Loading...
Res No 033-20-15473RESOLUTION NO: 033-20-15473 A Resolution authorizing the City Manager to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and Inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project. WHEREAS, the Mayor and City Commission desires to enhance the existing transportation system and mobility choices available to residents, workers, and visitors to the City; and WHEREAS, the project aims to partially implement the City of South Miami Intermodal Transportation Plan (SMITP) along the SW 62nd Avenue corridor from SW 70th Street to 85th Street; and WHEREAS, the project will provide sharrows along SW 62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, and roadway reconstruction and repair of sidewalks along SW 62nd Avenue between US 1 and 78th Street; and WHEREAS, the City issued a Request for Qualifications for "Construction & Engineering Inspection" for the 62 Avenue Pedestrian & Bicyclist Enhancement Project; and WHEREAS, three (3) proposals were received and a selection committee reviewed each proposal on February 27, 2020, scored and ranked each Respondent and is recommending the highest ranked respondent, Calvin Giordano & Associates, Inc.; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project; and WHEREAS, the expense for this project shall be charged through the Florida Department of Transportation LAP agreement participation in the project up to the maximum amount of $21,285 and a local project match funded by the City. City Expenditures related to this project shall be charged to the People Transportation Fund Account number 124-1730-541-6490 which has a balance of $1,047,500 before this request was made. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. The City Manager is authorized to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and Page 1 of 2 Resolution No. 033-20-15473 Inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project. The expense for this project shall be charged through the Florida Department of Transportation LAP agreement participation in the project cost up to the maximum amount of $21,285 and a local project match funded by the City. Section 2. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 3. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution Section 4. Effective Date: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 17'h day of March, 2020. ATTEST: a _ CIT CLE11 APPROVED: MAYOR COMMISSION VOTE: 5-0 Mayor Phillips: YeA Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Page 2 of 2 Agenda Rem No:3. City Commission Agenda Item Report Meeting Date: March 17, 2020 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Rem Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and Inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project. 3/5 (City Manager -Public Works & Engineering) Suggested Action: Attachments: Memo_Award_Recommendation_SW62av—proj_CEI_RFQ_2.27.20 (4).docx Reso_Awa rd_Re co m men dation_S W 62av_proj_CEI_RFQ2.27.20CArev. d ocx CALVIN GIORDANO CGA_RFQSouth Miami CEI LAP_Electronic.pdf FINAL RANKINGS RFQ PW 2020-02 2.27.2020.pdf FINAL COMBINED RANKINGS RFQ PW2020-05 2.27.2020.pdf FINAL RFQ CONSTRUCTION and ENGINEERING INSPECTION LAP PROJECT 1.17.20.pdf SUN BIZ CALVIN GIORDANO 2.11.20.pdf DEMAND STAR RFQ PW2020-02 2.11.2020.pdf Bid Opening Report RFQ PW2020-02 2.11.2020.pdf DBR Advertisement.pdf �1' South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM TO: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager DATE: March 17, 2020 SUBJECT: A Resolution authorizing the City Manager to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project. BACKGROUND: The City issued a Request for Qualifications for "Construction & Engineering Inspection for the 62 Avenue Pedestrian & Bicyclist Enhancement Project", in accordance with the terms of the grant, per Florida Department of Transportation requirement. This project is Federally Funded through State of Florida Department of Transportation Local Agency Program (LAP). This project requires a Project Manager and Resident Compliance Specialist throughout the entire construction project. Three (3) proposals were received; I. AE Engineering, Inc. 2. Calvin Giordano & Associates, Inc. 3. SRS Engineering A selection committee, comprised of Chairperson Aurelio Carmenates, Public Works Project Engineer; Quentin Pough, Parks Director and Marcus Lightfoot, Planning & Zoning Senior Administrator reviewed each proposal on February 27, 2020, scored and ranked each Respondent and is recommending the highest ranked respondent, Calvin Giordano & Associates, Inc. The combined Final Rankings are below: Evaluator AE ENGINEERING CALVIN GIORDANO SRS ENGINEERING Aurelio Carmenates 94 100 84 Quentin Pough 8o 90 80 Marcus Lightfoot 97 99 98 TOTAL 271 289 262 RANK 2 1 3 2 South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER -OFFICE MEMORANDUM The evaluation and award of the submitted Qualifications shall be consistent with Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes). Therefore, the City Manager shall commence negotiations with the first ranked firm. If those negotiations are unsuccessful, negotiations will be opened with the next ranked firm, etc. Negotiations shall continue until the City Manager has successfully completed negotiations with a Consultant and shall execute a contract with the City. The construction project solicitation, which encompasses the work required for the successful completion of the project, is currently advertised and is scheduled to close on March 17, 2020. AMOUNT: Pending Negotiations ACCOUNT: TAP grant from the Florida Department of Transportation project cost up is maximum of $21,285. ATTACHMENTS: Resolution Proposal, Calvin Giordano & Associates Pre -bid Meeting Sign -In Sheet Selection Committee Final Score Sheets RFQ PW2020-02 Sun Biz Registration Daily Business Review Advertisement Demand Star Results 3 EXHIBIT 5 CITY OF SOUTH MIAMI PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 THIS PROFESSIONAL ENGINEERING SERVICES AGREEMENT ("Agreement") is entered into this �qay of OJ`1_2020, between the City of South Miami, a Florida municipal corporation with a principal address of 6130 Sunset Drive, South Miami, Florida ("City"), and Calvin Giordano & Associates, Inc., a for -profit corporation registered and authorized to do business under the laws of the State of Florida, having its principal office at Bayshore Executive Plaza, 10800 Biscayne Blvd. Suite 850, Miami, FI 33161 ("Consultant"). The City and Consultant will collectively be referred to as the "Parties", and each may individually be referred to as a "Party". RECITALS WHEREAS, on January 17, 2020, the City of South Miami ("City") advertised Request for Qualifications # # PW2020-02 ("RFQ"), for the purpose of retaining an experienced, licensed and insured professional engineering firm to provide Construction, Engineering and Inspection services. WHEREAS, the RFQ was administered in accordance with the State of Florida's Consultants' Competitive Negotiation Act, Section 287.055, Florida Statues; and WHEREAS, in response to the RFQ, Consultant submitted its sealed Qualifications for the provision of professional Engineering and Consulting Services, and was subsequently selected by City administration as having those qualifications and references most advantageous to the City; and WHEREAS, on March 17, 2020, the Mayor and City Commission passed and adopted Resolution No. 033-20-15473, approving the selection of Consultant for the provision of Services; and WHEREAS, the City needs Construction, Engineering, and Inspection (CEI) Services associated with the 62 Avenue Bicyclist & Pedestrian Enhancement Project (collectively referred hereto as "Services"); and NOW, THEREFORE, in consideration of the mutual terms and conditions set forth herein and other good and valuable consideration, the Parties hereto agree as follows: ARTICLE I - RECITALS 1.1 The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. ARTICLE 2 - CONTRACT DOCUMENTS Page I of I 2.1 The following documents are incorporated into and made a part of this Agreement (collectively referred to as the "Contract Documents"): 2.1.1 The City's Request for Qualifications No. PW2020-02 CEI Services for the 62nd Avenue Bicyclist & Pedestrian Enhancement Project ( the Project), attached hereto by reference. 2.1.2 Consultant's response to the RFQ ("Qualifications"), attached hereto by reference; 2.1.3 Resolution No. 033-20-15473 passed and adopted by the Mayor and City Commission on March 17, 2020, approving the selection of Consultant authorizing the execution of this Agreement for the provision of Services attached hereto as Exhibit "A'; 2.1.4 Any additional documents which are required to be submitted by Consultant under this Agreement or that are referred to as Contract Documents in the RFQ. 2.2 In the event of any conflict between the Contract Documents or any ambiguity or missing specification or instruction, the following is a list in order of precedence with document (2.2.1) having the highest precedence: 2.2.1 Specific written direction from the City Manager or City Manager's designee. 2.2.2 This Agreement. 2.2.3 The RFQ. 2.2.4 The Proposal. 2.3 The Parties agree that Consultant is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error found in the RFQ prior to Consultant submitting its Qualifications or the right to clarify same shall be waived. 2.4 Definitions. "City Manager" includes the manager's designee. ARTICLE 3 — TIME FOR PERFORMANCE 3.1 Subject to authorized adjustments, the Time for Performance shall not exceed a period of 180 days from the date that the City Manager's issuance of a Notice -to -Proceed, unless this contract is terminated earlier by the City Manager. Consultant agrees that the performance of Services shall be pursued on schedule, diligently and uninterrupted at a rate of progress which will ensure full completion within the agreed time for performance. Failure to achieve timely final completion shall be regarded as a material breach of this Agreement and shall be subject to the appropriate remedies available at law. This Agreement shall remain in full force and effect until the completion of Services by the Consultant and the acceptance of Services by the City Manager. 3.2 Minor adjustments to the Time for Performance which are approved in writing by the City Manager in advance, shall not constitute non-performance by Consultant. Any impact on the time for performance shall be determined and the time schedule for completion of Services will be modified accordingly. 3.3 When, in the opinion of the City Manager, reasonable grounds for uncertainty exist with respect to the Consultant's ability to perform Services or any portion thereof, the City Manager may Page 2 of 11 request that the Consultant, within a reasonable time frame set forth in the City Manager's request, provide adequate assurances to the City Manager in writing, of Consultant's ability to perform in accordance with terms of this Agreement. In the event that the Consultant fails to provide the City Manager the requested assurances within the prescribed time frame, the City Manager may treat such failure as a repudiation or material breach of this Agreement, and resort to any remedy for breach provided for in this Agreement or at law. 3.4 Notwithstanding the provisions of this Article 3, this Agreement may be terminated by the City Manager at any time, with or without cause. ARTICLE 4 - COMPENSATION 4.1 Consultant will be paid the amount of Refer to Exhibit D, "Compensation" as full compensation for Services, pursuant to Contract Documents. 4.2 Funding for this Agreement is contingent on the availability of funds and the Agreement is subject to amendment or termination due to lack of funds or a reduction of funds, upon ten (10) days written notice to Consultant. ARTICLE 5 - SCOPE OF SERVICES 5.1 Consultant agrees to perform Services, Exhibit B, "Scope of Services," for the benefit of the City under the special terms, schedules, and conditions set forth in the Contract Documents. Consultant shall perform Services in accordance with that degree of care and skill ordinarily exercised by reputable members of its profession. 5.2 One or more changes to the Services within the general scope of this Agreement may be ordered by Change Order. A Change Order shall mean a written order to the Consultant executed by the Parties after execution of this Agreement. The Consultant shall proceed with any such changes, and they shall be accomplished in strict accordance with the Contract Documents and the terms and conditions described in this Agreement. 5.3 Consultant represents and warrants to the City that (i) Consultant possesses all qualifications, licenses and expertise required in the provision of Services, with personnel fully licensed by the State of Florida; (ii) Consultant is not delinquent in the payment of any sums due the City, including payment of permit fees, local business taxes, or in the performance of any obligations to the City; (iii) all personnel assigned to perform work shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner as described in the Contract Documents for the budgeted amounts, rates and schedules; and (v) the person executing this Agreement on behalf of Consultant is duly authorized to execute same and fully bind Consultant as a Party to this Agreement. 5.4 Consultant agrees and understands that: (i) any and all sub -consultants used by Consultant shall be paid by Consultant and not paid directly by the City; and (ii) any and all liabilities regarding payment to or use of sub -consultants for any of the work related to this Agreement shall be borne solely by Consultant. Any work performed for Consultant by a sub -consultant will be pursuant to an appropriate agreement between Consultant and sub -consultant which specifically binds the sub -consultant to all applicable terms and conditions of the Contract Documents. Page 3 of I I 5.5 Consultant warrants that any and all work, materials, services or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result, will be supplied by the Consultant at its own cost, whether or not specifically called for. 5.6 Consultant warrants and accepts that any and all work, materials, services or equipment necessitated by the inspections of City Manager and/or Miami -Dade County agencies, or other regulatory agencies as are applicable, to bring the project into conformity with the Contract Documents and all applicable laws, codes, regulations, procedures, or considered inside the contemplation of the Contract Documents, shall be deemed the responsibility of the Consultant at no additional cost to the City. ARTICLE 6 - CITY'S TERMINATION RIGHTS 6.1 The City Manager shall have the right to terminate this Agreement, in its sole discretion at any time, with or without cause, upon ten (10) days written notice to Consultant In such event, the City shall pay Consultant compensation for Services rendered prior to the effective date of termination. The City shall not be liable to Consultant for any additional compensation, or for any consequential or incidental damages. ARTICLE 7 - INDEPENDENT CONTRACTOR 7.1 Consultant, its employees and agents shall be deemed to be independent contractors and not agents or employees of the City and shall not attain any rights or benefits under the civil service or pension ordinances of the City, or any rights generally afforded to classified or unclassified employees. The Consultant shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of the City. ARTICLE 8 - DEFAULT 8.1 In the event the Consultant fails to comply with any provision of this Agreement, the City Manager may declare the Consultant in default by written notification. The City Manager shall have the right to terminate this Agreement if the Consultant fails to cure the default within ten (10) days after receiving notice of default from the City Manager. If the Consultant fails to cure the default, the Consultant will only be compensated for completed Services. In the event partial payment has been made for such Services not completed, the Consultant shall return such sums due to the City within ten (10) days after notice that such sums are due. The Consultant understands and agrees that termination of this Agreement under this section shall not release Consultant from any obligations accruing prior to the effective date of termination. ARTICLE 9 - ENGINEER'S ERRORS AND OMISSIONS 9.1 Consultant shall be responsible for technically deficient designs, reports, or studies due to Consultant's errors or omissions, and shall promptly correct or replace all such deficient design work without cost to City. The Consultant shall also be responsible for all damages resulting from such errors or omissions. Payment in full by the City for Services performed does not constitute a waiver of this representation. ARTICLE 10 - INDEMNIFICATION 10.1 To the fullest extent permitted by law, the City's consultant must indemnify and hold harmless the City of South Miami, the State of Florida, Department of Transportation, including the Departments, and its officers, agents and employees against any actions or claims or from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, arising out of, relating to, or resulting from negligence, wrongful acts, recklessness or intentional wrongful Page 4 of 11 misconduct of consultant, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by consultant hereunder, to the extent and within the limitations, if any, of Section 768.28, Florida Statutes and Request for Qualifications, (RFQ). This indemnification shall survive the termination of this Contract. 10.2 The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida Statues, Section 768.28. Nor shall the same be construed to constitute agreement by Consultant to indemnify the City of South Miami for the negligent acts or omissions of the City of South Miami, its officers, agents, or employees, or the acts of third parties. Nor shall the same be construed to constitute agreement by the City of South Miami to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. Additionally, no claim or award against the City or the Department may include attorney's fees, investigative costs or pre -judgment interest. ARTICLE I I - INSURANCE 11.1 Prior to the execution of this Agreement, the Consultant shall submit certificate(s) of insurance evidencing the required coverage and specifically providing that the City is an additional named insured or additional insured with respect to the required coverage and the operations of the Consultant under this Agreement. Consultant shall not commence work under this Agreement until after Consultant has obtained all of the minimum insurance described in the RFQ and the policies of such insurance detailing the provisions of coverage have been received and approved by the City Manager. Consultant shall not permit any sub -consultant to begin work until after similar minimum insurance to cover sub -consultant has been obtained and approved. In the event the insurance certificate provided indicates that the insurance shall terminate or lapse during the term of this Agreement, Consultant shall furnish, at least thirty (30) calendar days prior to expiration of the date of such event, a renewed certificate of insurance as proof that equal and like coverage and extension is in effect. Consultant shall not continue to perform the Services required by this Agreement unless all required insurance remains in full force and effect and the Consultants Certificate of Insurance (COI) is provided and Consultant identifies the City and the Florida Department of Transportation as additional insured under "Descriptions of Operations" in Consultants COI, in accordance with the LAP Manual 18.8.2, "The prime Consultant provides proof of insurance," the inclusion of the COI is sufficient 11.2 All insurance policies required from Consultant shall be written by a company with a Best rating of B+ or better and duly authorized and licensed to do business in the State of Florida and be executed by duly licensed agents upon whom service of process may be made in Miami -Dade County, Florida. ARTICLE 12 - OWNERSHIP OF DOCUMENTS 12.1 All documents developed by Consultant under this Agreement shall be delivered to the City Manager by the Consultant upon completion of the Services and shall become property of the City, without restriction or limitation of its use. The Consultant agrees that all documents generated for the purpose of performing under this Agreement shall be subject to the applicable provisions of the Public Records Law, under Chapter 119, Florida Statutes. 12.2 The Consultant shall additionally comply with Section 1 19.0701, Florida Statutes, including without limitation, the following conditions: Consultant and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing goods and/or services on behalf of the City and the Consultant, under such conditions, shall incorporate this paragraph in all of its Page 5 of subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if Consultant does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of Consultant or keep and maintain public records required by the public agency to perform the service. If Consultant transfers all public records to the public agency upon completion of the Contract, Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Consultant keeps and maintains public records upon completion of the Contract, Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305- 663-6340; E-mail: npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 12.3 It is further understood by and between the Parties that any information, writings, tapes, Contract Documents, reports or any other matter whatsoever that is given by the City to the Consultant pursuant to this Agreement shall at all times remain the property of the City and shall not be used by the Consultant for any other purposes whatsoever without the written consent of the City Manager. 12.4 In the event the Agreement is terminated, Consultant agrees to provide the City all such documents within ten (10) days from the date the Agreement is terminated. ARTICLE 13 - NOTICES 13.1 All notices, demands or requests provided for or permitted to be given pursuant to this Agreement must be in writing and shall be delivered or sent, with the copies indicated, by personal delivery if proof of delivery is obtained, electronic means such as facsimile transmission or e-mail or overnight delivery service. Any notice, demand, offer or other written instrument required or permitted to be given, made or sent (hereinafter referred to as "Notice") shall be in writing, signed by the party giving or making it and shall be sent by facsimile transmission, e-mail, certified mail with proof of delivery, Federal Express or a reputable national courier of service, and any other means that provides for proof of delivery. The Notice shall be sent to the facsimile number, e-mail address, street address or post office box as set forth herein below (or at such other address as a party may specify by notice given pursuant to this Section) and hereinafter referred to as a "Parry's Address" for the purposes of this paragraph. Refusal to accept delivery or failure to pick-up a Notice within ten (10) after the first notification by the delivery service is sent ("First Notification"), shall be construed as receipt of same. Any Notice given or sent to the estate of any deceased person shall be signed and sent in a like manner, addressed to the personal representative of the deceased person at the personal representative's address, or, if there is no personal representative of the estate, then it shall be sent to the last address of the decedent Party given in accordance with this paragraph of the Agreement. The parties shall have the right to change the place to which the Notice shall be sent by giving Notice as required for all other Notices and sent to all of the parties to this Agreement. The date of delivery of the Notice by certified or registered mail will be only as reflected in a return Page 6 of 11 receipt card; the date of sending an email will be as evidenced by a copy of the e-mail, but only if it shows the date the e-mail was sent; the date of sending a facsimile transmission will only be as the date appears on the same page as the Notice and the receiving parties facsimile phone number; the date of postal serviced notice of refusal to accept delivery; one (1) business day following receipt showing delivery by overnight mail or by courier service; the date of postal service notice that mail is being returned undeliverable, or the date following ten(I 0) days from the date of postal service's First Notification to the recipient, if the mail is unclaimed, will be deemed to be the date of the offer, demand, notice or other writing for the purpose of this Agreement and it will be effective from that date. No notice will be deemed adequate unless the party giving notice has produced written proof of delivery. No notice will be required to be sent to a physical or electronic address (including but not limited to an e-mail address or a phone number) that has changed, been discontinued, is out of service, no longer deliverable at that address or if mail has been returned due the delivery service having failed to find the recipient at the address given. However, if multiple or alternative addresses have been given, notice must be sent to the other valid address, if it exists.: For Consultant: Calvin Giordano & Associates, Inc., Bayshore Executive Plaza, 10800 Biscayne Blvd. Suite 850, Miami, FI 33161 Email: cgiordano()cgasolutions.com For the City: City of South Miami Attn: City Manager Shari Karnali South Miami, Florida 33143 Email: skamali@southmiamifl.gov With copy to: City of South Miami Attn: City Attorney 1450 Madruga Ave., Ste 311 South Miami, Florida 33161 Email: tpepe@southmiamifl.gov 13.3 In the event there is a change of address and the moving Party fails to provide notice to the other Parry, then notice sent as provided in this Article shall constitute adequate notice ARTICLE 14 - CONFLICT OF INTEREST 14.1 Consultant represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. Consultant agrees Conflict of Interest sections in accordance with 23 CFR 1.33, 23 CFR 172(b)(4) and Florida Statue section 287.057 shall apply. 14.2 Consultant covenants that no person under its employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Agreement has any personal financial interest, directly or indirectly, with contractors or vendors providing professional services on projects assigned to the Consultant, except as fully disclosed and approved by the City. Consultant Page 7 of I I further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed by the Consultant. 14.3 Neither the Recipient nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Projector any property included or planned to be included in the Project in which any member, officer or employee of the Recipient or the locality during tenure or for 2 years thereafter has nay interest, direct or indirect. If any such present of former member, officer or employee involuntarily acquires or has acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the Recipient, the Recipient, with prior approval of the Department, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Recipient the locality relating to such contract, subcontract or arrangement. The Recipient shall insert all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: 14.4 "No member, officer, or employee of the Recipient or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." 14.5 The provisions of Sections 14.3 and 14.4 shall not be applicable to any agreement between the Recipient and its fiscal depositories or to any agreement for utility services the rates which are fixed or controlled by a government agency. ARTICLE IS -MISCELLANEOUS PROVISIONS 15.1 Non -Waiver. City and Consultant agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party will operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this Agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this Agreement as to any particular breach or default may not act as a waiver of any subsequent breach or default. No delay or omission to exercise any right or power accruing upon any default will impair any such right or power or will be construed to be a waiver thereof, and any such right and power may be exercised from time to time as often as may be deemed expedient. 15.2 All representations, indemnifications, warranties and guarantees made in, required by, or given in accordance with this Agreement, as well as all continuing obligations indicated in the Contract Documents, shall survive final payment, completion and acceptance of the Services and termination or completion of the Agreement. 15.3 Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same Page 8 of 11 shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. 15.4 This Agreement and Contract Documents constitute the sole and entire agreement between the Parties. No modification or amendments to this Agreement shall be binding on either Party unless in writing and signed by both Parties and approved by resolution of the City Commission. 15.5 This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the Parties shall be in Miami -Dade County, Florida. 15.6 The City reserves the right to audit the records of the Consultant covered by this Agreement at any time during the provision of Services and for a period of three years after final payment is made under this Agreement 15.7 The Consultant agrees to comply with and observe all applicable federal, state, and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. 15.8 Services shall not be subcontracted, transferred, conveyed, or assigned under this Agreement in whole or in part to any other person, firm or corporation without the prior written consent of the City Manager. 15.9 The City of South Miami is exempt from Federal Excise and State taxes. The applicable tax exemption number or certificate shall be made available upon request. IS. 10 The professional Services to be provided by Consultant pursuant to this Agreement shall be non-exclusive, and nothing herein shall preclude the City from engaging other firms to perform Services. 15.11 This Agreement shall be binding upon the Parties herein, their heirs, executors, legal representatives, successors and assigns. 15.12 The Consultant agrees that it shall not discriminate as to race, color, national origin, sex, age, religions, disability and family status in connection with its performance under this Agreement. 15.13 All other terms, conditions and requirements contained in the RFQ, which have not been modified by this Agreement, shall remain in full force and effect and they shall be a part of this agreement as if set forth in full herein. 15.14 In the event of any dispute arising under or related to this Agreement, the Parties shall pay their own attorney fees, costs and expenses incurred by it in connection with that dispute and/or the enforcement of this Agreement, including all such actual attorney fees, costs and expenses at all judicial levels, including appeal, until such dispute is resolved with finality. 15.15 This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same Agreement. 15.16 The City is required at the completion of the project to perform a" performance evaluation of the consultant and conditions thereof." Page 9 of 1 15.17 Consultant agrees with the provisions and requirements of Florida Statue, Section 20.055(5), Inspector General Provision and agrees to cooperate in any investigation, audit, proposal, review, or hearing pursuit to this section [The remainder of this page is intentionally left blank.] Page 10 of I IN WITNESS WHEREOF, the Parties have executed this Agreement by their respective proper officers duly authorized the day and year first written above. ATTEST: CoAdn Giordano & Associates, Inc., Corporate Secre tary yor Witness: 'Consultant" C By: l� B . Print Name: _ _ EVt ln. FVJ WMOL4^ - Print Name: Chris Giordano I Vice President Date: I.0/;-f/20 Date: i p ATTEST: City of South Miami, a Florida municipal corporation: "City' By: N By: Nk ga A. Payn CIVICCity Clerk APPROVED AS TO FORM LANGUAGE LEGALITY AND EXECUTION THE.°FO ity Attorney Shari Kamali City Manager Page I I of I I A� o® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 7/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: RBN Insurance Services 303 E Wacker Dr Ste 650 PHONE FAX •312-856-9400 A<c No : 312-856-9425 AD RIESS: rdelich@rbninsurance.com Chicago IL 60601 INSURERS AFFORDING COVERAGE NAIC t INSURER A: Hartford Fire Insurance Co. 19682 INSURED SAFELLC-01 INSURER B : Navigators Insurance Company 42307 Calvin, Giordano & Associates, Inc. 1800 Eller Drive INSURER c :Twin City Fire Insurance Co. 29459 INSURER D : Great American E&S Ins. Co. 37532 Suite 600 INSURER E: Hartford Casualty Insurance Co 29424 Fort Lauderdale FL 33316 INSURER F : COVERAGES CERTIFICATE NUMBER: R3RRRn137 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-IWADE D OCCUR Y 83UENZV3951 10/3/2019 10/3/2020 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 1,000,000 MED EXP (Any one person) $10,000 GENt X PERSONAL 8 ADV INJURY $1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY1:1 jECT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ E AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY 83UENPY9100 10/3/2019 10/3/2020 COMBINED SINGLE LIMIT Ea accident $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ B X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE CH19EXC8856001V 10/3/2019 10/3/2020 EACH OCCURRENCE $10,000,000 AGGREGATE $10.000,000 DED X RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUT[VE a OFFICER/MEMBER EXCLU DED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 83WECE0623 5/12/2020 5/12/2021 X STER OTH- ATUTE I ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1.000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 D Professional Uab&ty TER285-99-95 10/3/2019 10/3/2020 Each Claim/Aggregate 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: CEI Services for 62nd Avenue Pedestrian & Bicyclist Enhancements Project; Project FM# 438673-1-68. Florida Department of Transportation District 6 is additional insured as respects the General Liability as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of South Miami 4795 SW 75th Avenue AUTHORIZED REPRESENTATIVE Miami FL 33155 ® 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD EXHIBIT A PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 RESOLUTION No. 033-20-15473 RESOLUTION NO: 033-20-15473 A Resolution authorizing the City Manager to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and Inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project. WHEREAS, the Mayor and City Commission desires to enhance the existing transportation system and mobility choices available to residents, workers, and visitors to the City; and WHEREAS, the project aims to partially implement the City of South Miami Intermodal Transportation Plan (SMITP) along the SW 62nd Avenue corridor from SW 70th Street to 85th Street; and WHEREAS, the project will provide sharrows along SW 62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, and roadway reconstruction and repair of sidewalks along SW 62nd Avenue between US 1 and 78th Street; and WHEREAS, the City issued a Request for Qualifications for "Construction & Engineering Inspection" for the 62 Avenue Pedestrian & Bicyclist Enhancement Project; and WHEREAS, three (3) proposals were received and a selection committee reviewed each proposal on February 27, 2020, scored and ranked each Respondent and is recommending the highest ranked respondent, Calvin Giordano & Associates, Inc.; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project; and WHEREAS, the expense for this project shall be charged through the Florida Department of Transportation LAP agreement participation in the project up to the maximum amount of $21,285 and a local project match funded by the City. City Expenditures relaxed to this project shall be charged to the People Transportation Fund Account number 124-1730-541-6490 which has a balance of $1,047,500 before this request was made. