331-7370 Ken.caban@tetratech.com
8a. FORMER FIRM NAME(S) (If any)
8b. YR. ESTABLISHED
8c. DUNS NUMBER
9. EMPLOYEES BY DISCIPLINE
10. PROFILE OF FIRM’S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
Code b. Discipline c. No. of Employees a. Profile
Code b. Experience
c. Revenue
Index Number
(see below) (1) FIRM (2) BRANCH
02 Administrative 1,593 1 E09 Environmental Impact Studies, Assessments or
Statements 6
52 Sanitary Engineer 58 1 T03 Traffic & Transportation Engineering 4
58 Technician/Analyst 575 1 C15 Construction Management 3
A06 Airports; Terminals and Hangars; Freight Handling 1
A05 Airports; Navaids; Airport Lighting; Aircraft Fueling 1
P06 Planning (Site, Installation, and Project) 1
S10 Surveying; Plotting; Mapping; Flood Plain Studies 1
E10 Environmental and Natural Resource Mapping 1
S04 Sewage Collection, Treatment and Disposal 1
L02 Land Surveying 1
W02 Water Resources; Hydrology; Ground Water 1
W03 Water Supply; Treatment and Distribution 1
S13 Storm Water Handling & Facilities 1
Total 10,000 3
11. ANNUAL AVERAGE PROFESSIONAL
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index number shown at right)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
a. Federal Work 3
b. Non-Federal Work 7
c. Total Work 7
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a. SIGNATURE
b. DATE December 8, 2011
c. NAME AND TITLE William D. Musser, PE, PH, CFM, PWS, LEED AP, Vice President
AUTH
2a. FI
Tetr
2b. ST
201
2c. CI
Orla
6a. PO
Mar
6b. TE
(407
a. Fun
Co
02
08
12
16
2
22
24
29
38
48
58
62
72
1
a. Fed
b. Non
c. Tot
a. SIG
c. NA
HORIZED FOR LO
ARCHIT
RM (OR BRANCH OF
ra Tech -- Orla
TREET
E. Pine Street
ITY
ando
OINT OF CONTACT N
k A. Rynning, P
ELEPHONE NUMBER
7) 839-3955
nction
ode
2 Administrat
8 CADD Tec
2 Civil Engine
6 Constructio
1 Electrical E
2 Engineer
4 Environme
9 Geographic
8 Land Surve
8 Project Ma
8 Technician
2 Water Reso
2 Information
1. ANNUAL AVE
SERVICES R
FOR L
(Insert revenue in
deral Work
n-Federal Work
tal Work
GNATURE
ME AND TITLE
OCAL REPROD
TECT - ENG
(If a firm ha
FFICE) NAME
ando
, Suite 1000
2
F
NAME AND TITLE
PE, Senior Vice
R 6c
m
8a. FORME
9. EMPLOYEES
b. Discipline
tive
hnician
eer
on Manager
Engineer
ntal Scientist
c Information System
eyor
nager
/Analyst
ources Engineer
n Technology/Data S
ERAGE PROFE
REVENUES OF
LAST 3 YEARS
ndex number shown
4
7
Mark Rynning
UCTION
GINEER Q
PA
as branch offic
d. STATE
Florida
e President
c. E-MAIL ADDRESS
mark.rynning@t
R FIRM NAME(S
S BY DISCIPLIN
m Specialist
Specialists
Total
ESSIONAL
FIRM
at right)
4
6
7
g, PE, Senior Vi
QUALIFICAT
ART II - GENE
ces, complete
2e. ZIP CO
32801
tetratech.com
S) (If any)
NE
c. No. of Employ
(1) FIRM (2) B
1912
170
588
358
60
366
646
97
20
590
690
260
366
12,000
1. Less th
2. $100,00
3. $250,00
4. $500,00
5. $1 milli
12. AUTHORIZ
The foregoing
ice President
TIONS
ERAL QUALI
e for each spe
ODE
yees a. Prof
CodeBRANCH
4 W03
6 S04
10 S13
1 W02
2 S10
4 C15
2 D03
1 A12
5 E03
13 P06
1 U03
1 P07
1 A05
C18
T03
51
PROFESSION
an $100,000
00 to less than $
00 to less than $
00 to less than $
on to less than $
ZED REPRESEN
g is a statement
1. SOLICITA
FICATIONS
ecific branch o
3. YEAR ESTA
1966
5. OWNERSH
a. TYPE
Corporatio
b. SMALL BU
N/A
7. NAME OF F
Tetra Tec
8b. YR. ES
10. PROFI
ANNUAL AVE
file
e
Water Supp
Sewage Col
Storm Wate
Water Reso
Surveying; P
Construction
Desalination
Automation;
Electrical St
Planning (Si
Commercial
Solid Waste
Airports; Nav
Cost Estima
Parametric C
Traffic & Tra
NAL SERVICES
$250,000
$500,000
$1 million
$2 million
NTATIVE
of facts.
STANDA
ATION NUMBER (If an
office seeking
ABLISHED
IP
on
SINESS STATUS
FIRM (If block 2a is a
ch, Inc.
STABLISHED
ILE OF FIRM’S E
ERAGE REVENU
b. Experien
ly; Treatment and D
llection, Treatment a
r Handling & Facilitie
urces; Hydrology; G
Plotting; Mapping; Fl
n Management
n (Process and Facil
Controls; Instrumen
tudies and Design
ite, Installation, and
l Building (low rise);
es; Incineration; Land
vaids; Airport Lightin
ating; Cost Engineeri
Costing; Forecasting
ansportation Enginee
S REVENUE IND
6. $2 million t
7. $5 million t
8. $10 million
9. $25 million
10. $50 million
b. D
ARD FORM 330
ny)
g work.)
