Loading...
THE CORRADINO GROUP  2   Section II The Corradino Group (Corradino) is a professional services firm that has been in business for over 40 years providing a full range of engineering, planning, construction management, environmental and transportation services to government and industry in Florida and throughout the eastern United States. Corradino’s staff of approximately 140 people includes professionals with credentials in a full range of services which include: • Airport Planning and Engineering • Civil Engineering • Environmental Assessments, Investigations and Mitigation • Construction Inspection Services • Highway Design • Public Involvement • Traffic Engineering • Transit Planning and Engineering • Transportation Planning • Urban Design • Urban Planning Corradino bases its practice on an in-depth understanding of the professional disciplines associated with land and infrastructure development. Based on this foundation, each professional in the organization makes a singular commitment to understanding, analyzing, and solving the challenges that municipalities, government agencies, and private sector clients are faced with on every project. Over the years, Corradino has provided roadway and civil engineering design, traffic and environmental engineering, and construction administration services to several municipalities across the nation, and many in Miami-Dade County. These include the City of Miami, the Village of Palmetto Bay, the Town of Cutler Bay, the City of Miami Beach, the City of Key West, and the City of Hialeah. We have been extremely successful in building partnerships and getting projects designed, approved and constructed in a timely manner. We also believe the success of this contract stems from the ability to efficiently manage concurrent assignments, and the capacity to respond quickly and efficiently to multiple task work-orders from the City. That is why these services will be managed and performed by staff based in our Miami office, just minutes from the City. Our diverse team of engineers, planners, environmental scientists, and construction managers possess the ability to undertake a variety of engineering project initiatives. We understand a municipality’s perspective as it tries to interact with local, county and state agencies. In fact, interacting with governing agencies on behalf of municipalities has become a firm specialty, and has allowed us to successfully get projects designed, approved, and constructed in a timely and cost efficient manner. The design of Miracle Mile in Coral Gables is a Corradino design, as are the new Flagler Street in downtown Miami, and the intersection of Drexel Avenue and Espanola Way in South Beach. Corradino has also been providing engineering related services to the City of Hialeah for more than a decade. Successful completions of more than 50 roadway reconstruction projects have been carried out over that time. We have also provided design services for the implementation of traffic calming devices within the Village of Palmetto Bay, as well as the City of Miami. These projects ranged from speed control measures, such as chicanes and speed tables, to roundabouts. We are also in tune with the City’s initiative to “Go Green” and have been involved with numerous projects which seek to comply with the principles of economic, social, and ecological sustainability. From sustainable planning to sustainable design, aim has been taken to minimize environmental impact and maximize access to public transport. Corradino was involved in the design of the US-1 exclusive bus lanes which provides a parallel corridor adjacent to the heavily congested US-1 primary arterial. This corridor is reserved for exclusive transit use, offering a premium transit-way extension to the Metrorail, in an attempt to promote public transport. From an environmental standpoint, Corradino has been involved with a number of projects which seek to reduce negative impacts on the environment. Most recently, we completed the design of a 15-mile resurfacing project utilizing hot-in-place recycled asphalt. This method consists of heating the existing pavement to make it pliable, milling the top two inches of   3   pavement, and mixing the milled material with a recycled oil-based rejuvenating agent. The train then lays the recycled asphalt in one single pass, reducing construction time and eliminating the need for disposal of old pavement materials. This is an environmentally friendly approach since 100 percent of the existing asphalt is used, eliminating traffic and emissions which result from bringing new asphalt to the site. The Corradino Team has given thorough consideration to the staffing proposed for this contract. All of our team members have an excellent history of working together and bring extensive design experience, as well as the availability to meet the production requirements of this contract. As shown in the attached Organizational Chart and SF 330 forms, we have assembled a team tailored to meet each of the disciplines required to effectively and efficiently complete each project assignment on time and within budget. In assembling the staff, we not only looked at the special technical capabilities of the individuals, but also the current and projected workload of each team member as shown below. Corradino Key Staff Member Total Annual Hours Hours Committed to Other Projects Next Six Months Percent Committed Minimum Hours Available for Next Six Months Minimum Percent Availability Mike Ciscar, PE 2,340 525 50 585 50 Favio Laverde, PE 2,080 520 50 520 50 Bill Lynch, PE, CDT 2,080 416 40 624 60 Ryan Solis-Rios, PE, PTOE 2,080 624 60 416 40 Joseph M. Corradino, AICP 2,080 832 80 208 20 Juan Sotero, PE 2,080 416 40 624 60 Carlos Verson, PE 2,080 416 40 624 60 Marvin Guillen, EI 2,080 208 20 832 80 Kevin Crowther, PE 2,080 676 65 364 35 Mel Pollock, PE 2,080 832 80 208 20 Greg Lady, PE 2,080 832 80 208 20 Marcos Souza, EI 2,080 312 30 728 70 Josh Bocks 2,080 520 50 520 50 An experienced and knowledgeable team is essential in order to maintain the project schedule, realize potential cost reductions, minimize construction impacts, and gain public support. Corradino has tailored the staff for this contract to present a team with a demonstrated ability to facilitate production, maintain excellent design and construction documentation, and provide outstanding contract administration services including schedule analysis, estimating, phase submittals review coordination, and any related project controls. Our primary focus is to produce the highest quality projects on-time and within budget. The firm has maintained an impeccable track record in doing so, because of its proactive project management philosophy. Our project management approach is to establish the project requirements; set the basis for controlling scope, schedule, and budget of the project tasks; and describe the principle responsibilities and authority of the project participants. Our team members understand the necessity of successfully completing project goals within the predetermined schedule and work program budget. This experience gives us an unparalleled familiarity with the required processes and the opportunity to utilize lessons learned and proven procedures to develop a set of contract documents that will be functional, cost- effective, biddable, constructible and maintainable. We are committed to serving the needs of the City of South Miami, and we will allocate the full resources of our Company to ensure that our services are of the utmost quality and that we act as a seamless extension of your staff. City of South Miami Professional Engineering and Management Services MMIIKKEE RR.. CCIISSCCAARR,, PPEE Vice President of Engineering & Planning Years of Experience – 24 years (9 years with Corradino) Office Location – Miami Corradino’s Vice President of Engineering and Planning has 24 years of experience in the field of civil and transportation engineering. Mr. Ciscar oversees all of Corradino’s engineering operations in South Florida. Corradino’s projects range from water and sewer planning and design to major expressway corridor studies, highway design, and construction assistance. Prior to joining Corradino, Mr. Ciscar had a distinguished 16 year career with the Florida Department of Transportation’s District Six office and served as the District Environmental Management Engineer for 5 and ½ years. In his capacity as the Environmental Management Engineer, he directed the activities of the District Environmental Management Office to ensure compliance with all FDOT objectives, Departmental policies, and FHWA requirements, as well as, all federal, state, and local laws and regulations. The primary function of the office was to perform Project Development and Environmental (PD&E) studies. This entails performing engineering and environmental studies, documenting the studies in the form of engineering reports and environmental documents, and conducting extensive public and inter- governmental coordination. Mr. Ciscar was responsible for obtaining all environmental permits and approvals for all of the District’s projects. FDOT District VI, (Miami-Dade and Monroe Counties)/District Environmental Management Engineer (1996 – 2002) Directed the activities of the District Environmental Management Office to ensure compliance with all FDOT objectives, Departmental policies, and FHWA requirements. As well as, all federal, state, and local laws and regulations. The primary function of the office was to perform Project Development and Environmental (PD&E) studies. This entails performing engineering and environmental studies, documenting the studies in the form of engineering reports and environmental documents, and conducting extensive public and inter-governmental coordination. The environmental documents for which Mr. Ciscar was responsible for ranged Programmatic Categorical Exclusions to Environmental Impact Statements. Mr. Ciscar was responsible for obtaining all environmental permits and approvals for all of the District’s projects. He represented the Department on transportation planning issues as a voting-member of the Transportation Planning Technical Advisory Committee (TPTAC) of the Miami-Dade County Metropolitan Planning Organization (MPO). He served as a voting-member on the District’s Access Management Review Committee, and as Chairman/Vice-Chairman on the District’s Project Scoping Committee. He was also intimately involved with the FDOT’s effort to implement environmental streamlining (ETDM) in the State of Florida, and was routinely called upon to represent the Department at numerous statewide meetings, and to testify as an expert witness in court proceedings. Reference: John Martinez, P.E., 305-250-5402 FDOT District VI, (Miami-Dade and Monroe Counties)/Senior Project Manager (1993 – 1996) Mr. Ciscar was responsible for the project management of several large and complex final design consultant projects. The largest and most complex of the