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY CONDUSSION OF THE CITY OF SOUTH NIIANII, FLORIDA; Section 1. The City Manager is authorized to negotiate and enter into a contract, with Calvin Giordano & Associates, Inc. for Roadway Construction, Engineering and Page 1 of 2 Resolution No. 033-20-15473 Inspection (CEI) Services for the 62-avenue pedestrian and bicyclist enhancement project. The expense for this project shall be charged through the Florida Department of Transportation LAP agreement participation in the project cost up to the maximum amount of S21,285 and a local project match funded by the City. Section 2. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 3. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution Section 4. Effective Date: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 17ih day of March, 2020. CITY CLERK APPROVED: COMMISSION VOTE: 5-0 Mayor Phillips: Yeg Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Page 2 of 2 EXHIBIT B PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 "SCOPE OF SERVICES" EXHIBIT # 1 SCOPE OF SERVICES Attachment A CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 I. BACKGROUND: Pursuant to the Consultants Competitive Negotiation Act, Florida Statue 287.055, the City of South Miami, hereby solicits Expression of Interest and Statement of Qualification submittals from professional consulting engineering firms who are prequalified by the Florida Department of Transportation to perform Roadway Construction, Engineering and inspection (CEI) Services (including monitoring and inspection of the work required under various construction contracts and coordinating with other public agencies, utilities, and affected property owners) and Construction Materials Inspection (including conducting inspections and investigations of various highway materials or products, together with the proper recording, analysis, and reporting of results and recommendations). To fulfill such needs and meet the requirements for specialized services, the City intends to retain a single Consultant under a professional service agreement. The professional services agreement term shall be negotiated and agreed to by the parties prior to submittal for review and approval by the City Commission. See "Schedule of Events" in this Solicitation. 1111. PROJECT FUNDING: This project is Federally Funded through a grant from the State of Florida Department of Transportation Local Agency Program (LAP). Respondents must comply with LAP requirements for Professional Services Contracts; refer to Exhibit 1, Scope of Services, Attachment C to Bid Package, "Local Agency Program (LAP)." 111. THE PROJECT: The project consists of Managing Construction, Engineering and performing Inspections to provide connectivity for pedestrian traffic along SW 62nd Avenue from SW 70th Street to 85' Street, as recommended in the South Miami Intermodal Transportation Plan (SMITP). Specifically, the project will provide sharrows along SW 62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, roadway reconstruction and repair of sidewalks along SW 62nd Avenue between US I and 78th Street, and a neighborhood traffic circle at SW 62nd Avenue and SW 85th Street (Snapper Creek Drive). The sidewalk portion of the project (between 78th Street and 80th Street) will include new curb and gutters. IV. SCOPE OF SERVICES: The selected Consulting Firm must provide for a Project Manager and Resident Compliance Specialist on their team throughout this entire project. The selected Consultant shall also provide CEI duties during construction and through project close out including, but not limited to the following: a) Assisting the City with compliance verification of all documentation required of the Contractor selected for this project. b) Being present on the project site when the contractor is working. c) Inspecting and administering the construction contract. d) Conducting and attending weekly progress meetings. The frequency of these progress meeting may be decreased at the City's discretion. The CEI will be responsible for scheduling and conducting the meetings as well as providing agendas and meeting minutes. e) Reviewing pay estimates and change order requests and recommending approval or rejection to the City. f) Reviewing applications for Payment from the Contractor and providing written response within seven (7) days of receipt of the application noting any deficiencies preventing the pay application from being complete. CEI shall gather all required documents from the Contractor and once quantities have been verified, the CEI shall sign the application for payment and submit it to the City. g) Making sure the contractor's work is done in accordance with the contract specifications. h) Completing daily inspection reports with associated photos, truck tickets, material verification and all other LAP required documents on a weekly basis. i) Submitting LAP required documentation and site photos on a weekly basis. j) Conducting all inspection, interviews and reports required in the field (daily inspection reports, bulletin board inspections and reports, employee interviews, truck driver interviews, material inspections, etc.) k) Providing an engineer's summary letter on a monthly basis including all daily reports for the preceding month and basic project information such as elapsed time, project completion status, amount paid to Contractor to -date, and general construction activity summary. 1) Being aware of and immediately reporting and Temporary Employment Agency/Day Laborers, segregation/discrimination or independent workers on the job. m) Observing and reporting uniforms on employees, overtime worked and classification of employees. n) Completing monthly wage verification interviews, truck driver interviews and Equal Employment Opportunity (EEO) Project Bulletin Board inspection. o) Verifying all subcontractors and reporting to the City any subcontractors that are not certified for the project. p) Providing full time inspection during construction by a qualified construction inspector. q) Conducting periodic site visits as necessary to resolve Requests for Information (RFI) or other project issues. r) Providing written responses to Contractor RFI within seven (7) calendar days of receipt. s) Reviewing all submittals and shop drawings supplied by the Contractor and providing a response within seven (7) calendar days of receipt. If the submittal is rejected, then the reasons for the rejection must be provided in writing. All approvals and rejections shall be provided in writing. t) Maintaining submittal and RFI logs. u) Reviewing and approving Proctor/LBR reports and reviewing density test reports. v) Reviewing Contractor's monthly reports for compliance with contract plans, EEO compliance and previous disbursement to subcontractors. w) Reviewing and approving certified payroll for prime contractor and their subcontractor(s) on a weekly basis. x) Attending all walkthroughs for Substantial and Final Completion and generating punch -lists of outstanding items to be resolved. y) Issuing Certificate of Completion documents signed and sealed by a Florida Licensed Professional Engineer. V. QUALIFICATIONS: The City is interested in hiring, via a Consultants Competitive Negotiation Act Process, a Florida Department of Transportation (FDOT) preauthorized firm, to provide Construction, Engineering and Inspection (CEI) Services in connection with the City's SW 62 Avenue Pedestrian and Bicyclist Enhancement Project in accordance with the Scope of Services, Exhibit 1, Attachment "A," and; Attachment "B," "Construction Plans & Specifications" and; Attachment "C" Local Agency Program (LAP) Requirements for Professional Services Contracts. Professional Services Work Types, 10.1 and 10.3. Submittals will be reviewed, evaluated, scored and ranked in accordance with Exhibit 4, "Evaluation and Selection Criteria." VI. SITE LOCATION: The site location of the project is SW 62 Avenue between US- I and SW 80 Street and, SW 62 Avenue & SW 85 Avenue, Roundabout, South Miami, A 33143. VII. PLANS & SPECIFICATIONS: Refer to Construction Plans and Specifications as Exhibit 1, Scope of Services, Attachment B (Stantec Plans) VII1. PROJECT SCHEDULE: The anticipated schedule for this project is as follows is defined in the "Schedule of Events" in this solicitation found on Page 4. EXHIBIT C PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 PROPOSAL: CALVIN GIORDANO & ASSOCATES, INC. Calvin, Giordano & Associates, Inc. E X C E P T 1 0 N A L 5 0 L U T 1 O N S' Electronic CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT RFQ #PW2020-02 Bulldog Code serval CPO Engineering , Roadway 6 HlghY.M Design Coestel Engineering Lane Enlnrremenl Can vucuon Engineering 6 Inspection iCED Corrtruction sernces Duty Technaldgln 6 Developmrnl UKIIrcal Engmeemq rngi"Wing Environmental Sevvom Fjw ues Managemam Cedgranmc Intormmm Systems fOISI 6ovemmemal Ssrvlcea inflow An Otmiq Laariscave Alchilecuex Planning Prolect Management Redavelripment 6 Urban Design Saryetng S Mapoing TmMc Flntmenring Trallsolultion lnanneng Water r millaes Engineel Lr'r; WetA,te ne+olerunem Bayshore Executive Plaza 10800 Biscayne Boulevard Suite 950 Miami. FL 33161 786.485.5200 phone 786.485.1520tax W W W.Cgasolutlons.Com Calvin, Giordano & Associates, Inc. F g C F P T 1 0 N A 1 5 0 1 D I 1 0 N 5 February 11, 2020 City of South Miami Office of City Clerk 6130 Sunset Drive, South Miami, FL 33143 RE, Construction & Engineering Inspection for the 62 Avenue Pedestrian and Bicyclist Enhancement Project RFQ #PW2020-02 Calvin, Giordano & Associates, Inc. (CGA) is proud to be celebrating over 80 years in the Professional Consulting Industry. We are excited to present our firms qualifications, experience, staff and personal commitment to the City of South Miami. With CGA, you will be getting a Firm with a proven track record, technical excellence, exceptional project management, reliability, responsiveness and a dedication un-paralleled. Understanding of the Scope of Work: This project is Federally Funded through a grant from the Florida Department of Transportation, Local Agency Program (LAP). This project consists of Managing Construction, Engineering and performing Inspections to provide connectivity for pedestrian traffic along SW 62nd Avenue from SW 70th Street to 85th Street, as recommended in the South Miami Intermodal Transportation Plan (SMITP). Specifically, the project will provide sharrows along SW62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, roadway reconstruction and repair of sidewalks along SW 62nd Avenue between US1 and 78th Street, and a neighborhood traffic circle at SW 62nd Avenue and SW 85th Street (Snapper Creek Drive). The sidewalk portion of the project (between 78th Street and 80th Street) will include new curb and gutters. We have extensive experience managing LAP contracts, we have been fortunate enough to closeout out over 25 LAP projects in the past 8 years alone. CGA is also committed to providing the most qualified staff to ensure the successful completion of this contract. CGA is a firm believer in education and training, therefore our staff maintains Construction Training Qualification Program (CTQP) certifications up to date at all times. Our team has all the required CTQP certifications to perform the required inspection and administration work on this pedestrian and bicyclist enhancement project on time and on budget. Our Commitment to You: Our team will keep the City informed — we will provide up- to-date project status and schedule information to the City and relevant project stakeholders, as well as to the traveling public, residents, businesses, emergency services, Transit and government entities that will be directly affected by construction operations. We are confident that these clearly defined goals with CGA leadership will ensure that the project is completed with minimal rework and City intervention, thus saving time and eliminating additional cost impacts to the City of South Miami. FORT LADDEDDA!E MWAFDADE WEST PALM BEACH t1EABWAIEHIIAMPA ESTERO MIT St LUCIE Value Added: The CGA team will provide the City with the following added value commitments; 1. SkySite: CGA believes in innovation as a proven way to improve our services to the Department. As a result, we have purchased a new software called SkySite to expedite communication between the field staff and the project manager. The software allows inspectors to send RFI's using with the relevant plans drawing using an interactive PDF file. The program also allows our PA's and Inspectors to create lists and logs (ex. RFI and Deficiency Lists) in seconds that linkseach line in the log to an interactive plans sheet. 2. Company Support: CGA has over 380 employees in all different aspects of engineering. Our team works from 6 different offices throughout the state and is prepared to support our CEI team to ensure the success of this project 3. DRB: If issues escalate to a DRB level, our tested and proved project team will be prepared to defend the Department position. Our proposed Project Manager Mr. Moe Mabrouk has been directly involved in 5 DRS's where he presented the client's position. His success ratio is a 4:1. Should Calvin, Giordano & Associates, Inc. be selected to provide services under this contract, I, Chris Giordano, MSC, CCM, Vice President, will service as Principal -in -Charge and Mohamed Mabrouk, PE, Director of Construction Engineering and Inspection, will services as th Project Manager and primary client contact for this contract. We can be reach by email at CGiordano®cgasolutions.com or MMabrouk@ cgasolutions.com or by telephone or fax at the numbers listed on this letterhead. Individuals Authorized to make representations on behalf of CGA Dennis Giordano, President Chris Giordano, MSC, CCM, Vice President Sarah Sinatra Gould, AICP, Director Sincerely, CALVIN, GIORDANO & ASSOCIATES, INC. Chris Giordano, MSC, CCM Vice President Corporate Officers Contact Information 1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316 954.921.7781 it I r i s s. CALVIN, GIORDANO & ASSOCIATES, INC. 10800 BISCAYNE BOULEVARD, SUITE 950 MIAMI, FL 33161 T: 786.485.5200 F: 786.485.1520 MOHAMED MABROUK, PE PROJECT MANAGER MMABROUK@CGASOLUTIONS.COM P: 786.485.5200 DUE: FEBRUARY 11, 2020, 10:00 AM RFQ #PW2020-02 CONSTRUCTION AND ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN AND BICYCLIST ENHANCEMENT PROJECT j t � - �..•4 ,.. fir, r• � �- .ai _ ��) ��. ♦ �� 44k- Its K'. w 4.' V.. tg Tab 2 - Table of Contents a - �14 Letter of Transmittal Tab1 - Title Page..............................................................................................................................................3 Tab2 - Table of Contents.................................................................................................................................5 Tab 3 - Qualification Statement......................................................................................................................6 ExecutiveSummary........................................................................................................................7 Respondent's Organization......................................................................................................... 13 Respondent's Past Performance................................................................................................. 15 OrganizationChart...................................................................................................................... 17 Resumes/Licenses/Certifications ................................................................................................ 19 Tab 4 - Required Forms and Documents..................................................................................................... 53 ProposalChecklist........................................................................................................................ 54 FOOT Local Agency Program (LAP) Documents (Exhibit 1).................................................... 55 Supplemental Instructions and Proposal Format for Respondents (Exhibit 2) .................... 84 Insurance & Indemnification Requirements (Exhibit 3) and COI ........................................... 87 Respondent Qualification Statement........................................................................................ 92 LitigationStatement....................................................................................................................95 List of Proposed Subcontractors and Principal Suppliers...................................................... 96 Non -Collusion Affidavit............................................................................................................. 97 Public Entity Crimes and Conflict of Interest........................................................................... 99 OSHAAcknowledgment............................................................................................................ 103 Affidavit Concerning Federal and State Vendor Listings....................................................... 105 Related Party Transaction Verification Form..........................................................................107 Presentation Team Declaration/Affidavit of Representation ............................................... 115 Tab 5 - Acknowledgment of Addendum................................................................................................... 118 City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 5 Bicyclist Enhancement Project .,,dui . •/�1 � � I .. . . _ r� r-. . wii i I 3- r a - Tab 3 - Qualification Statement �.. ,. •,r ,Ifs �.+r . .. r r .. ; i'�'.. t i'�•. f �-7 'rj_,. `� �.r v-_. � y , - � •,ems,; iR"'s� �`�t�� � -. •+�t �x.::.'•-7► � r''� _ . < fir• _ . s- ' F• T lopCalvin, Giordano & Associates, Inc. f I C E P T 1 0 N A 1 S O 1 U T 1 O N 5' Subsection 1 - Executive Summary The Construction Engineering and Inspection Division (CEI): Our CEI Division was launched by Calvin, Giordano & Associates in 2002.Our municipal experience in South Florida is enviable as we are currently serving or previously served as consultants to many municipalities including Islamorada, Coral Springs, Pompano Beach, Key West, West Park, Weston, North Lauderdale, Lauderhill, Surf Side, Tamarac, Oakland Park, Sunny Isles Beach, Pembroke Pines, Miramar, Hollywood, Davie, Dania Beach, Miami Gardens, Miami Beach, West Palm Beach, Riviera Beach, Lake Park, Lantana, West Palm Beach, Parkland, Miami Dade, Broward and Palm Beach Counties. CGA has provided and continues to provide CEI services on many successful projects for the Florida Department of Transportation (FDOT) especially in District IV and DistrictVI. CGA also serves as the District Consulting Engineer to the South Broward Drainage District, FDEP, the South Broward Hospital District and many other municipalities across the state. We have also closed out over 25 LAP projects in the last 8 years alone including seven (7) for District Six. CGA understands the importance of having the right ❑ 0 Nor the right project. Therefore, along with our teaming partnerTierra South Florida (DBE), we will be led by veterans who have over 80 years of combined construction experience with municipalities throughout South Florida and Florida Department of Transportation (FDOT). Mr. Mohamed "Moe' Mabrouk, PE, will be client point of contact and will lead our team of veterans. Mr. Mabrouk has over 15 years' of leadership, management, and construction experience in the South Florida area. He will handle all escalated issues, Work Order's, Supplemental Agreements and will be the main contact for the Department. Prior to working at CGA, Mr. Mabrouk worked for FDOT District 4 and District 6, most recently from District 6 as the North Dade Assistant Resident Engineer. He has an extensive project management background including the Kemp Channel Bridge Span Replacement for the FDEP. He possesses solid experience and proven success in managing complex operations, cross -functional teams, and million -dollar budgets. Mr. Mabrouk is a Florida PE with a B.S. Degree in Civil Engineering, Master Degree in Civil Engineering, Masters in Engineering Management from Florida International University. He has successfully completed over 40 bridge and roadway projects throughout his career. Our team has all the required CTQP 0 0 0 0 0 0 0 perform the required inspection and administration work on this pedestrian and bicycle improvements projects. We are aware of some of the issues that occur on projects across the state regarding the expiration of 0 0 0 0 0 0 fbr inspectors on active projects. To avoid that, CGA will use our internal 00000070700000 spreadsheets to diligently verify that our 0 0 E members proposed on the project maintains the 000000®0 CGA guarantees that all our proposed 0 0 & 100% available for the entire duration of this contract. All our proposed ❑ 0 Oare cross -trained within the construction ❑ 0 Ebnd are able to support our mission of completing this project on time and on budget. Scope: This LAP funded project consists of Managing Construction, Engineering and performing Inspections to provide connectivity for pedestrian 0 0 0 glong SW 62nd Avenue from SW 70th Street to 85th Street, as recommended in the South Miami Intermodal Transportation Plan (SMITP). ❑ 0 0 0 0 ❑ the project will provide sharrows along SW 62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, roadway reconstruction and repairofsidewalksalong SW 62nd Avenue between US1 and 78th Street. The sidewalk portion of the project (between 78th Street and 80th Street) will include new curb and gutters and, a new drainage system. The project will include milling 1.5" and resurfacing with 1.5" of FC 9.5. The project will also include the installation of new signalization loops, pedestrian detectors, and signing/pavement markings. Public information, MOT and providing access will be critical to the success of this project. The project duration is 270 days from NTP and the anticipated start date is in April 2020. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 7 Bicyclist Enhancement Project 4WCalvin, Giordano 5 Associates, Inc. FXCEPTIONAI S O I U T IONS' FDOT LAP Requirements: CGA inspection 0 0 Ds familiar with these reports and will ensure that they are performed when required. In addition to the CUF and Labor interviews, the inspections 0 0 &ill track and record the contractors' quantities as per the FDOT requirements. This includes collecting and 0 0 0 material deliver tickets (i.e. asphalt and concrete), and any required testing reports (i.e. earthwork densities and concrete plastic properties). Accurate record keeping is a necessity for LAP Projects; these records are scrutinized during the FDOT LAP audits, which are performed at a minimum of two times during construction. In addition, to the 0 0 [Inspection 0 0 m 0 0 030 ❑00® LAP related items they are required to perform. These include reviewing contractor's material submittal to ensure compliance with the FDOT LAP Requirements, for example 'Buy America" and FDOT approved materials (asphalt and concrete, required on FDOT on system roads); uploading construction documentation in to FDOT LAPIT system; reviewing and submitting change orders for FDOT approval; and reviewing contractor's invoices to ensure that they include the required forms ❑ 0 0 0 0 0 ®❑ Previous Disbursements, 0 0 0 0 0 Od9 Compliance with Plans, and ❑ 0 0 0 0 0 6f EEO Compliance). Although these forms are not requirement of the Local Agency for contractor payment, they are required for reimbursement from the FDOT along with the copies of the agency issued checks. Other critical items are the Monthly Progress Reports (MPR) which is required to be submitted monthly to the FDOT and the Reimbursement Requests. CGA ❑ 0 % familiar with the MPRs and Reimbursements Requests Format and will ensure that they are completed and submitted in a timely manner. We will review the contract and the sublets to ensure that the FHWA 1273 requirements are included in them as per Federal Requirements. At the end of the project, the LAP Close -Out Documentation (Blue Folder) will be assembled and submitted by the CGA SO 0 mhe submittal of the Blue Folder is a requirement for FDOT 000000000000[h&8ursem PIO & Public Outreach: CGA will assign PIO for this project to assist the City related issues during construction. Ms. Erin Sudman will be the acting PIO on this project and she will ensure proper coordination with all residents and stakeholders. The team understands the importance of coordinating with the ❑ 0 0 0 [Itake holders to ensure the success of the project. The City, businesses and residents within close proximity to construction will all be coordinated in advance of construction activities. Prior to construction, our team will develop and pass out 0 0 ❑® stakeholders that will be impacted bythe construction. We will add stakeholders to an electronic mail list and will send them notices of major lane closures, detours [Ind changes to MOT at least a week in advance. CGA also understands the importance of providing real up to date information to the residents and businesses along the corridor. We will ensure advanced coordination with major stakeholders like the South Miami Hospital, BB&T bank, and the business plaza on US-1. CGA is also prepared to provide door hangers during the initial weeks of the project detailing the CEI contract information and schedule. Our intent is to visit each impacted resident or business owner to ensure they are aware of the proposed improvements, our schedule and potential impacts. Our experiences have proven that an informed and knowledgeable community reduces the number of complaints that each Local Agency will receive — our 0 0 Dill work as an extension of the City to ensure that all issues are addressed timely with documentable solutions. We will make sure that all driveway owners are 0 0 0 DIM of any work impacting their driveways. The mailboxes will be relocated as per plans and the 0 0 0 0 0 0 D ❑ to allow for continuous delivery of the mail. The team will perform a door to door 0 0 0 D 0® 0 construction. During construction we will use tools like Facebook, Twitter and other Apps to notify the public of MOT changes, detours, and project progress. We will use the City's website to provide updates to residents including alternate routes during special detours. We will keep the City's PIO informed of all MOT changes, detours and lane closures. The team will ensure that the lane closure times stipulated in the plans are strictly adhered to by the contractor. Any request to change the lane closures times or allow lane closures on the weekends will be evaluated and discussed with the City in advance. MOT & Safety: MOT will be a major focus and ent Request. point of emphasize to the team and the contractor. a specialized Ensuring that the MOT plan is implemented and with all PIO adhered to is essential to the success of our project. Our team is experienced with standard index 600 and MOT inspection. The Senior Project Engineer will review the MOT phase two weeks in advance of implementation and will provide comments and suggestions as needed. Changes to the MOT plan will not be allowed without proper review and approval of the contractor's proposed changes. A copy of the MOT plan will be on site at all time. Our inspectors City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & Bicyclist Enhancement Project 4WCalvin. F % C E Giordano & Associates, Inc. TIONAR 5 0 1 U T I O N 5' will ensure the inspection of the MOT on daily basis and will ensure that ❑ 0 0 0 0 007 addressed immediately. Drop 0 0 ❑ index number 600. Staging of equipment and materials within the clear zone will not be permitted. The OSHA safety requirements for open trenches will be strictly adhered to ensure the safety of the contractor's workers, the inspection 0 0 Ind the general public. All potholes will be repaired immediately using cold patch. PCMS's will be installed two weeks in advance of any construction work. All access to side streets will be maintained either directly or via detours while constructing the pedestrian pavers. Our main focus will be providing a MOT that facilitate 0 0 0 movement in a safe manner during construction. We will ensure that pedestrian access is provided at all times. The three phases outlined in the plans will be strictly followed. Any changes proposed by the contractor must be submitted to the SPE and the City for review and consideration at least 2 weeks in advance. We will ensure that the contractor submits a notice to the city 30 days in advance of construction. The city will be0000® changes at least 2 weeks in advance. The Two week look ahead will be submitted weekly and reviewed by the PA. All lane closures will be provided to all stakeholders on weekly basis. Asphalt Paving: We proposed an experienced team with extensive roadway paving and reconstruction experience to ensure that the paving operation will run as smoothly as possible. The team proposed by CGA is ❑ 0 0 0 ®nd has extensive experience with milling, resurfacing, roadway reconstruction, earthwork testing and pavement markings. The team will hold a pre paving meeting with the contractor to review the 000000®❑ to ensure substantial compliance with the contract documents. The team will review the asphalt QC plan prior to paving and will provide comments to the contractor. Our veteran inspection 0 0 Os CTQP Asphalt level 1 and 2 0 0 0 0 Rhd will ensure that temperature testing is performed, the asphalt tickets are collected for review, and milling depth is checked. The inspectors will check the cleanness of the milled surface prior to tack application, track asphalt yield rates, & track tack application rates. The overbuild course could result in overruns if not inspected and tracked properly. Our PA and Sr. Inspector will utilize a specialized tracking sheet created by CGA to ensure that the overbuild is tracked properly. The team will also perform cross slope checks and a rolling straight edge on the asphalt surface to ensure compliance with the FDOT ridability requirements. Any noted 000000111 tests will be sampled and tested by the CEI team to ensure compliance with the city and FDOT big 4 0 0 0 0 0 0 Ehquirements. CGA will ensure that the contractor uses the track -less tack as required in the latest 0 0 0 0 0 0 Edition. CGA understands the Department's latest challenges with "tack balls", raveling & the use of non- electronic paving machines. To ensure compliance, either the SPE or the PA will be present on the 0 0 [touring the paving operation to identify issues early & implement corrective measures. The contractor's paving machines will be checked daily & the CPPR process or the process stipulated in the City's contract with the contractor will be followed if the equipment don't meet our 0000000000000000000 The team will ensure that the QC logs are submitted within 48 hours of the paving operation. The team will also track all asphalt quantities using specialized spreadsheets, especially thickened asphalt sections. Asphalt tracking on side streets will not be permitted! Earthwork: Our inspectors are also earthwork level 1 and 2 0 0 0 0 Ehd will ensure that all earthwork related testing is performed as per the FDOT requirements and the earthwork log is completed, inspected and reviewed. Our inspectors will observe the rolling and compaction operations to ensure compliance with the FDOT standard index and the contract requirements. Vibratory rollers and hand compactors will not be allowed at areas near the historical sites designated in the contract. The PA and the SPE will perform periodic checks to the earthwork book or forms and a 0 0 6heck to ensure compliance with the FDOT standards. CGA will use our expert sub consultants with Universal Engineering to perform 0000000000000000 City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 9 Bicyclist Enhancement Project 1W Calvin, F % C E Giordano & Associates, Inc. T 1 O N A 1 S O I UT I O N 5` Drainage: The CGA CEI team will ensure the following is implemented during the drainage operation: • The team will assist the contractor in obtaining the permit if needed & will coordinate with the 0000000000000000 • The inspection 0 0 @vill ensure that no structure is installed with the submittal of the delivery ticket 00000000000000 • The inspectors will also ensure that the structure is stamped by the manufacturer & they will create a database with pictures showing the stamp for each structure for records. • Alljoints will be wrapped in 0 0 M0 sediments deposit into the drainage system. • A proper size gasket will be used when connecting new drainage pipes to existing. • Concrete collars will be used to make those connections. Connecting 0 0 0 0 gize pipes will not be allowed. • All densities will performed and reported to ensure 0 0 0 0 0 0b0the LAP project at the end of construction. 