4
8
a branch office)
8c. DUNS
EXPERIENCE A
UE FOR LAST 5
nce
Distribution
and Disposal
es
Ground Water
lood Plain Studies
lities)
ntation
Project)
Shopping Centers
dfill
ng; Aircraft Fueling
ing and Analysis;
g
ering
DEX NUMBER
to less than $5 m
to less than $10
to less than $25
to less than $50
or greater
DATE Decembe
(6/2004) PAGE
. DUNS NUMBER
801215968
S NUMBER
AND
YEARS
c. Revenue
Index Number
(see below)
5
5
4
4
3
3
2
2
2
2
2
2
2
2
2
million
million
5 million
0 million
er 8, 2011
6
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE 6
ARCHITECT - ENGINEER QUALIFICATIONS
1. SOLICITATION NUMBER (If any)
PART II - GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
2a. FIRM (OR BRANCH OFFICE) NAME
3. YEAR ESTABLISHED
4. DUNS NUMBER
Tetra Tech – Brighton 1966 159772102
2b. STREET
5. OWNERSHIP
123 Brighton Lake Road, Suite 203 a. TYPE
Large Business Corporation
2c. CITY
2d. STATE
2e. ZIP CODE
b. SMALL BUSINESS STATUS
Brighton MI 48116 N/A
6a. POINT OF CONTACT NAME AND TITLE
7. NAME OF FIRM (If block 2a is a branch office)
Gary J. Markstrom, P.E., Office Manager
6b. TELEPHONE NUMBER
6c. E-MAIL ADDRESS
Tetra Tech, Inc.
810-220-2112 gary.markstrom@tetratech.com
8a. FORMER FIRM NAME(S) (If any)
8b. YR. ESTABLISHED
8c. DUNS NUMBER
9. EMPLOYEES BY DISCIPLINE
10. PROFILE OF FIRM’S EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Function
Code b. Discipline
c. No. of Employees a. Profile
Code b. Experience
c. Revenue
Index Number
(see below) (1) FIRM (2) BRANCH
02 Administrative 1,912 1 H07 Highways; Streets; Airfield Paving; Parking Lots 9
08 CADD Technician 170 3 W02 Water Resources; Hydrology; Ground Water 7
15 Construction Inspector 61 6 S04 Sewage Collection, Treatment and Disposal 6
16 Construction Manager 358 2 W03 Water Supply; Treatment and Distribution 5
29 Geographic Information System Specialist 97 2 P06 Planning (Site, Installation, and Project) 4
38 Land Surveyor 20 3 T03 Traffic & Transportation Engineering 3
48 Project Manager 590 4 E09
Environmental Impact Studies, Assessments or
Statements 3
57 Structural Engineer 98 1 C11 Community Facilities 1
58 Technician/Analyst 690 5 A12 Automation; Controls; Instrumentation 1
60 Transportation Engineer 75 5 P09 Product, Machine Equipment Design 1
72 Information Technology/Data Specialists 366 1 S10 Surveying; Plotting; Mapping; Flood Plain Studies 1
Other 7563 T01 Telephone Systems (Rural; Mobile; Intercom, Etc.) 1
C12 Communications Systems; TV; Microwave 1
G03 Geodetic Surveying: Ground and Airborne 1
P05 Planning (Community, Regional, Areawide and State) 1
E13 Environmental Testing and Analysis 1
E03 Electrical Studies and Design 1
C18
Cost Estimating; Cost Engineering and Analysis;
Parametric Costing; Forecasting 1
Total 12,000 33
11. ANNUAL AVERAGE PROFESSIONAL
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
(Insert revenue index number shown at right)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
a. Federal Work 1
b. Non-Federal Work 10
c. Total Work 10
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a. SIGNATURE
b. DATE December 8, 2011
c. NAME AND TITLE Gary J. Markstrom, P.E., Office Manager
ADDENDUM No. 1
Project Name: PROFESSIONAL ENGINEERING & MANAGEMENT SERVICES
Date: November 23, 2011
Sent: Fax/E-mail/webpage
This addendum submission is issued to clarify, supplement and/or modify the previously issued Letter of
Interest (LOI) Documents, and is hereby made part of the Documents. All requirements of the
Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of
this Addendum shall be acknowledged on the Bid Form.
Scope of Services:
Proposers may select from the listing of the five general engineering disciplines depending upon
the proposers interest and expertise in each discipline listed. It is up to the proposer to decide
how may categories of specialized engineering services they wish to be considered.
Submission of Letters of Interest:
Federal Forms 254, 255 or 330 may be submitted. Submission of the Federal Forms are
excluded from the eight (8) page limit.
Exhibit #1 - “Professional Service Agreement, General Engineering Services:”
o Opening paragraph the statutory thresholds for construction costs have been amended
as follows:
CONSULTANT agrees to perform all professional services in connection with the
WORK, as described herein, on a continuing basis in connection with projects where
the basic construction costs does not exceed - $2,000,000 or studies which do not
exceed -$200,000, herein after called the SERVICES”.
HIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS
PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE
ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR
BID SHALL SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM.
NAME OF FIRM: ____________________________________
SIGNATURE: _______________________________________
DATE: _____________________________________________
1
ADDENDUM No. 2
Project Name: PROFESSIONAL ENGINEERING & MANAGEMENT SERVICES
Date: December 5, 2011
Sent: Fax/E-mail/webpage
This addendum submission is issued to clarify, supplement and/or modify the previously issued Letter of
Interest (LOI) Documents, and is hereby made part of the Documents. All requirements of the
Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of
this Addendum shall be acknowledged on the Bid Form.
Submission of Letters of Interest:
Question #1: Are there any exclusions to the 8-page limit and please clarify how many
copies of the Letters of Interest should be submitted?
Letters of Interest are limited to an 8-page maximum. The exclusions are listed below:
Federal Forms 254, 255 or 330 may be submitted. Submission of the Federal Forms
are excluded from the eight (8) page limit.
Resumes of sub‐consultants can be included as an appendix and are excluded from the
(8) page limit.