projects was the US-1 SOUTH corridor between Key Largo and Florida City. This corridor consisted of four section design consultants, and numerous sub-consultants. This was, and still is, a very environmentally and politically sensitive project. It required a tremendous amount of inter-agency coordination, and public involvement. Reference: Teresita Alvarez, P.E., 305-470-5287. EEDDUUCCAATTIIOONN The University of Florida, Gainesville, Florida, B.S. (Civil Engineering with Honors) (1985) RREEGGIISSTTRRAATTIIOONN Professional Engineer, Florida # 0043244(1990) AAWWAARRDDSS && HHOONNOORRAARRYY AAFFFFIILLIIAATTIIOONNSS FDOT Sustained Superior Accomplishment Award FDOT Jay W. Brown Award, Manager of the Year FDOT Ben G. Watts Award, Leader of the Year Tau Beta Pi FFAAVVIIOO LLAAVVEERRDDEE,, PPEE Engineering Division Manager Years of Experience – 10 years (10 years with Corradino) Office Location: Miami Under general direction, Mr. Laverde supervises, plans, coordinates, and directs the Highway Engineering Division of the Miami office. His responsibilities include the design, coordination and management of transportation engineering projects for the Florida Department of Transportation, Miami-Dade County, and other municipalities throughout South Florida. His experience includes roadway, maintenance of traffic, signing and pavement marking, signalization, and drainage design. SUMMARY OF RELEVANT EXPERIENCE SR-700 (Conners Highway) from Old Conners Highway to Old 700 Alignment (RRR) – Palm Beach County (05/06 to 12/08) FDOT District 4 – FM No. 415317-1-52-01: The scope of this project consisted of milling and resurfacing, shoulder reconstruction, canal slope rehabilitation, and signing and pavement marking improvements. Project Responsibilities: Project Manager and Engineer of Record responsible for the overall design and development of the roadway plans. Also responsible for the development of the Specifications package, Technical Special Provisions and the overall management of the contract. Reference: Ron Wallace, P.E. – (954) 777-4641 Prime Consultant: The Corradino Group Inc. SR-973 (N.W. 87th Avenue) from W. Flagler Street to N.W. 12th Street (RRR) – Miami-Dade County (10/05 to 11/08) FDOT District 6 – FM No. 418090-1-52-01: The scope of this project consisted of milling and resurfacing, widening, ADA upgrades, drainage improvements, signalization and lighting improvements, and upgrading the signing and pavement markings along the corridor. Project Responsibilities: Project Manager and Engineer of Record responsible for the overall design and development of the roadway, signing and pavement marking, and signalization, and lighting plans. Also responsible for the development of the Specifications package and the overall management of the contract. Reference: Ana T. Arvelo, P.E. – (305) 470-5210 Prime Consultant: The Corraadino Group, Inc. SR A1A (Collins Avenue) from 15th Street to N. of Lincoln Road (RRR) – Miami-Dade County (11/06 to 11/08) FDOT District 6 – FM No. 418067-1-52-01: The scope of this project consisted of milling and resurfacing, signing and pavement marking and signalization improvements, as well as upgrading pedestrian ramps to comply with ADA standards. Project Responsibilities: Project Manager and Engineer of Record responsible for the overall design and development of the roadway, signing and pavement marking, and signalization plans. Also responsible for the development of the Specifications package and the overall management of the contract. Reference: Ana T. Arvelo, P.E. – (305) 470-5210 Prime Consultant: The Corradino Group, Inc. SR-5 (Big Coppitt Key) from Rockland Channel to Old Boca Chica Channel (RRR) – Monroe County (10/04 to 01/08) FDOT District 6 – FM No. 250534-1-52-01: The scope of this project consisted of widening for the addition of left turn lanes and the Florida Keys Overseas Heritage Trail, milling and resurfacing, signing and pavement marking improvements, drainage improvements, and the installation of an emergency signal. Project Responsibilities: Project Manager and Engineer of Record responsible for the overall design and development of the roadway, maintenance of traffic, signing and pavement marking, and signalization plans. Also responsible for the development of the Specifications package and the overall management of the contract. Reference: Ana T. Arvelo, P.E. – (305) 470-5210 Prime Consultant: The Corradino Group, Inc. EEDDUUCCAATTIIOONN M.S., Civil Engineering, Florida International University, 2003 B.S., Civil Engineering (with Honors), Florida International University, 2001 RREEGGIISSTTRRAATTIIOONN Professional Engineer, Florida # 63546 (2005) AAWWAARRDDSS && HHOONNOORRAARRYY AAFFFFIILLIIAATTIIOONNSS Tau Beta Pi Jose Vila Award CCAARRLLOOSS VVEERRSSOONN,, PPEE Project Manager Years of Experience – 6 years (6 years with Corradino) Office Location: Miami Mr. Verson is a Project Manager at Corradino. His responsibilities include the design and plans production of transportation engineering projects. His main areas of concentration are roadway and signalization design, drainage design, MOT plans preparation, quality assurance/quality control, and signing and pavement marking design. He also assists with post design services providing, constructability reviews, MOT reviews, shop drawing reviews, and responding to RFI’s as needed. SUMMARY OF RELEVANT EXPERIENCE SR A1A (5th Street) from West Avenue to Collins Avenue - Miami-Dade County (11/09 to Present) FDOT District 6 – FM No. 414636-1-52-01: The scope of this project consisted on milling and resurfacing, improvements of pavement markings, and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990 (ADA). Project Responsibilities: Project engineer, assisted in the design and development of roadway plans as well as signing and pavement marking plans. Reference: Ana T. Arvelo, P.E. – (305)470-5210 Prime Consultant: The Corradino Group, Inc. W. 68th Street (N.W. 122nd Street) from W. 20th Avenue to W. 18th Avenue/ W. 17th Court - Miami-Dade County (06/09 to 01/10) The scope of this project consisted of the reconstruction of the corridor, including drainage improvements, signing and pavement markings, lighting, and signalization enhancements. Drainage improvements consisted of the installation of exfiltration trenches to meet DERM’s water quality and flood protection criteria. Project Responsibilities: Project engineer, assisted in the design and development of roadway plans, signalization plans as well as signing and pavement marking plans. Reference: Jorge Hernandez – (305) 678-2611 Prime Consultant: The Corradino Group, Inc. FDOT District 6 District-wide Miscellaneous Constructability Review (11/06 to 12/09) Mr. Verson was responsible for providing in-house support performing constructability reviews of design plans under development for the District’s Construction office. Reference: Mikhail Dubrovsky, P.E. – (305) 499-2354 Prime Consultant: The Corradino Group, Inc. SR-973 (N.W. 87th Avenue) from W. Flagler Street to N.W. 12th Street – Miami-Dade County (11/06 to 11/08) FDOT District 6 – FM No. 418090-1-52-01: The scope of this project consisted of milling and resurfacing, ADA upgrades, widening to provide dual southbound left turn lanes onto the eastbound S.R. 836 ramp, widening to extend the northbound left turn lane storage at the intersection of N.W. 12th Street, drainage improvements, signalization and lighting improvements, and upgrading the signing and pavement markings along the corridor. Project Responsibilities: Project Engineer, assisted in the design and development of the signalization plans as well as the signing and pavement marking plans. Reference: Ana T. Arvelo, P.E. – (305)470-5210 Prime Consultant: The Corradino Group, Inc. EEDDUUCCAATTIIOONN M.S., Civil Engineering, Florida International University, (2007) B.S., Civil Engineering, Florida International University; (2004) RREEGGIISSTTRRAATTIIOONN PE No.: 69387 Florida (2009) HHOONNOORRAARRYY AAFFFFIILLIIAATTIIOONNSS Chi Epsilon WWIILLLLIIAAMM HH.. LLYYNNCCHH,, PPEE,, CCDDTT Project Principal Mr. Lynch has more than 27 years of project-related planning, permitting, engineering, consulting, and construction services experience working with U.S. and international, public and private clients, including: federal, state and local governments, utilities, and a variety of industries. He has managed many projects from inception through satisfactory completion, working with all involved parties - clients, elected officials, regulatory agencies, attorneys, funding agencies, sub consultants, construction contractors, and the public. For the past six years Mr. Lynch has focused on delivering program management, design and construction management services to complete site/civil, utilities, and water management projects for Florida clients. He has served as the Engineer-of-Record for many constructed projects, including conventional and design-build approaches. Mr. Lynch’s recent, relevant role in Program Management/Construction Management and design of facilities similar will bring insight from experience to the project team which will contribute to successful implementation of your projects. Representative Projects Water and Wastewater Utility Consulting and Engineering Florida Governmental Utility Authority, Multiple locations, Florida For 10 years following the inception of FGUA in 1999, assisted with program management, planning, engineering, and implementation of capital improvement projects for their water and wastewater systems in multiple counties. Services broadly included planning, permitting, design and construction management for water supply, treatment and distribution facilities, advanced WWTPs, lift stations and gravity and force mains systems. Downtown Development District Sanitary Sewer Improvements City of Orlando, Orlando, Florida Principal-in-Charge and Project Advisor for comprehensive wet weather evaluation of the entire sanitary sewer system for the downtown Orlando area (total study area of approximately 12.5 square miles with several major lift stations). Analysis included the first system-wide compilation and verification of existing data sources on the collection system, followed by extensive flow monitoring; collection system model development to simulate rainfall dependant and dry weather flows within this unique and complex system; and, future conditions evaluation under a range of design storm events, along with projected flows from several planned major developments. Alternatives will be developed to cost effectively address conveyance issues and help ensure sufficient future capacity. Remedial Action Planning and Design Multiple FL Clients, Multiple Locations Principal Engineer providing technical oversight and consulting for remedial design, construction, operation and maintenance of numerous remediation systems for sites with soil and groundwater impacted by petroleum, chlorinated solvent, metal and PCBs. Remediation technologies used have included air