0 0 [Will perform a sign panel inspection prior to installation to ensure conformity of the contract requirements regarding ❑ 0 0 0 0 Wi0bubbles, and the message stated on the sign. Utility owners will be contacted a week in advance so they can refresh their marks to avoid ❑ 0 13 All certO 0 0 0 MO agency at the end of the project. We have noticed during our 0 0 meviews that some of the stop signs called for to remain or relocate are in a bad condition and may need to be replaced with new signs. Making those decisions late during construction will delay our project. To avoid any delays, our CEI team will provide the City's PM with a report that will list the exact type and location of each of those signs to review prior to directing the contractor to replace them. Environmental Requirements: We will ensure that all construction activities are restricted to the limits shown in the plans to eliminate impacts to businesses. Silt fence will be installed prior to staging or construction and it will be inspected for conformity with the standard index and the details provided in the plans. The Sr. Inspector will ensure that the grates are wrapped in 0 0 000 and curb inlet sediment barriers are installed as per the standard index. All existing trees shown to remain Signing and Pavement Markings: Materials will be protected and inspected by our experienced ❑ 0 0 0 ❑ 0 Om landscape architect. Coordination with adjacent parks installation of the ❑ 0 Opavement markings. All and ensuring that no staging is allowed materials 0 0 0 0 0 0 ®❑ Pedestrian Access: The roadway is used heavily by comments will be provided to ensure compliance pedestrians and bikers. The contractor is anticipated with the contract documents. The 2nd lift of markings to implement an aggressive construction schedule won't be applied until 14 days after placement that may include working on multiple locations of asphalt. A pre sign installation meeting will be causing restrictions to pedestrian and bike access. The conducted prior to construction. The SPE and the PA team will discuss the MOT plan with the contractor will review the contract plans with the contractor. The during the pre -construction meeting. The contractor Sr. Inspector will conduct a thorough a detailed review will not be permitted to perform construction of the signing and pavement markings plans prior to activities impacting sidewalk access on both sides construction and provide comments. The inspection City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 10 Bicyclist Enhancement Project 4WCalvin, Giordano & Associates, Inc. F% C E P T 1 O N A 1 5 0 1 U T I O N 5• of the roadway at the same time. Pedestrian access will always be maintained at least on one side of the roadway. The contractor will place sidewalk closed signs at signalized intersections with a designated Valve Adjustment: The team noted that there are multiple manholes and valves that were not noted in the plans and will require adjustments to ensure 3/16 ridability is maintained. The team will 0 0 Derify all valves and manholes prior to construction to create a spreadsheet with the type of utility cover and the exact station and ❑ 0 0 Qhe information gathered will be 0 0 [led on the plans and shared with the contractor prior to construction. The team will ensure that all valves and manholes are adjusted to avoid ridability issues. Valves, manholes and inlets that are in000OM will be designed around on the 0 0 Gh coordination with the FOR and the contractor to ensure all ADA requirements are met. Maintaining Driveway Access and Proper PIO Notifications: The project falls within a residential area with multiple single family homes with direct driveway access to the roadway. Failure to maintain proper access to those houses as well as to the park will result in PIO issues. The CGA team will highlight all driveways on the plans prior to construction and will conduct a ❑ 0 0neeting with the contractor to review the location of each of the driveways before we begin demolition. The team will ensure that we work on only one driveway at a time for houses with two driveway access points to ensure that access is always maintained. On houses with one driveway, the contractor will either be allowed to work on half of the driveway at a time or construct a temporary driveway to ensure access is maintained. The CEI team will meet with each resident prior to construction and will send 0 0 0 0 0 OcM work impacting driveways at least 2 weeks in advance. Maintaining Mail and Trash Pickup Services: The team noted that there are multiple mailboxes and trash containers along the roadway. Ensuring proper access to mail and trash pick up services is critical during construction. The team will meet with providers of both services at least 14 days prior to construction and share the contractor's plans and schedule with them. The team will ensure that access to those services are provided by the contractor. In the case access to existing mailboxes or locations of trash cans can't be maintained, the contractor will be directed to relocate the mailboxes temporary after notifying the resident at least 7 days in advance. Coordination with Miami -Dade County Transit: The CEI team will meet with the County at least 14 days in advance of construction and will also invite them to the Pre -construction meeting. The team will provide the County with the contractor's approved schedule and will explore the 0 0 0 0 detour routes that can be used during construction. The team will notify residents using ❑ 0 ❑ web ❑ 0 0 0 0 ❑ @s well as social media to ensure they are aware of the temporary change to the bus routes and the duration of the change. The team will provide the City, County and residents with weekly updates on construction and its impacts to the bus routes. Control of Project Cost & Schedule: CGA's goal on the project is complete construction within the allowable contract time with 0%time overruns. CGA's approach to achieve this goal & control the project schedule will begin prior to construction. L Baseline Schedule: The SPE will conduct a thorough & detailed review of the project's baseline schedule in Primavera to check the CPM & the constructability logic of the schedule. This is the most critical schedule control activity as once the baseline schedule is approved, all City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 11 Bicyclist Enhancement Project 4WCalvin, FXCE 2. 3. 4. S. Giordano & Associates, Inc. r 1 0 N A 1 5 0 1 U 1 1 0 N S` delays or sequence changes will be measured against it. The SPE will review the schedule to check that milestones are ❑ 0 0 0 011 dates are accurate, phasing are consistent with the plans, relationships between construction activities are logical, material curing durations are accounted for, shop drawings submittal/ review durations are logical, adequate time is allocated for maintenance inspections & construction activities don't ❑ 0 0 0 other. Schedule comments will be provided to the contractor within 7 days of submittal. The two week look ahead will be submitted every week & the construction schedule will be a main topic of discussion during the Pre -Construction meeting, the weekly progress meetings, & bi-weekly meeting with the City's PM. Monthly Schedule Updates: The SPE will review all monthly schedule updates in Primavera & compare the updates to the contractor's progress. If the project is falling behind, the SPE will conduct a schedule impact analysis to determine the delay cause. He will immediately notify the contractor in writing of the situation & conduct a meeting with him to discuss methods to bring the schedule back on track Timely Resolutions of Issues: All NOI's or construction issueswill be addressed immediately. The SPE & the PA are known for their tenacious work to resolve construction issues expeditiously. NOI's will be responded to timely & in writing after a detailed claim analysis. The NOI's will be tracked using the NOI log that will be presented to all parties during the progress meetings & emailed to them on the 1st of every month. NOI's will be discussed during progress meeting until resolved. If issues escalate to a DRB, our tested & proved project team will be prepared to defend the City's position with the support of our company's resources. Weather: Weather will be a critical component to monitor in order to control the project schedule. Many of the major construction activities on this project, ex. widening, can be ❑ 0 D 0 for many days. Therefore, it is important to take advantage of times outside the rainy season to maximize the production of those activities. Contractor's Adequate Efforts and Continuous Commitment. The CGA team will monitor the contractor's production rates and ensure that he is using the adequate forces to complete the project on time as scheduled. The inspection team will document production related comments in the daily work reports and any slippage in the production rates will be discussed with the contractor immediately. Final Estimates and Other Support Services: Our team is exceptionally well prepared to manage the monthly contractor invoicing, agency reimbursement and ❑ 0 Dproject closeout for the City. We have extensive experience in FOOT Final Estimate procedures and our 0 0 mre CTQP Final Estimates 1 ❑00000❑ Our proposed PA has extensive 0 0 Estimate, material 0000000❑ will lead this ❑ 0 0 110 the 0 0 package areas of focus include but are not limited to: Contract Time folder, Engineer's weekly summary/Daily report of construction, Material ❑ 0 0 0 0 Dpckage — Sr. PE's 0 D 0 0 0 Statement, Pay Reduction Summary and ❑ 0 0 0 0 003 test result reports, QC Plan and as -built plans, signed, sealed and submit- ted by the contractors. Our Survey Department will be available to perform any survey work as needed by the City. Our team is prepared to check or establish the survey control baseline along with 0 0 0 0 ®0 and bench marks at appropriate intervals along the project. CGA is prepared to provide services as needed in the following areas, Environmental Support Services, utility installation inspection and testing, Geotechnical Support, Paint Inspection, Lead Abatement, and Hazardous Materials Handling. CGA will provide IMSA 0 0 0 0 IiBison personnel to assist with the signalization requirements on this project that includes loops replacement. The proposed CGA team will address any other related construction management duties either internally or through the addition of 0 0 0 0 Dendors to meet the needs of the project. In pursuit of this contract and support of your needs, we have formulated a team to cover the scope of services as 0 0 D 0 D70 at any time during the life of our contract if the City has a need for a ❑ 0 0 0ED expertise we are committed to provide that person, ❑ 0 ED expertise as a sub -consultant or direct hire. We are confident that these clearly defined goals with CGA leadership will ensure that the project is completed with minimal rework and City intervention, thus saving time and eliminating additional cost impacts to the City of South Miami. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 12 Bicyclist Enhancement Project qWCalvin, Giordano 9 Associates, Inc. F XCEPI IONAI $ 0 1 UT I O N 5` Subsection 2 - Respondent's Organization Calvin, Giordano & Associates, Inc. (CGA) is a well -established multidisciplinary 00 0 with 0 0 0 ❑ located in Fort Lauderdale, Miami -Dade, West Palm Beach, Port St. Lucie, Estero, and Clearwater. For over 80 years, our 0 0 0 has been providing consulting services to both public and private sector clients. From the beginning, much of our reputation was built on repeat business with clients from the public and private sectors. Our success is ❑ 0 0 0 lin the quality of work we consistently provide and also in the personal approach we take with each client. Because of our diversity, CGA is able to manage service processes from beginning to end, or ❑ 0 0 0 OtOckle time -sensitive individual projects, providing customized solutions with handpicked teams of highly experienced professionals. Custom building Exceptional Solutions is the core of our business. CGA strategically provides a broad range of services to meet our clients' needs, including: • Building Code Services • Civil Engineering/Roadway & Highway Design • Coastal Engineering • Code Enforcement • Construction Engineering & Inspection (CEI) • Construction Services • Contract Government Services • Data Technologies & Development • Electrical Engineering • Emergency Management Services • Engineering • Environmental Services • Facilities Management • Geographic Information Systems (GIS) • Land Development • Landscape Architecture • Planning • Project Management • Redevelopment • Urban Design • Surveying & Mapping •T00000000❑ • Transportation Planning • Water/Wasterwater Treatment Facilities • Website Development/Computer Graphics FOUNDED IN HOLLYWOOD Employee by Discipline Administrative 74 Chemical Engineers 1 Civil Engineers 19 Construction Inspectors 28 Electrical Engineers 1 Landscape Architects 4 Planners: Urban/Regional 14 Permitting Specialists 26 Surveyors 2 Transportation Engineers 3 CADD Technicians 5 Field Surveyors 10 GIS/Data Technology Specialists 10 Code Enforcement Specialists 16 Environmental Specialists 1 Landscape Designers/Inspectors 4 Biologist/Indoor Air Quality 1 Other Employees 166 City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 13 Bicyclist Enhancement Project 4WCalvin, Giordano & Associates, Inc. E X C E P T I O N A L 5 0 1 U T I O N S" Calvin, Giordano & Associates, Inc. ❑ 0 0 0 ffebruary 2018 Calvin, Giordano & Associates, Inc, became a subsidiary of SAFEbuilt, LLC. SAFEbuilt LLC, has been expanding and continually improving Municipal Building Departments for more than 25 years. Florida 1800 Eller Drive, Suite 600 Fort Lauderdale, FL 33316 Tel: 954.921.7781 Miami -Dade 10800 Biscayne Boulevard, Suite 950 Miami, FL 33161 Tel: 786.485.5200 83 Years Dennis Giordano President Chris Giordano, MSC, CCM Vice President/Treosurer Tammy Cook-Weedon, ASLA, PLA,LEED AP BD+C Vice President Steve Watts, PSM Vice President Curt Keyser, PE Vice President Dawn Hopkins Secretary Mohamed Mabrouk, PE MMabrouk@cgasolutions.com 10800 Biscayne Boulevard, Suite 950 Miami, FL 33161 Tel: 786.485.5200 Dennis Giordano, President Chris Giordano, MSC, CCM, Vice President Sarah Sinatra Gould, AICP City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 14 Bicyclist Enhancement Project Subsection 3 - Respondent's Past Performance OaklandCity of Project Dates/Results 4/2014-4/2015 COMPLETED Project Name NE 34th Court Reconstruction (From NE 2nd Avenue to North Dixie Highway) Project FM #429653-1-58-01(LAP Funded) Role Prime CEI Consultant Project Final Cost $2,890,356.47 Scope Contract included LANT uploads, Davis Bacon, EEO, Buy America Compliance and Construction Engineering and Inspection Services. Improvements included new sidewalk, 5'ft bike lanes, decorative pavers, drainage, utility demolition/abandonment, new drainage improvements, signing, striping, residential driveway connections, landscaping and irrigation and new FPL decorative street lighting. Information City of Miarni .ny Smith 30S.409.7350 Gardens,Contact Project Dates/Results 8/2014-10/-2014 COMPLETED Project Name City of Miami Gardens; Rolling Oaks Park - Pedestrian Trail (LAP Funded) Role Prime CEI Consultant Project Final Cost $666,931.37 Scope Contract included LAPiT uploads, Davis Bacon, EEO, Buy America Compliance and Construction Engineering and Inspection Services. The improvements under this contract consist of site preparation, earthwork, construction of pedestrian asphalt pathway, lighting, outdoor exercise equipment, sign installation and pavement markings per construction drawings. Project Dates/Results 1/2016-12/-2017 COMPLETED Project Name City of Pompano Beach; MLK City of Pompano Beach; MLK (Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM # 432861-1-58-01 (LAP Funded) Role Prime CEI Consultant Project Final Cost $4,223,506.54 Scope Contract included LANT uploads, Davis Bacon, EEO, Buy America Compliance and Construction Engineering and Inspection Services. Improvements included roadway widening, sidewalk installation, new sewer construction, stormwater and drainage construction to 11th Avenue, milling and resurfacing, lighting, median installation, signage, landscaping, irrigation and pavement markings. Project Dates/Results 10/2016-4/2017 COMPLETED Project Name City of Pompano Beach; SW 36th Avenue Sidewalk Improvements (LAP Funded) Role Prime CEI Consultant Project Final Cost $689,618.00 Scope Contract included Davis Bacon, EEO, Buy America Compliance and Construction Engineering and Inspection Services. The project scope included the installation of a sidewalk along the west side of SW 36th Avenue commencing on the south end of Canal "A" north to Palm Aire Drive, a pedestrian ❑® drainage construction, demolition, utility work, and permanent signage & striping. 15 Project Dates/Results 4/2017-11/2018 COMPLETED Project Name School Zone Pedestrian Safety Program; Project FM #4328661 (LAP Funded) Role Prime CEI Consultant Project Final Cost $2,135,806.94 Scope Contract included Davis Bacon, Buy America Compliance and Construction Engineering and Inspection Services. Roadway improvements, including pavement, pedestrian facilities, drainage, water and sewer, lighting, etc., overhead school zone ❑ 0 solar power conversions and relocation of school zone infrastructure to match 0 0 0 00 school zone limits, conversion of 0 0 0 Ushing signs, including solar power installation, pedestrian/bicycle/transit connector linkages, 0 0 070 countdown pedestrian displays, miscellaneous civil engineering and related services, including the necessary incidental, associated activities, and services required by a Work Authorization. Project Dates/Results 7/2017-4/2018 COMPLETED Project Name NW 110th Ave Road Improvements; Project FM #435088-1-58-01 (LAP Funded) Role Prime CEI Consultant Project Final Cost $1,599,491.63 Scope Contract included LANT uploads, Davis Bacon, EEO, Buy America Compliance and Construction Engineering and Inspection Services. Contract elements included; contract administration, inspection, material sampling and testing for the NW 110th Avenue Bicycle and Pedestrian Project, which narrowed the existing 12- foot travel lanes to 11 feet and constructed a 6-foot wide sidewalk, a 4-foot bicycle lane, drainage structure installation and curbing. The existing, sub -standard asphalt pathway and valley gutter was removed and restored. The existing roadway was milled and resurfaced. In addition, landscaping will be added to replace trees that will be removed to provide space for the bike lanes and sidewalk and irrigation lines repaired. All improvements were constructed within City of Coral Springs right of way (ROW). Project Dates/Results 1/2018-4/2018 COMPLETED Project Name Oakland Park Blvd. (SR 816) Medians Phase I (JPA Funded); Project FM #440957-1-74-01 Role Prime CEI Consultant Project Final Cost $265,210.00 Scope Contract included Construction Engineering and Inspection Services. Contract elements included paver removal, new irrigation system, new landscaping including trees, palms, shrubs and understory material. Contact Information City of Miami Beach, Daniel Cevallos1 Project Dates/Results 2/2018-3/2019 COMPLETED Project Name Beach Walk II Phase II (LAP Funded) _ Role Prime CEI Consultant Project Final Cost $1,545,320.15 Scope Contract included Davis Bacon, EEO, Buy America Compliance and Construction Engineering and Inspection Services. This project consisted of the construction of an ongrade ADA compliant pedestrian paver walkway, with bollard lights, landscaping and irrigation. Other work consists of exotic dune vegetation removal and replacement with dune enhancements such as native dune vegetation species and beach compatible dune 0 0 installation to meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. 16 1WCalvin, Giordano 10 Associates, Inc. , F% i F F I l O Y A l s o l n l l 0 9 S' Subsection 4 - Organization Chart Below is an organizational chart of key personnel who will provide services to the City. *Years of experience, years with firm, and license information can be found on individual resumes. City of South Miami .- Project Manager / Senior Project Chris Giordano, MSC, CCM Engineer Vice President Mohamed Mabrouk, PE Calvin, Giordano & Associates, Inc. Calvin, Giordano & Associates, Inc. Project Administrator Bernon Artola Calvin, Giordano & Associates, Inc. 1 Contract Support Specialist Nauret Riverol Calvin, Giordano & Associates, Inc. I Senior Inspector Lance Robinson Calvin, Giordano & Associates, Inc. 1 Inspector Jorge Romero Calvin, Giordano & Associates, Inc. I Resident Compliance Specialist ❑❑❑000❑ Calvin, Giordano & Associates, Inc. I Public Information Officer Erin Sudman Calvin, Giordano & Associates, Inc. Raj Krishnasamy, PE Kumar Vedula, PE Tierra South Florida, Inc. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 17 Bicyclist Enhancement Project Jesus Cruz Director Tim Rodriguez I I pSLA,LEER AP Director Associate Giordano, MSC,CCJ Sarah Sinatra -Got Vice President I Director I Arelis Valero, Ed.D., MHSA Director Dp Xavier Falconi, PE Steve Watts, PSM Jenna Martinetti, P.E. FrEfiror Director Assistant Direcor n no I Robin Verse Director I Don Windham Senior Associate Curl Keyser, P.E. Director I Bob McSweeney I Director INDOOR AIR QUALITY I Chris Giordano I Director CONSTRUCTION ENGINEERING AND INSPECTION p P1 00 p� 'a p0 py o M m p0 x w n < p� 3 p 3 p N• p - O p- ° aj 0 z O O p � n p - N p o' p N p C3 p p p O p p p p p p O p p p p 1:3 0 p p p p p p p 0 ApoCalvin, Giordano 8 Associates, Inc. f X C f i T 1 0 N A 1 5 0 1 U T I O N S, Subsection 5 - Resumes, Licenses, and Certifications Resumes, licenses, and 0 0 0 0 0 0®0 following this page. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 19 Bicyclist Enhancement Project Mohamed Mabrouk, Senior Project Engineer PROJECT EXPERIENCE 1W Calvin. Giordano 9 Associates, Inc. P.E. L A C E P 1 1 O N A L SOLUTIONS' - PRESENT; Calvin, Giordano & Associates; Senior Project Engineer. for overseeing the CEI Operation for CGA. Some of the highlighted Projects FOOT District 6; Campbell Drive Grouping; Project FM # 405575-6-52-01, 405575-7-52-01, 405575-8-52-01 (Project cost $16,353,016.96): The Improvements under this Construction Contract consist of reconstruction of SR 998 (Campbell Drive) and SW 336 St (Davis Parkway) and milling and resurfacing along SR 9336 (Palm Dr.) from west of Krome Avenue to east of US-1, drainage improvements, highway lighting, and reconstruction of 8 signalized intersections. The project will create a bypass from Krome to US-1 and remove truck traffic from the Homestead Historic Downtown District. Contact: Lazaro Mesa, FDOT Project Manager 305.401.1438 City of Coral Springs; NW 110th Ave Road Improvements; Project FM # 435088-1 -58-01: Contract elements included; contract administration, inspection, material sampling and testing for the NW 110th Avenue Bicycle and Pedestrian Project, which narrowed the existing 12-foottravel lanes to 11 feetand constructed a 6-foot wide sidewalk, a 4-foot bicycle lane, drainage structure installation and curbing. The existing, sub -standard asphalt pathway and valley gutter was removed and restored. The existing roadway was milled and resurfaced. In addition, landscaping will be added to replace trees that will be removed to provide space for the bike lanes and sidewalk and irrigation lines repaired. All improvements were constructed within City of Coral Springs right of way (ROW). Contact. Pau/ Carpenter, Development Services 954.344.7159 FOOT District 6; D/B; SR 9A/1-95 (from NW 29 Street to NW 131 Street); Project FM # 429300-3-62-01 (Project cost $89,490,000): Improvements under this D/B Contract consist of the replacement / reconstruction of all concrete and/or Rigid pavement surface on SR-9/1-95 from north of NW 29th St (M.P. 4.253) to north of NW 79th St (MY 7.294) in Miami -Dade County. The project will reconstruct 3.041 miles of SR-9A/1-95 mainline pavement, shoulder pavement, on and off ramp improvements, & drainage infrastructure improvements including trench drains to resolve spread related issues. In addition, the project includes the construction of Express Lanes Emergency Stopping Sites in the median at 5 locations between NW 62nd St (MP 6.213) and NW 131st St. (MP 10.511). Contact. Joan Fabian, P.E., Project Oversite /// 305.968.4921 City of Pompano Beach; SW 36th Avenue Sidewalk Project (from West McNab Road to West Palm Aire Drive); Project FM # 431715-1-58-01 (LAP Funded $628,755.50): The project scope includes the installation of a sidewalk along the west side of SW 36th Avenue commencing on the south end of Canal A" north to Palm Aire Drive, a pedestrian flashing beacon crosswalk at the intersection of SW 36th Avenue and Gateway Drive, storm drainage construction, demolition, utility work, and permanent signage & striping. Contact: Horacio Danovich, Project Manager 954.786,7834 City of Pompano Beach; MLK (Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM # 432861-1-58-01 (LAP Funded $2,855,802.00): Improvements included roadway widening, sidewalk installation, 20 1WCalvin, Giordano 6 Associates, Inc. E% C E I I 1 0 N A E 5 0 L 11 11 0 N 3' Mohamed Mabrouk, P.E., Page 2 new sewer construction, stormwater and drainage construction to 11th Avenue, milling and resurfacing, lighting, median installation, signage, landscaping, irrigation and pavement markings. Contact: Horacio Danovich, Project Manager 954.786.7834 • FOOT District 4; SRA1A Bridge No. 860011 over Hillsboro Inlet; Project FM # 425935-1-52-01/425935- 1-52-02: Improvements include rehabilitation of existing Bascule Bridge over the Hillsboro Inlet. Contact: Yveins Jean-Pierre, P.E., Construction Project Oversight /H 954.940.7611 • FOOT District 4; City of Oakland Park; Joint Participation Agreement and Maintenance for State Road 845 (Powerline Rd) from Prospect Road (M.P. 3.063) to State Rd 870 (Commercial Blvd) (M.R 3.585); Project FM #437225-1-74-01, Contract# ARW58: Improvements consist of irrigation installation within median, landscape relocation and installation. Contact. -Akin Ozaydin, P.E., Project Manager305.893.6571 Ext 14010 • City of Oakland Park; Bid Pack 9 Infrastructure Improvements: This project includes drainage improvement, water main replacement, and sewer force main replacement, rehabilitation of Lift Station B-2, Lift Station #3, Lift Station #4, sidewalk installation, roadway improvements and resurfacing. Contact: Akin Ozaydin, P.E., Project Manager305.893.6511 Ext: 74010 FOOT District 6; Assistant Resident Engineer at North Miami -Dade: As theAssistant Resident Engineer, Mohamed lead, coached and mentored in-house and CEI teams to successfully manage over 35 highly complex construction projects. Some of the highlighted projects are: • JUNE 2014-JULY 2015; FOOT District 6; NW 79th Street Roadway Improvements Grouping: Assistant Resident Engineer. The contract included bridge improvements, barrier wall installation, lighting improvements, signalization improvements, bus stop improvements, drill shaft installation, signing, pavement markings, and milling and resurfacing. Contact: Ivan Hay, P.E., 305.986.2575,•Joan Fabian, P.E., 305.968 3965 • DECEMBER 2013-JULY 2015; FOOT District 6; NW 57th Avenue Roadway Improvements Grouping: Assistant Resident Engineer. The contract included roadway widening, culvert installation, major utility work, drainage improvements, signalization improvements, bus stop improvements, signing, pavement marking, and milling & resurfacing. Contact: Ivan Hay, P.E., 305986.2575,- loan Fabian, P.E., 305.968.3965 • AUGUST 2014-JULY 2015; FOOT District 6; Bridge Rehabilitation Grouping: Assistant Resident Engineer. Assigned as the Project Manager for a grouping that includes 13 projects and 18 bridges. The projects included bridge rehabilitation, painting steel and concrete bridges, repair of structural and concrete members, repair of spalled concrete, repair of piles, cathodic protection, and crack repairs on 18 bridges throughout Miami -Dade County. Contact., Ivan Hay, P.E., 305.986.2575 • JULY 2013-JULY 2015; FOOT District 6; 1-95 Rigid Pavement Rehabilitation: Assistant Resident Engineer. Assigned as the Project Manager for this major limited access grouping that includes 6 projects. The contracts include replacement of concrete slabs along Southbound and Northbound 1-95 between the Turnpike and 79th street. Contact: Ivan Hay, P.E., 305.986.2575,- Felipe Gonzalez, P.E., 305.401.1438 FOOT District 4; Construction Project Engineer/ Project Manager (Broward and Palm Beach Counties): Administered, supervised, and managed highly complex construction projects. Some of the highlighted projects are: • MARCH 2O13-JULY 2013; FOOT District 4; Lantana Road Interchange Reconstruction on 1-95: Construction Project Engineer/ProjectManager. The project included reconstructing all 4 on and off ramps at 1-95 and Lantana Road Interchange. The project included the widening of all four ramps, the widening of the Lantana Road Florida 1-beam Bridge over I-95 and CSX railroad tracks, FIB placement, pile foundations, drill shaft foundations, MSE walls, earthwork, lighting, milling and resurfacing. Contact: Deb ihsan, P.E., 954.777.4387 21 FDOT� Technician CTQP Qualification Report Date Ran: 2/9/2020 3:52:36 PM Technician Name: Mohamed Mabrouk Qualification Area Qualfication Status Qualification Date Expiration Data 99997-FINAL ESTIMATES LEVEL SUPERSEDED/EXPIRED 6/302009 6/302014 VALID 1272017 1/27/2022 99999 - FINAL ESTIMATES LEVEL 2 SUPERSEDED/EXPIRED 6/30/2009 6/302014 VALID 11/172016 11/17/2021 QC9999- QC MANAGER VALID 3/6/2009 1/1/2099 00060101 - ASPHALT PAVING TECHNICIAN - LEVEL 1 SUPERSEDED / EXPIRED 3/62009 3/6/2014 VALID 11/29/2016 1129/2021 00060104 - ASPHALT PAVING LEVEL 2 SUPERSEDED / EXPIRED 3162009 3/6/2014 VALID 12/15/2016 12/15/2021 Exam Name Course Name Exam Date Score Exam Result 3 Months Experience Asphalt Paving Operations or Asphalt Roadway Testing 1/1/1900 100 Met Asphalt Paving - Level 1 Proficiency Exam - Rel.2 Asphalt Paving - Level 1 2/232009 100 Pass Asphalt Paving - Level 1 Proficiency Exam - Rel.7 Asphalt Paving - Level 1 1129/2016 100 Pass Asphalt Paving - Level 1 Written Exam - Rel.4 Asphalt Paving - Level 1 2/23/2009 88 Pass Asphalt Paving - Level 1 Written Exam - Rel.7 Asphalt Paving - Level 1 1129/2016 88 Pass Asphalt Paving - Level 2 Written Exam - Rel. 5 Asphalt Paving - Level 2 3/62009 88 Pass Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 12/15/2016 80 Pass Earthwork Construction Inspection - Level 1 Proficiency Exam - Rel. 3 Earthwork Construction Inspection - 11/152016 100 Pass Level 1 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 3 Earthwork Construction Inspection - 11/15/2016 86 Pass Level 1 FDOT Concrete Field Inspector Spec Written Exam - Rel.3 FOOT Concrete Field Inspector Spec 3/172010 94 Pass Final Estimates - Level 1 Written Exam Final Estimates - Level 1 6/182009 82 Pass Final Estimates - Level 1 Written Exam - Rel.5 Final Estimates - Level 1 1272017 94 Pass Final Estimates - Level 2 Written Exam - Rel. 5 Final Estimates - Level 2 6/302009 94 Pass Final Estimates - Level 2 Written Exam - Rel. 6 Final Estimates - Level 2 11/17/2016 94 Pass Monitored 15 Driven Piles, at least 10 Piles driven with Open Diesel Hammers 1/1/1900 100 Met Pile Driving Inspection Proficiency Exam - Rel.5 Pile Driving Inspection 1 9/262009 100 Pass Pile Driving Inspection Written Exam - Rel.5 Pile Dnving Inspection 1 9/262009 68 Fail Pile Driving Inspection Written Exam - Rel.5 Pile Driving Inspection 1 10/16/2009 84 Pass QC Manager Written Exam - Rel.8 QC Manager 4/172009 92 Pass 22 I Calvin. E % C E Bernnon Artola Project Administrator PROJECT EXPERIENCE Giordano S Associates. Inc. 11 0 N A i f 0 E 0 I l 0 4 S' SEPTEMBER 2019- PRESENT; FOOT District 6; Campbell Drive Grouping; Project FM # 405575-6-52-01, 405575-7-52-01, 405575-8-52-01 (Project cost $16,353,016.96): Project Administrator. The Improvements under this Construction Contract consist of reconstruction of SR 998 (Campbell Drive) and SW 336 St (Davis Parkway) and milling and resurfacing along SR 9336 (Palm Dr.) from west of Krome Avenue to east of US-1, drainage improvements, highway lighting, and reconstruction of 8 signalized intersections. The project will create a bypass from Krome to US-1 and remove truck traffic from the Homestead Historic Downtown District. Responsibilities include coordinating with stakeholders in the project; interpreting contract documents (contract, special provisions, plans, etc.); coordinating between the engineer of record, contractor, and other affected parties; ensuring verification of testing and documentation required by FDOT specifications and procedures. Contact: Lazaro Mesa, FDOT ProjectManager 305.40L 1438 DECEMBER 2016 - JANUARY 2020; FOOT District 6; D/B; SR 9A/1-95 (from NW 29 Street to NW 131 Street); Project FM # 429300-3-62-01 (Project cost $89,490,000): Project Administrator. The Improvements under this Design -Build Contract consist of the replacement / reconstruction of all concrete and/or Rigid pavement surface on SR-9/1-95 from north of NW 29th Street (M.P. 4.253) to north of NW 79th Street (M.P 7.294) in Miami -Dade County. The project will reconstruct 3.041 miles of SR-9A/1-95 mainline pavement, shoulder pavement, on and off ramp improvements, & drainage infrastructure improvements including trench drains to resolve spread related issues. In addition, the project includes the construction of Express Lanes Emergency Stopping Sites in the median at 5 locations between NW 62nd St (MP 6.213) and NW 131st St. (MP 10.511). Contact: Dru Badri, P.E., Assistant Resident Engineer 305.401.1560 JULY 2018-DECEMBER 2018; City of Fort Lauderdale; Central Beach Alliance Pump Station D-41 Replacement (Riomar St from Bayshore Dr. to N. Birch Rd.); Project# 12124: ProjectAdministrator. Contract elements included extensive utility, water and sewer reconstruction, demolition of existing pump station and the reconstruction and placement of new pump station. Construction and redirection of gravity sewer network to the new station, milled and resurfaced entire project area. Contact: Scott Teschky, City Project Manager 954.828.6195 JULY 2016 — DECEMBER 2016; NW 107th Ave Grouping. Reconstruction of NW 107th Ave (from north of Flagler St. to south of SW 8 St) and Pilot Project for installation of Adaptive Signal Control Technologies; Pilot Project ($18,491,596.00 and $3,839,536.00; respectively): Contract Support Specialist. The Responsibilities included, review of all Misc. Drilled Shaft foundations and submittals to District Materials Office. Reviewing monthly contractor certifications, tracking as-builts and installed quantities, processing pay estimates and weather letters, drafting CPPRs, Supplemental Agreements, and work orders. Additional responsibilities included auditing MAC and LIMS for Accuracy, Sampling and Testing of Materials incorporated into the project and preparing Materials Certification and Final Estimates Packages. Contact: Enmanuel Espinal, P.E., FDOT Assistant Resident Engineer 305.807.2481 23 410 Calvin, Giordano & Associates, Inc. C I C C P S 1 0 N A L S O L U i 1 0 N S' Bernnon Artola, Page 2 SEPTEMBER 2014 -JULY 2016; FDOT District 6; NW 79 St.; Project FM #427452-1-52-01; Federal Aid Number 6230023U; Contract: T6328: Project Administrator. The scope of work included milling and resurfacing, drainage improvements, extensive highway lighting (102 new light poles), water and sewer bypass construction coordination, installation of new RRFB pedestrian crossings, and extensive signalization (Reconstruction of 16 intersections with 53 drilled shaft foundations for new mast arms and 5 drilled shafts for new overhead RRFB pedestrian Mid -Block crossings). This project achieved the maximum incentive bonus specified in the contract. Responsibilities included coordinating with utility owners (Comcast, FPL, Crown Castle, Level 3, and AT&T, etc.), coordinating with Miami - Dade Transit (MDT) regarding relocation of bus stops and on -street parking, Coordinating with Miami -Dade Water and Sewer tracking emergency repairs to existing watermain and ensuring conformance with UAM, Standard Specifications and permit closeouts. coordinating with project stakeholders; ensuring contractor compliance; coordinating between the engineer of record, contractor, and affected parties; ensuring verification testing and documentation; obtaining Material Certification with DMO; reviewing and recommending acceptance of Mast Ann Foundations; and recommending acceptance of assigned projects. Contact: DruBadri,PE, Assistant Resident Engineer 305,401.1560 SEPTEMBER 2014 - JULY 2016; FDOT District 6; NW 27th Ave and NW 79 St. Project FM # 429185-1-52-01 /429147-1-2-01; Federal Aid Number 6165022U; Contract T6362: Project Administrator. The scope of work included milling and resurfacing, drainage improvements, water and sewer by pass construction coordination, extensive highway lighting (61 new light poles), and signalization (Reconstruction of 3 intersections with 8 drilled shaft foundations for new mast arms and upgrade an existing intersection). This project achieved the maximum incentive bonus specified in the contract. The Contract required extensive coordination efforts with utility owners (Comcast, FPL, Crown Castle, Level 3, and AT&T, etc.) and Prime Contractor as the relocations prior to construction were not performed upon CEI Contract award. Mr. Artola had to coordinate meetings with all known utility owners, track progress, issue CPAM notification letters and mitigate impacts by prioritizing relocations based on Contractor's Construction Schedule. Responsibilities included coordinating with Miami -Dade Transit (MDT) regarding relocation of bus stops. Coordinating with Miami -Dade Water and Sewer tracking emergency repairs to existing watermain and ensuring conformance with UAM, Standard Specifications and permit closeouts; coordinating with project stakeholders; ensuring contractor compliance; coordinating between the engineer of record, contractor, and affected parties; ensuring verification testing and documentation; obtaining Material Certification with DMO; reviewing and recommending acceptance of Mast Arm Foundations; and recommending acceptance of assigned projects. Contact: Dru Badri, P.E., Assistant Resident Engineer 305.401.1560 APRIL 2011 - SEPTEMBER 2014; FDOT District 4;1-595 Express Corridor Improvement ($1.25 B) P3 Project: Project Adminstrator. The project extended from the I-75/Sawgrass Expressway interchange to the 1-595/1-95 interchange. The corridor improvements consisted of tolled, reversible, ground -level express lanes within the median of 1-595, safety modifications to the 1-595/Florida Turnpike interchange, continuous connection of SR 84 between Davie Road and SR 7/US 441, auxiliary lanes on 1-595 with combined ramps, cross -road bypasses and grade -separated entrance and exit ramps. The express lane consist of three tolled, reversible lanes, each lane is 12 feet wide with a full 10 footshoulder on each side. Elements of construction included; rigid pavement at tolling sites, drainage improvements, drill shaft inspection, MSE wall construction, lighting, milling and resurfacing, signage, earthwork, lighting, bridge