Companies must submit one unbound original, one electronic copy (flash drive or CD) and
ten copies. The mail and delivery address is:
Mrs. Maria Menendez, City Clerk
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
HIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS
PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE
ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR
BID SHOULD SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM.
NAME OF FIRM: ____________________________________
SIGNATURE: _______________________________________
DATE: _____________________________________________
1
ADDENDUM No. 3
Project Name: PROFESSIONAL ENGINEERING & MANAGEMENT SERVICES
Date: December 6, 2011
Sent: Fax/E-mail/webpage
This addendum submission is issued to clarify, supplement and/or modify the previously issued Letter of
Interest (LOI) Documents, and is hereby made part of the Documents. All requirements of the
Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of
this Addendum shall be acknowledged on the Bid Form.
Submission of Letters of Interest:
Question #1: Are the documents required to be submitted, specifically: professional
licenses, state certificates and list of clients/references, part of the eight (8) page limit or
can they be included as an appendix?
Professional licenses and state certificates are excluded from the eight (8) page limit.
Question #2: Can a firm submitting a Letter of Interest as a prime also be a sub-
consultant to another prime submitting?
Yes, there are no restrictions to submitting as a prime or a sub-consultant to another prime.
Question #3: Upon review of the City of South Miami’s Professional Services Agreement
included in the Request for Letter of Interest for Professional Engineering & Management
Services Pre-Qualification Pool it appears that text is missing from the bottom of pages 7,
8, 9, 11, and 12. Will the City please furnish an updated agreement for review prior to the
submittal deadline?
A complete Professional Service Agreement is included with addendum.
HIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS
PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE
ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR
BID SHOULD SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM.
NAME OF FIRM: ____________________________________
SIGNATURE: _______________________________________
DATE: _____________________________________________
1
2
PROFESSIONAL SERVICE AGREEMENT
General Engineering Services
THIS AGREEMENT made and entered into this _____ day of ________, 20___ by and between the
CITY OF SOUTH MIAMI, a political subdivision of the State of Florida, referred to as the "CITY" and
authorized to do business in the State of Florida, referred to as the
"CONSULTANT".
In consideration of the premises and the mutual covenants contained in this agreement, the
CITY agrees to employ the CONSULTANT for a period ending on December 31, 2014, and the
CONSULTANT agrees to perform all professional services in connection with the WORK, as
described herein, on a continuing basis in connection with projects where the basic construction costs
does not exceed $1,000,000.00 or studies which do not exceed $50,000.00, herein after called the
“SERVICES”.
SECTION 1 - GENERAL PROVISIONS:
1.1 The CONSULTANT may be issued a Notice to Proceed to encompass the entire Basic
Services, as defined in paragraph 2.2 for a project, for a portion of the Basic Services, or for
discrete tasks as specified in paragraphs 2.3 Additional Professional Services, for the purpose
of reviewing work performed by other professional consultants or for other miscellaneous
engineering services that may be required.
1.2 A Notice to Proceed will be issued on an as needed basis at the sole discretion of the
CITY. The CITY reserves, at all times, the right to perform any and all engineering work
in-house or with other engineers. This Agreement does not confer on the
CONSULTANT any exclusive rights to CITY WORK, nor does it obligate the CITY in any
manner to guarantee WORK for the CONSULTANT. The CONSULTANT may submit
proposals for any professional services for which proposals may be publicly solicited by the
CITY outside of this agreement.
1.3 The CITY will confer with the CONSULTANT before any Notice to Proceed is issued to
discuss the scope of the WORK; the time needed to complete the WORK and the fee for the
services to be rendered in connection with the WORK.
1.4 The CONSULTANT will submit a proposal upon the CITY'S request prior to the issuance of
a Notice to Proceed. No payment will be made for the CONSULTANT'S time and services
in connection with the preparation of any proposal.
1.5 The CITY agrees that it will furnish to the CONSULTANT plans and other data available in
the CITY files pertaining to the WORK to be performed under this agreement promptly after
each Notice to Proceed.
1.6 The CONSULTANT agrees to produce and distribute minutes, promptly after each
meeting at which their presence is required.
1.7 The CITY agrees to designate a representative who, on behalf of the City Manager shall
examine the documents submitted by the CONSULTANT and shall render decisions
promptly, to avoid unreasonable delay in the progress of the CONSULTANT'S services. The
3
CONSULTANT shall keep the CITY'S representative advised on the project status at all
times.
1.8 The CITY agrees to issue all directives and approval in writing.
SECTION 2 - PROFESSIONAL SERVICES
2.1 General Engineering Services
The professional services to be provided by the consultant are as follows:
A. Roadway Engineering to include streets, sidewalk, curb, gutter, drainage, associated
traffic control devices, stripping, lighting, irrigation, speed reduction devices and
incidental landscaping.
B. Drainage Design includes the necessary analysis needed to implement proposed
drainage improvements, preparation of paving and drainage plan for municipal building
and facilities.
C. Civil Engineering, to include Distribution Systems Improvement / Analysis and design
and Sanitary Sewer System Evaluation and design.
D. Environmental Engineering, to including, site investigation and design needed to
prepare remediation plans to mitigate underground storage tanks, hazardous waste
materials and asbestos materials.
E. Traffic engineering Services will include daily volume counts, data analysis, preparation
of conceptual improvements plan, present reports and recommendations to
stakeholders and preparation of final traffic engineering report.
F. Other incidental services associated to the above items.
2.2 Basic Services
The Basic Services, for design and construction, consist of six (6) phases described in Paragraph 2.2.1
through 2.2.6. The scope outlined below is applicable in its entirety to projects for which completed
Basic Services are authorized.