sparging, bioventing, bioremediation, dual-phase extraction, excavation with dewatering, groundwater recovery (pump and treat), and molasses injection. EEDDUUCCAATTIIOONN Florida Institute of Technology B.S., Environmental Engineering (1984) TSM Business School, Certificate, Advanced Management Program (2003) PPRROOFFEESSSSIIOONNAALL RREEGGIISSTTRRAATTIIOONNSS//CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: Florida, 1992, No. 45302 Georgia, 1994, No. 21449 Construction Documents Technologist Construction Specifications Institute   PPRROOFFEESSSSIIOONNAALL AAFFFFIILLIIAATTIIOONNSS Florida Engineering Society Florida Institute of Consulting Engineers (2011-12 Chair, Water Resources Committee) Florida Water Environment Association Florida Watershed Journal (2010- present, Executive Committee and Technical Editor) National Society of Professional Engineers Water Environment Federation PPRROOJJEECCTT AAWWAARRDDSS Grand Award, Division III- Industrial - The National Commercial Builders Council of the National Association of Home Builders “SFWMD St. Cloud Field Station,” 2010 Florida Environmental Award - “Water Conservation and Wastewater Management Improvements at Terry Farms,” 1994 Central Florida Engineering Achievement Award - “Conceptual Design-Brevard County, Florida Resource Recovery/Desalination Complex,” 1987   APPENDIX   Client References     Ms. Ana T. Arvelo, P.E., Senior Project Manager 305.470.5210 Florida Department of Transportation 1000 N.W. 111 Avenue, Room 6251 Miami, Florida 33172 Mr. Juvenal Santana, P.E., Chief Civil Engineer 305.416.1218 City of Miami – Public Works Department Riverside Center 444 S.W. 2nd Avenue – 8th Floor Miami, Florida 33130 Mr. Ron Williams, Village Manager 305.259.1234 Village of Palmetto Bay 8950 S.W. 152nd Street Palmetto Bay, Florida 33157 Mikhail Dubrovsky, P.E., Plans Review Engineer 305.499.2354 Florida Department of Transportation 1000 N.W. 111 Avenue Miami, Florida 33172 Jorge Hernandez, Streets Division Manager 305.687.2611 City of Hialeah 5601 East Eighth Avenue Hialeah, Florida 33013 Timothy A. Welch, PE, Director of Utilities 954.888.6037 Ranthus Fouch, PE, Malcolm Pirnie Project Manager 954.414.8960 City of Sunrise, FL 777 Sawgrass Corporate Parkway Sunrise, Florida 33325 (as subconsultant to Malcolm Pirnie, the Water Division of ARCADIS US, Inc.) Andre Melo, District Project Manager 561.682.5950 South Florida Water Management District 3301 Gun Club Road West Palm Beach, Florida 33406   THE CORRADINO GROUP, INC.   RICHARD GARCIA & ASSOCIATES, INC.   PROFESSIONAL SERVICE INDUSTRIES, INC.   HADONNE CORP.   SF 330 ARCHITECT – ENGINEER QUALIFICATIONS PART I – CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE Richard Garcia, P.E. 5. NAME OF FIRM Richard Garcia & Associates, Inc. 6. TELEPHONE NUMBER 305-595-7505 7. FAX NUMBER 305-595-7505 8. E-MAIL ADDRESS rgarcia@rgatraffic.com C. PROSED 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 J- V PA R T N E R SU B C O N - TR A C T O R a. x Richard Garcia & Assoc, Inc. CHECK IF BRANCH OFFICE 13117 NW 107th Ave, STE 4 Hialeah Gardens, FL 33018 Traffic Engineering/Data b. CHECK IF BRANCH OFFICE c. CHECK IF BRANCH OFFICE d. CHECK IF BRANCH OFFICE e. CHECK IF BRANCH OFFICE f. CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE 1 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME Richard Garcia 13. ROLE IN THIS CONTRACT Traffic Engineering / Data 14. YEARS EXPERIENCE a. TOTAL 16 yrs b. WITH CURRENT FIRM 8 yrs 15. FIRM NAME AND LOCATION (City and State) Richard Garcia & Associates, Inc. Hialeah Gardens, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) Florida International University, MS, Civil/Traffic Engr 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) State of Florida PE #54886, Civil 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)) ITE, ASCE, ULI 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Districtwide Traffic Operations Studies, Miami, Fl. Client: FDOT D-6, Khalil Maarouf (2) YEAR COMPLETED PROFESSIONAL SERVICES 2010 CONSTRUCTION (If applicable) N/A (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Districtwide Traffic Operations Studies, Miami, Fl. Although this project included the study of traffic operational deficiencies and high crash rates (i.e. Safety Ratio exceeding 1.0), RGA was the Data Collection Sub-Consultant. Traffic data collection such as ATR (Automatic Traffic Recorders) and TMC (Turning Movement Counts) were performed as well as Intersection Delay Studies. b. (1) TITLE AND LOCATION (City and State) City of Miami Evaluation and Assessment Report (EAR) Client: Lilia Medina, Miami, FL determination for 162 links throughout the City of (2) YEAR COMPLETED PROFESSIONAL SERVICES 2004 CONSTRUCTION (If applicable)) N/A (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm This project consisted of the 2025 Level of Service determination for 162 links throughout the City of Miami, Peak Hour Volumes, Roadway Capacities, Transit Volumes and Capacity were calculated. These calculations formed the basis for the Person-Trip Analysis in addition to traditional roadway LOS analyses. Lastly, a comparison was performed of the two methods with statistical analysis of the results. These calculations formed the basis for the Person Trip Analysis in addition to traditional roadway LOS analyses. Lastly, a comparison was performed of the two methods. c. (1) TITLE AND LOCATION (City and State Bird Avenue Traffic Study Client: City of Miami, Gary Fabrikant (2) YEAR COMPLETED PROFESSIONAL SERVICES 2009 CONSTRUCTION (If applicable N/A (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm As a sub-consultant to The Corradino Group, RGA collected roadway approach traffic count data broken down into 15-minute increments for a period of 72 hours during typical weekday traffic conditions. In addition, Turning Movement Counts (TMC) were performed at eight intersections during the AM and PM peak period. These turning movement volumes included trucks, bicycles and pedestrians. d. (1) TITLE AND LOCATION (City and State NW 138 Street Traffic Signal Design, Hialeah FL Client: City of Hialeah Street Signal Design, Hialeah FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2010/2011 CONSTRUCTION (If applicable) 2011 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm This project consisted of designing three traffic signals for the NW 138th Street corridor in the City of Hialeah. These traffic signals were designed at NW 97 Avenue, NW 102 Avenue and NW 107 Avenue. These designs included provisions for future roadway widening and circumstances with existing Utility Pole locations. Lastly, the plans were reviewed and approved by the Miami-Dade County Public Work Department. e. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm STANDARD FORM 330 (6/2004) PAGE 2 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) CITY OF DORAL YR 2009 TMP (Transportation Master Plan) UPDATE – TRAFFIC COUNTS 22. YEAR COMPLETED PROFESSIONAL SERVICES 2009 CONSTRUCTION (If applicable) N/A 23. PROJECT OWNER’S INFORMATION 28. PROJECT OWNER City of Doral b. POINT OF CONTACT NAME Joseph Corradino c. POINT OF CONTACT TELEPHONE NUMBER 305-594-0735 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Traffic Counts: 60 Locations 48-hour Bi-Directional ATR’s Cost $20,000 Traffic Counts: 10 Locations 2-hour TMCs (1-hr AM & 1-hr PM) Cost $3,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Richard Garcia & Assoc, Inc. (2) FIRM LOCATION (City and State) Hialeah Gardens, FL (3) ROLE Traffic Engineering / Data b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 3 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) Palmetto Bay Counts – TRAFFIC COUNTS 22. YEAR COMPLETED PROFESSIONAL SERVICES 2009 CONSTRUCTION (If applicable) N/A 23. PROJECT OWNER’S INFORMATION 28. PROJECT OWNER Village of Palmetto Bay b. POINT OF CONTACT NAME Joseph Corradino c. POINT OF CONTACT TELEPHONE NUMBER 305-594-0735 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The traffic counts included 4-hour TMCs for three (3) intersections and 48-hour ATR speed counts for eleven (11) locations. Cost $5,700.00 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Richard Garcia & Assoc, Inc. (2) FIRM LOCATION (City and State) Hialeah Gardens, FL (3) ROLE Traffic Engineering / Data b. (1) FRIM NAME The Corradino Group, Prime Consultant (2) FIRM LOCATION (City and State) Doral, Fl (3) ROLE Transportation Planning & Engineering c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 3 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 Richard Garcia, P.E. Traffic Engineering x x Carlos X. Valentin, E.I. Traffic Engineering x x 29. EXAMPLE PROJECTS KEY NO. TITLE AND EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) 1 CITY OF DORAL YR 2009 TMP 6 2 Palmetto Bay Counts – TRAFFIC COUNTS 7 3 8 4 9 5 10 STANDARD FORM 330 (6/2004) PAGE 4 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Background The firm Richard Garcia & Associates, Inc. (RGA) was founded by Mr. Richard Garcia, P.E. a former FDOT District VI Traffic Operations Engineer, District Permits Engineer, and Assistant District Permits Engineer. In his 8 year term with the Department, Mr. Garcia has accumulated a great wealth of knowledge to include: Traffic Operations Analysis and Design, Traffic Safety Analysis, and Transportation Planning. He has been the key reviewer and analyst for critical projects to the FDOT. Additionally, RGA has been involved in analysis for Project Development & Environmental (PD&E), Major Use Special Permits (MUSP), Traffic Impact Studies, Signal Warrant Studies and Design. RGA has made presentations to the City of Miami’s Planning Advisory Board (PAB) and other government agencies as an Expert Witness. Traffic Operations RGA is profoundly knowledgeable in traffic operations from their experience with the Florida Department of Transportation (FDOT) Traffic Operations Office. As a Traffic Operations Engineer, RGA’s Principal and Project Manager, Mr. Richard Garcia, not only has hand-on experience but also takes ownership in the project’s awarded to the firm. Additionally, RGA has gained Traffic Data Collection experience and provides its clients with both Level of Service (LOS) Capacity Analyses and high level detailed Operational Analysis through the use of micro- simulations like Corsim, Synchro/SimTraffic and the like. Traffic Data Collection RGA provides its clients with the data collection services to better control the final quality of our product. RGA’s traffic data collection has consisted of: Automatic Traffic Recorders (ATR), Turning Movement Counts (TMC), both manually and via video recording, Vehicle Delay, Classification and Speed Counts, Travel Time/Delay as well as field geometric conditions. RGA’s project manager reviews all data and checks against available databases to ensure accurate counts within the count data and within the historical counts. As such, any errors are corrected prior to submission to the client. Traffic Safety Analysis RGA has performed numerous traffic safety analyses ranging from high crash spots to high crash segment reviews. They have performed safety analysis from detailed collision diagrams taken from actual crash reports to electronically formatted crash summary data available through the FDOT database. These analyses coupled with a safety benefit-cost analysis have formed the basis for traffic safety funding approvals. Traffic Impact Studies RGA has performed several Major Use Special Permit (MUSP) traffic impact studies for clients. Additionally, RGA’s project manager has reviewed MUSP and DRI while employed with FDOT. With this background, RGA have devised spreadsheets to accurately assign development traffic to the analyzed intersections and movements. Moreover, RGA has performed the person-trip methodology for the Transportation Corridors Analysis within these studies. RGA has a clear understanding of this methodology and has done the homework needed to provide sound traffic engineering studies. I. AUTHORIZED REPRESENTATIVE The foregoing is statement of facts. 