inspections, concrete barrier wall installation, pavement markings and landscape. Mr. Artola served as a Project Administrator on Segment D and E, performing audits of the Concessionaire's roadway construction operations and providing weekly updates at internal progress meetings for ongoing and upcoming work. He also performed QA Audits on both contractor operations and the CEI inspection staff. He also coordinated all foundation submittals with the Senior Roadway Engineer, and also reported non-conformance issues noted in the daily reports. Contact: Paul Lampiey, P.E., Project Manager954.777.4384 24 FD&Technician CTQP Qualification ter- .. Report Date Ran: 2/9/2020349:11PM Technician Name: Bernnon AFtola Qualification Area Qualification Status Qualification Date Expiration Date 99997 - FINAL ESTIMATES LEVEL 1 SUPERSEDED/EXPIRED 3/16/2006 3/16/2011 SUPERSEDED/EXPIRED 4/12/2006 4/122011 SUPERSEDED/EXPIRED 3/12/2011 3/12/2016 VALID 4/6/2015 4/62020 99999- FINAL ESTIMATES LEVEL 2 SUPERSEDED / EXPIRED 4/12/2006 4/12/2011 SUPERSEDED / EXPIRED 3/26/2011 3262016 VALID 4/8/2015 4/82020 QC9999 - QC MANAGER SUPERSEDED 6/142005 1/12099 VALID 6/10/2010 1/12099 00060101 -ASPHALT PAVING TECHNICIAN - LEVEL 1 SUPERSEDED/EXPIRED 621/2005 6212010 VALID/EXPIRED 10/9/2012 10/92017 VALID 10/42017 10/4/2022 00060104 - ASPHALT PAVING LEVEL 2 SUPERSEDED/EXPIRED 11/8/2005 11/82010 VALID/EXPIRED 10/9/2012 10/92017 VALID 10/42017 10/4/2022 0006O2G4 - CONCRETE FIELD TECHNICIAN - LEVEL 1 SUPERSEDED / EXPIRED 2/132004 1242009 SUPERSEDED / EXPIRED 3/62009 3162014 VALID/EXPIRED 1/24/2015 1/24/2020 00060301 - EARTHWORK CONSTRUCTION INSPECTION - LEVEL 1 SUPERSEDED/EXPIRED 3/31/2004 3/312009 SUPERSEDED / EXPIRED 3/52010 3/5/2015 VALID 3/4/2015 3/42020 00060304 - EARTHWORK CONSTRUCTION INSPECTION - LEVEL 2 SUPERSEDED/EXPIRED 3/31/2004 3/312009 SUPERSEDED / EXPIRED 7/11/2009 7/112014 VALID/EXPIRED 7/11/2014 7/112019 VALID 5282019 7/112024 QQXX8888 - DRILLED SHAFT INSPECTION SUPERSEDED/EXPIRED 7/28/2005 7282010 SUPERSEDED / EXPIRED 7/28/2005 7282010 VALID / EXPIRED 3/4/2012 3/42017 25 Qualification Area Qualification Status Qualification Date Expiration Date VALID 10/28/2017 10/28/2022 QQXX9999 - PILE DRIVING INSPECTION VALID / EXPIRED Exam Name 3 Months Experience Asphalt Paving Operations or Asphalt Roadway Testing 30 Days Experience on a construction project involving earthwork operations ACI Concrete Field Testing Technician Grade 1 Certification Asphalt Paving - Level 1 Proficiency Exam Asphalt Paving - Level 1 Proficiency Exam - Rel.5 Asphalt Paving - Level 1 Written Exam - Rel.3 Asphalt Paving - Level 1 Written Exam - Rel.5 Asphalt Paving - Level 2 Written Exam - Rel. 10 Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 Written Exam - Rel.3 Drilled Shaft Inspection Proficiency Exam - ReIA Drilled Shaft Inspection Proficiency Exam - Rel.7 Drilled Shaft Inspection Written Exam Drilled Shaft Inspection Written Exam - ReIA Drilled Shaft Inspection Written Exam - Rel.7 Earthwork Construction Inspection - Level 1 Proficiency Exam Earthwork Construction Inspection - Level 1 Proficiency Exam - Rel. 3 Earthwork Construction Inspection - Level 1 Written Exam Earthwork Construction Inspection - Level 1 Written Exam - Rel. 2 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 3 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 2 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 3 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 5 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 6 FDOT Concrete Field Inspector Spec Written Exam FDOT Concrete Field Inspector Spec Written Exam - Rel.3 FDOT Concrete Field Inspector Spec Written Exam - Rel.4 Final Estimates - Level 1 Written Exam Final Estimates - Level 1 Written Exam Final Estimates - Level 1 Written Exam - Rel.5 Course Name 9/23/2006 9/23/2011 Asphalt Paving - Level 1 Asphalt Paving - Level 1 Asphalt Paving - Level 1 Asphalt Paving - Level 1 Asphalt Paving - Level 2 Asphalt Paving - Level 2 Asphalt Paving - Level 2 Asphalt Paving - Level 2 Drilled Shaft Inspection Drilled Shaft Inspection Drilled Shaft Inspection Pile Driving Inspection 1 Drilled Shaft Inspection Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 2 Earthwork Construction Inspection - Level 2 Earthwork Construction Inspection - Level 2 Earthwork Construction Inspection - Level 2 FDOT Concrete Field Inspector Spec FDOT Concrete Field Inspector Spec FDOT Concrete Field Inspector Spec Final Estimates - Level 1 Final Estimates - Level 1 Final Estimates - Level 1 Exam Date Score Exam Result 1/1/1900 100 Met 1/1/1900 100 Met 1/1/1900 100 Met 6/21/2005 100 Pass 10/9/2012 100 Pass 6/21 /2005 94 Pass 10/9/2012 91 Pass 10/4/2017 82 Pass 11/4/2010 64 Fail 1 /24/2011 94 Pass 11 /8/2005 86 Pass 3/4/2012 100 Pass 10/28/2017 100 Pass 7/28/2005 83 Pass 3/26/2011 88 Pass 10/6/2017 86 Pass 3/31 /2004 100 Pass 3/5/2010 100 Pass 3131 /2004 92 Pass 5/30/2009 76 Pass 3/4/2015 82 Pass 2/20/2004 82 Pass 7/11/2009 70 Pass 7/11/2014 88 Pass 5/28/2019 86 Pass 2/13/2004 86 Pass 3/6/2009 84 Pass 6/25/2016 98 Pass 6/30/2005 64 Fail 3/16/2006 84 Pass 4/6/2015 88 Pass 26 Final Estimates - Level 1 Written Exam - Rel.5 Final Estimates - Level 1 3/12/2011 96 Pass Final Estimates - Level 2 Written Exam - Rel. 4 Final Estimates - Level 2 4/12/2006 86 Pass Final Estimates - Level 2 Written Exam - Rel. 5 Final Estimates - Level 2 3/26/2011 92 Pass Final Estimates - Level 2 Written Exam - Rel. 6 Final Estimates - Level 2 4/8/2015 82 Pass Monitored 10 Shafts, at least 5 Shafts constructed with wet method 1/1/1900 100 Met Monitored 15 Driven Piles, at least 10 Piles driven with Open Diesel Hammers 1/1/1900 100 Met Nuclear Safety Certification 1/1/1900 100 Met Pile Driving Inspection Module A Written Exam - Rel.3 Pile Driving Inspection 1 9/22/2006 90 Pass Pile Driving Inspection Module B Proficiency Exam Pile Driving Inspection 1 9/23/2006 100 Pass QC Manager Written Exam - Rel.6 QC Manager 6/14/2005 78 Pass QC Manager Written Exam - Rel.9 QC Manager 6/10/2010 92 Pass 27 Nauret Riverol Contract Support Specialist PROJECT EXPERIENCE VCalvin, Giordano 9 Associates, L% C E V 1 1 0 N A L f 0 L U T I Inc. N 3- SEPTEMBER 2019- PRESENT; FOOT District 6; Campbell Drive Grouping; Project FM # 405575-6-52-01, 405575-7-52-01, 40SS75-8-52-01 (Project cost $16,353,016.96): Contract Support Specialist. The Improvements under this Construction Contract consist of reconstruction of SR 998 (Campbell Drive) and SW 336 St (Davis Parkway) and milling and resurfacing along SR 9336 (Palm Dr.) from west of Krome Avenue to east of US-1, drainage improvements, highway lighting, and reconstruction of 8 signalized intersections. The project will create a bypass from Krome to US-1 and remove truck traffic from the Homestead Historic Downtown District. Contact: Lazaro Mesa, FDOT Project Manager 305.407.1438 FEBRUARY 2017-JANUARY 2020; FOOT District 6; D/B; SR 9A/1-95 (from NW 29 Street to NW 131 Street); Project FM # 429300-3-62-01 (Project cost $ 89,490,000): Contract Support Specialist. The Improvements under this Design -Build Contract consist of the replacement / reconstruction of all concrete and/or Rigid pavement surface on SR-9/1-95 from north of NW 29th Street (M.P. 4.253) to north of NW 79th Street (M.P 7.294) in Miami -Dade County. The project will reconstruct 3.041 miles of SR-9A/I-95 mainline pavement, shoulder pavement, on and off ramp improvements, & drainage infrastructure improvements including trench drains to resolve spread related issues. In addition, the project includes the construction of Express Lanes Emergency Stopping Sites in the median at 5 locations between NW 62nd St (MP 6.213) and NW 131st St. (MP 10.511). Contact: Dru Badri, P.E., Assistant Resident Engineer 305.401.1560 JULY 2016-FEBRUARY 2017; FDOT District 6; General Assigned Contract; C9073; TWO #5; Project FM # 2507115-6-2-05: Contract Support Specialist. Assisting the Department with various contract support related duties within the District. Contact., Barbara Espino,• FDOT Phyect Manager 305.640.7405 AUGUST 2014-JULY 2016; FOOT District 4; Advanced Traffic Management System and Advanced Traffic Control Systems Deployment, Project FM # 433301-1-62- 01: Contract Support Specialist. Contract to provide support for the preparation of all project documentation, processing progress and final estimates, material certification, verification of contractor certifications and quantities, filing and scanning into EDMS assistance and support Project Administrator. Contact: Donald VanWhervin, P.E., FDOT Project Manager 954.958.7654 OCTOBER 2012-SEPTEMBER 2014; FOOT District 4; Central Broward and Southern Broward Advanced Traffic Management System; Project FM # 427971 & 429687: Contract Support Specialist: Contract to provide support for the preparation of all project documentation, processing progress and final estimates, material certification, verification of contractor certifications and quantities, filing and scanning into EDMS assistance and support Project Administrator. Contact: HewardHumes RE., FDOT Project Manager 954.940.7505 AUGUST 2012-OCTOBER 2012; FOOT District 4; SR 869/SW 10th Street (from 84S/Powerline Road to E. Newport Center); Project FM # 424665-1-52-01: Contract Support Specialist: Resurfacing, restoration and rehabilitation project that 28 IVCalvin, Giordano & Associates, Inc. EXCEPTIONAL S O L O 1 1 O R S- Nauret Rivero, Page 2 included shoulder widening of SR 869, drainage installation of pipes, pedestrian ramps, street lighting improvements, signalization improvements, landscaping, safety concerns and environmental compliance. Contact: Arturo Castro; FDOT Project Manager 954.677-7055 JULY 2010-JULY 2012; FOOT District 4; SR 811/Dixie Highway Flyover Bridge (from S. Hillsboro Blvd. to N. of Hillsboro Blvd.); Project FM # 230656-1-51-01: Contract Support Specialist: Services included pile driving and drilled shaft inspections, mechanically stabilized earth wall, drainage, interconnect and directional bores, drainage installation of pipe, pedestrian ramps according to Americans with Disabilities Act, street lighting and signalization improvements, landscaping, MOT and environmental compliance. Contact: Yveinslean-Pierre, P.E., Construction Project Oversight 111954.940.7671 JUNE 2009-JULY 2010; FOOT District 4; SR 817/University Drive (from S. Oakland Park Blvd. to N. Southgate Blvd.); Project FM # 415322-1-52-01: Contract Support Specialist.• Project elements included roadway resurfacing, restoration and rehabilitation for the existing mainline. Inspection services included monitor signing and pavement markings, interconnect and directional bores, drilled shaft installation, drainage installation of pipe, pedestrian ramps, street lighting and signalization improvements, irrigation, landscaping, MOT and environmental compliance. Contact: Rit Ky, P.E.; FOOT Project Manager 786.459.2672 OCTOBER 2008 - JULY 2009; FOOT District 4; SR 817/University Drive (from Pines Blvd. to N. Griffin Road); Project FM # 415322-1-52-01: Contract Support Specialist: Project elements included roadway resurfacing, restoration and rehabilitation for the existing mainline. Construction of a new sidewalk ADA compliant, bus bay, bus stop pads, canal bulkhead (steel sheet pile wall), concrete retaining and gravity walls. Inspection services included monitor signing and pavement markings, interconnect and directional bores, drilled shaft installation, pedestrian ramps, street lighting and signalization improvements, irrigation, landscaping, MOT and environmental compliance. Contact Rit Ky, P.E.; FDOT Project Manager 786.459.2672 OCTOBER 1996 - AUGUST 2005; Miami -Dade County Public Works Department; Right of Way Division: Senior Cadastral Technician: Responsibilities included the analysis and interpretation of legal descriptions, title reports and boundary survey, review title search information prepared by abstractors to determine ownerships and other property interest, prepare exhibits, maps and sketches used in connection with acquisition functions and condemnation proceedings. OCTOBER 1989 - OCTOBER 1996; Miami -Dade County Public Works Department, Right of Way Division: Engineering Drafter 2: Responsibilities included assisting professional traffic engineers in performing a variety of technical engineering tasks, work required considerable knowledge of the Manual on Uniform Traffic Control Devices, Roadway and Traffic Design Standards (FDOT) and Highway Design Concepts and Terminology. 29 FDOT� Technician CTQP Qualification Report Date Ran:2/9/2020 3:54:15 PM Technician Name: Nauret Riverol Qualification Area Qualification Status Qualification Date Etpiration Date 99997 - FINAL ESTIMATES LEVEL 1 SUPERSEDED/EXPIRED 6/23/2010 623/2015 VALID 5/122016 5/122021 99999 - FINAL ESTIMATES LEVEL 2 SUPERSEDED EXPIRED 5/122011 5/122016 VALID 5/122016 5/12/2021 QC9999 - QC MANAGER VALID 11222015 1/12099 00060101 -ASPHALT PAVING TECHNICIAN - LEVEL 1 SUPERSEDED EXPIRED 1/6/2009 1/6/2014 SUPERSEDED / EXPIRED 4/14/2010 4/142015 VALID 3/312015 3/31/2020 00060104 - ASPHALT PAVING LEVEL 2 SUPERSEDED / EXPIRED 4/142010 4/142015 VALID 3/312015 3/312020 Exam Name Course Name Exam Date Score Exam Result 3 Months Experience Asphalt Paving Operations or Asphalt Roadway Testing 1/1/1900 100 Met 30 Days Experience on a construction project involving earthwork operations 1/1/1900 100 Met ACI Concrete Field Testing Technician Grade 1 Certification 1/1/1900 100 Met Asphalt Paving - Level 1 Proficiency Exam - Rel.2 Asphalt Paving - Level 1 1/62009 100 Pass Asphalt Paving - Level 1 Written Exam - Rel.4 Asphalt Paving - Level 1 1/62009 100 Pass Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 4/14/2010 78 Pass Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 3/312015 92 Pass Drilled Shaft Inspection Proficiency Exam - Rel.4 Drilled Shaft Inspection 1/302010 100 Pass Drilled Shaft Inspection Written Exam - Rel.4 Pile Driving Inspection 1 1/30/2010 50 Fail Drilled Shaft Inspection Written Exam - Rel.4 Pile Driving Inspection 1 4/14/2010 76 Pass Earthwork Construction Inspection - Level 1 Proficiency Exam Earthwork Construction Inspection - 4/302009 100 Pass Level 1 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 2 Earthwork Construction Inspection - 5/12009 90 Pass Level 1 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 5 Earthwork Construction Inspection - 2/192010 92 Pass Level 2 FOOT Concrete Field Inspector Spec Written Scam - Rel.3 FOOT Concrete Field Inspector Spec 4/222009 62 Fail FOOT Concrete Field Inspector Spec Written Scam - Rel.3 FOOT Concrete Field Inspector Spec 6242009 86 Pass FOOT Concrete Field Inspector Spec Written Exam - Rel.4 FOOT Concrete Field Inspector Spec 6/242014 68 Fail FOOT Concrete Field Inspector Spec Written Exam - Rel.4 FOOT Concrete Field Inspector Spec 10/28/2014 90 Pass Final Estimates - Level 1 Written Scam Final Estimates - Level 1 6/232010 96 Pass 30 Final Estimates - Level 2 Written Exam - Rel. 5 Final Estimates - Level 2 4/5/2011 66 Fail Final Estimates - Level 2 Written Exam - Rel. 5 Final Estimates - Level 2 5/12/2011 84 Pass Final Estimates - Level 2 Written Exam - Rel. 6 Final Estimates - Level 2 3/10/2016 96 Pass Monitored 10 Shafts, at least 5 Shafts constructed with wet method 1/1/1900 100 Met Monitored 15 Driven Piles, at least 10 Piles driven with Open Diesel Hammers 1/1/1900 100 Met Nuclear Safety Certification 1/1/1900 100 Met Pile Driving Inspection Written Exam - Rel.5(New) Pile Driving Inspection 1 8/21/2010 76 Pass QC Manager Written Exam - Rel.9 QC Manager 1/22/2015 80 Pass 31 IVCalvin, Giordano & Associates, Inc. E X C E P 1 1 O N A E S O E U 1 1 0 N S' Lance Robinson Senior Inspector PROJECT EXPERIENCE JULY 2017-PRESENT; FOOT District 6; D/B; SR 9A/I-95 (from NW 29 Street to NW 131 Street); Project FM # 429300-3-62-01 (Project cost $89,490,000): Senior Inspector. The Improvements under this Design -Build Contract consist of the replacement / reconstruction of all concrete and/or Rigid pavement surface on SR- 9/I-95 from north of NW 29th Street (M.P. 4.253) to north of NW 79th Street (M.P 7.294) in Miami -Dade County. The project will reconstruct 3.041 miles of SR-9A/I-95 mainline pavement, shoulder pavement, on and off ramp improvements, & drainage infrastructure improvements including trench drains to resolve spread related issues. In addition, the project includes the construction of Express Lanes Emergency Stopping Sites in the median at 5 locations between NW 62nd St (MP 6.213) and NW 131st St. (M P 10.511). Contact: Dru Badri, P.E., Assistant Resident Engineer 305.401.1560 JANUARY 2016 - JULY 2017; Miami Dade Expressway Authority; (GEC-B) 83608 GIS Confirmation ($1Million): Senior Inspector. Mr. Robinson was performing GIs confirmation and final inspection of all roadway assets to be transferred to MDX. Assets included are Lighting, Bridges, Sign Structures, ITS Components, DMS and ADMS systems, Roadway Limits, Fences (gates), Lanscaping and Mowing Limits. Task involves the asset identification, location and GPS reading to then be transfer to final data base. All assets must be tag and photograph for future retrieval. Contact: Sergio Besu, MDX Project Manager305,301.1081 JULY 2015-JANUARY 2016; Miami Dade Expressway Authority; Killian Parkway/ SW 104th Street (from SW 112th to 108th Ave. - MDX 87404 4th Lane)($1Million): Senior Inspector. Duties included; running estimates, verifying inspections and coordinating multiple areas for material testing and inspections. Project consists of widening of Killian Parkway to add a fourth lane in the westbound direction. The fourth lane will allowan exclusive right turn into Miami -Dade College. Project consisted on a selective clearing and grubbing, curb and gutter, concrete separator, guardrail installation on the 87404 SB ramp, widening, complex signalization work, milling and resurfacing. In addition, extensive coordination with a DMS system wide project was required to avoid field conflicts between contractors. Both projects were on -going simultaneously. In addition, project included a major signalization improvement with multiple pedestrian crossings. Miami Dade County Signals Division provided a record acceptance. Contact: Sergio Besu, MDX Project Manager305.301.1081 DECEMBER 2009-JULY 2015; FOOT District 6; SR 826/SR 836Interchange Design Build Finance ($595 Million): Senior Inspector. This project included the design and construction of 46 bridges with over four million cubic yards of embankment. The 46 bridges consist of 32 Florida I -Beam Category 1 bridges and 14 Florida 1-Beam and Steel Category 2 bridges (including four segmental bridges). The project's scope include 6.8 million tons of dirt removal (approximately 300,000 dump truck loads), 30 miles of concrete pile length,16 miles of drainage pipe, 8,636 tons of reinforcing steel, 180,000 tons of asphalt, 16 miles of bridge beams, 760,000 square -feet of retaining wall, 35,000 linear feet of guardrail, and 5.7 miles of concrete wall separating traffic lanes. Mr. Robinson served as Roadway/Bridge Inspector and was promoted to Senior Inspector. His responsibility included jack and bore recording, (LIMS) entry, embankment verification, MSE wall construction, monitoring MOT devices, general roadway construction and casting yard inspection. One of the primary responsibilities 32 410 Calvin, Giordano & Associates. Inc. l% C T P T 1 0 N A L 5 0 L U T 1 0 N 5' Lance Robinson, Page 2 for Mr. Robinson was the inspection for cofferdam construction and dewatering operations. This was used for the bridge foundation limits and the embankment limits. Contact. Andres Berisiartu,PE, FDOT Resident Engineer, 305.640.7433 MARCH 2O09-DECEMBER 2009; FDOT District 4; US 27 (SR 25) from Palm Beach County Line & Broward County to SR-80 ($158 Million): Inspector. This project involved selective clearing and grubbing, guardrail, drainage, landscaping, and asphalt. Mr. Robinson assisted inspectors with daily record keeping, laboratory information management system entry and general roadway construction inspection. Contact: Jacques Beaubrun, RE., FD07 Project Manager, 954.719.7812 433 FDOTT Technician CTQP Qualification Report Date Ran: 11/22/2019 9:02:57 AM Technician Name: Lance Robinson Qualification Area Qualification Status Qualification Date Expiration Date 99997 - FINAL ESTIMATES LEVEL 1 SUPERSEDED / EXPIRED 9/18/2009 9/18/2014 VALID 6/5/2015 6/52020 00060101 -ASPHALT PAVING TECHNICIAN - LEVEL 1 SUPERSEDED/EXPIRED 2/9/2011 2/9/2016 VALID 2/9/2011 2/9/2021 00060104 - ASPHALT PAVING LEVEL 2 SUPERSEDED / EXPIRED 2/9/2011 2/912016 VALID 2/9/2011 2/9/2021 QQ060204 - CONCRETE FIELD TECHNICIAN - LEVEL 1 SUPERSEDED / EXPIRED 5/30/2009 5/30/2014 SUPERSEDED / EXPIRED 7/29/2009 7/29/2014 VALID / EXPIRED 6/10/2014 6/10/2019 VALID 6/29/2019 6/7/2024 00060301 - EARTHWORK CONSTRUCTION INSPECTION - LEVEL 1 SUPERSEDED / EXPIRED 6/17/2009 6/17/2014 VALID / EXPIRED 8/19/2014 8/19/2019 QQ060304 - EARTHWORK CONSTRUCTION INSPECTION - LEVEL 2 VALID / EXPIRED 10/15/2010 10/15/2015 VALID 11/32017 11/3/2022 QQXX8888 - DRILLED SHAFT INSPECTION VALID 3/30/2019 3/30/2024 QQXX9999 - PILE DRIVING INSPECTION VALID/EXPIRED 2/16/2013 2/16/2018 VALID 3/2/2018 3/2/2023 Exam Name Course Name Exam Date Score Exam Result 3 Months Experience Asphalt Paving Operations or Asphalt Roadway Testing 1/1/1900 100 Met 30 Days Experience on a construction project involving earthwork operations 1/1/1900 100 Met ACI Concrete Field Testing Technician Grade 1 Certification 1/1/1900 100 Met ACI Concrete Field Testing Technician Grade 1 Certification ?? 629/2019 100 Met Asphalt Paving - Level 1 Proficiency Exam - Rel.2 Asphalt Paving - Level 1 3/30/2009 100 Pass Asphalt Paving - Level 1 Written Exam - Rel.4 Asphalt Paving - Level 1 3/30/2009 91 Pass Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 2/9/2011 80 Pass Asphalt Paving - Level 2 Written Exam - Rel. 6 Asphalt Paving - Level 2 1/82016 82 Pass Drilled Shan Inspection Proficiency Exam - Rel.7 Drilled Shaft Inspection 2202019 100 Pass 34 Drilled Shaft Inspection Proficiency Exam - Rel.7 Drilled Shaft Inspection Written Exam - Rel.7 Drilled Shaft Inspection Written Exam - Rel.7 Earthwork Construction Inspection - Level 1 Proficiency Exam Earthwork Construction Inspection - Level 1 Proficiency Exam - Rel. 3 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 2 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 3 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 3 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 5 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 6 FDOT Concrete Field Inspector Spec Written Exam - Rel.10 FDOT Concrete Field Inspector Spec Written Exam - Rel.3 FDOT Concrete Field Inspector Spec Written Exam - Rel.4 Final Estimates - Level 1 Written Exam Final Estimates - Level 1 Written Exam - Rel.5 Monitored 15 Driven Piles, at least 10 Piles driven with Open Diesel Hammers Nuclear Safety Certification Pile Driving Inspection Written Exam - Rel-6 Pile Driving Inspection Written Exam - Rel-8 Drilled Shaft Inspection 3/30/2019 100 Pass Drilled Shaft Inspection 2/20/2019 58 Fail Drilled Shaft Inspection 3/30/2019 70 Pass Earthwork Construction Inspection - 6/17/2009 100 Pass Level 1 Earthwork Construction Inspection - 8/19/2014 100 Pass Level 1 Earthwork Construction Inspection - 6/17/2009 96 Pass Level 1 8/16/2019 80 Pass Earthwork Construction Inspection - 8/19/2014 84 Pass Level 1 Earthwork Construction Inspection - 10/15/2010 74 Pass Level 2 Earthwork Construction Inspection - 11/3/2017 78 Pass Level 2 FDOT Concrete Field Inspector Spec 6/7/2019 88 Pass FDOT Concrete Field Inspector Spec 7/29/2009 70 Pass FDOT Concrete Field Inspector Spec 6/27/2014 90 Pass Final Estimates - Level 1 9/18/2009 78 Pass Final Estimates - Level 1 6/5/2015 82 Pass 1/1/1900 100 Met 1/1/1900 100 Met Pile Driving Inspection 1 2/16/2013 76 Pass Pile Driving Inspection 1 3/2/2018 84 Pass 35 Calvin, Giordano 'a Associates, Inc. L X C L P 1 1 0 N A L S O L U 7 1 0 N $' Jorge Romero Inspector PROJECT EXPERIENCE FEBRUARY 2020- PRESENT; FOOT District 6; Campbell Drive Grouping; Project FM # 405575-6-52-01, 405575-7-52-01, 405575-8-52-01 (Project cost $16,353,016.96): Inspector. The Improvements under this Construction Contract consist of reconstruction of SR 998 (Campbell Drive) and SW 336 St (Davis Parkway) and milling and resurfacing along SR 9336 (Palm Dr.) from west of Krome Avenue to east of US-1, drainage improvements, highway lighting, and reconstruction of 8 signalized intersections. The project will create a bypass from Krome to US-1 and remove truck traffic from the Homestead Historic Downtown District. Contact Lazaro Mesa, FDOT Project Manager 305.401.1438 FEBRUARY 2017-JANUARY 2020; FDOT District 6; D/B; SR 9A/1-95 (from NW 29 Street to NW 131 Street); Project FM # 429300-3-62-01: Inspector Aide. The Improvements under this Design -Build Contract consist of the replacement / reconstruction of all concrete and/or Rigid pavement surface on SR-9/1-95 from north of NW 29th Street (M.P. 4.253) to north of NW 79th Street (M.P 7.294) in Miami -Dade County. The projectwill reconstruct 3.041 miles of SR-9A/I-95 mainline pavement, shoulder pavement, on and off ramp improvements, & drainage infrastructure improvements including trench drains to resolve spread related issues. In addition, the projectincludes the construction of Express Lanes Emergency Stopping Sites in the median at 5 locations between NW 62nd St (MP 6.213) and NW 131st St. (MP 10.511). Contact: Dru Badri, P.E., Assistant Resident Engineer 305.401.1560 36 FDOT� Technician CTQP Qualification �� .. Report Date Ran: 1/10/20201:48:49 PM Technician Name: Jorge Romero Qualification Area Qualification Status Qualification Date Expiration Date 99997 - FINAL ESTIMATES LEVEL 1 VALID 10/29/2018 10/29/2023 00060101 - ASPHALT PAVING TECHNICIAN - LEVEL 1 VALID 11/29/2016 11/29/2021 00060104 - ASPHALT PAVING LEVEL 2 VALID 9/27/2018 9/27/2023 QQ060204 - CONCRETE FIELD TECHNICIAN - LEVEL 1 VALID 7naol8 7/7/2023 00060301-EARTHWORK CONSTRUCTION INSPECTION - LEVEL 1 VALID 12/8/2017 12/8/2022 00060304 - EARTHWORK CONSTRUCTION INSPECTION - LEVEL 2 VALID 3/11/2019 3/11/2024 QQXX8888 - DRILLED SHAFT INSPECTION VALID 4115/2019 4/15/2024 QQ)0t9999 - PILE DRIVING INSPECTION PENDING 8242019 8/24/2024 Exam Name 3 Months Experience Asphalt Paving Operations or Asphalt Roadway Testing 30 Days Experience on a construction project involving earthwork operations ACI Concrete Field Testing Technician Grade 1 Certification Asphalt Paving - Level 1 Proficiency Exam - Rel.7 Asphalt Paving - Level 1 Written Exam - Rel.7 Asphalt Paving - Level 2 Written Exam - Rel. 10 Asphalt Paving - Level 2 Written Exam - Rel. 6 Drilled Shaft Inspection Proficiency Exam - Rel.7 Drilled Shaft Inspection Written Exam - Rel.7 Drilled Shaft Inspection Written Exam - Rel.7 Earthwork Construction Inspection - Level 1 Proficiency Exam - Rel. 3 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 3 Earthwork Construction Inspection - Level 1 Written Exam - Rel. 3 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 6 Earthwork Construction Inspection - Level 2 Written Exam - Rel. 6 Course Name Asphalt Paving - Level 1 Asphalt Paving - Level 1 Asphalt Paving - Level 2 Asphalt Paving - Level 2 Drilled Shaft Inspection Drilled Shaft Inspection Drilled Shaft Inspection Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 1 Earthwork Construction Inspection - Level 2 Earthwork Construction Inspection - Level 2 Exam Date Score Exam Result 1/1/1900 100 Met 1/1/1900 100 Met 1/1/1900 100 Met 11/29/2016 100 Pass 11/29/2016 75 Pass 9/27/2018 80 Pass 12/15/2016 66 Fail 3/30/2019 100 Pass 3/302019 64 Fail 4/152019 76 Pass 6/62017 100 Pass 6/6/2017 62 Fail 12/82017 72 Pass 2/272019 60 Fail 3/112019 98 Pass 37 FDOT Concrete Field Inspector Spec Written Exam - Rel.4 FDOT Concrete Field Inspector Spec 9/19/2018 94 Pass Final Estimates - Level 1 Written Exam - Rel.5 Final Estimates - Level 1 10/29/2018 86 Pass Monitored 10 Shafts. at least 5 Shafts constructed with wet method 1/1/1900 100 Met Nuclear Safety Certification 1/1/1900 100 Met Pile Driving Inspection Written Exam - Rel.10 8/24/2019 78 Pass 38 Calvin, Giordano 6 Associates, Inc. Kathy Jeffrey IV EACIVI10NAL 50LUI1045' Resident Compliance Specialist PROJECT EXPERIENCE FEBRUARY 2020- PRESENT; FDOT District 6; Campbell Drive Grouping; Project FM # 405575-6-52-01, 405575-7-52-01, 405575-8-52-01 (Project cost $16,353,016.96): Resident Compliance Specialist The Improvements under this Construction Contract consist of reconstruction of SR 998 (Campbell Drive) and SW 336 St (Davis Parkway) and milling and resurfacing along SR 9336 (Palm Dr.) from west of Krome Avenue to east of US-1, drainage improvements, highway lighting, and reconstruction of 8 signalized intersections. The project will create a bypass from Krome to US-1 and remove truck traffic from the Homestead Historic Downtown District. Contact: Lazaro Mesa, FDOT Project Manager 305.407.1438 FEBRUARY 2017-JANUARY 2020; FOOT District 6; D/B; SR 9A/1-95 (from NW 29 Street to NW 131 Street); Project FM # 429300-3-62-01: Resident Compliance Specialist. The Improvements under this Design -Build Contract consist of the replacement / reconstruction of all concrete and/or Rigid pavement surface on SR- 9/1-95 from north of NW 29th Street (M.P. 4.253) to north of NW 79th Street (M.P 7.294) in Miami -Dade County. The project will reconstruct 3.041 miles of SR-9A/I-95 mainline pavement, shoulder pavement, on and off ramp improvements, & drainage infrastructure improvements including trench drains to resolve spread related issues. In addition, the project includes the construction of Express Lanes Emergency Stopping Sites in the median at 5 locations between NW 62nd St (MP 6.213) and NW 131st St. (MP 10.511). Contact: Dru Badri, P.E., Assistant Resident Engineer 305.40L 1560 JANUARY 2018 - MAY 2019; City of Miami Beach; Beachwalk 11 Phase 11 from 3rd Street to 5th Street (LAP Funded); Contract Amount: $1,629,456.40: Resident Compliance Specialist. This project consists of the construction of an ongrade ADA compliant pedestrian paver walkway, with bollard lights, landscaping and irrigation. Other work consists of exotic dune vegetation removal and replacement with dune enhancements such as native dune vegetation species and beach compatible dune fill and irrigation for the landscaping. The path lighting installation to meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. Contact: Daniel Cevallos Project Manager 305.673.7071 JANUARY 2015-JANUARY 2017; City of Pompano Beach; MLK (Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM # 432861- 1-58-01 (LAP Funded $ 2,855,802): Resident Compliance Specialist. Improvements include roadway widening, sidewalk installation, drainage improvements, milling and resurfacing, lighting, median installation, signage, landscaping, irrigation and pavement markings. Contact: Horacio Danovich, Project Manager 954.786.7834 JULY 2015-FEBRUARY 2016; FOOT District 4; Washout-SRA1A (from South of NE 14 Court to NE 19 Street); Project FM # 433688-4-62-01: Resident Compliance Specialist. SR A1A, located in the City of Fort Lauderdale will be reconstructed from south of NE 14th Street to north of 18th Street The improvements will tie in with Sunrise Blvd to the south. Improvements consist of milling and resurfacing, new drainage system with exfiltration trench on north end of project, construction of two signalized pedestrian crosswalks (NE 15th Court and NE 17th Street from Birch State Park), drilled shaft, mast arm installation, bike lanes in both directions, decorative turtle friendly pedestrian lighting and paver sidewalks on both sides of street, beach front promenade on east side that includes decorative wall with accent lighting and 17 decorative beach entrances with shower stalls. Contact: Yveins lean -Pierre, P.E., 39 lop Calvin, Giordano & Associates, Inc. [% C [ P I 1 0 N A L 5 0 L U I 1 0 N 5' Kathy Jeffrey, Page 2 Construction Project Oversight 111 954 940 7611 MAY 2015-MAY 2016; Department of Environmental Protection; Kemp Channel Span Replacement; Project FM # 418396-1, FDEP Project # FS050: Resident Compliance Specialist. Project monitoring of EEO/DBE and OJT. Construction of the Kemp Channel Bridge Span replacement and retrofitting, located at approximately Mile Marker 23.5. This project is to be a portion of the Florida Keys Overseas Heritage Trail State Park as described in the approved Trail Master Plan dated August 2 00 0. Contact: James Post, FDFPProject Manager 305.853.3571 JULY 2012-JULY 2015; FOOT District 4; SR 710/Beeline Hwy (from west of Congress Avenue to west of Australian Avenue); Project FM # 229897-2-62-01: Resident Compliance Specialist/Assistant Contract Support Specialist. The improvements for this project include widening roadway from 2 to 4 lanes, pond excavations, demucking, earthwork, utility relocations, drainage, milling and resurfacing, lighting, signalization, drill shaft inspection, infrastructure improvements, ADA compliance, environmental compliance, pond construction, landscaping, irrigation and signage.These capacity improvement expanded port access to better accommodate heavy truck volumes that traverse this section of the locally known Parson Heights community. Contact: Rob Cables, FDOT Project Manager 561, 719, 7799 MARCH 2011-SEPTEMBER 2012; FOOT District 4 (Federally Funded); SR 5/ US 1(from north of Glades Road to south of Yamato Road / SR 808/Glades Road) west of 1-95 to NW 7th Avenue/SR 804/Boynton Beach Blvd. (from east of Hagen Ranch to west of Jog Road) Project FM #'s 422910-1-62-01 /421684-1-62-01 /422991-1- 62-01: Resident Compliance Specialist. Project monitoring of EEO/DBE and OJT. Project elements included milling and resurfacing, earthwork, shoulder widening, drainage improvements, curb and gutter, slope reconstruction and revetment, ADA improvements, sidewalk and guardrail installation. Contact: Jacques Beaubrun 561.432.4966 APRIL 2009-DECEMBER 2010; FOOT District 4; SR 700/US 98/ Conners (from Old 700 Alignment to Old Conners Highway); SR 729/St. Market Road to SR 15: Resident Compliance Specialist /Assistant Contract Support Specialist. Scope included 15 miles of milling and resurfacing, shoulder widening, drainage improvements, curb and gutter, slope reconstruction, ADA improvements, sidewalks, guardrails and "hot in place" paving placement. Contact: Jacques Beaubrun, Project Manager 561.432.4966 MAY 2009-JUNE 2010; FOOT District 4 (Federally Funded); Palm Beach Operations General CEI Consultant Construction Support; US-27 Milling & Resurfacing: Resident Compliance Specialist. In-house project monitoring of EEO/DBE and OJT. Contact: StaceySasala, Project Manager 561.432.4966 JUNE 2007-DECEMBER 2008; FDOT District 4 (Federally Funded); AIA Corridor in Palm Beach County: Resident Compliance Specialist. Project monitoring of EEO/DBE and OJT. This major 311 construction project consisted of seven (7) individual projects along AlA from Boca Raton to the Town of Palm Beach in Palm Beach County. Contact., Stacey Sasala, Project Manager 561.432.4966 MAY 2005-APRIL 2007; FOOT District 4 (Federally Funded);1-95 Milling and Resurfacing: Resident Compliance Specialist. Project monitoring of EEO/DBE and OJT. Project consisted of milling and resurfacing I-95 (approximately 15 miles in Broward County) from the 1-595 interchange to the Broward County/Palm Beach County line. Included new signalization at the interchange ramps, lighting improvements and safety improvements. (Please note: Melvin Finch, FOOT Project Manager has retired) DECEMBER 2003-MAY 2005; FOOT District 4 (Federally Funded);1-95 HOV, Delray Beach: Resident Compliance Specialist Project monitoring of EEO/DBE and OJT. Project involved the complete reconstruction of 6.2 kilometers of I-95 from south of Linton Boulevard to the LWDD L-30 Canal in Delray Beach. Elements of construction included milling and resurfacing, pile driving, drill shaft, signalization. The $49,000,000.00 project also included reconstruction of 10 bridges, as well as, the expansion of Linton Boulevard and Atlantic Avenue adjacent to 1-95. Contact: ScottBurrie 561.434.3900 40 Calvin, Giordano & Associates, Inc. Erin Sudman IV L%C[YI10NAI 50LOI10NS' Public Information Officer PROJECT