Upon authorization to proceed from the CITY, the CONSULTANT agrees to provide complete
professional engineering services for any portion or all of the six Phases outlined below. The
CONSULTANT agrees to co-ordinate his effort with that of any other engineering, landscape
architectural or architectural CONSULTANTS to assure a coordinated and complete WORK. The
lead CONSULTANT as designated by the CITY shall prepare the final bid package including bid
documents and specifications, which shall be prepared by, and be the responsibility of the respective
disciplines.
2.2.1 Phase I-Preliminary and Schematic Design:
A. The CONSULTANT shall confer with representatives of the CITY and the using agency
to determine the full scope of the Project that will meet the program requirements, and
4
shall advise the CITY if, in the CONSULTANT'S opinion, the allocated funds are adequate
to accomplish the program requirements.
B. The CONSULTANT shall use proper and adequate design control to assure the CITY that the
program requirements will be met.
C. The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising
of the Project Timetable (Master Schedule), Planning Summary (unless advised otherwise),
Schematic Design Studies (unless advised otherwise) as defined below, and the Statement
of Probable Construction Cost.
D. The Proposed Project Timetable shall consist of a schedule showing the proposed
completion date on each Phase of the Project through design, bidding, construction, and
proposed date of completion.
E. The Planning Summary (unless advised otherwise) shall consist of a vicinity plan and blow-
up of the Site (if applicable) showing Project orientation, and a brief summary of all
pertinent planning criteria used for the Project.
F. The Schematic Design Studies (unless advised otherwise) shall consist of all plans,
elevations, sections, etc. as required to show the scale and relationship of the parts and
the design concept of the whole. A simple perspective sketch, rendering, model or
photograph thereof may be provided to further show the design concept.
G. The CONSULTANT shall present the Schematic design studies to the appropriate Boards
for their approval when the project requires such approval. The Consultant shall make
copies necessary for presentation to the Board at no additional cost to City.
H. The CONSULTANT shall present the schematic design studies to all the appropriate
utility companies (such as FPL, Southern Bell, Dynamic Cable, MDWASA, etc.) for any
conflict with their utilities.
I. The Statement of Probable Construction Cost shall include estimated cost of the Project
including fixed equipment, professional fees, contingencies (if any), escalation factors
adjusted to the estimated bid date, movable estimate (if any), and utility service extensions
(if applicable). The CONSULTANT'S opinions of probable Total Project Costs and
Construction Cost are to be made on the basis of CONSULTANT'S experience and
qualifications and represent CONSULTANT'S best judgment as an experienced and
qualified professional engineer, familiar with the local construction industry and prices.
J. The CONSULTANT shall submit and present two (2) copies of all documents required
under this Phase, without additional charge, for approval by the CITY and he shall not
proceed with the next Phase until directed by the CITY.
2.2.2 Phase II – Study and Design Development:
A. From the approved Schematic Design documents, the CONSULTANT shall prepare
Design Development Documents, comprising the drawings, outline specifications and
other documents to fix and describe the size and character of the entire Project as to
construction and finish materials and other items incidental thereto as may be appropriate
and applicable.
5
B. The Design Development Documents shall comprise the Proposed Project Timetable
(updated), Outline Specifications, Updated Statement of Probable Construction Cost, and
Design Development Drawings, etc., as required to clearly delineate the Project. If the
Updated Statement of Probable Construction Cost exceeds the allocated funds, feasible
cost or scope reduction options shall be included.
C. The CONSULTANT shall submit and present two (2) sets of all documents required
under this Phase, without additional charge, for approval by the CITY and not proceed
with the next Phase until directed by the CITY.
D. The CONSULTANT shall at all times monitor the Probable Construction Costs to make
certain they remain within the total allocated budget. A Notice to Proceed to Phase III
will not be issued if the latest statement of Probable Construction Cost exceeds the total
allocated funds.
2.2.3 Phase III – Final Design / Construction Documents Development:
A. From the approved Design Development Documents, the CONSULTANT shall prepare
Final Construction Documents setting forth in detail the requirements for the
construction of the Project including the Proposal (Bid) Form and other necessary
information for bidders, Conditions of the Contract, and Complete Drawings and
Specifications. CONSULTANT shall use Construction Specifications Institute (CSI)
Standards and the City of South Miami Standard forms for the preparation of the proposal
(bid) forms, Instructions to Bidders, conditions of Contract and Specifications. The
CONSULTANT shall review all existing City Specifications, for completeness prior to use
and shall supply all needed additional specifications.
B. The Construction Documents shall be prepared in a manner that will assure clarity of line
work, notes, and dimensions, when the documents are reduced to 50% of their size. All
drawings shall be on 24" x 36" paper ("D" size), on the City's standard sheet format,
unless approved otherwise.
C. All construction documents shall be submitted in both “hard copy” and electronic media
in a mutually agreed upon electronic format, but generally as follows:
1. Non-drawing submittals in Microsoft Office format.
2. Drawings in AutoCAD format.
3. GIS files should be in ArcView format Version 3.2.
D. When the development of the drawings has progressed to at least 50% completion in Phase III, the
CONSULTANT shall submit two (2) copies to the CITY for approval, without additional charge,
along with updated outline specifications. The CONSULTANT shall also submit at this time an
updated Statement of Probable Construction cost as indicated by time factor, changes in
requirements, or general market conditions and an updated Project Schedule.
E. The CONSULTANT shall not proceed with the further development until approval of the
50% documents is received from the CITY. The CONSULTANT shall make all changes
to documents. The 50% complete Check set shall be returned to the CITY.
F. A Notice to Proceed for the completion of Phase III will not be issued if the latest
6
Statement of Probable Construction Cost exceeds the total allocated funds, unless the
CITY increases the total allocated funds or the CONSULTANT and the CITY agrees on
methods of cost reductions sufficient to enable construction within the funds available.
G. Upon 100% completion of the Construction Documents, the CONSULTANT shall submit
to the CITY a final, updated Statement of Probable Construction Cost along with two (2)
copies each of Check Set of drawings, specifications, reports, programs, etc., without
additional charge, for a final review and comments or approvals.