31. SIGNATURE 32. DATE 12/2/2011 33. NAME AND TITLE Richard Garcia, P.E. STANDARD FORM 330 (6/2004) PAGE 5 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. FRIM (OR BRANCH OFFICE) NAME Richard Garcia & Associates, Inc. 3. YEAR ESTABILISHED 2003 4. DUNS NUMBER 149815131 2b. STREET 13117 NW 107th Ave, STE 4 5. OWNERSHIP a. TYPE S-Corp 2c. CITY Hialeah Gardens 2d. STATE Fl 2e. ZIP CODE 33018 b. SMALL BUSINESS STATUS CBE/DBE 6a. POINT OF CONTACT NAME AND TITLE Richard Garcia, President 7. NAME OF FIRM (If block 2a is a branch office) N/A 6b. TELEPHONE NUMBER 305-595-7505 6c. E-MAIL ADDRESS rgarcia@rgatraffic.com 8a. FORMER NAME(S) (If any) 8b. YR. ESTABLISHED 8c. DUNS NUMBER N/A N/A N/A 9. EMPLYOYEES 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 Traffic Engineer, PE 1 Traffic Engineering 3 Traffic Analyst, EI 1 Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR THE 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 a. Federal Work b. Non-Federal Work c. Total Work I. AUTHORIZED REPRESENTATIVE The foregoing is statement of facts. 31. SIGNATURE 32. DATE 12/2/2011 33. NAME AND TITLE Richard Garcia, P.E. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) PAGE 6 AUTHORIZED FOR LOCAL REPRODUCTION MANDATORY USE DATE OF FORM 6/2004 STANDARD FORM 330 (1/2004) PAGE 1 ARCHITECT – ENGINEER QUALIFICATIONS PART I - CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) Request for Letters of Interest for City of South Miami Professional Engineering & Management Services   2. PUBLIC NOTICE DATE November 2011  3. SOLICITATION OR PROJECT NUMBER N/A  B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE Juan Villegas, PE – Vice President, South Florida Region  5. NAME OF FIRM Professional Service Industries, Inc. (PSI)  6. TELEPHONE NUMBER 305‐471‐7725  7. FAX NUMBER 305‐593‐1915  8. E-MAIL ADDRESS juan.villegas@psiusa.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 J- V PA R T N E R SU B C O N - TR A C T O R a.   X Professional Service Industries, Inc. (PSI) 7950 NW 64th Street  Miami, Florida 33166  Geotechnical Engineering, Materials Testing,  and Environmental Consulting Services   as‐needed  b.        c.        d. e. f. f. f. D. ORGANIZATIONAL CHART OF PROPOSED TEAM † (Attached) Please Refer to the Prime Consultant’s Team Org. Chart 0BE. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 1B(Complete one Section E for each key person.) 12. NAME Juan Villegas, PE  13. ROLE IN THIS CONTRACT Corporate Support/Contract Manager/  Vice President, South Florida Region  14. YEARS EXPERIENCE a. total 15  b. w/ current firm 8  15. FIRM NAME AND LOCATION (City and State) Professional Service Industries, Inc. (PSI) ‐ Miami, FL  16. EDUCATION • Master of Science in Geotechnical Engineering and  Construction Management, University of Florida, 2001  • Bachelor of Science in Civil Engineering, National University  of Colombia, 1996  17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) • Registered Professional Engineer ‐ Florida PE # 60745  • FDOT Certified Quality Control Manager #42242474  18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) • American Society of Civil Engineers (ASCE) – Associate Member (Director, Miami‐Dade Branch, 2009)  • Florida Engineering Society (FES)  • American Concrete Institute (ACI)  19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Miami‐Dade County Public Works   Miami‐Dade County, Florida  (2) YEAR COMPLETED 4BPROFESSIONAL SERVICES Ongoing  CONSTRUCTION (If applicable) N/A  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Manager – PSI provides continuing geotechnical engineering, environmental consulting, materials testing and  inspection services on various projects within the county on an as‐needed basis. Projects have included the new  expansion of the Miami International Airport and the Port of Miami Tunnel.  PSI Fees: $1,000,000+  b. (1) TITLE AND LOCATION (City and State) South Florida Water Management District – Continuing Services  Contract   West Palm Beach, Florida  (2) YEAR COMPLETED 4BPROFESSIONAL SERVICES Ongoing  CONSTRUCTION (If applicable) N/A  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Manager – PSI has provided continuing services to SFWMD including environmental consulting, geotechnical  engineering, and construction materials testing and inspection services on a work order basis for various projects  including canal stabilizations, miscellaneous structures, etc.  PSI Fees: $500,000+  c. (1) TITLE AND LOCATION (City and State) Florida Department of Transportation – District 4 (Districtwide)  Various Locations, Florida (2) YEAR COMPLETED 5BPROFESSIONAL SERVICES Various  CONSTRUCTION (If applicable) Various  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Quality Control Manager ‐ acting for contractor with the Florida Department of Transportation, responsible for  supervising and reporting of all materials testing activities on the project as per CQC procedures attended project  meetings and served as liaison between contractor and FDOT regarding testing and inspections.  PSI Fees: $500,000+    Representative projects include:  • I‐95 HOV Lanes from Southern Blvd to Palm Beach Lakes, Palm Beach County  • Keller Road Expansion, Project included widening of existing alignment and construction of new alignment for a  total length of 4 miles. As the project staff geotechnical engineer for the project, planned the geotechnical  investigation, reviewed investigation results, prepared interpretative report, subgrade improvement for road  works, slope stability analysis, designed piled embankment, ground treatment scheme for peat soil by total  removal and replacement along with vertical drains, and surcharge loading.  • Hillsboro Blvd Improvements, Roadway Soil Survey Report, Deerfield Beach, Florida  • Oceanway Improvement, Roadway Soil Survey Report, Deerfield Beach, Florida.  • Village Parkway Extension, Tradition Development, Port St Lucie, Florida  • Old Boynton Road Improvements, Roadway Soil Survey Report, Boynton Beach, Florida  • Gateway Blvd Improvements, Roadway Soil Survey Report, Boynton Beach, Florida  • Bridge Over C‐16 Canal (Deep Foundation Analysis), Boynton Beach, Florida  • Signal Structures for SR 60 Intersections with SR A1A and Mockingbird Drive, Indian River County  0BE. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 1B(Complete one Section E for each key person.) 12. NAME Dhuruva (Drew) Badri, PE  13. ROLE IN THIS CONTRACT Project Geotechnical Engineer/  Project Manager, Geotechnical Services  14. YEARS EXPERIENCE a. total 8  b. w/ current firm 8  15. FIRM NAME AND LOCATION (City and State) Professional Service Industries, Inc. (PSI) ‐ Miami, FL  16. EDUCATION • MS in Geotechnical Engineering, University of Florida, 2003 • BE in Civil Engineering, National Institute of Technology  Karnataka, India, 2001  17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) • Registered Professional Engineer, #68718, Florida, 2008  • Registered Professional Engineer, #72686, Ohio, 2008  18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) • American Society of Civil Engineers (ASCE)  19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Baptist Homestead Hospital  Miami Dade County, FL  (2) YEAR COMPLETED 4BPROFESSIONAL SERVICES 2004  CONSTRUCTION (If applicable) 2007  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Geotechnical Engineer ‐ Homestead Hospital has been a part of the south Miami‐Dade community since 1940. It  opened as a 10‐bed hospital east of Krome Avenue.  Today, Homestead Hospital is a modern, full‐service 142‐bed  facility. The subject Baptist Hospital structure has paved parking/drive areas, lakes, stormwater management system,  utilities and associated landscaping.  At the time of our study, the results of our subsurface exploration program  revealed a relatively consistent subsurface profile across the site of surficial topsoil material consisting of brown organic  silty fine sand. We recommended a conventional shallow foundation system to support the superstructure loads and  provided pavement thickness suggestions according to the geography and our experience in similar projects. PSI also  served Baptist Health of South Florida with our construction materials testing and threshold inspection services.  PSI  Fees: $13,000.00  b. (1) TITLE AND LOCATION (City and State) South Miami Clinical Expansion  Miami Dade County, FL  (2) YEAR COMPLETED 4BPROFESSIONAL SERVICES 2008  CONSTRUCTION (If applicable) Ongoing  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Geotechnical Engineer ‐ The project includes areas on the west side of the main building structure, in addition  to a five level patient floor addition which will result in a total of seven levels. PSI performed a total of Nine (9) SPT  borings within the proposed building expansion area to depths of 50 and 60 feet below the existing ground surface. Soil  samples collected from the borings were visually reviewed in the laboratory by a geotechnical engineer to confirm the  field classification. Also, grain size analysis and moisture content determination were part of our laboratory testing  procedure. The results of our field services were presented together with our geotechnical recommendations for site  preparation and foundation support. PSI Fees: $10,200.00  c. (1) TITLE AND LOCATION (City and State) Ocean Marine Yacht Club   Broward County, FL (2) YEAR COMPLETED 5BPROFESSIONAL SERVICES 2004  CONSTRUCTION (If applicable) 2007   (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Geotechnical Engineer ‐ PSI conducted a subsurface exploration program and geotechnical engineering  evaluation in connection with the proposed Ocean Marine Yacht Club to be constructed at 1935 South Ocean Drive in  Hallandale Beach, Florida. The project consisted of a 27‐story residential structure, a 4‐story Marina Building, thirty‐six  (36) 2‐story Cabanas, a spa facility, a 4‐story parking structure, paved surface parking/drive areas, underground utility  infrastructure and associated landscaping. At the time of our subsurface exploration the site existed as an empty parcel  of land, covered mainly with grass and scattered vegetation. Our soil exploration disclosed a layer of topsoil, followed by  granular fill soils (sand/limerock) overlying stratums of sand and soft compressible material consisting of silt, peat and  wood fragments. Due to the presence of the soft compressible organic silt layers, unacceptable settlements were  anticipated under the relatively high structural loads to be imposed by the planned structures, thus pressure grouted  augercast piles as support foundations and the use of geosynthetic reinforcing material in lieu of overexcavation  procedures were provided as part of our cost effective and technically reliable alternative. PSI also provided  construction materials testing, threshold and special inspections to the proposed structures. PSI Fees:  Geotechnical  Engineering: $30,500.00 / Materials Testing & Inspections: $410,000.00    0BE. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 1B(Complete one Section E for each key person.) 12. NAME Glenn R. Potharst  13. ROLE IN THIS CONTRACT Project Manager/Department Manager  Environmental Services  14. YEARS EXPERIENCE a. total 18  b. w/ current firm 18  15. FIRM NAME AND LOCATION (City and State) Professional Service Industries, Inc. (PSI) ‐ Miami, FL  16. EDUCATION • Associates of Science in Industrial Engineering, Florida  International University, 1988  17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) N/A  18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) • Asbestos Analysts Registry (AIHA), #5877, 2001  • EPA Lead‐Based Paint Inspector, #7ME02167201DIR005, 2000  • EPA Lead‐Based Paint Inspector, #FL‐02‐0520031601, 2000  • RMD LPA‐1 Lead‐Based Paint Inspection System, 1996  • Indoor Air Quality Assessment, PSI, 1994  • EPA AHERA Asbestos Contractor/Supervisor, #99150, 1993  • EPA AHERA Asbestos Inspector, #101462, 1993  • NIOSH 582, #7ME050594001NIOSH, 1993  • Phase I Environmental Site Assessment, PSI  • Environmental Professional – Phase I ESA, PSI  19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Fire Station #10  Miami‐Dade County, FL  (2) YEAR COMPLETED 4BPROFESSIONAL SERVICES 2009  CONSTRUCTION (If applicable) N/A  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Manager ‐ PSI conducted an Ambient Air Testing. Ambient air samples were collected from within Fire Station  #10 located at 1401 NW 7th Street in Miami, Florida. PSI was requested to perform an air quality test since there were  renovations completed to the air conditioning system where possible asbestos containing materials were disturbed  without control methods. The air tests were performed utilizing aggressive methods consisting of using an electric lawn  blower to disturb the air within the fire station for approximately five minutes prior to starting the air sample. The  ambient air testing would determine the airborne levels of asbestos structures within the fire station  b. (1) TITLE AND LOCATION (City and State) Miami Dade Aviation (MDAD) ‐ Properties   Miami International, Opa Locka, Homestead, and Tamiami Airports;  Miami, Florida  (2) YEAR COMPLETED 4BPROFESSIONAL SERVICES Ongoing  CONSTRUCTION (If applicable) Ongoing  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Manager ‐ Project manager for asbestos inspections, supervising asbestos abatements, and conducting indoor  air quality (IAQ) studies on numerous structures. PSI has been designated as primary consultant on all emergency  situations that involve IAQ and Asbestos issues.  PSI coordinates and administers projects regarding indoor air quality  issues and asbestos.  c. (1) TITLE AND LOCATION (City and State) Miami International Airport Terminal H   Miami, Florida   (2) YEAR COMPLETED 5BPROFESSIONAL SERVICES 2010  CONSTRUCTION (If applicable) N/A  (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ; Check if project performed with current firm Project Manager ‐ PSI was retained by Miami‐Dade Aviation Department to conduct post remediation air testing for a  mold remediation project at Terminal H, 2nd floor of the Miami Int’l Airport. Upon successful completion of the project,  a visual inspection was to be performed to determine if visible mold or water damaged materials were present in the  space and then the collection of non‐viable total fungal air samples was to be performed.  The exam room was remediated utilizing containment and negative pressure. This containment was constructed so that  the air conditioning was isolated from the work area.   F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER 1  21. TITLE AND LOCATION (City and State) Ocean Marine Yacht Club  Hallandale, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES 2005‐2008  CONSTRUCTION (If applicable) 2008+  23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Fifield Realty Corporation  b. POINT OF CONTACT NAME Mr. Richard F. Cavenaugh  c. POINT OF CONTACT TELEPHONE NUMBER Ph: 312‐855‐1600  24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost.) The new Ocean Marine Yacht Club Development is located at 1935 South Ocean Drive in Hallandale Beach, Florida. The  development consists of a 27‐story residential structure (high‐rise tower), a 4‐story Marina Building, thirty‐six (36) 2‐story  Cabanas, and a 4‐story parking structure, paved surface parking/drive areas, underground utility infrastructure and  associated landscaping. The 27‐story residential structure is supported by  a load bearing tunnel form concrete wall system. The Marina Building  was constructed of a load bearing wood framed system, and the 4‐story  parking garage was supported by a double tee beam resting on load  bearing walls. With project grades only ranging from 3 to 5.6 feet above  sea level and the presence of soft compressible organic/silt layers,  unacceptable settlements were anticipated under the relatively high  structural loads imposed by the planned structures.Pressure grouted  augercast piles were used as the most cost effective/technically reliable  means of foundation support. PSI provided inspection and testing of  earthwork, deep foundations, aggregate piers, cast‐in‐place concrete,  structural steel erection inspection, precast structural concrete  inspection and Threshold Inspections.  25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a (1) FIRM NAME Professional Service Industries, Inc.  (2) FIRM LOCATION (City and State) Miami, Florida  (3) ROLE Construction Materials Testing  Threshold Inspection Services  Geotechnical Engineering  F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER 2  21. TITLE AND LOCATION (City and State) Leon Medical Center  Miami, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES 2008‐2010  CONSTRUCTION (If applicable) 2008‐2010  23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Moss & Associates  b. POINT OF CONTACT NAME Mr. Jason Clark  c. POINT OF CONTACT TELEPHONE NUMBER Ph: 305‐381‐8471  24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost.) The development included an approximate 45,000 square feet (SF)  building space with four and five‐story sections. The structures consist  of concrete block structure (CBS) with stucco finish on auger‐cast pile  foundations. To facilitate drainage design, the site required  approximately four (4) feet of additional fill to bring the fi nished fl  oor elevation (FFE) to elevation +11 feet NGVD. The development also  included reconstructing the paved parking/drive areas and providing a  new stormwater management system. As part of our construction  material testing services, PSI performed static load tests for  compressive and tensile strength of the auger‐cast pile foundation  system and monitored the construction of over 500 production piles.  PSI also provided inspection and testing of earthwork, deep  foundations, cast‐in‐place concrete and structural steel erection  inspection.    25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a (1) FIRM NAME Professional Service Industries, Inc.  (2) FIRM LOCATION (City and State) Miami, Florida  (3) ROLE Construction Materials Testing  Geotechnical Engineering  F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER 3  21. TITLE AND LOCATION (City and State) Residential Structures   Hollywood, Broward County, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES July 2010  CONSTRUCTION (If applicable) N/A  23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER City of Hollywood  b. POINT OF CONTACT NAME Mr. Herman Villegas  c. POINT OF CONTACT TELEPHONE NUMBER Ph: 954‐921‐3271  24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost.) PSI conducted an asbestos survey for six residential facilities located at 2110, 2114,  2126 and 2130 Adams Street, and 2331 & 2231 Lincoln Street for the purpose of  demolition. The survey included the wood and/or concrete block structures  located on these six properties.  The purpose of the asbestos survey was to assist  the facility owner and contractor performing the demolition in complying with  requirements of 40 CFR Part 61, the National Emission Standards for Hazardous Air  Pollutants (NESHAP) and 29 CFR 1926.1101, the OSHA Asbestos Construction  Standard. A visual assessment of the structure to identify suspected asbestos‐ containing building materials was conducted by our EPA‐accredited inspector;  materials sampled were subjected to a Polarized Light Microscopy method in our NVLAP‐accredited laboratory in Pittsburgh,  PA. The roof of the structures was also included as part of our survey. PSI Fees: $2,380.00  25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a (1) FIRM NAME Professional Service Industries, Inc.  (2) FIRM LOCATION (City and State) Miami, Florida  (3) ROLE Environmental Consulting Services  AUTHORIZED FOR LOCAL REPRODUCTION MANDATORY USE DATE OF FORM 6/2004 STANDARD FORM 330 (1/2004) PAGE 1 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 project participation same or similar role.) 1 2 3 4 5 6 7 8 9 10 Juan Villegas, PE  Contract Manager/Vice  President – South Florida  Region  X X X         Dhuruva (Drew) Badri, PE Project Manager,  Geotechnical Services X X          Glenn Potharst  Project Manager,  Environmental Services    X                                                             No. TITLE OF EXAMPLE PROJECT (FROM SECTION F) No. TITLE OF EXAMPLE PROJECT (FROM SECTION F) 1. Ocean Marine Yacht Club 6.   2. Leon Medical Center  7.   3. City of Hollywood ‐ Residential Structures  8.   4.  9.   5.  10.   H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.     Professional Service Industries, Inc. (PSI) is a nationally recognized leader in Geotechnical Engineering, Construction  Materials Testing & Inspection Services, Environmental Consulting, and Facilities & Roof Consulting Services. We have  organized and developed a staff of over 2,000 skilled professional, technical and administrative personnel in over 32 states  nationwide to become the largest independent testing organization in the United States.    