EXPERIENCE NOVEMBER 2019 - PRESENT; City of Fort Lauderdale; Downtown Mobility Hub Streetscape Improvements; Project # 12292-296: RCS/PIO/Landscape inspector. This Project is located in an area of downtown Fort Lauderdale bound by Andrews Avenue, Broward Boulevard, FEC tracks and NW 4th Street. This multi -modal hub will include, but is not limited to, asphalt paving, decorative concrete, bike lanes, drainage installation, curb and gutter, lighting, tree relocations, landscaping and irrigation installation, pavement striping and crosswalk improvements. Contact: Christine Fanchi, PE; Project Manager 954.828.5226 MARCH 2O19-PRESENT; City of Fort Lauderdale; Victoria Park Phase A (Project No. #10850) & Victoria Park Phase B (Project No. #11901) Watermain Improvements: Public Information Officer. Elements include; installing approximately 60,000 feet of 6-inch and 8-inch watermain to replace existing 2-inch mains, including new fire hydrants, service connections to each home, and repaving of the roads impacted by the watermain improvements. Benefits of the new watermain include improved water flow, improved fire flow and protection, higher system pressure and restoration of the right-of-way areas. Also includes all restoration to landscaping, lawns, pavers, etc. that may have been disturbed due to the work. Contact. Daniel Fisher, Project Manager 954.828.5850 JANUARY 2019 - DECEMBER 2019; FOOT District 6; D/B; City of Miami Gardens; Hard Rock Stadium Pedestrian Bridges and Tunnels; Project FM #'s 440858-1- 58-01/440858-2-54-01: Contract Support Specialist/ RCS / Landscape Inspector. Project consists of the construction of a pedestrian bridge over the Turnpike exit ramp and a pedestrian bridge over NW 199 Street and two tunnels under Don Shula Drive. Scope of work includes: pile foundations, MSE walls, erosion control, drainage improvements, lighting, future signalization improvements, signage and pavement markings, precast concrete, curb and gutter, ADA sidewalk/ramp reconstruction, landscaping, sod, irrigation, temporary traffic control, parking lot modification/ resurfacing, striping, and signing. plus pre -stressed, pre -cast concrete tunnel segments, excavation, coffer dam with steel sheet piles, dewatering, concrete, barrier wall, electrical, lighting, drainage and pumps. Complete construction needs to be completed prior to 2020 Superbowl. Contact: Leslie Petit PE, • Project Manager 305.622.8000 ext 2570 JULY 2017-JULY 2018; City of Coral Springs; NW 11Oth Ave Road Improvements; Project FM # 435088-1-58-01 (LAP Funded $1,495,915.00): Public Information Qfter/ Contract Support Specialist / Resident Compliance Specialist / Landscape Specialist Contract elements included; contract administration, inspection, material sampling and testing for the NW 110th Avenue Bicycle and Pedestrian Project, which narrowed the existing 12-foot travel lanes to 11 feet and constructed a 6-foot wide sidewalk, a 4-foot bicycle lane, drainage structure installation and curbing. The existing, sub -standard asphalt pathway and valley gutter was removed and restored. The existing roadway was milled and resurfaced. In addition, landscaping will be added to replace trees that will be removed to provide space for the bike lanes and sidewalk and irrigation lines repaired. All improvements were constructed within City of Coral Springs right of way (ROW). Contact. Paul Carpenter, Development Services 954.344.1159 41 IVCalvin, Giordano & Associates, Inc. Ex"PIIONAL SOLU IION 5' Erin Sudman, Page 2 JUNE 2016-PRESENT; FOOT District 6; General Assigned Contract; C9O73; TWO #6; Project FM # 2507115-6- 2-05: Contract Support Specialist/ Project Solve District Administrator. This TWO is to provide a CSS to support the District with project solve training and setup related duties. Contact: Melissa DeZoyas, P.E.; FDOT Project Manager 305.640.7174 JUNE 2016-MARCH 2O17; FOOT District 4; General Assigned Contract; C9855; TWO# 26; Project FM # 228027- 8-62-01: Associate Contract Support Specialist Assisting the Department with EDMS scanning as well as perform other Final Estimates related services. Contact: Stacey Sasala, FDOT Project Manager 954.777.4382 OCTOBER 2016-JULY 2017; City of Pompano Beach; SW 36th Avenue Sidewalk Project (from West McNab Road to West Palm Aire Drive); Project FM # 431715-1-58-01 (LAP Funded $628,755.50): Contract Support Specialist/ Resident Compliance Specialist. The project scope included the installation of a sidewalk along the west side of SW 36th Avenue commencing on the south end of Canal A north to Palm Aire Drive, a pedestrian Flashing beacon crosswalk at the intersection of SW 36th Avenue and Gateway Drive, storm drainage construction, demolition, utility work, and permanent signage & striping. Contact: Anthony Alhashemi, Project Manager 954.786.4029 JANUARY 2016-DECEMBER 2017; FOOT District 4; LAP Funded; City of Pompano Beach; MLK (Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM # 432861-1-58-01 (LAP Funded $ 2,855,802): Contract Support Specialist / Resident Compliance Specialist / Landscape Specialist Improvements included roadway widening, sidewalk installation, new sewer construction, stormwater and drainage construction to 11th Avenue, milling and resurfacing, lighting, median installation, signage, landscaping, irrigation and pavement markings. Contact: Horacio Danovich, Project Manager 954.786.7834 MARCH 2O16-AUGUST 2016; FOOT District 4; City of Oakland Park; Joint Participation Agreement and Maintenance for State Road 845 (Powerline Road) from Prospect Road (M.P. 3.063) to State Road 870 (Commercial Boulevard) (M.P. 3.585); Project FM #437225-1-74-01, Contract# ARW58: Contract Support Specialist/Landscape Specialist. Improvements consist of irrigation installation within median, landscape relocation and installation. Contact: Akin Ozaydin, P.E., Project Manager305.893.6511 Ext 14010 APRIL 2015-JULY 2015; City of Oakland Park; Continuing Professional Services Cont. Landscape Plan Review: Landscape Specialist. Enforcement and implementation of commercial property landscape improvement per code. Researched existing properties along high visibility corridors, landscape plan records, field verification, detailed inventory with an elaborate spreadsheet, plan analysis and photo identification. Inventory to be utilized by the City to gain compliance and improvement of the commercial properties throughout Oakland Park. Contact: Donald Quier 954.630,4400 JANUARY 2015-MARCH 2O16; FOOT District 4; General Assigned Contract; SRA1A Bridge No. 860011 Over Hillsboro Inlet; Project FM # 425935-1-52-01/425935-1-52-02: Associate Contract Support Specialist / EDMS Coordinator. Improvements included rehabilitation of existing span drive machinery including but not limited to drive motors, secondary reducer and new span locks replacement, Bridge pier structural retrofit to accommodate a new (2) two story Tender House building, replace east sidewalk with upgraded configuration, including new steel traffic rails and pedestrian rails from beginning of south approach to end of north approach. Replaced fender maintenance platforms and ships ladders, open grid decking replacement and concrete filled decking. New sidewalk plate supports, floor beam modifications, electrical upgrades, plumbing, renovate fender system with 66 pile repairs, Installation new plastic lumber decking and navigation lights. Cleaned and coated structural steel, applied Class 5 coatings. Installed new shaft/cantilevered sign, traffic gates, lighting foundations, added second tender house, installation of decorative statue, accentlighting and re -painting of bridge. Reconstruction and widening of Riverside Drive under the Bridge including construction of new barrier wall along right shoulder. Contact: Andres Atehortua, 42 FDOT� Technician CTQP Qualification Report Date Ran: 10/17/2019 2:23:48 PM �l .. Technician Name: Erin Sudman Qualification Area Qualification Status Code Qualification Date Expiration Date 99997- FINAL ESTIMATES LEVEL 1 VALID 3/2WO15 3/25/2020 99999 - FINAL ESTIMATES LEVEL 2 VALID 3/29/2016 3/29/2021 Exam Name Course Name Final Estimates - Level 1 Written Exam - Rel.5 Final Estimates - Level 1 Final Estimates - Level 1 Written Exam - Rel.5 Final Estimates - Level 1 Final Estimates - Level 2 Written Exam - Rel. 6 Final Estimates - Level 2 Exam Data Score Exam Result 11/06/2012 56 Fail 03/25/2016 88 Pass 03/29/2016 74 Pass 43 PROFESSIONAL QUALIFICATIONS RAJ KRISHNASAMY, P.E. PRESIDENT, PRINCIPAL ENGINEER 32 Years of Experience EDUCATION M • MS in Geotechnical Engineering, University of Memphis, 1995 • BS in Civil Engineering, Christian Brothers University, 1987 • Diploma in Electronic Engineering, Malaysian Air Force Institute, 1984 PROFESSIONAL ORGANIZATION AND REGISTRATION • Professional Engineer: Florida, 53567 • Water Well Contractor, Florida, 11346 • Certified OSHA Supervisor • Certified Environmental Consultant PROFESSIONAL Mr. Raj Krishnasamy, P.E., President and Principal Engineer of TSF, is a Florida State EXPERIENCE registered Geotechnical Engineer with over 32 years of experience. Mr. Krishnasamy oversees the geotechnical engineering, construction materials testing, and inspection services operations. His experience consists of successfully completing over 5,000 public and private projects. He serves as Project Manager for continuing contracts with over 20 Florida public agencies. He has a history of repeatedly retaining those contracts through successful, cost-effective and prompt execution of each task order. Mr. Krishnasamy's daily involvement with the in-house and field operations of the construction and geotechnical services departments provides him the "hands-on" experience and knowledge of current construction codes and construction practices throughout the State of Florida. Mr. Krishnasamyand his highly experienced team focus on providing the client with a consistently accurate, cost-effective quality product that is delivered on time and within budget. MIAMI-DADE SW 184th Street from Approximately 1200 Feet East of SW 157th Avenue to Approximately 100' West of SW 170th Avenue, Miami -Dade County, Florida COUNTY PROJECT Roadway improvement project which includes roadway widening to provide paved EXPERIENCE shoulders for SW 184th Street Provided geotechnical recommendations and evaluation of the site and subsurface conditions with respect to the planned roadway improvements and for site preparation and foundation construction. I-95 Express Lanes from the Golden Glades in Miami -Dade County to Broward Boulevard in Broward County, Broward and Miami -Dade Counties, Florida Performed a geotechnical engineering study for the extension of the High Occupancy Toll Express lanes from northern Miami -Dade County north 13 miles to Fort Lauderdale. The project included installing Intelligent Transportation System components; modifying the Ives Dairy Rd interchange; bridge widening at specific locations and installing new noise barrier walls at locations between Hollywood Blvd. and Taft St Performed geotechnical study for roadway widening, bridge widening, overhead signs, MSE walls, toll equipment gantries and buildings. During construction, provided pile driving inspection and foundation certification. 44 MIAMI-DADE SR-997 (Krome Avenue) from SR-94/Kendall Drive to SR-90/SW 8 Street, Miami - Dade County, Florida. The project consisted of the realignment of Krome Avenue from CO UNTY PROJECT SR 94 (Kendall Drive) to SR 90 (Tamiami Trail) in Miami, Florida and is approximately 5 EXPERIENCE miles long. The improvements included the realignment of the existing roadway. Field continued work included auger borings and muck probes. Utilities, including a 30-inch force main and water main, which were to remain in place, were factored into geotechnical recommendations and proposed options. Geotechnical recommendations included the discussion of various options such as surcharge, reinforced soil platform, geo-synthetic, demucking and soil mixing. TSF also provided geotechnical recommendations involving permanent cut/fill slopes, excavations, groundwater control, pavement design, and on - site soil suitability. TSF provided construction support services including evaluation of surcharge settlement. HEFT All Electronic Toll (AET) Phase 1 and 2 (Design Build), Miami -Dade County, Florida Performed geotechnical study for AET toll systems on Homestead extension Florida's Turnpike (HEFT) from milepost 0 to milepost 27 and the study included toll equipment gantries, toll equipment buildings, overhead sign structures, auxiliary lanes and ramp improvements, retaining walls, drainage improvements. Additionally, performed inspection services during pile and shaft installations and provided foundation certifications. Design -Build Rehabilitation of West Bridge and Bear Cut Bridge on Rickenbacker Causeway, Miami -Dade County, Florida: Performed a geotechnical engineering study for the rehabilitation of West Bridge (Bridge No. 874541) and Bear Cut Bridge (Bridge No. 874544). As part of the project, Bear Cut Bridge will be widened on the north side to provide additional space for pedestrian and bicycle traffic. The project also includes constructing French drains on the east and west sides of the bridge. Field work consisted of SPT borings, BHP tests, and rock corings. Performed pile capacity analysis, prepared soil parameters and provided geotechnical engineering recommendations. Additionally, TSF performed studies to determine the length and pile capacity of the existing bridge (unknown foundation study). Florida International University - SW loth Street Realignment, Miami, Florida Provided material testing and laboratory testing services for the realignment of the existing SW10th Street and construction of a roundabout. The site testing included utilities, curb pads, sidewalks and pavement. Performed Modified Proctor, LBR values on embankment, subgrade, base and utility backfill materials; testing of compressive strength of concrete cylinders; asphalt coring to determine thickness and density; extraction/gradation on asphalt cores; In -Place -Density testing on embankment, subgrade, base and utility backfill soils; slump and temperature testing on concrete; and asphalt coring following placement. South Florida AET Phase 4, Broward and Miami -Dade Counties, Florida The project included the installation of All Electronic Toll equipment facilities at Golden Glades Mainline Plaza and Dolphin Center Exit Ramp Plaza in Miami -Dade County, and at Hollywood Blvd and Griffin Road Interchange Ramp Plazas. Provided geotechnical engineering services for the roadway improvements which include widening of HFFT northbound ramp to Turnpike mainline, minor widening at outside shoulder and gore areas near the southern end of the project and at Griffin Road Ramp Plaza, a new SB-WB exit ramp at Hollywood Blvd, access driveways at the proposed Toll Equipment Structure (TES) locations, toll equipment gantries, toll equipment buildings, retaining walls, drainage improvements, overhead sign structures, and mast arms. PROFESSIONAL QUALIFICATIONS KUMAR VEDULA, P.E. PRINCIPAL ENGINEER 23 Years of Experience EDUCATION MS in Geotechnical Engineering, University of Memphis,1995 BE in Civil Engineering, Andhra University,1992 PROFESSIONAL ORGANIZATION AND REGISTRATION • Professional Engineer: Florida, 54673 • American Society of Civil Engineers, Past President (Broward Branch) PROFESSIONAL Mr. Vedula, a Florida -Registered Professional Engineer, has over 23 years of experience EXPERIENCE providing engineering services for a wide variety of geotechnical projects involving foundation design, slope stability analysis, WEAP analysis and interpreting PDA reports, excavation support, and construction inspection. His extensive experience includes foundation inspections (shallow and deep foundations), soil modification (dynamic compaction, stone columns), preloading, excavations, backfilling, and post construction monitoring. Mr. Vedula has served as a principal inspector on numerous surcharging and settlement evaluations of organic laden soils assignments. His project experience includes 300+ geotechnical engineering studies for various projects types including stadiums, parks, piers, shoreline stabilization, dredging, bridges, roadways, utilities, high rise buildings, schools and government facilities. Mr. Vedula has authored, and co- authored papers published in national and international publications. MIAMI-DADE I-75 Express Lanes Segment A/B from NW 170th Street to South of Miramar COUNTY PROJECT Parkway, Broward & Miami -Dade Counties, Florida Geotechnical Foundation Design EXPERIENCE Engineer of Record (GFDEOR) for the project. Performed a geotechnical study for the design and construction of Segments A&B of the 1-75 Express Lanes Project which extend from north of NW 170th Street in Miami -Dade County to south of Miramar Parkway in Broward County, for a total distance of approx. 3.1 miles. The project also included reconstruction, widening, and milling and resurfacing of the HEFT mainline to I-75 to accommodate the Express Lanes Median to Median Direct Connect between I-75 and the HEFT, as well as other interchange ramp connections. The corridor includes fourteen (14) bridge structures, several associated MSE Walls, about 20,000 linear feet of sound walls, Toll Gantries, CCTV poles, High Mast Light Poles, and Overhead Sign Structures. Provided pile design for bridges, and design parameters for sound walls, poles, and sign structures. Also provided pile driving inspections and auger cast pile inspections for sound walls, and foundation certifications for bridges and sound walls. Downtown Roadway Drainage Improvements, Miami Gardens, Florida Provided geotechnical services for the drainage improvement. Issued a geotechnical report with the results of the BHP tests. SR-997 (Krome Avenue) from SR-94/Kendall Drive to SR-90/SW 8 Street Miami - Dade County, Florida. TSF provided geotechnical engineering services for the realignment of Krome Avenue from SR 94 (Kendall Drive) to SR 90 (Tamiami Trail). The project is approx. 5 miles long. Geotechnical recommendations involving permanent cut/fill slopes, excavations, groundwater control, pavement design, and on -site soil 46 suitability were provided. TSF also provided construction support services including evaluation of surcharge settlement. MIAMI-DADE Design -Build Rehabilitation of West Bridge and Bear Cut Bridge on Rickenbacker COUNTY PROJECT Causeway, Miami -Dade County, Florida Performed geotechnical engineering study for EXPERIENCE the bridge widening. The project included constructing French drains on the east and Continued west sides of the bridge. Performed pile capacity analysis and prepared soil parameters and providing geotechnical engineering recommendations. Performed studies to determine the length and pile capacity of the existing bridge (unknown foundation study). SW Sth Street and SW 32nd Avenue Drainage Improvement Project, Miami- Dade County, Florida Provided geotechnical services for the drainage improvement. Feld work included BHP tests as well as SPT borings. North Bay Road Pedestrian Bridge and Observation Desk, Sunny Isles, Florida Performed a geotechnical engineering study for the construction of a bridge over a canal connected to intracoastal waterway and located in between NE 172 and NE 174 streets in the City of Sunny Isles, Florida. Provided detailed information on subsurface and groundwater conditions. Computed axial capacities for 42-inch drilled shafts using FB- DEEP as well as lateral load analysis using L-Pile. Provided geotechnical engineering recommendations regarding foundation design and drilled shaft construction. NW 87th Avenue from NW 74th Street to NW 103rd Street, Miami -Dade County, Florida. TSF provided geotechnical engineering services for the NW 87th Ave. improvement project which included a new 3 span bridge with an overall length of about 130 feet on NW 87th Ave. over the Miami Canal; the installation of bulkhead along Miami Canal at the intersection of NW 87w Ave. and NW South River Dr.; traffic signal mast arms at the intersection of NW 87w Ave. and NW 100th SL; and a temporary MSE wall along NW South River Dr. to provide grade separation during construction. Performed pile axial capacity and lateral load analyses for the new bridge. Prepared geotechnical engineering reports, which summarized the course of study pursued, field and laboratory data generated, subsurface conditions encountered and geotechnical recommendations regarding Bulkhead design; shallow and deep foundations, Driven Pile Axial Capacity, Pile Lateral Load Analysis, Concrete Pile Installation, Test Pile Program, and Construction Considerations for the new bridge over Miami Canal. Additionally, TSF Performed external stability, global stability and settlement analyses for the temporary MSE wall. Design -Build Services for Replacement/ Rehabilitation of 72-inch Sanitary Sewage Force Main along NW/NE 159th Street Between NW 17th Avenue and NE loth Avenue for the 72-inch Force Main, Miami Dade County, Florida Performed a geotechnical engineering study for the proposed 72-inch force main rehab along NW 159th Street. Provided a report detailing information on groundwater and subsurface conditions as well as geotechnical recommendations regarding excavations, trench backfill, and lateral earth pressures (active, at -rest, and passive earth pressure) to be utilized by the design team. ADDITIONAL a South Florida AET Phase 4 ABBREVIATED 0Design Stormwater Pond Repairs, USCG Air Station MIAMI-DADE W Fern Street from Duval Ave. to SW 102 Ave. Drainage Improvements • COUNTY PROJECT Force Main Route 11 F.XPF.RiFNCF 400 Calvin, Giordano & Associates, Inc. F% C E P T I O N A L S O I LIT ION S` Local Business Tax Receipt Miami -Dade County, State of Florida -IN aO NVTA OU -DO NVI PAY 7216234 MgyFmMYAip YYnM CALVIN GIORDANO A ASSOOA7ES INC RENEWAL IOBOG 015CAYM BLVD 950 7500302 A9MAI FL SS IG I LBT EXPIRES S EPTEMBER A 2020 . ::.YN Y PYm n, NVYY m Emm fm GIaY BA-Art0L 10 CA1191 OOIIWlOLA9ACNTCS BC 11] YA.CQIP MP INLPSERPFIRM IRInIIRKOLY CRD GIlITAS OOFiNa0 R65 FASI< 597,50 07Y 59750 D7/09/2019 E.L;:10 ee) IS CREgfCARD-19-0$2217 IIRR IYYFwF.IITY M YA,<MYY NOY IwM Iwa,a TRU M1FIa.Y�mL.IA.ww Yv,WYYY YYhYYY. 11YYvtl,.4N wYY/,mv,YYYY .III Da NEOP'nIPS Yw,I.lIIY Y�YY cwYnwv.Y4Ywlaw. U3v U.T. TY wn w11dY.r ,,.w.l.ars. F..n1oR+nYY1 1lIF! e_ STATF OF FIONIDA --- BOARD OF PROFRWOM)AL ENGINEERS M ENIYFEmNOYI1PIp4 rIlAWYOUDED VIVL(.M .Y�Rnge([QQI/�L I�AjTANFD CALVIN GIORDANO &ASSOCIATES, INC- ]AN 6cR NM vJ^r4Y . ., �..IwI uir+•,. DuaermYPATo R. n RPh _ ,�.Ed �•dwl Yv. l.4u... �vlry IY.vre....`.r....+....�...w�Y�Y sRe.r FBPE �S STATEOFFLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROGESSIONALENGINEER HEREIN 15 LICENSED UNDERTNE PROVISIONS OF CHAPTER 471. FLORIDA STATLIFES MABROUK MOHAMED H`KQ TVRNIDFRY WAY AVf .1212 AVENTUPA HEM. OCUDENUMBEA: ME 14 E%%RATIONDATE FEDRUNLY28E M1 N.imarnyivenvnrvNrcvlMNlrwllvnee..wn l DarovvllnNialv�wmlinvryN— Ofv `RI hywv Yeme.hlvuYVNWlwvrvye.1 Pun 1. hmweb�ee Pudaumenl City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 48 Bicyclist Enhancement Project Calvin, lop F % C E Giordano & Associates, Inc. T ION A I SO I a T 10 N 5` State of Florida Department of'State I certify from the records of this office that CALVIN, GIORDANO & ASSOCIATES. INC. is a corporation organized under the laws of the State of Florida, filed on June 27, 1985. The document number of this corporation is M 17373. I further certify that said corporation has paid all fees due this orrice through December 31, 2020, that its most recent annual reportluniform business report was filed on January 27, 2020, and that its status is active. 1 further certify that said corporation has not filed Articles of Dissolution. Gitrer under nor hand and the Great Seal of the Stare of Florida at Tallahassee, the (.appal, this the Tnrnli�srrrnth dqr if January, 2020 . wretan' o Srurr Imckin%Numbm 21/3M67I42C To authentlnte this eerttncate.0slt the ro1l0%'iAK 1c.cntar this numher. and then follax the insirucdons dlipla)ed. pll to/gen'iees.wtt iY a I v .rn tktt 1 . ItlInO fMIrICO1CAY1IMOt Nt n City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 49 Bicyclist Enhancement Project 1WCalvin, Giordano & Associates, Inc. FXCEPTIONAI 5 O 1 1IT 1 O N 5' FDOT� �l .. Florida Department oJ' T r ansportation NO\OMAN IIS LDS lnwalu4'C Snmrl C!'\'OL TIII6l11 T.l.1- I:e\'!A\OY ILIi9huw4ro. I'I. j•J!N).(WJO SUS-01 AN\ September 10.2019 Chris Giordano, Vice President CALVIN, GIORDANO & ASSOCIATES, INC. 1800 Eller Drive. Suite 600 Ft Lauderdale. Florida 33316 Dear Mr. Giordano: The Florida Department of Transportation has reviewed your application for prequalifirallon package and determined that the data submitted is adequate to technically prequality your firm for the following types of work! Group 3 Highway Design - Roadway 3.1 - Minor Highway Design 3.2 • Major Highway Design Group 6 - Traffic Engineering and Operations Studies 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing Group 7 - Traffic Operations Design 7.1 - Signing. Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 10 - Construction Engineering Inspection 10.1 • Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 13 - Planning 13.4 • Systems Planning 13.5 - Subarea/Corridor Planning 13.6 • Land PlanningJEnglneering wurw.ldot.gov' City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 50 Bicyclist Enhancement Project 410 Calvin, Giordano S Associates, Inc. F X C E P T I O N A I 5 O 1 U T 1 O N 5` Group 15 • Landscape Architect Your firm is now technically prequalified with the Department for Professional Services in the shove referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Aooroved Rates Homer Field Fa as Premium Reimburse Home Field Branch Capital Cost Actual Direct Direct Overhead Overhead OVBAime Ex ses ExDense Expense 125.85% 1 86.87% 1 0.590% 1 Excluded I No 1 3.26% f 6.18%' 'Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Coda for additional information. Should you have any questions, please feel free to contact me by email at cadiayn.kell@doLstate.0.us or by phone at 850-414-4597. Sincerely, A Cadiayn Kell Professional Services Qualification Administrator www.fdot.gov City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 51 Bicyclist Enhancement Project 4110 Calvin, Giordano S Associates, Inc. F X C f P T 1 0 N A 1 5 0 1 U T 1 0 N 5' i l'ierra South Florida, Inc. le cernffed underthe prmnuions of 287 and 295.187. Florida Statutes. for a Wrio,l from: 10"2/^2019� 1V�010022t20021 MANAGEMENT �.<.N:�...o...r., h, NM SERVICES na �iw Florida UCP DBE Directory Number of Records Returned: Selection Criteria: Vendor: TIERRA SOUTH FLORIDA INC Vendor Name: TIERRA SOUTH FLORIDA INC DBE Certification: CERTIFIED MBE Certification: Certified DBA: Former Name: Business Description: GEOTECHNICAL ENGINEERING CONSTRUCTION MATERIAL TESTING THRESHOLDISPECIAL Mailing AddressJ: 2765 VISTA PARKWAY SURE 10 WEST PALM BEACH, FL 33411- Contact Name: RAJ KRISHNASAMY Phone: (561)687-8536 Fax: (561)687-8570 Email: P,AJ@TIERRASFCOM ACDBE III N Statewide Availabirdy: Y Certified NAICS 541330 Engineering Services 541380 Testing Laboratories City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 52 Bicyclist Enhancement Project '.N Tab 4 - Required Forms and Documents ��;, am II EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020.02 • LOCAL AGENCY PROGRAM FEDERAL -AID TERMS FOR PROFESSIONAL SERVICES CONTRACTS; FORM #375-040-84 65 of 120 55 LOCAL AGENCY PROGRAM FEDERAL -AID TERMS rr' For PROFESSIONAL SERVICES CONTRACTS """ "A1uu oecein oy.aa The following terms apply to all contracts in which it is indicated that the services involve the expenditure of federal hinds. A. It is understood and agreed that all rights of the Local Agency ralatmig to inspection, review, approval. patents copyrights, and audit of the work, trey g, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America B All tracings, plans, specifications, maps. computer files and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, will be considered works made for hire and will become the property of the Agency upon completion or termination without restriction or limitation on their use and will be made available, upon request, to the Agency at any time during the performance of such services and/or completion or termination of this Agreement Upon delivery to the Agency of said document(s), the Agency will become the custodian thereof In accordance with Chapter 119. Florida Statutes The Consultant trill not copyright any material and products or patent any invention developed under this agreement. The Agency will have the right to visit the site for inspection of the work and the products of the Consultant at any time C It is understood and agreed that. In order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of the U S Department of Transportation, anything to the contrary In this Agreement not withstanding D The consultant shall provide access by the Florida Department of Transportation (recipient). the Agency (subrecipienq, the Federal Highway Administration. the U.S. Department of Transportation's Inspector General. the Comptroller General of the United States. or any of their duly authorized representatives to any Walks. documents. papers. and records of the consultant which are directly pertinent to that specific contract for the purpose of making -Ail ..__..........a ,.^^ Proposal Submittal Checklist Form CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-20 This checWist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, B so, they will be identified in an addendum to this Solicitation. The response shall include the following hems: Proposal Package shall consist of one (1) original unbound proposal. X five (5) additional copies and one (1) digital (or comparable medium Including Flash Drive. DVO or CD) copy FDOT Local Agency Program (LAP), documents Exhibit 1, Scope X of Services, Attachment C to Bid Package ✓ X Supplemental Instructions for Respondents described in EXHIBIT 2 X Indemnification and Insurance Documents. EXHIBIT 3 Professional Services Contract, EXHIBITS; Provided for X Reference Only. Not Required with Submittal X Respondents Qualification Statement X List of Proposed Subcontractors and Principal Suppliers X City of South Miami Non -Collusion Affidavit VZ vll� X City of South Miami Public Entity Crimes and Conflicts of Interest ✓ City of South Miami Acknowledgement of Conformance with OSHA X Standards ✓ City of South Miami Affidavit Concerning Federal & State Vendor X Listings ✓ X City of South Miami Related Parry Transaction Verification Form ✓ City of South Miami Presentation Team DectaraaoniAfTdavit of / X Representation V LOCAL AGENCY PROGRAM FEDERAL -AID TERMS J71-04044 For PROFESSIONA1. SERVICES ES CONTRACTS r"mv ► [WEIrr 120+9 PW I as TERMS FOR FEDERAL AiD CONTRACTS (APPENDIX If: The following terms apply to all contracts in which it is indicated that the services involve the expenditure of federal funds: A. It is understood and agreed that all rights of the Local Agency relating to rnspecbon, review, approval, patents. copyrights, and audit of the wank, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America 8 All tracings, plans, specifications, maps, computer files and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, will be considered works made for hire and will become the property of the Agency upon completion or termination without restriction or limitation on their use and will be made available, upon request, to the Agency at any time during the performance of such services and/or completion or termination of this Agreement Upon delivery to the Agency of said document(s), the Agency will become the custodian thereof In accordance with Chapter 119, Florida Statutes. The Consultant win not copyright any material and products or patent any invention developed under this agreement. The Agency will have the right to visit the site for inspection of the work and the products of the Consultant at any time C It is understood and agreed that. In order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of the U.S. Department of Transportation, anything to the contrary in this Agreement not withstanding D The consultant shall provide access by the Florida Department of Transportation (recipient), the Agency (subreciplenl), the Federal Highway Administration, the U.S Department of Transportation's Inspector General, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers. and records of the consultant which are directly pertinent to that specific contract for the purpose of making audit, examination excerpts, and transcriptions. E Compliance with Regulations: The Consultant shall comply with the Regulations: relative to nondiscrimination in Federally -assisted programs of the U.S. Department of Transportation Title 49, Code of Federal Regulations, Pan 21, as they may be amended from lane to time, (hereinafter referred to as the Regulations), which are herein Incorporated by reference and made a part of this Agreement. F Nondiscrimination: The Consultant, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age. disability, religion or Family status in the selection and retention of subcontractors. Including procurements of material and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, Including employment practices when the contract covers a program set forth in Appendix 8 of the Regulations G Soluxtatrons for Subcontracts, Including Procurements of Materials and Eqwpment. In all solicitations made by the Consultant, either by competitive bidding or negotiabon for work to be performed under a subcontract, including procurements of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscnminaUon on the basis of race, color, national origin, sex. age, disability, religion or family status. H Information and Reports: The Consultant will provide all information and reports required by the Regulabons, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Local Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulabons, orders and instructions Where any information required of the Consultant is in the exclusive possession of another who fails or refuses to furnish this Information. the Consultant shall so certify to the Local Agency, Flonds Department of Transportation, Federal Highway AdministraUon, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain ttm information I Sanctions for Noncompliance, In the event of the Consultant's noncompliance with the nondiscrimination provisions of this controct, the Local Agency shall impose such contract sanctions as it or the Florida Departrnent of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to, 1. withholding of payments to the Consultant under the contract until the Consultant complies and/or 2 cancellation, termination or suspension of the contract, in whole or in part J. Incorporation or Provisions. The Consultant will include the provisions of Paragraph C through K in every subcontract, Including procurements of materials and leases of equipment unless exempt by the Regulations, order, or Instructions 66 of 120 56 LOCAL AGENCY PROGRAM FEDERAL -AID TERMS 3=5-W04M For PROFESSIONAL SERVICES CONTRACTS PROGRAM "'" WAVE ;B P600 issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the Local Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance In the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the Local Agency to enter into such litigation to protect the interests of the Local Agency, and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States K Compliance with Nondiscrimination Statutes and Authoribes: Title VI of the Civil Rights Act of 1964 (42 U.S C § 2000d at seq , 78 staff 252), (prohibits dmcnmination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Rekrst an Assistance and Real Property Acquisition Policies Act of 1970. (42 U S. C § 4601). (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects). Federal -Aid ifiighway Act of 1973. (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits disc iimination on the basis of disability); and 49 CFR Part 27, The Age Discrimination Act of 1975, as amended, (42 U.S.0 § 6101 st seq ), (prohibits discrimination on the basis of age). Airport and Airway Improvement Act of 1982. (49 USC § 471. Section 47123). as amended, (prohibits discrimination based on race, creed, color, national origin, or sex), The Civil Rights Restoration Act of 1987. (PL 100-209), (Broadened the scope, coverage and applicability of True VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Secton 504 of the Rehabilitation Act of 1973. by expanding the definition of the terms -programs or activities' to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); Tales II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems. places of public accommodation. and certain testing entities (42 U.S.C. §§ 12131—12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38, The Federal Aviation AdminWmbon's Non-discrimination statute (49 U S C. § 47123) (prohibits discrimination on the basis of race, dolor, national origin, and sex); Execubve Order 12898. Federal Actions to Address Environmental Jusboe in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs. pobcies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations. Executive Order 13166. Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes dw=minabon because of limited English proficiency (LEP) To ensure Compliance with Title VI, you must take reasonable slaps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100), Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.0 1681 at seq) L Interest of Members of Congress: No member of or delegate to the Congress of the United States will be admitted to any share or part of this contract or to any benefit ansing therefrom M. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof For purposes of this provision, public body shall include municipalities and other political subdivisions of States: and public corporations, boards, and commissions established under the laws of any State. N. Participation by Disadvantaged Business Enterprises. The Consultant shall agree to abide by the following statement from 49 CFR 28,13(b) This statement shall be included in all subsequent agreements between the Consultant and any subconsultant or contractor. 1 The Consultant, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, of sex in the performance of this contract The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the Consultant to carry out these requirements is a materiel breach of this contract, which may result in terminabon of this contract or other such remedy as the recipient deems appropriate. 0 It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18. Section 1020, is hereby incorporated by reference and made a part of this Agreement P. It is understood and agreed that if the Consultant at any time teams that the certification it provided the Local Agency in compliance with 49 CFR. Section 26,61, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Consultant shall provide immediate written notice to the Local Agency It is further agreed that the Clause tided "Certification Regarding Debarment. Suspension, Ineligibility and Voluntary Exclusion - Lower Tief Covered Transaction" as set forth in 49 CFR, Section 29 510, shall be Included by the Consultant in all lower truer covered transactions and in all aforementioned federal regulation 0. The Local Agency hereby certifies that neither the consultant nor the consultant's representative has been required by the Local Agency, directly or Indirectly as an express or implied condition in connection with obtaining or carrying out this contract, to 67 of 120 57 LOCAL AGENCY PROGRAM FEDERAL: AIU'PERMS JV-ojaac For PROFESSIONAL SERVICES CONTRACTS UROGsAMMMOZEMEW 12019 VW:) CO) 1 employ or retain, or agree to employ or retain, any firm or person, or pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; The Local Agency further acknowledges that this agreement will be fumished to a federal agency, in connection with this contract involving participation of Federal -Aid funds, and is subject to applicable State and Federal Laws, both criminal and ovrl. R. The Consultant hereby certifies that it has note employed or retained for a commisslon, percentage, brokerage, contingent fee. or other consideration, any firm or person (other than a bone We employee working solely for the above contractor) to sotccit or secure this contract: agreed, as an express or implied condition for ebtanrng this contract, to employ or retam the services of any firm or person in connection with carrying out this contract: or paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for the above contractor) any fee contnbutian, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract The consultant further aciknowtedges that this agreement will be furnished to the Local Agency, the State of Florida Department of Transportation and a federal agency in connection with this contract Involving participation of Federal -Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil S The Consultant shall utilize the U.S Department of Homeland Security's E-Veny system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall exprewly require any subcontraetors performing work or providing services pursuant to the Contract to likewise utilize the U.S Department of Homeland Security's E-Venfy system to verify fhe employment eligibility of all new employees hired by the subcontractor during the Contract term 68 of 120 58 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • DBE BID PACKAGE INFORMATION; FORM #275-030-1 1 69 of 120 59 StAT(OF FLOMO MPMIUW UP PpAr:gPOptATIM ZT oXm DBE 810 PACKAGE INFORMATION EQUAIOPPom JNUFCE aIv 3,. td2 DBE Utilization The Department began its DBE race neutral program January 1. 2000 Contract specific goals are not placed on FederallState contracts; however, the Department has an overall 10.65% DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level. the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts When the low bidder executes the contract with the Department. information will be requested of the contractor's DBE participation for the project. While the utilization is not mandatory In order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors' Equal Employment Opportunity and DBE Affirmative Action Programs Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount. Contractors are encouraged to identify any opportunities to subcontract to DBEs Please contact the Equal Opportunity Office at (850) 414.4747 it you have any questions regarding this information. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre -construction or pre -work conference for all federal and state funded projects This will not become a mandatory part of the contract. It will assist the Department in tracking and reporting planned or estimated DBE utilization During the contract, the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web -based Equal Opportunity Compliance (EOC) system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions, please contact EOOHelp@dotstate.fi.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts. The list must Include all firms that bid on prime contracts or bid or quote subcontracts on FDOT-assisted projects, including both OBE's and non -DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub-consuttants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is. Irtips f/www.fdol.00v/egual0000rtunity/eoc.shtm, 70 of 120 60 STATE OF FLJW7A CEPARTh¢TiT Of TRAMSAORTAN% Vs4jow DBE BID PACKAGE INFORMATION EauK QwORTUNITv ofF1GE 0909 Paw?or2 DBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FDOT Form 275-030-118) on file with the FDOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract_ Plans are approved by the Equal Opportunity Offcce In accordance with Ch 14-78. Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3) three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows. Print the first page of the document on company stationery ("letterhead") that Indicates the company's name, mailing address, phone number, etc. Print the company's name in the ' " space: next to "Date" print the month/day/year the policy is being signed: record the signature of the company's Chief Executive Officer. President or Chairperson in the space next to "by" and print the full first and last name and position title of the official signing the policy. Print the DBE Liaison's full name, email address, business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to: eeoforms�a}dot.statc.fl.us. The Department will review the policy, update department records and issue a notification of approval or disapproval; a copy of the submitted plan will not be returned to the contractor. 71 of 120 61 EXHIBIT #I SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW20120-02 • TRUTH IN NEGOTIATING CERTIFICATION; FORM #37S-030-30 72 of 120 62 ETATF OF F101MMA OFPMnMENT OF TRAMEf WATION )`--O�A TRUTH IN NEGOTIATION CERTIFICATION FRn: AFMFNT 'lv'4 Pursuant to Section 287.055(5)(a), Florida Statutes, for any lump -sum or cost -plus -a -fixed fee professional services contract over the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY FOUR, the Department of Transportation (Department) requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal, or as prescribed in the contract advertisement The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs All such agreement adjustments shall be made within (1) year following the end of the contract For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department, whichever is later Calvin, Giordano & Associates, Inc. l�JameA r$sultant By: February 10, 2020 Date Chris Giordano, MSC, CCM, Vice President 73 of 120 63 -'•tL OF FLO° OUWIMENI Cf'I,Aµ5FY1I1t,iTpiN 115L?X TRUTH IN NEGOTIATION CERTIFICATION mv+. Pursuant to Section 287 055(5)(a). Florida Stalules, for any lump -sum or cost -plus -a -fixed fee professional services contract over the threshold amount provided in Section 287 017. Florida Statutes for CATEGORY FOUR, the Department of Transportation (Department) requires the Consultant to execute this certificate and include 4 with the submittal of the Technical Proposal, or as prescribed in the contract advertisement The Consultant hereby certifies, covenants. and warrants that wage rates and other factual unit coats supporting the compensation for this project's agreement are accurate. complete, and current at the time of contracting The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to Inaccurate, Incomplete, at noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department, whichever is later Tierra South Flonda. Inc. Namrak.se t By:_ 2/ 10/2020 Raj Krisfyisamy, PF. Date 730120 M EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • CONFUCT OF INTEREST/CONFIDENTIALITY CERTIFICATION FOR CONSULTANT/CONTRACTOR SERVING IN THE ROLE OF PROJECT MANGER FOR FDOT, FORM #37S-030-SO 74 of 120 65 in 010 W CONFLICT OF INTERESTICONFIDENTIALITY CERTIFICATION "OC" MW sac- ire FOR CONS ULTA NMONTRACTOR/TECHNICAL ADVISORS I cartity, that I have no present conflict of interest, that 1 have no knowledge of any conflict of interest that my firm may have, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation on any contract it I have a conflict of interest or a potential conflict of interest. ConsultantslContractors are expected to safeguard their ability to make objective, fair, and impartial decisions when performing work for the Department and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable Observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision Consultants performing work for the Department should avoid any conduct (whether in the context of business. financial, or social relationships) which might undermine the public bust, whether or not that conduct Is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation (`Department') related to the procurement of the above4eferenced ('Project') that I gain access to as a result of my involvement with the Project (`Procurement Information'). 1 understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project I also understand that Procurement Information includes, but Is not limited to, documents submitted to the Department by enthfes seeking an award of the Project ('Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of responselletlers of interest, technical proposals. price proposals, financial proposals, and information snared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Flonds Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department (-Project Personnel'). I understand that a list of Project Personnel will be maintained by Department It I am contacted by any member of the public of the media with a request for Procurement Information. I will promptly forward such request to the Department's Procurement Office. I will also maintain secimty and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated wdh the Project, and I recognize that doing so may be contrary to statutes, ordinancesand rules governing or applicable to the Department or may otherwise be a violation of the law I agree not to engage in bid tampering, pursuant to Secbon 838.22, Florida Statutes I realize that violation of the above mentioned standards could result In the termination of my work for time Department 1 further realize that violation of the above mentioned statute would be puniNuble in accordance with Section 838.22, Florida Statutes. Advertisement No.l Description Sokotabon No Construction & Engineering Inspection for the 62 Avenue RFQ PW2020-20 Pedestrian and Bicyclist Enhancement Project Financial Project Numbers) Each undersigned individual agrees to the terms of this Conflict of InteresUConfidentiality, Certification Printed Names Sig lGrns]_ _ Date Chris Giordano, MSC, CCM February 10, 2020 ns �•.o 66 inn ,il I, CWQ/ I�VY,Y(M (Y IYNVIMM1IT.F V t a �J 4 CONFLICT OF INTERESTICONFIDENTIALITY CERTIFICATION occ -iyn PUBLIC OFFICERSIEMPLOYEES I Certily that I have no present conflict of interest on the projecft identified below, and that 1 will recuse myself from any rapacity of decision making, approval. disapproval or recommendation or any consullantkon bactar/vendor for selection on any contract if I have a conflict of interest or a potential conflict of interest As set lomh in Sections 112 313 and 33.4 193. Florida Statutes public officers or employees of an agency may rat have any interestfinancial or otherwise, direct or indirect engage in any busmess transaction or professional activity. or accept any obligation of any kind which is in concoct with the proper conduct of their duties in the public interest 1 recognize that Slate of Florida public officers or employees of an agency are expected to honor the ethical obligations inherent in Public service These obligations go beyond mere legal obligations and demand Irom the public officer or agency employee a greater sensitivity to his or her conduct. as well as the publics perception of such conduct State of Florida public officers or employees of an agency are expected to safeguard their ability to make objective, fan, and impartial decisions, and therefore may not accept benefits of any sod under clrcumstanoes in which it could be Inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision Public officers or employees of an agency should avid wry conduct (whether in the conWxt of businessfinancial, or sbClal relationships) which might undemuns the public trust, whether or not that conduct Is unethical or tends itself to the appearance of ethical Impropriety I will maintain the confcle haply of all mformation not made public by the Florida Department of Transportation ('Department') related to the procurement of the above•ref chanced ('Project') that I gain access to as a result of my involvement with the Project ('procurement Information'). I understand that Procurement Information includes, but is not limited to. documents prepared by or far the Department related to procurement of the Project t also understand that Procurement Information includes. but 15 not limited to, documents submitted to the Department by entities seeking an award of the Project ('Proposers') I understand that Procurement Information may include documents submitted by Proposers related to letters of mapons&1etters of interest, technical proposals, price proposals. financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers. and Information regarding Project cost estimates I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of InteresUConfdenbalnty Certrhution which has been approved by the Deparmenl ('Project Personnel') I understand that a list of Project Personnel will be maintained by Department If 1 am contacted by any member of the pudic or the media with a request for Procurement Information, I will promptly forward such request Id the Department's Procurement Office 1 will also maintain security, and control over all documents contamulg Procurement Information which are in my custody I agree not to solicit or accept gratuities. unwarranted privileges or exemptions, favors. or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the low I agree not to engage in bid tampering, pursuant to Section 836 22. Florida Statutes I realize real violation of the above mentioned statutes would be punishable in accordance with Section 112 317 Section 334.193 or Section 838.22, Florida Statutes, and could result in disciplinary action Advertisement No.I Descnptlon Financial Project Number(s) Solicitation No Not Applicable Each undersigned mdrvduai agrees to the terms of this Conflict of Interest/Confidentiality Certification (conRon nest Printed Names Signaturesres res Date Raj Krishnasarny, PE, President 2/ 10/2020 79 u1 1 ryA UATTOrrit"11JAMPANIMLN1M INAWROA{A9014 1151-0l0-SU CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION occ I )/74 FOR CONSULTANT/CONTRACTOR/TECHNICAL ADVISORS Additional Page Advertisement No / Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification Printed Names Signatures Date 86 of 120 68 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • CERTIFICATION REGRDING DEBARMENT, SUSPENSION, INELIGILIBITY AND VOLUNTARY EXCLUSION -LOWER TIER COVERED RANSACTIONS FOR FEDERAL CONTRACTS; FORM 375-030-32 87 of 120 69 STATE OF ArOR10AOEPAATMENT Or TPN6PORTATICw IT5_4vp l CERTIFICATION REGARDING DEBARMENT, SUSPENSION, "`dO01P1 Viww INELIGIBILITY AND VOLUNTARY EXCLUSION- ln5 LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is camfied that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily ex ded from participation In this transaction by any federal department or agency. Name of Cr¢asyhaf ra Ivin, Giordano &Associates, Inc. BY _C — Date: February 10, 2020 Titre: Vice President Instructions for Certification Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts. purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to rest S25.000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower ter is providing the certification set out below b, The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower Tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department. or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower her participant shall provide immediate written notice to the person to which this proposal Is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred." "suspended."'ineligible " "participant." "person." "principal" and "voluntarily excluded" as used In this clause, are defined in 2 CFR Parts 180 and 1200you may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 'First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions' refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts) 'First Tier Participant' refers to the participant who has entered into a covered transaction with a grantee or subgrantse of Federal funds (such as the prime or general contractor). -Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subconlractors and suppliers). e. The prospective lower her participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who Is debarred. suspended, declared ineligible, or voluntarily excluded front participation in this covered transaction, unless authorized by the department or agency with which this transaction onginated. f. The prospective lower tier participant funher agrees by submitting this proposal that it will Include this clause lilted "Certification Regarding Debarment. Suspension. Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower her covered transactions and in all solicitations for lower liar covered transactions exceeding the $25,000 threshold. g A participant in a covered transaction may rely upon a certification of a prospective participant in a lower her covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant Is responsible for ensuring that its principals are not suspended. debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals. as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (ht1ps1Awww.epls.govQ, which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions. if a participant in a covered transaction knowingly enters into a lover tier covered transaction with a person who is suspended, debarred. Ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 88 of 120 70 SfnTf Of nmamarKPM•Wrri or 5154 a: CERTIFICATION REGARDING DEBARMENT, SUSPENSION, �Lxvv rinr INELIGIBILITY AND VOLUNTARY EXCLUSION- ivu LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certdted that neither the below identified firm nor Its principals are presently suspended, proposed for debarment, declared mehgrble, or voluntarily excluded from participation in this transaction by any federal department or agency Name of Consult Tierra South Florida, Inc, By. I Rai Krishnasamy, PF Date 2/10/2020 Title: President Instructions for Certification Instructions tot Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower her transactions requiring pnor FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 12D0) a. By signing and submitting this proposal. the prospective lower tier Is providing the certification set out below b The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into if it Is later determined that the prospective lower liar participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government. the department, or agency with which this transaction originated may pursue available remedies. including suspension and/or debarment. c The prospective lower tier participant shall provide vnmediate written notice to the person to which this proposal is submitted it at any time the prospective lower ter participant teams that its certification was erroneous by reason of changed circumstances d. The terms "covered transaction," "debarred,"suspended."'ineligible,"'paniclpanl,' "person." 'principal,' and 'voluntarily excluded." as used In this clause. are defined In 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance In obtaining a copy of those regulations 'First Tier Covered Transactions' refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). 'Lower Tier Covered Transactions' refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts) -First Tier Participant' refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). 'Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers) e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered Into, it shall not knowingly enter Into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible. or voluntarily excluded from participahun in [his covered transaction, unless authorized by the department or agency With which this transaction originated. 1 The prospective lower tier participant further agrees by submitting this proposal that 11 will include this clause tided "Certification Regarding Debarmment. Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transacuon." without modification, In all lower tier covered transactions and in all solicitations for lower der covered transactions exceeding the $25.0D0 threshold. g A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, Ineligible, or voluntarily excluded itom the covered transaction, unless it knows that the certification is erroneous A participant is responsible for ensuring that its principals are not suspended. debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals. as well as the eligibility of any lower ber prospective paNclpants, each participant may, but cl not required to. check the Excluded Parties List System website (htlps rAvwwepls.govi). which is compiled by the General Services Administration h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this cause The knowledge and Information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings 1. Except for transactions authonred under paragraph a of these instructions, if a pariicpanl in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, Ineligible, at voluntarily excluded from Participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency With which this transaction originated may pursue available remedies, including suspension anchor debarment. 88 of 120 71 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 VENDOR EUGIUBIUTY CHECK PRIOR TO CONTRACT AWARD; FORM #375-030-91 89 of 120 72 STATE OF FLORIDA OEPARTMEM OF TRANSPORTATION 37 L 1 Vendor Eligibility Check Prior to Contract Award PROC RE ENTS Construction & Engineering Inspection for the 62 Avenue Pedestrian and Project Description(s): IRiWlist E,,l n�hancement Project Financial Project Number(s): Fi1y 4 3 P6 7 3 —/ In accordance with State law: Section 287.133(2)(b), Florida Statutes, provides that public entities may not contract with firms that have been excluded from participating in the public contracting process. A public entity may not accept any bid, proposal, or reply from, award any contract to, or transact any business in excess of the threshold amount provided in s. 287.017. F.S., for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), F.S. A public entity that was transacting business with a person at the time of the commission of a public entity crime resulting in that person being placed on the convicted vendor list may not accept any bid, proposal, or reply from, award any contract to, or transact any business with any other person who is under the same, or substantially the same, control as the person whose name appears on the convicted vendor list so long as that person's name appears on the convicted vendor list. A contract award (reference 2 CFR 1200 and 2 CFR 180) must not be made to parties listed on the government -wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." Pursuant to 23 CFR 172.7(b)(3), a contracting agency shall verify suspension and debarment actions and eligibility status of consultants and subconsultants priorto entering into an agreement or contract in accordance with 2 CFR part 1200 and 2 CFR part 180, when the identities of such subconsultants are known prior to execution of the subject agreement or contract. The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The Convicted Vendor List/ Suspended Vendor List / Discriminatory vendor List / Federal Excluded Parties List/ Vendor Complaint Lists are available at the following Department of Management Services site: htto://www.dms.mvflorida.00m/bustnes% operations/state purchasing/vendor information/convicted suspended discriminatory complaints vendor lists Section 287.135, F.S. prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel. Section 287.135, F.S. also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, if the company is on either the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473, F.S. 90 Page of 2 187 73 STATE OF FLORIDA OEPARTMEW OF TRANSPORTATION 5754S 1 Vendor Eligibility Check Prior to Contract Award PROCUREMOEENTT 18 The List of Scrutinized Companies that Boycott Israel, and the Scrutinized List of Prohibited Companies (Activities in Sudan/Iran Petroleum Energy Sector) are available at the following Florida State Board of Administration site: httos://www.sbafla.com/fsb/Funds W eManage/F RSPensionPlan/`GlobalGovernanceMandates.asp I have checked the aforementioned lists that apply to this procurement, as applicable to verify that the vendor (and all subs where known) is eligible for contract award/execution: Procurement Office or Contracting Awarding Office: e61 LlG^ edN&ejf N e Signature Date: 6r 91 of 120 Page 92 of 287 74 EXHIBIT #I SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020.02 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS: FORM #37S-030-33 92 of 120 75 nww.0 PROCUMEROW Im CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer of employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: Calvin, Giordano & Associates, InG ECyhris Giordano, MSC CU3te: February 10, 2020 Authorized Signature Title, Vice Presient 93 of 120 76 3iaoan "ROtlIRfNlNI 1WU1 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS (Compliance with 49CFR. Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to Influence an officer or employee of any federal agency, a Member of Congress, an officer of employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation. renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan. or cooperative agreement, the undersigned shall complete and submit Standard FomrLLL, "Disclosure of Lobbying Activities". in accordance with Its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction Imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name Tierra South Florida, Inc. B Date: 2/10/7020 Authorized Signature ratio• President 93 of 120 77 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ i#PW2020.02 • DISCLOSURE OF LOBBYING ACTIVITIES: FORM #37S.030.34 94 of 120 78 STATE OF Flo eA CCPA TLENT Or T"N'F0R7Afr0!1 3754p.}r DISCLOSURE OF LOBBYING ACTIVITIES egac" "imm um Is this form applicable to your firm? YES ❑ NO NJ If no. then please complete section 4 below for `Pnme' 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. Initial filing b, grant b. Initial award b. material change c. cooperative agreement c. post -award For Material Change Only: d, ban Year: Quarter, e. ban guarantee I. loan insurance Date of last report: (mnydd/yyyy) 4. Name and Address of Reporting Entity Prune ❑ Subawardee 5, If Reporting Entity in No. 4 is a Subawardee. Enter Name and Address of Prime Tier if known: Calvin Giordano &motes, Inc. Togooyne Boulevard, 5urte Congressional District, if known: Miami, FL 33161 Congressional District. if known: 4c 6. Federal Department/Agency: 7. Federal Program Name/Descriptlon: CFDA Number, if applicable: 8. Federal Action Number, ifknown: 65-0013869 9. Award Amount, if known: S 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name. MQ different from No. 10a) (last name. first name, MO: 11. Information requested gvough this form m authonzed by title 31 _ --- U.S.G. section 1352. Thai disdosum of lobbying arlivales is a mineral representation of fact upon which reliance was plama by the Her above when this transaction was made of entered Into. Thla disclosure is required pursuant to 31 U.S.C. 1352 Signature: print Name Chris Giordano. MSC. CCM This information will be available for public inspection. Any person who fells to file the required disclosure stall be subfect to a cmf penally of not less than S1o,000 and not more than S100,000 for each such failure Title, _Vice President Telephone No.. 954-921-7781nate mm/d c dlyyyy): 02/10/2n3o Federal Use Only: AulWired for Local Reproducilon 81an0ard Fonn LLL Rev. 7.97 95 of 120 79 775 = 34 PROCUREMENT 004 ►opo2012 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the Initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The Filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the Initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3 Identify the appropriate classification of this report. if this is a followup report caused by a material change to the Information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname, address, city, State and zip code of the reporting entity. Include Congressional District, 0 known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient_ Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address. city. State and zip code of the prime Federal recipient Include Congressional District, d known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants. cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action Identified in Item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number, the contract. grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or S. 10. (a) Enter the full name, address, city, State and tip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity Identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services. and include full address 9 different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to rite Paperwork Reduction Act. as amended, no persons are required to resporrut to a collection of infom►ation unless it displays a valid OM13 Control Number_ The valid OM13 control number for tills information cotledian is OUR No 0348-0046 Public repwttrg burden for this cotteetiar of wformation is estimated to average 10 minutes per response, lnc uding time tar reviewing instn,etions, searching existing data sauces. gathering and maintoWng the data needed, and completing and reviewing the collection of Information Send oomnments regarding the turrden estimate or arvy other aspect of this collection of information. Including suggestions for reducing this burden, to the Office of Management aria Budget. Paperwork Reduction Project (03484M46), Washington. DC 20503 86 of 124 80 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTURAL SERVICES; FORM #375-040-62 97 of 120 81 STATE Or FLORIDA DEPARTIIIENT OF TRANSPORWK.SN 37S0&M BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT P"P-M SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES awe Prime Contractor/Prime Consultant Calvin, Giordano & Associates. Inc. Address/Phone Number 10800 Biscayne Boulevard, Suite 9S0, Miami, FL 33161, 786.48S.S200 Procurement Number/Advertisement Number RFQ PW2020-02 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate. on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5.6. 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number. 6S-0013869 2. Firm Name: Calvin. Giordano & A ociaies. Inc 3 Phone, 7R6-a1%S-S2An 4. Address: 10800 Biscayne Boulevard. Suite 9S0 Waml ,Ell 33.361 Year Firm Established: 1. Federal Tax ID Number- 82-9296222 2. Firm Name: Tierra Sou orf a 3. Phone: 551-684-8536 4. Address: 2765 V;sta Parkway- Suite 10 IN.CA Palm Ranch. F133411 5. Year Firm Established: 2o03 2. 3. 4. Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 1. 2. 3. 4. Federal Tax ID Number Firm Name: Phone: Address: 5. Year Firm Established: B ❑ DBE [I Non -DBE 7 ❑ Subcontractor ❑ Subconsultant 6. ® DBE ❑ Non -DBE 7 ❑ Subcontractor ® Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7 ❑ Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - S5 million ❑ Between $5 - $10 million (� Between S10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than S1 million ® Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 minion ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than 515 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - S15 million ❑ More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid — iTB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal — RFP) REPLY (Invitation to Negotiate — ITN) 98 of 120 82 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN S BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-20 END OF SECTION 99 of 120 83 EXHIBIT #2 SUPPLEMENTAL INSTRUCTIONS AND SUBMITTAL FORMAT FOR RESPONDENTS CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 The submittal must name all persons or entities interested in the submittal as principals. The submittal must declare that it is made without collusion with any other person or entity submitting a submittal pursuant to this RFQ. Each firm shall only submit once as a prime and may participate as a sub -consultant on more than one team. The City of South Miami shall only consider a joint venture team or firm that provides all disciplines requested in the RFQ. SUBMITTAL FORMAT Firms shall prepare their submittals using the following format and should include, but not be limited, to the following: I. Letter of Transmittal a.) This letter will summarize in a brief and concise manner, the respondent's understanding of the scope of work and make a positive commitment to timely perform the work. b.) The letter must name all of the persons authorized to make representations for the respondent including the tides, addresses, and telephone numbers of such persons. An authorized agent of the respondent must sign the Letter of Transmittal indicating the agent's title or authority. The letters should not exceed two pages in length. 