H. The CONSULTANT shall make all the necessary presentations to the appropriate CITY
Boards (such as Environmental Review Board, Historical Preservation Board etc.) for the
final approval.
I. The CONSULTANT at no extra cost to the CITY shall make all required changes or
additions and resolve all questions resulting from paragraph H if the changes or additions
do not alter the scope of the project as determined under paragraph 2.2.1 A. The 100%
complete Check set shall be returned to the CITY. Upon final approval by the CITY the
CONSULTANT shall furnish to the CITY a minimum of 30 sets of drawings and
specifications, for bidding purposes, unless instructed otherwise.
J. The CONSULTANT shall arrange for "dry runs" and/or make final submissions to
appropriate authorities (regulatory agencies to include and not limited to City, County,
State or Federal) as necessary, to ascertain that the construction documents meet the
necessary requirements to obtain all the necessary permits for construction.
CONSULTANT shall respond to all technical questions from regulatory agencies.
CONSULTANT shall modify, at no additional cost to CITY, in order to acquire the
necessary permits.
2.2.4 Phase IV - Bidding and Negotiation Phase:
A. Upon obtaining all necessary approvals of the Construction Documents, and approval
by the CITY of the latest Statement of Probable Construction Cost, the
CONSULTANT shall furnish the drawings and specifications as indicated above for
bidding, and assist the CITY in obtaining bids and awarding and preparing construction
contracts. The CONSULTANT shall attend all pre-bid conferences. The
CONSULTANT shall be present during the bid opening and as part of his assistance
to the CITY will tally, evaluate and issue a recommendation to the CITY after verifying
bond, insurance documents, questionnaire and reference submitted by the
constructor.
B. The CONSULTANT shall issue Addenda through the CITY as appropriate to clarify,
correct or change Bid Documents.
C. If Pre-Qualification of bidders is required as set forth in the Request for Qualification,
CONSULTANT shall assist City in developing qualification criteria, review
qualifications of prospective bidders, and recommend acceptance or rejection of the
prospective bidders.
D. If the lowest responsible Base Bid received exceeds the Total Allocated Funds the
CITY may:
7
1. approve the increase in Project Cost and award a construction contract or,
2. reject all bids and rebid the Project within a reasonable time with no change in
the Project, or
3. direct the CONSULTANT to revise the Project scope or quality, or both, as
approved by the CITY and rebid the Project, or
4. suspend or abandon the Project, or
5. exercise all options under the City Charter and State Law.
NOTE: Under item (2) above, the CONSULTANT shall, without additional compensation,
assist the CITY in obtaining re-bids, and awarding the re-bid of the project. Under item (3)
above, the CONSULTANT shall, without additional compensation, modify the Construction
Documents as necessary to bring the Probable Construction Cost within the Total Allocated
Funds. When the lowest responsible bid is over 15% of the CONSULTANT estimate.
E. For the purpose of payment to the CONSULTANT, the Bidding Phase will terminate
and the services of the CONSULTANT will be considered complete upon signing of
an Agreement with a Contractor. Rejection of bids by the CITY does not constitute
cancellation of the project.
2.2.5 Phase V – General Administration of the Construction Contract:
A. The Construction Phase will begin with the award of the Construction Contract and
will end when the Contractor's final Payment Certificate is approved and paid by the
CITY.
B. The CONSULTANT, as the representative of the CITY during the Construction
Phase, shall advise and consult with the CITY and shall have authority to act on behalf
of the CITY to the extent provided in the General Conditions and as modified in the
Supplementary Conditions of the Construction Contract.
C. The CONSULTANT shall attend pre-construction meetings.
D. The CONSULTANT shall at all times have access to the project wherever it is in
preparation or progress.
E. The CONSULTANT shall visit the site at least weekly and at all key construction
events to ascertain the progress of the Project and to determine in general if the
WORK is proceeding in accordance with the Contract Documents. On the basis of
on-site observations, the CONSULTANT will use reasonable and customary care to
guard the CITY against defects and deficiencies in the WORK. The CONSULTANT
may be required to provide continuous daily on-site observations to check the quality
or quantity of the WORK as set forth in this Agreement and defined by the Scope of
WORK issued for the individual project. On the basis of the on-site observations, the
CONSULTANT will advise the CITY as to the progress of and any observed defects
and deficiencies in the WORK immediately in writing.
8
F. The CONSULTANT shall furnish the CITY with a written report of all observations
of the WORK made by him during each visit to the WORK. He shall also note the
general status and progress of the WORK, and shall submit same in a timely manner.
The CONSULTANT shall ascertain at least monthly that the Contractor is making
timely, accurate, and complete notations on record drawings.
G. Based on observations at the site and on the Contractor's Payment Certificate, the
CONSULTANT shall determine the amount due the Contractor on account and he
shall recommend approval of the Certificate in such amounts. The recommendation
of approval of a Payment Certificate shall constitute a representation by the
CONSULTANT to the CITY that, he certifies to the CITY that the WORK has
progressed to the point indicated, and the quality of the WORK is in accordance with
the Contract Documents subject to:
1. an evaluation of the WORK for conformance with the contract documents upon
substantial completion.
2. the results of any subsequent tests required by the contract documents.
3. minor deviations from the contract documents correctable prior to completion
and acceptance of the project.
H. The CONSULTANT shall have an affirmative duty to recommend rejection of
WORK, which does not conform, to the Contract Documents. Whenever, in his
reasonable opinion, he considers it necessary or advisable to insure compliance with
the Contract Documents, he will have authority (with the City's prior approval) to
recommend special inspections or testing of any WORK deemed not to be in
accordance with the Contract whether or not such WORK has been fabricated and
delivered to the Project, or installed and completed.