With 12 offices throughout Florida, staffed by over 2500 professionals, we are one of the largest firms of our type in the  state.  We have the qualified and experienced staff necessary to quickly respond your project needs.   The men and women who staff our PSI offices have first‐hand  knowledge of Florida’s subsurface and geologic conditions,  business environment and regulatory climate.  Our unique  combination of local, independent offices and national  capabilities allows us to offer the responsiveness and concern  of a local firm with the skills and resources of a national  company.  Our project managers not only have full  responsibility for getting the job done, they also have the  authority and the resources to ensure the work is completed  quickly, correctly, and economically.     PSI has been providing businesses, state and local  government entities, and municipalities with objective,  accurate and useful information about their projects for  over 100 years. It is our philosophy to earn credibility on  each project we complete. We strive to develop long‐term  relationships with our clients beyond the pursuit of  individual projects. We pledge our engineering resources,  fleet of equipment, personnel and corporate resources in  meeting your needs and assisting you in obtaining the  project objectives pertaining to this contract.      PSI is a professional services firm providing our clients with “Information to Build On.”  We have the know‐how,  experience, and resources to not only meet the needs of the Department of Management Services, but to exceed them.   PSI looks forward to providing you with valuable, cost‐saving, quality engineering services.      I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE December 5, 2011  33. NAME AND TITLE Juan Villegas, PE – Vice President, South Florida Region  AUTHORIZED FOR LOCAL REPRODUCTION MANDATORY USE DATE OF FORM 6/2004 STANDARD FORM 330 (1/2004) PAGE 1 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 Professional Service Industries, Inc. (PSI)  3. YEAR ESTABLISHED 1983 (Miami)  1972 (Delaware) 4. DUNS NUMBER 06‐524‐1176  2b. STREET 7950 NW 64th Street  5. OWNERSHIP a. TYPE Corporation  2c. CITY Miami  2d. STATE FL  2e. ZIP CODE 33166  b. SMALL BUSINESS STATUS N/A  6a. POINT OF CONTACT NAME AND TITLE Juan Villegas, PE – Vice President, South Florida Region  7. NAME OF FIRM (If block 2a is a branch office) Professional Service Industries,  Inc. (PSI)  6b. TELEPHONE NUMBER 305‐471‐7725  6c. E-MAIL ADDRESS juan.villegas@psiusa.com  8a. FORMER FIRM NAME(S) (If any) 8b.YR ESTABLISHED 8c. DUNS NUMBER A&H Materials Testing 1961  N/A   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 403 4 T02 Testing & Inspection Services 6 58 Technician/Analyst 953 9 S05 Soils & Geologic Studies; Foundations 6 15 Construction Inspector 205 3 A10 Asbestos Abatement 3 27 Foundation/Geotechnical  Engineer 36 5 E10 Environmental Impact Studies,  Assessments or Statements 3  48 Project Manager 58 1 E12 Environmental Remediation 3 12 Civil Engineer 191 2 R12 Roofing 2 23 Environmental Engineer 65  24 Environmental Scientist 25  30 Geologist 112  36 Industrial Hygienist 52  42 Mechanical Engineer 8  55 Soils Engineer 25  57 Structural Engineer 6   Roofing Consultant 40   QA Engineering Specialist 5   Other Employees 16 1 Total 1340 25 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. 2. 3. 4. 5. Less than $100,000 $100,000 to less than $250,000 $250,000 to less than $500,000 $500,000 to less than $1 million $1 million to less than $2 million 6. 7. 8. 9. 10. $2 million to less than $5 million $5 million to less than $10 million $10 million to less than $25 million $25 million to less than $50 million $50 million or greater a. Federal Work 1 b. Non-Federal Work 6 c. Total Work 6 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE December 5, 2011  c. NAME AND TITLE Juan Villegas, PE ‐ Vice President, South Florida Region  H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. I. AUTHORIZED REPRESENTATIVE The foregoing is statement of facts. 31. SIGNATURE 32. DATE 12/05/2011 33. NAME AND TITLE Abraham Hadad, PSM, President STANDARD FORM 330 (6/2004) PAGE 17 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) ARCHITECT - ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER (if any) RFQ 2011.08.19b PART II – GENERAL QUALIFICATIONS (If a firm has branch officers, complete for each specific branch office seeking work.) 2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER Hadonne Corp. 2000 101167794 2b. STREET 5. OWNERSHIP 1985 NW88th Court, Suite 202 a. TYPE Sub-S Corporation 2c. CITY 2d. STATE 3e. ZIP CODE Doral Florida 33172 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Abraham Hadad, PSM, Principal in Charge 7. NAME OF FIRM (if block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305) 266-1188 info@hadonne.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 2 Land Surveying and Mapping 4 08 CADD Technician 3 38 Land Surveyor 4 12 Party Chief 5 14 Instrument Persons 5 Total 19 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) PROFESSIONAL SERVICES REVENUE INDEX NUMBER a. Federal Work N/A 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 b. Non-Federal Work 4 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 c. Total Work 4 5. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE December 5, 2011 c. NAME AND TITLE Abraham Hadad, PSM, President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) ARCHITECT - ENGINEER QUALIFICATIONS PART 1 – CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) General Engineering Consultants 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER August 2011 RFQ No.: 2011.08.19b B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE: 5. NAME OF FIRM: 6. TELEPHONE NUMBER: 7. FAX NUMBER: 8. E-MAIL ADDRESS: C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (check) PR I M E J-V PA R T N E R SU B C O N - TR A C T O R 9. FIRM MANE 10. ADDRESS 11. ROLE IN THIS CONTRACT a.  CHECK IF BRANCH OFFICE b.  Hadonne Corp. 1985 N.W. 88 Court Suite 202 Doral, Florida 33172 Surveying Services  CHECK IF BRANCH OFFICE c.  CHECK IF BRANCH OFFICE d.  CHECK IF BRANCH OFFICE e.  CHECK IF BRANCH OFFICE f.  CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM  (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 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 a. TOTAL b. WITH CURRENT FIRM Abraham Hadad, PSM Surveyor 20 10 15. FIRM NAME AND LOCATION (City and State) HADONNE CORP., 1985 N.W. 88th Court, Suite 202, Doral, FL 33172 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Civil Engineering Classes at the University of Santiago of Cuba, Cuba Surveying I and II Courses at Miami-Dade Community College Florida Registered Land Surveyor and Mapper LS0006006 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) CAiCE Training, EFB/CEFB and EFBP Training, HECTOR Training, ESRI Training, Various Surveying Seminars. 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of El Portal, NE 87th Street from NW 2nd Ave. to Farm Road along N. Miami Ave. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2011 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Horizontal and Vertical Control Survey, Alignment and Existing R/W Lines, Aerial Targets. Drainage Survey, Geotechnical Support, and Boundary Survey. b. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED E07-WASD-07A Design of Distribution of Pipeline for Reclaimed Water System from Central District Wastewater Treatment Plant to Key Biscayne PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2009 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Five (5) miles including the Bear Cut Channel Survey: Topographic Survey, Showed all improvements from Right-of-Way to Right-of-Way, establishing Horizontal and Vertical Control for future construction, Cross Sections (spot elevations, all utility information provided, Bathymetric survey Bear Cut Channel 0.4 miles. c. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED MDPWD, SW 27th Avenue from US1 to Bayshore Drive PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2008 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Boundary, Topographic, and Specific Purpose Survey for Miami Dade County Public Works Right of Way Division. d. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District VI, Golden Glades Interchange PD&E Study, from SR 826 (Palmetto Expressway) Eastbound to SR 9A/ I-95 Northbound PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2011 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Horizontal and Vertical Control Survey, Alignment and Existing R/W Lines, Aerial Targets, Drainage Survey, Geotechnical Suppo rt, and Boundary Survey, served as Project Surveyor. e. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Town of Medley, Storm Drainage Inventory, to all structures within the entire Town of Medley, Florida PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2010 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Prepared a Storm Drainage Atlas of all structures. Establish an inventory of all existing Public ROW, located all Storm Drain age Structures within the ROW. Located all structures Horizontal and Vertical, with Horizontal coordination, Rim Elevation, Bottom Elevation & photographs of the exterior condition of the structure. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 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 a. TOTAL b. WITH CURRENT FIRM Eduard M. Suarez, PSM Surveyor 23 10 15. FIRM NAME AND LOCATION (City and State) HADONNE CORP 1985 NW 88th Court, Suite 202, Doral, Florida 33172 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) AA--Miami-Dade Community College, 1990 Florida Registered Land Surveyor and Mapper LS0006313 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Ponce de Leon Media Installation and Roadway Improvements (Phase II), Ponce de Leon Blvd from Alcazar Ave to Sidonia Ave., Coral Gables, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2011 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Performed surveying and mapping services; Curb and Gutter Median Stakeout, West Side Curb and Gutter Stakeout, East Side Curb and Gutter Stakeout, Mast Arm Stakeout for the Salamanca Intx, and Final As-Built Survey. b. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Miramar Improvements Miramar, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2009 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Perform and Prepare a Topographic Survey along various streets in the City of Miramar over 75,000 +/- linear feet was surveyed. Project Manager $90,00.00 +/- c. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED E07-WASD-07A Design of Distribution of Pipeline for Reclaimed Water System from Central District Wastewater Treatment Plant to Key Biscayne (5 miles) including the Bear Cut Channel Survey. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2009 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Survey-Topographic Survey, Showed all improvements from Right-of-Way to Right-of-Way, Establishing Horizontal and Vertical Control for future construction, Cross Sections (spot elevations), All utility information provided, Tree Descriptions. d. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Miami Glenroyal Corridor Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2009 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Topographic Survey, established Vertical and Horizontal control for future construction, all utility information provided, cross sections (spot elevations, tree information, all improvements shown from Right-of-Way to Right-of-Way. e. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District VI, Collins Ave. (State Road A-1-A) from Lincoln Road to 26 Street PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2010 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm (1.25 miles) Topographic Survey / Show all improvements from Right-of-Way to Right-of-Way / Establishing Horizontal and Vertical Control for future construction / Cross sections (spot elevations). AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 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 a. TOTAL b. WITH CURRENT FIRM Raul Izquierdo, PSM Surveyor 23 10 15. FIRM NAME AND LOCATION (City and State) HADONNE CORP 1985 NW 88th Court, Suite 202, Doral, Florida 33172 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Miami-Dade Community College [1988] Florida Registered Land Surveyor and Mapper LS0006099 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) CAiCE Training, EFB/CEFB and EFBP Training, HECTOR Training, ESRI Training, Various Surveying Seminars 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Cape Sable, Everglades National Park Monroe County, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2011 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Replace two (2) Failed Plugs (Dams) at Cape Sable (East Cape and Homestead Dams, EVER-152464 with the United State Department of the Interior, National Park Service. Establish Horizontal and Vertical Control Points and layout work limits at the East Cape Canal and Homestead Canal Dam locations, and confirm the proposed locations of all topographic, construction, or other items affecting the Work b. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District IV, Golden Glades Interchange PD&E Study, from SR826 (Palmetto Expressway) EB to SR 9A / I-95 NB PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2012 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Horizontal and Vertical Control Survey, Alignment and Existing R/W Lines, Aerial Targets, Drainage Survey, Geotechnical Support, and Boundary Survey. c. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Miramar Improvements Miramar, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2008 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Perform and Prepare a Topographic Survey along various streets in the City of Miramar over 75,000 +/- linear feet was surveyed. QC/QA d. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Miami Glenroyal Corridor Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2009 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm 7.5 miles of Topographic Survey, established vertical and horizontal control for future construction, all utility information provided, cross section (spot elevations), tree information, all improvements shown from Right-of-Way to Right-of-Way. e. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Miami – Downtown Miami Beautification Miami, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2008 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Perform and Prepare a Topographic Survey along various streets in the City of Miramar over 14,000 +/- linear feet was surveyed. QC/QA $30,00.00 +/- AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 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 a. TOTAL b. WITH CURRENT FIRM Jose Senas, PSM Surveyor 24 10 15. FIRM NAME AND LOCATION (City and State) HADONNE CORP 1985 NW 88th Court, Suite 202, Doral, Florida 33172 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Faculty of Construction, Architecture University of Camaguey, Camaguey, Cuba. 1977 to 1981.Completed Surveying Courses at Miami-Dade Comm. College (AUTOCAD Release 12) Miami Dade Community College Florida Registered Land Surveyor and Mapper LS0005938 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of El Portal, NE 87th St. from NW 2nd Ave. to Farm Road and along North Miami Ave. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2011 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Horizontal and Vertical Control Survey, Topographic Survey, Digital Terrain Model (DTM). b. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED FDOT District IV, Golden Glades Interchange PD&E Study, from SR826 (Palmetto Expressway) EB to SR 9A / I-95 NB PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2012 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Horizontal and Vertical Control Survey, Alignment and Existing R/W Lines, Aerial Targets, Drainage Survey, Geotechnical Support, and Boundary Survey. c. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Ponce de Leon Media Installation and Roadway Improvements (Phase II), Ponce de Leon Blvd from Alcazar Ave to Sidonia Ave., Coral Gables, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2011 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Performed surveying and mapping services; Curb and Gutter Median Stakeout , West Side Curb and Gutter Stakeout, East Side Curb and Gutter Stakeout, Mast Arm Stakeout for the Salamanca Intx, and Final As-Built Survey. d. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Miramar Improvements Miramar, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2009 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Perform and Prepare a Topographic Survey along various streets in the City of Miramar over 75,000 +/- linear feet was surveyed. Project Manager $90,00.00 +/- e. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Miami-Dade County Transit ROW & Util. Division, MIC Earlington Heights Connector Project. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2008 N/A (3) BRIEF DESCRIPTION (Brief Scope, size, cost, etc.) AND SPECIFIC ROLE  Check if project performed with current firm Map of Boundary and Topographic Survey for the acquisition of five (5) parcels.. 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) Coral Gables Waterway Conveyance Improvements C-3 Canal (Coral Gables Waterway) Restoration Project – Phase I, City of Coral Gables, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES On Going CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER City of Coral Gables b. POINT OF CONTACT NAME General Contract– Shoreline Foundations, Inc. Mr. Charles M. Diveto, III, P.E. c. POINT OF CONTACT TELEPHONE NUMBER 954-985-0460 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Perform surveying and mapping service.  Perform a canal cross section, survey will include –Horizontal and Vertical Control Survey.  HADONNE will take cross section at 100-feet Intervals (Canal Soundings).  Volumes Calculation. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 6 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) Ponce de Leon Media Installation and Roadway Improvements (Phase II), Ponce de Leon Blvd from Alcazar Ave to Sidonia Ave., Coral Gables, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2011 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER City of Coral Gables b. POINT OF CONTACT NAME General Contract – Tran Construction, Inc. Mr. Silvio Rubi c. POINT OF CONTACT TELEPHONE NUMBER 305-200-7873 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Performed surveying and mapping services;  Curb and Gutter Median Stakeout  West Side Curb and Gutter Stakeout  East Side Curb and Gutter Stakeout  Mast Arm Stakeout for the Salamanca Intx  Final As-Built Survey 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 7 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) Cape Sable, Everglades National Park Monroe County, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2011 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER United States Dept. of Interior, National Park Service b. POINT OF CONTACT NAME PAC COMM Inc. Mr. David Juelle c. POINT OF CONTACT TELEPHONE NUMBER 305-381-5157 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Replace two (2) Failed Plugs (Dams) at Cape Sable (East Cape and Homestead Dams, EVER-152464 with the United State Department of the Interior, National Park Service.  Establish Horizontal and Vertical Control Points and layout work limits at the East Cape Canal and Homestead Canal Dam locations, and confirm the proposed locations of all topographic, construction, or other items affecting the Work.  Installed two (2) permanent survey bench marks at the East Cape Canal and Homestead Canal Dam locations.  Established line and grade and install offsets of the proposed steel sheeting structures at the East Cape Canal Dam locations.  Install temporary markers for the proposed permanent wood channel marker piling in Lake Ingraham.  Periodic on-site survey as needed, including but not limited to layout of the proposed mooring piles, walkway, gangway, and final grade elevations.  Provide documentation related to the survey activities as required by Contract specification.  Final as-built with dimensions, locations, angle and elevation of the permanent Work. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 8 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) Town of Medley, Water Distribution Loop Survey, NW 121 Way from Approx. 500 ft. SW of its intersection with FEC railroad to its intersection with 102 Road. 22. YEAR COMPLETED PROFESSIONAL SERVICES 2011 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Town of Medley b. POINT OF CONTACT NAME Westhorp & Associates, Inc. Barton J. Fye c. POINT OF CONTACT TELEPHONE NUMBER 305-759-4757 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The area of survey included NW 121st Way from approximately 500 feet SW of its intersection with FEC railroad to its intersection with 102nd Road. Also included area of intersection of NW 121st Way and NW 102nd Road. Also included as part of this work:  All pavement, curb and gutter.  Right-of-Way (ROW) and Property Lines (PL) for project area and adjacent properties.  Any overhead utilities, signs, manholes, catch basins, valves/valve boxes or other fixed improvements in the project area are including elevations.  Invert and grate elevations for all project area storm and sanitary manholes and catch basins.  Elevations at edge of pavement, top of curb, center of pavement and edge of ROW and/or fenceline (cross sections) every 100’ at a minimum and at any visible high or low points along the road.  Additionally, provided elevations no less than 100’ apart along all ROW boundaries and/or fenceline up to 500’ from the edge of pavement. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 9 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) City of Doral Future Policy Station on NW 97 Ave. Medley, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES 2010 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER City of Doral Public Works Dept. b. POINT OF CONTACT NAME Erick T. Carpenter, P.E. c. POINT OF CONTACT TELEPHONE NUMBER 305-593-6725 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Performed and prepared a Boundary Survey & Topographic Survey with Tree Location for the new construction for the City of Doral Police Station. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 10 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) Town of Medley NW S. River Drive Storm Water Project for NW 105 Way / 116 Way., Medley, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2010 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Town of Medley b. POINT OF CONTACT NAME Jorge Soto c. POINT OF CONTACT TELEPHONE NUMBER 305-889-1915 Ext. 224 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Prepared a Topographic Survey of the area call Topographic Survey Area. HADONNE prepared Sketch and Legal Descriptions for the parcels.. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 11 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) Town of Medley, N.W. South River Drive Storm Water Project, NW 105th Way / NW 116th Way, Medley, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2010 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Town of Medley b. POINT OF CONTACT NAME Neil Schaffel c. POINT OF CONTACT TELEPHONE NUMBER 954-340-3311 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Prepared Topographic Survey of the Topographic Survey Area. Prepared Sketch and Legal Descriptions for Right of Way. Prepared invert and grate elevations for all project area storm and sanitary manholes and catch basin. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 12 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) Land Surveying Services for Wharf I, located at the Port of Miami Miami, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2009 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Miami Dade County, Port of Miami b. POINT OF CONTACT NAME Leonor Ortega c. POINT OF CONTACT TELEPHONE NUMBER 305-347-4892 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) HADONNE Corp. provided Topographic Survey and prepared a Map of Topographic Survey of existing ground under existing Wharf I. Wharf I is about 850’ long by 85’ wide. The topographic survey was to develop a TIN file of the ground surface under the wharf and extend water-ward about 30’ beyond the face of the wharf. The survey also included the location of 15-20 geotechnical borings on the top side of the wharf and the approximate location of 5 sections of existing rip-rap located within the project area. The topographic survey entailed tasks establish Horizontal Control relative to NAD83/2007 and Vertical Control relative to NAVD88. Control stations to be established at +/- 1000’ intervals and placed in locations not subject to construction and able to be verified/ utilized during construction. Created a grid based on the location of all existing piles supporting the wharf as necessary to delineate existing ground conditions. The same methodologies were used to determine horizontal location and elevations for geotechnical borings and limits of rip-rap. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 13 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) Town of Medley, NW 106 Street to NW 89 Street 22. YEAR COMPLETED PROFESSIONAL SERVICES 2008 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER Town of Medley b. POINT OF CONTACT NAME Jorge Soto c. POINT OF CONTACT TELEPHONE NUMBER 305-889-1915 Ext. 224 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)  Map of Topographic Survey more particularly described as follows:  Research the Right of Way information within Miami-Dade County Right of Way Division and the Town of Medley, in order to establish the right of way lines throughout the Project area.  Location all visible fixed improvements within the right of way including roadway pavements, driveway, sidewalks, poles, walkways, mailboxes, fences, trees (including trunk diameter), water meters, etc  Location all of above-ground utilities, including all catch basins, va lves, and manholes with Inverts elevations for all existing storm water and sanitary manholes and/or existing inlets and catch basins  Cross sections at 50-foot stations  Established Project baseline along the centerline of Public Right of Ways  Elevations shoots along the landfill boundaries surrounding the project area at 50-foot a part.  Elevations shoots every 250 feet inside the parcels including adjacent edge of pavement and finished floor elevations.  Creation of a Digital Terrain Model (DTM) of the Surveyed area, that allowed the designer to determine the low points of the area in question, provided the designer with necessary training in order to utilize such information. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 14 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) MDPW, SW 27th Ave. from US1 to Bay Shore Drive, Miami, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2008 CONSTRUCTION (If applicable) 23. PROJECT OWNER’S INFORMATION a. PROJECT OWNER M-D Public Works Dept. b. POINT OF CONTACT NAME Luis Lacau c. POINT OF CONTACT TELEPHONE NUMBER 305-375-5774 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)  Location of all visible fixed improvements within project limits, including roadway pavement, driveways (type of driveways), sidewalks, walkways, mailboxes, fences, trees (including trunk diameter), etc.  Location of all visible above ground utilities, including all catch basins, valves, manholes, water, wastewater, storm water, power, telephone, TV, and gas.  Invert elevations for existing storm water and sanitary manholes, and/or existing inlets and catch basins.  Set Permanent Bench Marks.  Roadway cross sections at approximately 50 feet stations with the following elevations:  Centerline of roadway (Elevations along center line of side streets 200 ft min. from centerline of SW 27th Ave both ways) 1. Edge of pavement (Same for side streets 200 ft from centerline of SW 27th Ave both ways) 2. Top of Curb 3. Back of Sidewalk 4. Doorway Entrances/All pedestrian access points at back of walk 5. Right-of-way line 6. 25 feet into private property 7. Any other grade breaks  Reference Points (at least two nails on the side streets).  Obtain spot elevations at the intersections on a 50’ grid.  Locate existing utilities on-site and off-site.  Locate other above ground appurtenances.  Building footprint if within 25 ft from right-of-way line.  Building / lot number.  Abutting Building Finish floor elevations.  Show right-of-way lines from Plats for SW 27th Ave and all cross streets.  Locate traffic signs and signalization components. (Incl., pole location, controller box  Survey to be submitted in a digital format and Provide ASCII file (as a minimum)  On all side streets throughout the project location of fractional section corners, city monuments, block corners, property corners, monument line points and centerline points for establishing the right-of-way/property lines. A minimum of fifteen points per line. The limits of additional survey work on the side streets are 1/2 mile in each direction from SW 27 Avenue or the street’s termination.  On SW 27 Avenue recover the Southwest corner of the Northwest 1/4 of Section 22-54-41 and the Northwest corner of the Southwest 1/4 of Section 15-54-41.  Sidewalk locations for the purpose of creating a maintenance map at the following locations and any other sidewalks outside of the existing right -of- way that is obviously used by the general public. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FRIM NAME Hadonne Corp. (2) FIRM LOCATION (City and State) Doral, Florida (3) ROLE Surveying & Mapping b. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE c. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. (1) FRIM NAME (2) FIRM LOCATION (City and State) (3) ROLE STANDARD FORM 330 (6/2004) PAGE 15 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 Abraham Hadad, PSM Project Manager X X X X X X X X X X Eduardo M. Suarez, PSM Project Surveyor X X X X X X X X X X Raul Izquierdo, PSM Project Surveyor X X X X X X X X X X Jose Senas, PSM Project Surveyor X X X X X X X X X X 29. EXAMPLE PROJECTS KEY NO. TITLE AND EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) 1 Coral Gables Waterway Conveyance Improvements C-3 Canal (Coral Gables Waterway), Restoration Project–Phase I, 6 Town of Medley NW S. River Drive Storm Water Project for NW 115 Way / 116 Way 2 Ponce de Leon Media Installation and Roadway Improvements (Phase II), Ponce de Leon Blvd from Alcazar Ave to Sidonia Ave. 7 Town of Medley, N.W. South River Drive Storm Water Project, NW 105th Way / NW 116th Way, Medley, FL 3 Cape Sable, Everglades National Park Monroe County, FL 8 Town of Medley, N.W. South River Drive Storm Water Project, NW 105th Way / NW 116th Way, Medley, FL 4 Town of Medley, Water Distribution Loop Survey, NW 121 Way from Approx. 500 ft. SW of its intersection with FEC railroad to its intersection with 102 Road. 9 Town of Medley, NW 106 Street to NW 89 Street, Medley, FL 5 City of Doral Future Policy Station on NW 97 Ave., Doral Florida 10 MDPW, SW 27th Ave. from US1 to Bay Shore Drive, Miami, FL STANDARD FORM 330 (6/2004) PAGE 16 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. I. AUTHORIZED REPRESENTATIVE The foregoing is statement of facts. 31. SIGNATURE 32. DATE 12/05/2011 33. NAME AND TITLE Abraham Hadad, PSM, President STANDARD FORM 330 (6/2004) PAGE 17 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (6/2004) ARCHITECT - ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER (if any) RFQ 2011.08.19b PART II – GENERAL QUALIFICATIONS (If a firm has branch officers, complete for each specific branch office seeking work.) 2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER Hadonne Corp. 2000 101167794 2b. STREET 5. OWNERSHIP 1985 NW88th Court, Suite 202 a. TYPE Sub-S Corporation 2c. CITY 2d. STATE 3e. ZIP CODE Doral Florida 33172 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Abraham Hadad, PSM, Principal in Charge 7. NAME OF FIRM (if block 2a is a branch office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305) 266-1188 info@hadonne.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 2 Land Surveying and Mapping 4 08 CADD Technician 3 38 Land Surveyor 4 12 Party Chief 5 14 Instrument Persons 5 Total 19 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) PROFESSIONAL SERVICES REVENUE INDEX NUMBER a. Federal Work N/A 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 b. Non-Federal Work 4 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 c. Total Work 4 5. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE December 5, 2011 c. NAME AND TITLE Abraham Hadad, PSM, President