2. Statement acknowledging receipt of each addendum issued by the City. 3. Qualifications and experience of the firms)lindividual(s) who will provide the services. 4. The submission should include: A. Proposal Package and LabefinglMarking Requirements: All submissions shall consist of one (1) unbound original and five (S) copies, 3-ring binders are not permitted. One (1) digital or comparable medium including Flash Drive, DVD or CD copy is ALSO required. Submission packages shall be tabbed according to a Table of Contents. The original and all copies shall be clearly marked accordingly as "original" or "copy." The digital copy and the five (5) copies must be exact duplicates of the original submission. 100 of 120 84 FAILURE TO PROVIDE EXACT COPIES SHALL RESULT IN SUBMITTAL BEING DESIGNATED NON -RESPONSIVE. B. Title Page Show the name of Respondent's agency/firm, address, telephone number, and name of contact person, email address, date, and the subject: CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02. C. Table of Contents Include a clear identification of the material by section and/or by page number. D. Oualification Statement The Qualification Statement shall be written in sufficient detail to permit the City to conduct a meaningful evaluation of the proposed services. The Qualification Statement should be delivered in two parts. The first part is the technical submittal that shall consist of subsections (1) through (S) where subsections (1) through (3) shall be no more than 10 pages single -sided. If subsections (1) through (3) contain more than the 10 page limit, the evaluation committee shall be instructed to disregard all pages after page 10 of the submittal. The second part is all standard forms that must be fully executed by an authorized officer of the Respondent. The technical submittal should be divided into subsections as described below. I. Executive Summary: a. Provide a brief summary describing the Respondent's approach to the work called for by the RFQ and ability to perform the work requested; the Respondent's background and experience in providing similar services. This summary should be brief and concise to advise the reader of the basic services offered, experience and Proposal of the Respondent, staff and any other relevant information. A Project/Client Manager should be provided and assigned to manage all aspects of this work. 2. Respondent's Organization: a. Describe the Respondent's organization; history and background; principals, officers, owners, board of directors and/or trustees; the primary markets served; the total current number of employees; the current number of professional employees by classification. and state the number of years that the Respondent has been in business. 1010120 85 3. Respondent's Past Performance: a. Provide a detailed description of comparable contracts (similar in scope of services to those requested herein) which the Respondent has either ongoing or completed within the past five (S) years. The description should identify for each project (1) the client, (2) description of work, (3) contract duration. (4) customer contact person and the person's phone number, (S) statement or notation of whether Respondent is/was the prime Consultant/contractor or subcontractor or sub -consultant, and (7) the results of the project. 4. Organization Chart: a. Provide an organization chart showing all key individuals (including the Project/Client Manager) assigned to their area of responsibility, including their company, tide, years of experience and years employed in current tide at present or former firms. This chart must clearly identify the Respondent's employees and those of the sub -consultants. Provide list of professional licenses held by the pertinent key personnel (including sub -consultants) to be assigned for the services of this RFQ. Note: Confidential and Proprietary Information. Trade secrets or proprietary information submitted by Respondents in connection with this pre -qualification process may be subject to the disclosure under Chapter 119, F.S., unless such information is specifically exempted or categorized as confidential in that Chapter or another section of the Florida Statutes. However, respondents must invoke the protections of any such section(s) within 24 hours of notice that a public records request for such information has been made and if Respondent invokes an alleged right to an exemption or declares the information to be confidential, Respondent shall provide written justification including a citation to the specific statutory authority relied upon and the reasons Respondent believes that it applies to the records being requested. Failure to abide by this procedure may result in disclosure of the Respondent's information and Respondent agrees that the City shall not be liable to Respondent for disclosure under such circumstances. Furthermore, if a Respondent objects to production of the documents, Respondent agrees to indemnify and hold the City harmless from any and all costs and expense incurred by the City, including City's attorney fees, in defending an action filed to obtain said records, as well as any damage award against the City, including the attorney fees of any of the parties in such suit and appeal. END OF SECTION 1020120 86 EXHIBIT 3 CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 Insurance & Indemnification Requirements Insumm� A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM. from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub -contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable- B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CiTY and such authorization shall be at the CiTY's sole and absolute discretion. The FiRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell Insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable. whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease. or death of the FIRM's employees: (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal Injury liability coverage: (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property. including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations: and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. lFirm's InsurmKe Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: Workers' ComRepsation Insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440. Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FiRM shall further insure that all of its Subcontractors maintain appropriate levels of Workers Compensation Insurance_ Commercial Comprehensive General Liabllity insurance with broad form endorsement, as well as automobile liability, completed operations and products liability. contractual liability, severability of interest with cross liability provision, and personal Injury and property damage liability with limier of $1,000.000 combined single limit per occurrence and $2,000,000 aggregate, including • Personal Injury: $1.000.000: • Medical Insurance. $5.000 per person; • Property Damage: $500.000 each occurrence: Umbrella Commei ci 1 Comambensive—G neral Llabititi► insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2.000.000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the 103 of 120 87 latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (,g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to these required for Bodily Injury liability and Property Damage Liability. Business A omobtle Mablift with minimum limits of One Million Dollars ($1.000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy. without restrictive endorsements, as filed by with the state of Florida. and must include: (a) Owned Vehicles. (b) Hired and Non -Owned Vehicles (c) Employers' Non -Ownership BubcontraW The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in these insurance and indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FiRM where applicable. Elm AcCoverage insurance (Builders' Ruk�. IF APPLICASt,E: A In the event char this contract involves the construction of a structure. the FIRM shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY. "Broad' form/AII Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery Is included in the Contract or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must. at all times. be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the FIRM, as their interest may appear, and shall also cover the mterem of all Subcontractors or Subconsultants performing Work. B. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. "isrAlangams A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract. the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CiTY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the FIRMS duty to indemnify the City as provided in this Agreement- D. Before starting the Work, the FIRM shall deliver to the CiTY certificates of such insurance. acceptable to the CiTY. as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating Guide. latest edition and authorized 104 of 120 88 to Issue insurance in the State of Flonda. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the cone act period with the CITY. The FIRM may be required by the CITY, at its sole discretion. to provide it "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the Insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury". 'property damage', or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage g (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the Intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." E. If the FIRM is providing professional services, such as would be provided by an architect engineer. attorney. or accountant. to name a few, then in such event and in addition to the above requirements, the FiRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $I.00O,000 with deductible per claim if any, not to exceed 5% of the Umit of liability providing for all sums which the FiRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives. Subeontractors/subconsultants or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FiRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms spedfied above. which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole. absolute and unfettered discretion, Indemnification Requirement A. The ARM accepts and voluntarily incurs all risks of any Injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the FIRM or anyone acting through or on behalf of the FIRM. B. To the fullest extent permitted by law, the Agency's contractor shall indemnify and hold harmless the City of South Miami, the Scare of Florida. Department of Transportation , and its officers and employees from liabilities, damages. losses and costs, including. but not limited to. reasonable attorney's fees. to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor and person employed or utilized bey the contactor in the performance of this Contract " This Indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the City of South Miami sovereign community. C. The FIRM shall pay all claims, losses and expenses of any kind or nature whatsoever. In connection therewith, including the expense or loss of the CiTY and/or its affected officers, affithtes, employees, successors and assigns. Including their attorneys fees, in the defense of any action in law or equity brought against them and arising from the negligent error. omission. or act of the FIRM. its Sub- contractor/subconsultants or any of their agents, representatives, employees, or assigns, and/or arising out of. or incident to, this Agreement. or incident to or resulting from the performance or non-performance of the FIRM's obligations under this AGREEMENT. D. The FIRM agrees and recognizes that neither the CiTY nor its officers. affiliates, employees, successors and assigns shall be held liable or responsible for any claims, induding the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the FIRM, its contractor/subcontractor/subconsultant or any of their agents, representatives, employees, or assigns, or 105 of 120 89 anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the FIRM. CITY in no way assumes or shares responsibility or liability for the acts or omissions of the FIRM. its contractor/subcontractor or any of their agents. representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The FIRM has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to professional contracm and pursuant to Section 72S.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the CEI Consultant concerning indemnification. Thus. the CEI Consultant's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities. damages, losses, and costs. Including. but not limited to, reasonable attorneys' fees, to the extent caused by the negligence. recklessness, or intentionally wrongful conduct of the CEI Consultant and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 106 of 120 90 4wCalvin, Giordano 9 Associates, Inc. F XCEPTIONAI S O 1 UT I O N S` CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. H SUBROGATION IS WANED. subject to the terms and conditions of the policy, certain policies may require an endorsement- A statement on PNOWcm RSN Insurance Services 303 E Wacker Dr Ste 650 .RARE' PHONE - -- rAx N 31285s-seoD nP dais rAnsl®r5rinaurance.conT Chicago IL 60601 INSOItER(sl AFPLYmM3 CoyOnAOE M URER A. Harvard Fire Insurance Co. PORmto slvnlca' I"Uuu, 8: NaVigaWS Insurance Cam — nenY Calvin. Giordano & Associates, Inc. 1600 Eller Drive INauRm c: Twin Cdy_Fira Inaunnce Co. ImuxU o: GrsaIAmwcan ESS Ins. Co. Suite 600 .......... N�rnrd CAa,NI. Irwrranu G Fort Lauderdale FL 33316 nnVFRARFR 6R1rIilGATF NIILSRER-wda Y,A REVMION NUMBER. THE IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE 6=_N ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT IO WHICH TINS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THL INSURANCE AFFORDED DY IIIE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL 111E TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NT 1rPEOF I1ItIMNGE YNu YEfF Y urn A X COMYERCNLODERALLreLLTY LINMSIMOL X OLGN 83UENN3%1 lownlo 1OW02D FApIOu'AwR T NAAGE TONEMEO NISGSIEO M IIIMP IRA ve {erivnl 51.Miono E300.0DO 910,000 DENT Ot PERSCFUI.aAnv nuafv 51.000A00 _ AGGKf.A1E LOW NTRES PER POI iT,Y � � LCD DINER f RN M.GWT.AIE S2.000.000 FR(%xM,T5 Cous, yCC $2.000,000 f t ae10NOBAEUAIvtnY NN+NRD SCHMOOUI AUTCS lED noTn$ CNLY M1T03 X 11 Pro X NmIO,R1Fn AL11MONLY AUTOS MY 83UENPY9100 10=019 IMYmm iCLW 15 rKiL UN S1.00DAM ace LY FuuN, NNpenbn) s UL1IAr INA1M n'N.Oxnp S rDAw uebnl s s I' X uxbrtLu use OCgA T t.cte-,L4a CINMS.NAOE Dm X .1 EXI CHI9EXC88S80DM tOQ2019 11=07D EACH OCCVPRENCE 510.000.000 510.000.00D P _ - _ AGOIaGAIE C woNNIUVSC MnoN ANO PIPLOIFAe LIAB111Y YON LM A1nPPElOPRPNi1FWFxEdInVE O 'wny,.K.FxcHa)em ❑ (Nbn"wylnr0 1rr ppo uCa i t:ESCRPT�.^N CF OPERATKXIS pabN MIA 831NECEUam WI MID Mf2Mm X FI FAOI ACGDEM SI,Mim E.LDISEASE EAEMPLOYE SI,000D00 _ EL OIAAef PQICY IIYI f1,ODO,00D D F WWWLbbRy 1ER285+199t 101=19 IMYNm Eeei Gelm%,reSNN 9,000.000 DESCFWMp OF OPEM71ONS 1 LOCATIWp I VEHICLES IACCRO 1M, AJduonel A—m ks MnMule. my be aut'Iw911—apace M ropwmn EYidance of Coverage SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WRL BE DELIVERED IN ACCORDANCE NTTITHE POLICY PROVISIONS. Evidence of Coverage AnTNmITcn RFwrcaFNTATIYP 018BB•Z015 AG ACORD 25 (201NO3) The ACORD name and logo ere registered marks of ACORD All rights reserved. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 91 Bicyclist Enhancement Project RESPONDENT QUALIFICATION STATEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar projects completed. a) In the past 5 years 16 In the past S years On Schedule 16 b) In the past 10 years 26 In the past 10 years On Schedule 26 II. List the last five (5) completed similar projects. a) Project Name: MLK (Hammondville Rd) Improvements SA = Supplemental Owner Name: City of Pompano Beach - Horacio Danovich Agreements Owner Address: 100 W Atlantic Blvd, Pompano Beach, FL 33060 W = Weather H = Holiday Owner Telephone: 954.786.7834 Original Contract Completion Time (Days): 330 Days Original Contract Completion Date: 12/2016 b) c) Actual Final Contract Completion Date: 12/2017 (SA:350 days; W:21 days; H.10 days) Project Name: NW 110th Ave Rd Improvements Owner Name. City of Coral Springs - Paul Carpenter Owner Address: 9551 W Sample Rd, Coral Springs. FL 33065 Owner Telephone: 954.344.1159 Original Contract Completion Time (Days): 240 days Original Contract Completion Date: 4/2018 Actual Final Contract Completion Date 0712018 (SA:14 days; W:16 days; H:4 days) Project Name: Owner Name: Beachwalk II Phase II City of Miami Beach - Daniel Cevallos 15 of 120 92 Owner Address: 1701 Meridian Ave, Miami Beach, FL 33139 Owner Telephone: 305.673.7071 Original Contract Completion Time (Days): 270 days Original Contract Completion Date: 12/2018 Actual Final Contract Completion Date: 03/2019 (SA: 84 days) d) Project Name: SW 36th Avenue Sidewalk Improvements Owner Name: City of Pompano Beach - Anthony Alhashemi Owner Address: 100 W Atlantic Blvd, Pompano Beach, FL 33060 Owner Telephone: 954.786.4029 Original Contract Completion Time (pays): 180 days Original Contract Completion Date: 04/2017 Actual Final Contract Completion Date: 04/2017 (1-1:3 days) e) Project Name: NE 34th Court Reconstruction Owner Name. City of Oakland Park - John M. Perez Owner Address: 3650 NE 12th Ave, Oakland Park, FL 33334 Owner Telephone: 954.658.4291 Original Contract Completion Time (Days): 365 days Original Contract Completion Date: 04/2015 Actual Final Contract Completion Date: 04/2015 (W:5 days: H:2 days) III. Current workload Name OwnerProject Harts Rock Stadium Pedestrian Bridges & Tunnel City of Miami Gardens 305.622.8000 ext 2570 Collins Ave (SR AtA) Decorstnre Lighfing from City of Sunny Isles Beach 305.773.6255 Victoria Park Ph A & Ph B City of Fort Lauderdale 954.828.5850 CEI Services Downtown Mobility Hub city CI of Fort Lauderdale 954.828.5226 Campbell Dr Grouping FDOT District 6 305.401.1438 16 of '120 93 IV. The following information shall be auached to the proposal. Included in Tab 3, Qualification Statement a) RESPONDENTS organization chart. b) RESPONDENTs proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. V. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations. None. b) Any arbitration or civil or criminal proceedings. or See following page Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (S) years None. Vl. Government References: List other Government Agencies or Quasi -Government Agencies for which you have done business within the past five (S) years. Name of Agency: City of Pompano Beach 100 W Atlantic Blvd. Pompano Beach, FL 33060 Horatio Danovich, CIP, Project Manager 954.786.7834 Name of Agency: City of Coral Springs 9551 W Sample Rd. Coral Springs, FL 33065 Paul Carpenter. Transportation Planner 954.344.1159 Name of Agency: FDOT District 6 - North Dade Dru Badri, Assistant Resident Engineer 305.401.1560 17 of 120 94 1WCalvin, Giordano F X C E P I 1 O N A 8 Associates, Inc. S O 1 U T 1 O N 5' CALVIN, GIORDANO & ASSOCIATES, INC. LITIGATION INFORMATION February 2020 Customer satisfaction is CGA's primary objective for every project undertaken by the 0 0 [As such, CGA endeavors to complete each project on time and within budget. CGA is proud to assert that CGA has not failed to provide products, perform services, or furnished goods for which we have been contracted. 1. Kevin Young vs. Calvin, Giordano, & Associates, Inc., Case NO: 0:1 3-cv-61870-Scola/Otazo- Reyes, 0 0 0 in United States District Court for the Southern District of Florida, Fort Lauderdale Division. ADA lawsuit. The parties have dismissed this case with prejudice in accordance with Federal Rule of Civil Procedure 41(a)(1)(A) (ii). Dismissal with prejudice, ECF No. 66) on December 19, 2014. 2. Hummerv. CTS1, Inc., Russell Engineering, Inc., Calvin Giordano & Associates, Inc, and AE Engineering, Inc. CACE 16-008549. This lawsuit relates to an alleged bicycle accident that occurred within the boundaries of the construction project known as the Al A washout project along A1A in Fort Lauderdale, Florida [Broward County]. The nature of the project related to widening sidewalks, reducing 0 0 0 Itines, adding 0 0 0 finals, and adding a seawall along Al A Sunrise Boulevard North to NE 18th Street. Dismissed on 10/12/18 for Calvin, Giordano & Associates, Inc. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian & 95 Bicyclist Enhancement Project LIST OF PROPOSED SUBCONSULTANTS CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this =x3tauon to De uses on tuts project it tney are awarded the Contract. 276S Vista Parkway other. Geotechnical Tierra South Florida Suite 10 33411 561-687.8536 BFunt@TSFGeo.com This list shall be provided as a part of Respondents submittal to the City of South Miami and in response to this RFQ. END OF SECTION 18 of 120 96 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) ) COUNTY OF MIAMI-DADE ) Chris Giordann. MSC_ CCM being first duly sworn, deposes and states that: (1) HefShelThey is/are the Vice President (Owner. Partner. (Nicer. Representative or Agent) of Calvin, Giordano & Associates, Inc the Respondent that has submitted the attached Proposal; (2) HelShe/They islare fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of Its officers, partners, owners, agents, representatives. employees or parties in interest, including this affiant have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent firm, or person to suhmdt3,r#lusIve or sham Proposal in connection with this RFQ for which the attached posal h i ted; Signed, s aled and elive I in the presence of. By: Wi Signature: Chris Giordano, MSC. CCM. Vice President Vy-qrnqj-_!P1Print Name and Title February 10, 2020 Date STATE OF FLORIDA COUNTY OF MIAMI-DADE Tr` , On this the L day of 20 Z CG. before me, the undersigned Notary Public of the SWe of F1orida,,pN110MIIy appeared (NameW of indlvidual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge tha(�eiishelthey ere uteri it. WITNESS my hand and official seal, NOTARY PUBLIC: SEAL OF OF�6(tilfur tPear '. euo osss« t M. sTAtEdi Public. Irvune Of rvnrsry rvmic mnt'snmP or type as 7simed.) Personally known to me. or Personal idendfiadon: Type of Identification Produced Did take an oath. or Did Not take an oath. 19 of 120 97 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE j Rai Krashnasamy PE being first duly sworn. deposes and states that (1) He/She/They islare the President / Owner (Owner. Partner, Officer, Representative or Agent) of TSF (Tierra South Florida, Inc.) the Respondent that has submitted the attached Proposal; (2) He/She/They Islare fully informed concerning the preparation and contents of the,tnched Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal Is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of Its officers, parmem owners, agents. representatives, employees or parties in interest. including this affiant, have In any way colluded. conspired, connived or agreed, directly or indirectly, with any other Respondent firm, or person to submit a collusive or sham Proposal in connection with this RFQ for which the attached Proposal has b submitted: Signed. sealed del vexed in the presence of: _ -- — BY rcness Signature• Raj Krishnasam , PE, President Witness Prim Name and Title 2/10/2020 Date al I I 'IFIR Y I v il STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the 10th ray of February , 20 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(q) who appeared before notary) and whose maTo Ware Subscribed to the within Instrument, and helshehhey acknowledge that he/shelthey e WITNESS my hand and official seal. N= k. S of flan NOTARY PUBLIC- SEAL OF OFFICE Bonni L. Funl I Wine of Notary luck: Pant Scamp or rmr a, f�•"W y tinrrlui I ,iil� _ Nucor v Vnmic - .I.ca vi f w„� X Personally known to me, or _� • - Commisabn • I 086271 ''� •,r st Gomm. Espiras may 15. 2020' "•�„d,,, ' y A' Personal identification: Type of Identification Produced Did take an oath. or X Did Not cake an oath. 19 of 120 Page 116 of 287 M PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133. Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work. may not submit bids or proposals on leases or real property to a public entity. may not be awarded to perform Work as a RESPONDENT. Sub -contractor, supplier, Subconsultant. or Consultant under a Contract with any public entity. and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes. for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder Is subject to the provisions of Chapter 112. Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner. associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FL RIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. By. This sworn statement is submitted to City of South Miami [print name of the public entity] Chris Giordano, MSC, CCM, Vice President [print individual's name and tide] for Calvin, Giordano & Associates, Inc [print name of entity submitting sworn statement] whose business address is 10800 Biscayne Boulevard, Suite 950 Miami, FL 33161 and (if applicable) its Federal Employer Identification Number (FEIN) is 65-0013869 (If the entity has no FEIN. Include the Social Security Number of the individual signing this sworn statement. I understand that a "public enuty crime" as defined in Paragraph 287.133 (1)(g), 1 a Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to . any bid, proposal or contract for goods or services to be provided to any public endry or an agency or political subdivision of any other state or of the United States and involving antitrust. fraud, theft, bribery, collusion, racketeering, conspiracy. or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b). Florida Statut means a finding of guilt or a conviction of a public entity crime. with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or Information after July I. 1989. as a result of a jury verdict. non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined In Paragraph 297.133 (1) (a). Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime: or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those 20 of 120 99 officers. directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or Income among persons when not for fair market value under an arm's length agreement. shall be a prima fade cue that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives. partners. shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below awe in relation to the entity submitting this sworn statement [Indicate which statement applies.] X Neither the entity submitting this sworn statement" nor any of its officers, directors, executives. partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors. execuave& partners. shareholders, employees. members, or agents who are active in the management of the entity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this mom statement. or one or more of Its officers. directors, executives, partners, shareholders. employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor IISL [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBUC ENTITY ONLY, AND THATTHIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTR69jr IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 207.017, OR- TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. r ` VY, C [Signature] Swam to and subscribed before me this `l , day of rt � Personally known ( ii,-Ntz_\S ��1(`l�ttcl._�'� — -i ►�}y.,l `;t^� OR Produced identification Notary Public — State of My commission expires _ L (Type of identification) Form PUR 7068 (Rev.06/1 If92) (Printed, t name of 0OG�....... jksr4klity 1. 210120 STKM 100 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133. Florida State Statutes - "A person or aff ijate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public enuty, may not submit a Bid or proposal for a Contraa with a public entity for the construction of repair of a public building or public work. may not subtmt bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT. Sub -contractor, supplier, Subconsuitant. or Consultant under a Contract with any public entity, and may not transact business with any public entity In excess of the threshold amount Category Two of Section 287.011. Florida Statutes, for thtrty six (36) months from the date of being placed on the convicted vendor list". The award of any contras hwPunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with dww Proposals, the name of any officer, director. partner. associate or agent who is also an officer or employee of the City of South Miami or its Agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMFS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. By: This sworn statement is submitted to City of South Miami [print name of the public enuty] Raj Krishnasamy, PE, President [print Individual's name and tide] (of TSF (Tierra South Florida, Inc.) [print name of enuty submitting sworn statement] whose business address is 16250 NW S9th Avenue,Suite207. Miami Lakes. FL 33014 and (if applicable) its Federal Employer Identification Number (FEIN) is 20.0282450 (if the entity has no FEIN. include the Social Security Number of the individual signing this sworn statement: ) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g).� Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, inducling, but not limited to , any bed proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving anntrust- fraud, theft, bribery. collusion, racketeering, conspiracy. or material misrepresentation 3. 1 understand ghat "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Flof i�d Statutes, means a finding of guilt or a conviction of a public entity cnme, with or without an adjudication of guilt In any federal or state trial court of record relaring to charges brought by indictment or information after July 1. 1989, as a r isulr of a jury verdict. non -jury trul, or entry of a plea of gutity or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a). Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime, or (b) An entity under the contrd of any natural person who is active In the management of the entity and who has been convicted of a public entity crime. The term 'affiliate" includes those Fl+�,Rj 101 officers. dirercton, executives. partners, shareholders, employees, memberc and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling Interest In any Person. or a pooling of equipment or income among persons when not for fair market "hie under an arm's length agreement shall be a prima facie aw that one person controls another person. A person who knowingly enters Into a joint venture vnth a person who has been convicted of a public entity crime in Flat ida during the preceding 36 months shall be considered an affiliate S. I understand that a "person" as defined in Paragraph 287.133 (1) (e). Honda Srai;lmeans any natural person or entry orgardzed under the laws of any state or of the Untied States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entry, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives. partners, shareholders, employees, members, and agents who are active In management of an entity. 6. Based on information and belief. the statement which I have marked below is true in rvlation to the entity submitting this sworn statement. [Indicate which statement applies] X Neither the entry submitting this sworn statement nor any of its officers, directors, executives, partners, shareholders, employees. members. or agents who are active In the management of the entry, nor any affiliate of the entity has been charged with and convicted of a public entity crime wbsequettt to July I, 1989. The entry submitting this sworn statement or one or more of its officers. directors, executives, partners, sha, eholders, employees, members, or agents who are active in the management of the entry, or an affllam of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn satement or one or more of its officers, directors. executives. parznen, shareholders, employees, members. or agents who are active in the management of the entity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I. 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Admmisrntivis Hearings and the Final Order entered by the Hearing Officer deterrnined that it was nor in the public Interest to place the entry submitting this sworn statement on the convicted vendor list [attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OMCER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VAUD THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287017. FLORIDA STATUTFSrFB OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM 1 (S' rc] before me this 10[h day of Fehnta 20 20 , / Personally known j 6fFf',�rkieed idendFieitree �� �••,,� 80Nfltl rpr'r Notary Public —Scam of Florida _ 4� ! Camino sr SIu" .rl i wit MY My commission expires 5/15/2020 An, .1 COMM, Eteirat clay I!_ of identification (Type ) (Printed. typed or stamped commissioned - Form PUR 7068 (Rev.0611 1192) name of notary public) 210120 102 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI we.Calvin, Giordano & Associates, In4 (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970. and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and Stantec Engineering, Consultant, if any) against any and all liability, claims, damages. losses and expenses they may Incur due to the failure of (subconsultani s names): to comply with such act or regulation. CONSULTANT BYc e hris Giordano, MSC, CCM Vice President Tide Witness 22 of 120 103 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, TSF (Tierra South Florida. Inc.) , (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and Stetttec Engineering, Consultant. if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subconsultant's names): N/A to comply with such att or regulation. CONSULTANT TSF fT"ierra South Florida. Inciik BY: Name Raj Kr jasanly, �PE President Tlde 220120 104 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity• who is responding to the City's solicitation. hereinafter referred to as "Respondent'. must certify that the Respondents name Does Not appear on the State of Florida. Department of Management Services, "CONVICTED, SUSPENDED. DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondents name Does appear on one or all the "Listings" summarized below. Respondents must "Check if Applies" next to she applicable "Listing." The "Listings' can be accessed through the following link to the Florida Department of Management Services website: httpJ/wwwdmsmvflorda onJbusiness noerationslsute purctaslnelvendgr informarJ.Qnlconr,cted S piridetLidwriftwxQr—mmlainu vendor lists DECLARATION UNDER PENALTY OF PERJURY I.Chric Giordann. IVISC CCWeinafter referred to as the "Declarant') sum under penalty of penury, that the following statements are true and corrg4EA (1) 1 represent the Respondent whose name is N (2) 1 have the following relationship with the Respondent Vice Presdient (Owner (p Respondent is a sole proprietor). President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability Company). (3) 1 have reviewed the Florida Department of Management Services website at the following URL address: httpJhvww.dms.myflorida.conVbusiness operations/state_purchasing/vendor_infortmtloniconwcted_suspende d_discriminatory_complaints_vendor_lists (4) 1 have entered an "x" or a check mark beside each listinglcategory set forth below if the Respondents name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a listing/category. it means that I am attesting to the fact that the Respondents name does not appear on the listing for that category in the Florida Department of Management Services websme as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor Ust Discriminatory Vendor List _ Federal Excluded Parties List _ Vendor Complaint List FURTHER DECLARANT SAYETH NOT. Chris Giordano, MS M in NnN!Ot Dec By tore cal ,anti ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI•DADE ) On this the �n 1 day of t"C—t's :. _ 20 L, before me. the undersigned authority. personally appeared C who i tome or who provided the following Identification ) I ronallnow and wh k an oath od that thathelshe/they Declaran executed the �y vitas the f_ i WITNESS `�pddtCg4fyl• ,,��tt��``'Ft,'• NOTAIcIFPU9µ otary Public, Su Florida SEFAL eGCU99ta ( ame of Notary n c. Print. e 2 Sump or type as commissioned.) 