I. The CONSULTANT shall promptly review and approve shop drawings, samples, and other
submissions of the Contractor for conformance with the design concept of the Project and for
compliance with the Contract Documents. Changes or substitutions to the Contract
Documents shall not be authorized without concurrence with the CITY.
J. The CONSULTANT shall review and recommend action on proposed Change
Orders within the scope of the Project initiated by others, and initiate proposed
change orders as required by his own observations.
K. The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of
Substantial Completion of the Project. A Punch List of any defects and discrepancies in the
WORK required to be corrected by the Contractor shall be prepared by the CONSULTANT
in conjunction with representatives of the CITY and satisfactory performance obtained before
the CONSULTANT recommends execution of Certificate of Final Acceptance and final
payment to the Contractor. He shall obtain from the Contractor all warranties, guarantees,
operating and maintenance manuals for equipment, releases of lien and such other documents
and certificates as may be required by applicable codes, laws, policy regulations and the
specifications, and deliver them to the CITY.
L. The CONSULTANT shall provide assistance in obtaining Contractor's compliance
with the Contract Documents relative to, 1) initial instruction of CITY 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.
9
M. The CONSULTANT shall provide the contractor with three sets of drawings labeled
“Construction Plans” for permit from Public Works.
2.2.6 Phase VI - Post Construction Administration
A. The CONSULTANT shall prepare and provide the CITY with a written manual, to be
used by the CITY, outlining the implementation plan of all the required maintenance
necessary to keep the proposed WORK operational in a safe and effective manner.
B. The CONSULTANT shall furnish to the CITY, reproducible record drawings updated
based on information furnished by the Contractor; such drawings shall become the
property of the CITY.
C. The CONSULTANT shall assist in the inspection of the WORK one month before
the expiration of any guarantee period or the sixth month whichever is earlier and
report any defective WORK in the Project under terms of the guarantee/warranties
for correction. He shall assist the CITY with the administration of
guarantee/warranties for correction of defective WORK that may be discovered
during the said period.
D. The CONSULTANT shall furnish the City with a 3-ring binder labeled “Close-out
Documents” that will include as a minimum a copy of:
Certificates of completion
As-Builts (1/2 size)
Test Results
Daily construction inspection reports
Progress meeting minutes
Approved shop drawings
Warranty manuals as applicable
Final release of liens
Final payment to contractor.
2.3 Additional Professional Services
Additional Services as listed below are normally considered to be beyond the scope of the Basic
Services for design and construction, as defined in this Agreement but which are additional services
which may be authorized within the Scope of Work given the CONSULTANT.
A. Special analysis of the CITY'S needs, and special programming requirements for a
project.
B. Financial feasibility, life cycle costing or other special studies.
10
C. Planning surveys, site evaluations, or comparative studies of prospective sites.
D. Design services relative to future facilities, systems and equipment, which are not
intended to be constructed as part of a specific Project.
E. Services to investigate existing conditions (excluding utilities) or facilities or to make
measured drawings thereof, or to verify the accuracy of drawings or other
information furnished by the CITY.
F. Professional detailed Estimates of Construction Cost consisting of quantity surveys
itemizing all material, equipment and labor required for a Project.
G. Consultation concerning replacement of any WORK damaged by fire or other cause
during construction, and furnishing professional services of the type set forth in Basic
Services as may be required relative to replacement of such WORK, providing the
cause is found by the CITY to be other than by fault of the CONSULTANT.
H. Professional services made necessary by the default of the Contractor or by major
defects in the WORK under the Construction Contract, providing the cause is found
by the CITY to be other than by fault of the CONSULTANT.
I. Making major revisions changing the Scope of a project, to drawings and specifications
when such revisions are inconsistent with written approvals or instruction previously
given by the CITY and are due to causes beyond the control of the CONSULTANT.
(Major revisions are defined as those changing the Scope and arrangement of spaces
and/or scheme or any portion).
J. The services of one or more full-time Project Representatives.
K. Preparing to serve or serving as an expert witness in connection with any arbitration
proceeding or legal proceeding in connection with a Project.
L. Professional services required after approval by the CITY or the Contractor's
Requisition for Final Payment, except as otherwise required under Basic Services.
M. Preparing supporting data, drawings, and specifications as may be required for Change
Orders affecting the scope of a Project provided the Changes are due to causes found
by the CITY, to be beyond the control of the CONSULTANT.
SECTION 3 - TIME FOR COMPLETION:
The services to be rendered by the CONSULTANT for any WORK shall be commenced upon
written Notice to Proceed from the CITY subsequent to the execution of this Agreement and shall
be completed within the time based on reasonable determination, stated in the said Notice to
Proceed.
A reasonable extension of time will be granted in the event there is a delay on the part of the
CITY in fulfilling its part of the Agreement, change of scope of work or should any other
events beyond the control of the CONSULTANT render performance of his duties
impossible.
11
SECTION 4 - BASIS OF COMPENSATION
The CONSULTANT agrees to negotiate a "not to exceed" fee or a fixed sum fee for each of the
WORK assigned to him based on the Scope of such WORK. Upon agreement of a fee, the CITY will
issue a written authorization to proceed to the CONSULTANT. In case of emergency, the CITY
reserves the right to issue oral authorization to the CONSULTANT, with the understanding that
written confirmation will follow immediately thereafter. For reproduction of plans and specifications,
beyond the requirements as identified under Section 2-Professional Services the CITY will pay the
direct costs.
The fees for Professional Services for each of the WORK shall be determined by one of the following
methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT.
A. A fixed sum: The fee for a task or a scope of work may be fixed sum as mutually
agreed upon by the CITY and the CONSULTANT:
B. Hourly rate fee: The CITY agrees to pay, and the CONSULTANT agrees to accept,
for the services rendered pursuant to this Agreement, fees in accordance with the
following:
Category Hourly Rate
Principal
Project Manager
Senior Engineer
Engineer
Construction Manager
Construction Inspection
Senior Draftsman/Technical/CADD Operator
Draftsmen
Data Processing / Clerical
Hourly rates will include all wages, benefits, overhead and profit.
SECTION 5 - PAYMENT AND PARTIAL PAYMENTS
The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized
WORK performed during the previous calendar month. For design and construction projects where
fee for each phase is not specified, such payment shall, in the aggregate, not exceed the percentage of
the estimated total Basic Compensation indicated below for each phase:
15% upon completion and approval of Phase I.
35% upon completion and approval of Phase II.
12
55% upon submittal and approval of 50% complete drawings and outline
specifications of Phase III.
75% upon 100% completion and approval of Phases III and IV.
90% upon completion of the Project and approval of all WORK Phase V).
100% upon final completion and approval of WORK elements A and B of
Phase VI.
The CONSULTANT shall submit an original invoice to the City’s project representative.
The invoice shall contain the following information:
1. The amount of the invoices submitted shall be the amount due for all WORK
performed to date as certified by the CONSULTANT.
2. The request for payment shall include the following information:
a. Project Name
b. Total Contract amount (CONSULTANT’s lump sum negotiated upset limit
fees)
c. Percent of work completed.
d. Amount earned.
e. Amount previously billed.
f. Due this invoice.
g. Balance remaining
h. Summary of work done this billing period.
i. Invoice number and date.
3. Upon request by the CITY the CONSULTANT shall provide the CITY with certified
payroll data for the WORK reflecting salaries and hourly rates.
SECTION 6 - RIGHT OF DECISIONS
All services shall be performed by the CONSULTANT to the satisfaction of the CITY’s
representative, who shall decide all questions, difficulties and disputes of whatever nature which may
arise under or by reason of this Agreement, the prosecution and fulfillment of the services, and the
character, quality, amount and value and the representative's decisions upon all claims, questions, and
disputes shall be final, conclusive and binding upon the parties unless such determination is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the judgment of
the representative as to any decisions made by him, he shall present his written objections to the City
Manager and shall abide by the decision of the City Manager. Nothing in this section shall mean to
13
deny the right to arbitrate, by either parties, in accordance with the Industry Arbitration Rules of the
American Arbitration Association.
SECTION 7 - OWNERSHIP OF DOCUMENTS
All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose
of this Agreement shall become the property of the CITY without restriction or limitation in
connection with the owner’s use and occupancy of the project. Reuse of these documents without
written agreement from the CONSULTANT shall be the CITY'S sole risk and without liability and
legal exposure to the CONSULTANT.
When each individual section of the WORK completed under this Agreement is complete; all of the
above data shall be delivered to the CITY.
SECTION 8 - COURT APPEARANCES, CONFERENCES AND HEARINGS
Nothing in this contract shall obligate the CONSULTANT to prepare for or appear in litigation on
behalf of the CITY without additional compensation except for any dispute arising out of this contract.
The amount of such compensation shall be mutually agreed upon and be subject to a supplemental
agreement approved by the City Commissioners and upon receipt of written authorization from the
CITY prior to performance of a court appearance and conference.
The CONSULTANT shall confer with the CITY at anytime during construction of the improvement
contemplated as to interpretation of plans, correction of errors and omissions and preparation of any
necessary plan thereof to correct such errors and omissions or clarify without added compensation.
SECTION 9 - NOTICES
Any notices, reports or other written communications from the CONSULTANT to the CITY shall be
considered delivered when delivered by courier or by mail to the CITY. Any notices, reports or
other communications from the CITY to the CONSULTANT shall be considered delivered when
delivered by the CONSULTANT in person or by mail to said CONSULTANT or his authorized
representative.
SECTION 10 - AUDIT RIGHTS
The CITY reserves the right to audit the records of the CONSULTANT related to this Agreement at
any time during the execution of the WORK and for a period of one year after final payment is made.
This provision is applicable only to assignments that are on a time and cost basis.
SECTION 11 – SUBLETTING
The CONSULTANT shall not sublet, assign, or transfer any WORK under this Agreement without
the prior written consent of the CITY.
SECTION 12 - WARRANTY
The CONSULTANT warrants that he 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 contract
and that he has not paid or agreed to pay any company or person other than a bona fide employee
working solely for the CONSULTANT any fee, commission, percentage fee, gifts or any other
14
considerations contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the CITY shall have the right to annul this contract without liability.
SECTION 13 - TERMINATION OF AGREEMENT
It is expressly understood and agreed that the CITY may terminate this Agreement without penalty
by declining to issue Notice to Proceed authorizing WORK, in which event the CITY'S sole obligation
to the CONSULTANT shall be payment for those units or sections of the WORK previously
authorized in accordance with the provisions of Section 4, such payment to be determined on the
basis of the WORK performed by the CONSULTANT up to the time of termination.
SECTION 14 - DURATION OF AGREEMENT
This Agreement, for the purpose of issuing new WORK shall remain in full force and effect for a
period ending December 31, 2011, although the actual completion of performance may extend
beyond such term, or until the depletion of funds allocated for the WORK, or unless otherwise
terminated by mutual consent of the parties hereto.
SECTION 15 - RENEWAL OPTION
This agreement may be renewed, at the sole discretion of the CITY, for an additional period of one
year at the end of the initial period.
SECTION 16 - DEFAULT
In the event either party fails to comply with the provisions of this Agreement, the aggrieved party
may declare the other party in default and notify him in writing. In such event, the CONSULTANT
will only be compensated for any completed professional services. In the event partial payment has
been made for such professional services not completed, the CONSULTANT shall return such sums
to the CITY within ten (10) days after notice that said sums are due. In the event of litigation by the
other party to enforce the provisions of this contract, the prevailing party will be compensated for
reasonable attorney's fees. In no event shall attorney’s fees awarded against the CITY exceed 25% of
the award for damages. The CITY does not waive sovereign immunity from awards of prejudgment
interest.
SECTION 17 - INSURANCE AND INDEMNIFICATION
The CONSULTANT shall not commence WORK on this Agreement until he has obtained all insurance required by
the CITY. The CONSULTANT shall indemnify and save the CITY harmless from any and all damages, claims, liability,
losses and causes of actions of any kind or nature arising solely out of a negligent error, omission, or act of the
CONSULTANT, its agents, representatives, employees, sub-consultants, sub-contractors or assigns, incident to arising
out of or resulting from the performance of the CONSULTANT'S professional services under this Agreement. The
CONSULTANT shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including
the CITY’S attorney’s fees and expenses in the defense of any action in law or equity brought against the CITY arising
from the negligent error, omission, or act of the CONSULTANT, its agents, representatives, employees, sub-
consultants, sub-contractors, or assigns, incident to, arising out of or resulting from the performance of the
CONSULTANT'S professional services under this Agreement..
The CONSULTANT agrees and recognizes that the CITY shall not be held liable or responsible for
any claims, including the costs and expenses of defending such claims which may result from or arise
out of actions or omissions of the CONSULTANT, its agents, representatives, employees, sub-consultants,
sub-contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the
15
CONSULTANT, the CITY in no way assumes or shares responsibility or liability of the
CONSULTANTS, Sub-consultants, their agents or assigns.
The CONSULTANT shall maintain during the term of this Agreement the following
insurance:
A. Professional Liability Insurance on a Florida approved form in the amount of
$1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability
providing for all sums which the CONSULTANT shall become legally obligated to pay
as damages for claims arising out of the services or work performed by the
CONSULTANT its agents, representatives, sub-consultants, sub-contractors or assigns,
or by any person employed or retained by him in connection with this Agreement.
This insurance shall be maintained for four years after completion of the construction
and acceptance of any Project covered by this Agreement. However, the
CONSULTANT may purchase Specific Project Professional Liability Insurance, in the
amount and under the terms specified above, which is also acceptable.
B. Comprehensive general liability insurance with broad form endorsement, on a Florida
approved form including automobile liability, completed operations and products
liability, contractual liability, severability of interest with cross liability provision, and
personal injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate, including:
Personal Injury: $1,000,000;
Medical Insurance $25,000 per person;
Property Damage: $5000,000 each occurrence;
Automobile Liability: $1,000,000 each accident/occurrence.
C. Umbrella Commercial General Liability insurance on a Florida approved form with the
same coverage as the primary insurance policy but in the amount of $5,000,000 per
claim.
The City must be named as additional “named” insured for all except Workers’ Compensation,
and reflect the indemnification and hold harmless provision contained herein. Policy must specify
whether it is primary or excess/umbrella coverage. City must receive 10 days advance written
notice of any policy modification and 30 days advance written notice of cancellation, including
cancellation for non-payment of premiums. All insurance must remain in full force and effect for
the duration of the contract period with the City. The CONSULTANT must provide not only a
“certified copy” of the Binder but also the Policy itself with the name, address and phone
number of the agent and agency procuring the insurance.
D. Workman's Compensation Insurance in compliance with Chapter 440, Florida
Statutes, as presently written or hereafter amended.
E. The policies except for Section 17 A shall contain waiver of subrogation against CITY
where applicable, shall expressly provide that such policy or policies are primary over
any other collective insurance that CITY may have. The CITY reserves the right at
any time to request a copy of the required policies for review. All policies shall
contain a “severability of interest” or “cross liability” clause without obligation for
16
premium payment of the CITY.
F. All of the above insurance required to be provided by the CONSULTANT is to be
placed with BEST rated A-8 or better insurance companies, qualified to do business
under the laws of the State of Florida on approved Florida forms.
The CONSULTANT shall furnish certified copies of all “Binders” or certificates of insurance to the
CITY prior to the commencement of operations, which “Binders” or certificates shall clearly indicate
that the CONSULTANT has obtained insurance in the type, amount, and classification as required for
strict compliance with this Section and that no reduction in limits by endorsement during the policy
term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice
to the CITY.
Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and
obligations under this Section or under any other portion of this Agreement.
SECTION 18 - AGREEMENT NOT EXCLUSIVE
Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to
perform the same or similar services.
SECTION 19 - CODES, ORDINANCES AND LAWS
The CONSULTANT agrees to abide and be governed by all duly promulgated and
published CITY, County, State and Federal codes, ordinances and laws in effect at the
time of design which have a direct bearing on the WORK involved on this project.
The CONSULTANT is required to complete Public Entity Crimes Affidavit form
(attached) pursuant to FS 287.133(3)(a).
17
SECTION 20 - ENTIRETY OF AGREEMENT
This writing embodies the entire Agreement and understanding between the parties hereto, and there
are no other Agreements and understandings, oral or written, with reference to the subject matter
hereof that are not merged herein and superseded hereby.
No alteration, change, or modification of the terms of this Agreement shall be valid unless made in
writing and signed by both parties hereto, upon appropriate action by the City Commissioners.
IN WITNESS WHEREOF, this Agreement is accepted on the date first above written subject to the
terms and conditions set forth herein.
WITNESSES CONTRACTOR
Signature:
Name:
Title:
AUTHENTICATION: OWNER: CITY OF SOUTH MIAMI
Signature: Signature:
Maria Menendez Hector Mirabile, Ph.D
City Clerk City Manager
Read and Approved as to Form
Language, Legality and Execution
Thomas F. Pepe, Esq.
City Attorney
The foregoing instrument was acknowledged before me this__________day of _____________,
20____ by the City Manager and City Clerk, respectively of the CITY OF SOUTH MIAMI, on behalf
of the CITY, who are personally known to me.
Notary Public, State of Florida
Print name: __________________________
Commission No: ______________________
150 West Flagler Street, Suite 1625, Miami, FL 33130
786.507.3898 • www.tetratech.com