230120 105 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person. or entity, who is responding to the Cery s solicitation, hereinafter referred to as "Respondent', must certify that the Respondents name Does Not appear on the State of Flonda. Department of Management Services, "CONVICTED, SUSPENDED. DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondents name Does appear on one or all the "Listings" summarized below, Respondent$ must "Check 4 Applies" next to the applicable "Listing" The "Listings" an be accessed through the following Ink to the Florida Department of Management Services website: help'!/up�y.Qms.mY11C�ALd�1l3L2rs�oFs�'dtivpsltsats iwrdasiny/Yee4fzr air ins ewtvic;<s$.. Lusoeitded dlurlminat4fYSo�la"`tt vendor ILcts DECLARATION UNDER PENALTY OF PERJURY 4 Rai Krishriasatny. PE (hereinafter referred to asthe "Declarant") state, under penalty of perjury, that the following statements are true and correct: (1) 1 represent the Respondent whose name is TSF (Tierra South Florida, Inc.) (2) 1 have the following relationship with the Respondent President (Owner (d Respondent is a sole proprietor). President (d Respondent Is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member' (if Respondent Is a Limited Liability Company). (3) 1 have renewed the Florida Department of Management Services website at the follovving URL address: hrrplfvvww.drm.myRonda.com/bu siness_operationsistate—purctluingjvwdor_onformation/conncted_ suspmde d_discnminamry_complaintsvendor lists (4) 1 have entered an "x' or a check mark beside each Irstinglategory set forth below If the Respondents name appears in the list found on the Florida Department of Management Services websire for that category or listing. If I did nor enter a mark beside a Inung/ategory, it means that I am attesting to the fact that the Respondents name does not appear on the listing for that category in the Florida Department of Management Services webste as of the date of this affidavit. Check N Applicable _ Convicted Vendor List Suspended Vendor List Discriminatory Vendoi List Federal Excluded Parties List _ Vendor Complaint List FURTHER DECLARANT SAYETH NOT. Raj Klishnasamy, PE (P mt nwq of D By, _ ($rai,eon� txanij ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the I Othe1ay of February , 20 20 , before me. the undersigned authority, personally appeared _Raj Krishnasamy, PE who is perso ow m me or who provided the following identifienuon and who tisr+++eel.ha• th•• —_ helshe/they executed the foregoing Affidavit as the Dech rant. WITNESS my hand and official seal. _ Notary Public, State of Florida NOTARY PUBLIC: BonniLFunt +'!"• °.% OONNI L FONT ' (Name of Notary Public. Print. i t{� °' , Nanny Pubis State nI Florida L� Stamp or type ns commessronesd.) cM •' Comm•smn i If 968371 •.;� _t,;+ My Comm EAPBes May It. 2020 23 of 120 106 RELATED PARTY TRANSACTION VERIFICATION FORM I Chris Giordano, MSC, CCM , individually and on behalf of Calvin, Giordano & Associates, Inc ("Firm') have Name of Representutrvr Cmripary/Vendor/Entity read the City of South Miami (" Clry")'s Code of Ethics, Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief- (1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers. directors of the Firm. nor anyone who has a financial interest greater than 5`X in the Firm, has any rela ive(s), as defined in section 8A-1. who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, (while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.); and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm. nor any member of those persons' Immediate family (i.e.. spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect. In any business being transacted with the city, or with any person or agency acting for the aty, other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line. however. you must make reference, on the above line, to the additional sheet and the additional sheer must be signed under oath). [whip the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an Independent investigation as to the relationship of those who have a financial interest in the Firm.): and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e. spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly. in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: (if necessary, use a separate sheet to supply additional information that will not lit on this line: however, you must make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (S%) or more of the total assets of capital stock in the firm are as follows: (if necessary. use a separate sheet to supply additional Information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an Independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.) (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the Ciry, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use Information, not available to members of the general public. for our personal 24 of 120 107 gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. (6) 1 and the Firm hereby acknowledge that we have nor contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third parry before any board, commission or agency of the City within the past two years other than as _ (if necessary, use a separate sheet m supply additional Information that will not fit on this line: however. you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X\PurchasinglVendor Registrationl12,28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm nor any of their immediate family (ce., as a spouse, son, daughter, parent. brother or sister) is related by Wood or marriage to: (i) any member of the City Commission; (if) any city employee; or (III) any member of any board or agency of the City other than as follows; (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line. to the additional sheer and the additional sheet must be signed under oath). [while the ethics code still applies, If the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and helshe is not required to make an independent investigation as to the relationship by blood or marriage of employees. officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm. nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm nor any member of those persons immediate family (i.e., spouse, parents. children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who furs a financial interest greater than 5% in the Firm. or any member of those persons* immediate family (i.e, spouse. gents. children. brothers and sisters) have also responded, other than the following _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference. on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) shall be based solely on the signatory's personal knowledge and helshe is not required to make an independent investigation into the Other Firm or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City. and the imposition of the maximum fine andfor any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under pemiry of perjury, 1 declare that I have rat effort to investigate the matters to which I am attesting hereinabove and tha rem ma inabove are true and correct to the best of my knowledge, information and Signature: Print Name a Tide: Chris Giordano, MSC, CCM, Vice President Date: February 10, 2020 25 of 120 108 RELATED PARTY TRANSACTION VERIFICATION FORM I .,Rai Krishnasam , PE , individually and on behalf of TSF errs 5outh Florida, Inc.)("Firm'I have Nerve cr&:Presentanw Con"nylvendwlErrtity read the City of South Miami ("City")'s Code of Ethics. Section 8A-1 of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge. information and belief (1) neither I nor the Firm have any conflict of interest (as defined in secuon 8A-1) with regard to the contract or business that 1, and/or the Firm, am(are) about to perform for, or to transact with. the City, and (2) neither I nor any employees, officers, direrors of the Finn, nor anyone who has a financial interest gr eater than 5% in the Firm. has any relative(s), as defined in section 8A-1. who Is an employee of the City or who a(are) an appointed or elected official of the City. or who is(are) a member of any public body created by the City Commission. i.e.. a board or committee of the City. [while the ethics code still apples, if the person executing this form Is doing so on behalf of a firm whose stock is publicly traded. the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]: and (3) neither I nor the Firm. nor anyone who has a financial interest grater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial Inumst. direr, car indirect in any business being transacted with the city, or with any person or agency acting for the city. other than as follows: (if necessary, use a separate sheet to supply additional Information that will not fit on this line; however, you must make reference. on the above line, to the additional sheet and the additional sheet must be sighed under oath). (while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded. the statement In this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an indeperuferit investigation as to the relationship of those who have a financial interest in the Firm]: and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.a., spouse, parents, children, brothers and sisters) has a fnanoal iisutrest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: (of necessary. use a separate sheet to supply additional information that will not fit on this Ime: however, you must make reference. on the above line. to the additinnal sheet and the additional sheet musr be sigwed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members. who own. directly or indirectly, an interest of five percent (SX) or more of the total assets of capital stock in the firm are as follows-. (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference. on the above line, to the additional sheet and the additional sheet must be signed under oadi). [while the ethics cede still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded the statement In this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an Independent investigation as to the financial Interest in the Firm of city employees. appointed officials or the immediate family members of elected and/or appointed official or employee.] (5)1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust. or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves. or others. We agree that we may not disclose or use information. not available to members of the g"eral public. for our personal 24 0' 120 109 gam or benefit or for the personal gam a benefit of any other person or business emry. outside of the normal gam or benefit anticipated through the performance of the contract. (6) 1 and the Firm hereby acknowledge thar we have noc contracted or transacted any business with the City or any person or agency acting for the Gry. and that we have not appeared In representation of any third party before any board. commission or agency of the City within the put two years other than as follows: _ Of necessary, use a separate sheet to supply additional Information that will not fit on this line: however, you must make reference, on the above fine. to the additional sheet and the additional sheet must be signed under oath), X:tPurc asinglVendor Rcgisti arion112.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].dax (7) Neither I nor any employees, officers, or directors of dw Firm, nor any of their immediate family (i.e.. as a spouse, son, daughter, parent, brother or sister) is retired by blood or marriage to: 0) any member of the City Commission; (ii) any city employee; or (ill) any member of any board or agency of the City other than as follows: _ _ (If necessary, use a separate sheet to supply additional information that will not fir on this tine; however. you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement In this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent Investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm. or of any of their immediate family to any appointed or elected officials of Elie City. or to their immediate family members]. (8) No Other Firm. nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in drat Other Firm, nor any member of those person Immediate family 0*., spouse, parents. children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as -Related Parties') has responded no a solicitation by Me City in which I or the Firm that 1 represent or anyone who has a financial Interest greater than S% in the Firm, or any member of those person) immediate family (i.e spouse. parents, chlldmin, brothers and sisters) have also responded, other than the following _ (d necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line. to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form Is doing so on behalf of a firm whose stock is publicly traded. the statement in this section (8) shall be based solely on the signartry's personal knowledge and he/she is not required to crake an independent invesrngarion Into the Other Firm, or the 19rm he/she represents, as to their officers, directors or anyone having a financial interest in those firms or any of their any member of chose person) immediate family.) (9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the Gry of any change in circumstances that would change our answers to this dkxumrnt. Specifically, after the opening of any responses to a solicitation, I and the Firm have ari obligation to supplement this Verification Form with the name of all Related Parries who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the Ciryrs Ethics Code, the giving of any false information or the failure to supplement this Verification Form may subject me or the Firm to immediate termination of any agreement with the Gry, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under penalty of per(ury. I declare that I have made a diligent Rort to investigate the masers to which I am attesting heremabove and that the to rats ve are true and correct to the best of my knowledge. information and belief. f Signature: --��� Print Name & Tee: Rai"Krishnasamy. PE, President Days; 2/10/2020 25 of 120 110 Sec. 8A-1. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordlnance.0 This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example. and not as a limitation, subsections (c) and (d) may be applied to die same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (1) The term commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities. boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasHudicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (S) The term "departmental personnel" shall refer to the city cleric, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred. or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly. of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect Interest of ten percent or more in a firm partnership, or other business entity at the time of transacting business with the city. (9) The term immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifrcadons in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on tronsocting business with the city. No person Included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter Into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the dry or any person or agency acting for the city, and any such contract. agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes. special assessments or fees for services provided by the city government: (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of prohibi6m. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding char (1) An open -to -ail sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined In paragraphs (b)(2), (3) and (4): (3) The property or services to be Involved In the proposed transaction are unique and the city cannot avail Itself of such property or services without entering a transaction which would violate this subsection but for waiver of Its requirements: and (4) That the proposed transaction will be en the best interest of the city. This subsection shall be applicable only to prospective transactions. and the city commission may in no case radfy a transaction entered in violation of this subsection. 26 of 120 111 Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter Into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the Immediate family has a controlling financial interest direct or indirect. with the city or any person or agency acting for the city, and any such contract. agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally. no person included in the term defined In paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner. of counsel, consultant, employee, fiduciary or beneficiary. or (2) Stockholder. bondholder, debtor, or creditor, If in any Instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person Included In the term defined in paragraph (b)(1) who has any of the specified relationships or who would or might, directly or Indirectly. realize a profit by the action of the city commission shall not vote on or participate in any way in the ratter. (E) Gifts. (1) Definition. The term "gift' shall refer to the transfer of anything of economic value, whether in the form of money. service. loan, travel, entertainment, hospitality, item or promise, or in any other form. without adequate and lawful consideration. (2) Exccp6m& The provisions of paragraph (e)(1) shall not apply ro: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household. unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional or civic achievement: d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Firahrhrtions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person Included in the terms defined in paragraphs (b)(1) through (6). or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action: b. A legal duty performed or to be performed, or which could be performed. or an omission or failure to perform a legal duty. c. A legal duty violated or to be violated, or which could be violated by any person included in the germ defined in paragraph (b)(1); or d. Attendance or absence from a public meeting at which official action is to be taken, (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or series of gifts from anyone person or entity. having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "kxal officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Sea -erary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation. firm, partnership or business entity have substantial business commitments to or from the city or any city agency. or be subject to direct regulation by the city or a city agency. then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. 27 of 120 112 No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential Information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or Indirectly, for personal gain or benefit (i) Coafiicdng employment prohibited No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. 0) Prohlbidon on outside employment (1) No person inducted in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city. except as may be- permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment. either Incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of Its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employees department head who shall maintain a complete record of such employment. d. Aena4. Any person convicted of violating any provision of this subsection shall be punished as provided in section I -I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city, (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities. shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the dry Berk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included In the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family "I have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited. (1) No person Included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any dry board or agency and make a presentation on behalf of a third person with respect to any matter, lkense, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift directly or indirectly, for services rendered to a third person, who has applied for or Is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear In any court or before any administrative tribunal as counselor legal advisor to a parry who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2). (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate. and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. 28 of 120 113 No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include. but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring f inandal Interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project. business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official. officer or employee. (0) Recommending profemlona! services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm. professional or otherwise, to assist in any transaction mvolving the city or any of tm agencies, provided that a recommendation may properly be nude when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after ter city service. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)) in connection with any judicial or other proceeding, application. Solicitation. RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter In which the city or one of its agencies is a parry or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period abet his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental enddm SO I (c)(3) non-profit entities or educational institutions or entiaes, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described In paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official In connection with any subject described in paragraph (p)(1) In which the dry or one of its agencies is a party or has any direct and substantial Interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval. disapproval. recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated 'indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval. recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (S) Any person who violates this subsection shall be subject to the penalties provided in section BA-2(p). (q) City attomey to render opinions on request Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance. or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord Na 6.99-1680. § 2. 3-2-99) Edftor's note- Ord No. 6-99-1680. § 1, adopted 3-2-99. repealed §§ 8A- I and 8A-2 in their entirety and replaced them with new §§ BA- I and BA-2. Former §§ 8A- I and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ 1 (IA-1). I (IA-2) adopted jan.11. 1969 29 of 120 114 PRESENTATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to'92.525(2), Florida Statutes, the undersigned, C'�Q makes the following declaration under penalty of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Chris Giordano, Vice President Mohamed Mabrouk, Director of Construction Engineering & Inspection Erin Sudman, Public Information Offier Bernon Artola, Project Administrator Jorge Romero, Inspector Kathy Jeffrey, Resident Compliance Specialist Lance Robinson, Senior Inspector Nauret Riverol, Contract Support Specialist For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, 1 declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed is 10 rua 20 20. Signature of Representative Chris Giordano, Vice President Calvin, Giordano & Associates, Inc. Print Name and Title Print name of entity being represented END OF SECTION 30 of 120 115 PRESEN rATION TEAM DECLARATION/AFFIDVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 29-14-2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to'92.525(2), Florida Statutes, the undersigned,) Krishnasamy, Pmakes the following declaration under penalty of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE Not Awlicab e For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed this llfth--tiavV February 2020 . Signatur Representative Raj Kri nasamy, PE, President TSF [Tierra South Florida, Inc.) Print Name and Title Print name of entity being represented END OF SECTION 300120 116 4A MWI'. F, F A -71 NMRORW 1W Tab 5 - Acknowledgment of Addendum 1WCalvin, Giordano FXCEPTIONA & Associates, Inc. SO I UT I O N 5' Acknowledgment of Addendum Calvin, Giordano & Associates, Inc., acknowledges receipt of the included addendums issued by the City of South Miami. City of South Miami I RFQ #PW2020-02 I Construction Engineering and Inspection for the 62 Avenue Pedestrian &118 Bicyclist Enhancement Project South Miami IMF CIi\ OF MEASANi HYING ADDENDUM No. #1 Project Name: CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ NO. PW2020-02 Date: January 22, 2020 Sent Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. OUESTION #I: Does the City of South Miami operate the same way where each project has a Project Manager (city of South Miami Employee) then a team report to them? Or is the expectation for when an advertisement is asking for a Project manager the PM acts more like a Senior Project Engineer/ Project Engineer running the day to day operations? And when an advertisement specifies CEI duties the Team is at the discretion of the selected CEI within the allotted budget. RESPONSE: The City of South Miami will have a Project Manager (CSM Project Manager) for the project and the CEI will provide the staff in accordance with RFQ, Exhibit I, "Scope of Services," Attachment A & B. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 of I W South Miami rill CITY Of MEAsnvt uvrwa ADDENDUM No. #2 Project Name: CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ NO. PW2020-02 Date: January 27, 2020 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. ADDENDUM No. 2 INCLUDES THE FOLLOWING MODIFICATIONS TO THE "PROJECT" DUE TO THE REMOVAL OF THE NEIGHBORHOOD TRAFFIC CIRCLE AND THE ADDITION OF A NEW DRAINAGE SYSTEM I. REVISIONS TO EXHIBIT I. "SCOPE OF SERVICES." ATTACHMENT A"• SECTION III. "THE PROJECT:" The project consists of Managing Construction, Engineering and performing Inspections to provide connectivity for pedestrian traffic along SW 62nd Avenue from SW 70th Street to 85th Street, as recommended in the South Miami Intermodal Transportation Plan (SMITP). Specifically, the project will provide sharrows along SW 62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, roadway reconstruction and repair of sidewalks along SW 62nd Avenue between US I and 78th Street. The sidewalk portion of the project (between 78th Street and 80th Street) will include new curb and gutters and, a new drainage system. 1 of 25 120 2. REPLACEMENT OF EXHIBIT I. "SCOPE OF SERVICES," ATTACHMENT B," CONSTRUCTION PLANS & SPECIFICATIONS: ADDENDUM No. 2 REPLACES THE "CONSTRUCTION PLANS & SPECIFICATIONS," IN EXHIBIT I, ATTACHMENT B OF THE RFQ WITH THE "CONSTRUCTION PLANS & SPECIFICATIONS," DATED JANUARY 2020 AND ATTACHED AS A PART OF ADDENDUM No. 2. NOTE: THE REVISIONS TO EXHIBIT I, "SCOPE OF SERVICES," ATTACHMENT A. SECTION III, "THE PROJECT," AND THE "CONSTRUCTION PLANS & SPECIFICATIONS" DATED JANAURY 2020 SHALL BE A PART OF THE RFQ BY WAY OF THIS REFERENCE. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. 2 of 25 121 CITY OF SOUTH MIAMI CAPITAL IMPROVEMENTS PROGRAM SW 62nd AVENUE PEDESTRIAN AND BICYCLIST MOBILITY ENHANCEMENT INDEX OF SHEETS SHEET NO. SHEET DESCRIPTION C-00 COVERSHEET G-1 GENERALNOTES G2 SUMMARY OF PAY ITEMS G1-C2 SW 62ND AVE TYPICAL SECTION G3-CA SW 62ND AVE SITE PLAN C9-C10 SW 62ND AVE PROFILEWEW CH CROSSSECTIONS C12 PAVEMENT MARKING QUANTITIES C13-C18 SW 62ND AVE PAVEMENT MARKING PL C-19 SIGNALIZATION PLANS C-20 CONSTRUCTION DETAILS S-1-SA SW 62ND AVE TOPOGRAPHIC SURVEY THE SCAlE OF THESE DRAWINGS MAY HAVE CHANGED DUE TO REPRODUCTION ai:�rl SOUTH MIAMI, FLORIDA FDOT FM#438673-1 SW 62ND AVE LOCATION MAP ®Stantec 901 Foncetleleon8 d. Suite 900 Cnd Gower,ro 931N TICS 445-= 1�.5�5a www.nwtoc can 3 of 25 E DEVELOPED FOR: CITY COMMISSION: MAYOR: PHILIP STODDARD VICE MAYOR: WALTER HARRIS COMMISSIONER: LUIS GIL COMMISSIONER: JOSH LIEBMAN COMMISSIONER: ROBERT WELSH PROJECT No.215614756 JANUARY2020 100% SUBMITTAL 122 G `�1111 tills .o z:00- ter'$ CT) 'm SK-Z n N W C" 0 N tit 1 i v 7 CC C C (A-,C qS 7rn-1 V1 Vf JI '.A O > .n o U Z O O ap Z J G1 L p o" ' _ �w•�1 �� 2 n n : 9 4l _gym NQ • Imo,_ 2 � � ' rI• �! � � 2 5 �r •rr��O �� 1'—^TA � cz1 ltk V n JC C � p Z p z c On A O � � p � n l5z n� iy o� r-I a n� is } 0 i Q z l; 0 0 v V �J N N N N•� N N V II N V N 4 low 4 N -J --0 0 0 0 lA OI N N O M� V N� fJl NI lJ� V V V O� O O O� N N 1 1 1 1 1 11 1 1 I1 1 I I 1 1 1 1 1 l C v+ y u N0 y OD 00 O- � � �. m♦ 1 O a a N N OI N O rn U z y1 0 Cj • �i } • pnp p pp • • C R� 4� 4v7 w C P � y J c'i n Cf p A A V O 2 n Z O J > r C p o g � n rgl Vf Or Cl n n O p v it rn 77 ti p V ( O CC� 2S v i5 0 y�p 1 J r� A GP { c pp I't C z . .�.�.�. .N.�.N y _." — . v_N._. -- -. 1 N� sus Z N A � \ 2 Z. T- \+ e, .§ (, � \ � § 4 - ) \ � £; )G ( � . / ; R, lm§ ), ` !!�/& ? \ \ , �/ j\ ' Wmt7 at pang d GIrOe+rq //z r. 4 av Do L / Q R m N 4 a a D Rsolo r � t V) Q + Ln o m m iw loll � FQ Y� � 4 • O1• h f t ° o = 3 a - - - - LL R/M UrE t l>� ;I m ' t.+rrn of p�awrg d GrooD•'g jIY Fi O xM opo, ? T H O z N O� n 4 i I L.+xta o� prong t_ & ;ruoe�g oS v, N � � O 8 p p '1 O S N at ; In � n p D e � � 1 � 3♦ _ 3 h r i o m o � .r N 0 Q X I o' Q4 zo , R1 M l K R ' L—ts of peonng &a" M$'Mill9q aaa� _�h:S9� vp5�p59 4`W•��95e zL�gii ge.9�3� 3• yiy�y-�e a „ I x b � t tc , SW 80TH STREET mT ZY a `gyp 6151 _ 6201 cn � I N �iiNS2 J���y�P� @ 3 gg$apQ0g $ &g - 4g 6150 _ a lz x 44 .pA_ '�•_ ,'y � Rg a � i fs c . ' e� may _ ���� -°•' ° $i-lo I � • s I N r+ M^^ n 3'ya; k2 EG STREET SW 79TH �g PIP anAi a _ i rF `t I ' o, Z V � V ml ' m 5 g e. 2L w 9-0 —— _ _ SZ 1001 SWd 335 9S!>I9Sli awe'www F+t woFw wewmueVw3 N�V9aW ePAJi.08unyzepad _ :)ezue4s NVId 3L53wtl ONL9M5 anuantl WZ9 N.5 prv3931 0 (SI]SbNY�']IAM �O1mV15 S')L LOry�'IfiHfV) Iv, " IV a • n I .wHWO - O�np65NMum Omi W A x.�)ll Ll � N6)✓I PIv.r Jn n ]Mln /+l aCe Nnn Sl rNl ..... n r .v0 rMxnn ]I VUM)ONY T nVn➢� WNV NSx ui- W ^T— ua uv e.w' iuf w i eea u5 us .ss ..� inNDAVaNZ9 MS K eor:xns3wroen„w)rvwsnna+v m Cn m �. m i. a nwWY •a �'M (heliWl� a�v044oWu�al+eMnlJ NW wIWun.11ra nrr � je •r+en.m<•aY^fi+� ..,.� o1B � TIYJ 6iYNiY • aI(OAFl6]�IAOJ' �eAeA O i Y e��i i�Y$s%xdtz96 x s�% A-•a'�� a 83a7;aiaE sv�'A3Ff xsyl %i�3sssa f 3 •�9<o 3Y"s Y��Y?g.3 �'jjY4 a fa ,3.xxe 'i` 7Rz�re r a pry J' Y �3f \lllrra\ MA TCH LINE Sto CI+OJ t d I MATCH LINE Sta. 41+00 3 g�°�fY9,Y I I ti }jgg x94 3 1° _@sls c a �.I I i _ 1 fg . 3=jC a oo z It e N87'13'28"E SW 76TH STREET s N - - ca ` p'p t—,- S € f Z S < m V - V1 V N W I �tt 3: � I ,Y ,r•. 1 MATCH LINE SI o. 44+ GG i byY ' OmC yy i Sim e°$Q§oybi pig e�e']Ygy F� 4 z^o3'j$yyy e . �`!gF434I a}Y a i 0 `H CINE 4to. 44+gj I J rn D Y a. m C +jw 8 M-7 £L a 6-0 win MNS bIIGIIMfQ <. S�\. — -- ` —_ SZ 10 t+� ` •.\;.._� ... 1.... I.i �✓YOi• �'.`� T. _ __ r•l "'"'u 4✓YV �PoMiW„4\rYA�.wu•}ry ..mad>+w.A.•..ePgAMm�AoseW�•Wl�sp]Y SNVId 33S sserisntt WOi„NOq Iw\v. ,(IQ�LI GI „RPaf�] u_ Mx l b l�A3,»Od3„VCtZ9tS W_—^-_ U3 ry!!M"0489(1_ry^rd dpuzoms 006%"�WflN��o/Ip :)a:Iue:ts , I 0 0 0 0 Q Q1R gg5" hr��a •R4 a5 it7 Q g4 aYak �m Q Q�1% Bp �RRRA SIR :�5M ep RR � �ni ¢R i P �IQ )S Zi OO+Zr 00+I£' I 00+0£' I 00+6L i I AM1'r , ,1 •1, Idle aas I I - Wl ,-Sl dCbd 09 ,l- I 3dd all loE I laG• •.,t dos,--, , 09 I L---------------- ----J —v IrU.oa occ ooe a su i01 Kwul tatvrsvfal 1 ob dc" ISLXI t.t/tt: etas — 1K b9'4Tl/Wf ; y / aeoM:sl xtra Nd 114914,11d.01 done .Kos V12 nn orrmafs K 3 y ardms or' I,IaI tic011LSt D fu nu,sti lil,iri ifO Dt'fY•K vIT ,►! - aw s&j o\i I►•OC vtt OJS�d�lk! k 151x3 tq . S OS 004, oo v 00Y OOD! 00 V 00*08 00'9t 1HOW 311d0Ud v_ 8 •C Y 0 aC iC E 0 oT aC e- o_ o 03 oC 0 o oC o' o_ vC vC �C iC ^C Z£ OO+Z£' DO+If OO+OS f.rd LAM ,,St a I,n dCbd 00+6Z � I I 1l11 dCJ 1SII(3- i i ' 160, J C J 1 f , d0 Ott id0•.0 qT II NII n atdY, f i W'1 �lll�tf�� 90 5 tI-II NO txtu a,a sc•ttvts . . tl.$OdDtld 9 'lSl%7 . N o g 1d31 311d0Md i0Y by 09 10 D! 10'lt IOYt t0'9! 7o•► •b� 7Dp 90 D! 70 Z! 'JD'►f Dolt od �d v O + JIM OdOY3 6171 0 13 IT,, .1 e03 V3 I'Vzi 93 :D .03 O'D G"ZL 13 13 11.03a-3 7313 214313 M 011, Odoird c!) 0,*Z, T3 » fV w ;Sit I,, 403Y3 Zi LL O 0 wY3 CL W.- 9. 11.03 X3 XZL Al �o "I, .1.03V3 ,cr. 13 '0 + .. CC*Z, 1140 3 X3 Wri W3 60ZL Ild03Y3 'Tc, 013 Oct, 11do311i sfp: 0 1:) OoOl W3 13 evil "dMW3 ISTI DID -3 t I'll OV I — — — — — — — — — --- — — — — — — — — ura& Ludom I'M W* WSL4=3 CM I wit 111401w7 7913,10 in Irtt ]Lao d0393 wit -Lao dwW3 I'vet "-vi and IU*L& 11140IX3 10 13 `7 U14 Lbld03V3 1471010 1111,0091C3 St*Zt 1310 R Wit J.10,1031f3 13 Wit Lid"Wa kutt a 13 Call Sawdoilwa ,V?9 13 13 art& AM JDA 13 CrIt D'o ..Zk eta dw 13 + am 13,0 4696-Zi -V.S 11e m4t:la jojx3 wz1 a 13 slodWX3 WZL 13 *0 4v dw X2 ts is ?s 16 ?s Is N cs 14 im I ic) Up: c. vs� 1 106 ,Oaf too 1 1113an 11 Ili In . . . . . . . . . . . . . . ....... . . . . . . co ZI . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . 9£L Its � MT/YUt /4�{I�MIh YO+YOPi/biPMM6bJ4 Web P►NS RNOuw'O - « JwwwP►��P....o..'.«1w.1+...Ah 9a1119S1Z t WW1d'Wrrtri /F'FFwwJV"woP-3 W3 �S A PONd 3uc uv4u3 AiM. t M �18 i U&4-Pd �./ S3LLI WnD ONDIUVW 1NEMAVd onUGAV PuZ9 MS ��Aw p SZIOLl `��1 ZJu]��,�O It, _ • Y = tCfit CN RrYJ fiNONVIS look tld SV SIJ-bdM INIAIAVd IM31111N FI (loIN33YJat NJJbO-NOZ Ili 1AJ75J3431 O 32VRor 10ISSM X M AbO1N17 OI YJv`(.JS 3h0. C33JS 10CJ1]S O31V bMt'J ,''INa<..SOb] lOp7 !1 = = �. �� �. /O£ uDO,��i 99tsf 'J 1AYA '.33b1S 9f MN oou '00VA 37101,131N VA AIww t1VU 61YIA Jill 1V t3J33nJwIS skit JO M:) h1 '1010401 CN1S11) h1 &GI3Vd1N07 3H. AB WSWI30 38 1FYwS `513'llr NVI.J NO 03171. SV 03AOn3e 36 Ol -.UO M O►*nl'IN S1YId31VA I)WIS ANV tl ��� � Y/N�,,,1 �,, P311 AVd'0LVo0-3b )u v 03annnl 331m. IS03 I 0»Y1d`b .. V/VV ttt• . 1�f'�����\\` f��/,!'/I1till lim"s"���� IR CI 013h 01i'S110, 'SIWVJJG U14VIO ONIISIxI •I SNOS MrA UW A}IY J1SV S311VOWS 1 tUY1J 'V ION Y3 SdAY 3" bOdd ty' MN:n IYCOIO'It:1 R1 Ul 4113NCN3 3N1 wE 03173t1C SV? SUMCNVIS Of W1,10771 SIEWS JOS 3AI103,15A NO (GV:NY IVNDQ VS FM CNY (OV311Y do:S) I FM SWX JN'NbYM U33NYAOY l3V.S41 IWIC hOl3Yb1N01 311f O N1N7/tb.SNO7 J3 CN3 3N1 :V S13U.S MIS NOMA NO Wit. dOIS C14 31J1 JO d0. 3H1 :V (IkQYl1Y 38 IIA SNOIS )AYN 113N15 MI'. SNOS #U 01 MAYO 17101;113A 0, SV OS NOIIOnNISN03 3.41 AO 03Ebn.Sx3Nn v3ifY 3'8% Y Of Sn315 d01S ONV 3AV4 MWS O31NrOA-150d oMISIAI ll■ 31V70.3b 11n. iCl3raf n03 3N1 9 d a J Sr"F3 NO:LVXI 3AIdlx7 437N17N3 3HI AB 0317341C SV AllWJ'S 031S IV 38 AVA -313 'SdAVb b VH7173NA 'SArM3Md0 5illllln 'OrJU1Cl1 IIIM 13111NOO nl ldr 104A SNVLI NC NYAONS CNONY;01 AYIA3SSV Nor, J ':S2Y1V7 4CI1018J 1H1 01 ::)VI1VO 1n0N1M UOKJA OilObddV tool All 5JNIMVA ON.SA3 1AOA3d IIVIG bOlOVbINX 3H1 9 S1351J0 lA SOON .113H11M S.33b1S Y. llV IV ONV 014Md 3H1 JC ON' 31. IV ONV 7124hrr 38 bt 1V SoR08VA 14303SVe 'ONUSI33 K12YA 4 .7_ Cbd 3i. JO H10NJI _b.NJ JH1 ONOIV 1.131Id JB W :eV )t lYavA 1N:PJAVd WIMIJJb V 'Ol1Ch 3SIbd3H10 SS3-Nl JISVI"43111 3B 11»JS YAGdbr ONV UJM11% :JNI11eYA 1N3A31Yd ITv S 0111 0:0 NOI.V701341 3HI N10101111ri 38 "NI 310d M'N V JO 1S03 3H1 5111301VA03b NOUVO1J1736 IIC13'4 'DIVU3311 1Ch 310d V bO 313C OJOYAYC V 3AVI• U:l YO013b Ill Ol SNOS ONUSU3 A .n.AI NVd30 I41 0; IS03 (A IV 011Vld:b IR 1la* SNONVN wC S.b017Ytl NO:)3H1 .B OJr VAYO SNYJ5 SIbV1S 110113nb15NO3 3110J38 51"Ors ONSSYI ANY :0 4JACN: WMIJ JH1 Ol CN1INYI NI "tlON W bO17Vb1N07 3Hl hIVA01 Of b0 ObY'J01ill 38 of SNYtJ 3t. NO NYOHS SN9S CNISM1 M3AIb 110 b017Yb.NO1 Jill '1o31'Obd If, ONUilv1S 3bOJ3E 031i7345 351943•uo SSi141 NIYAib Ol my SNCIS OMiSA3 11v i SONVONVIS MJIS30 NO-VACI 5NYdt 13 1N3Albrd)r VOIOOIJ 330 ONV SAVSHOAI ONV 51331,15 110: STJA30 1Cb1N07 71JJVbl rb0 W1 JO 111INVA 3W JO NOU13 INIWO fill Ill# Abo IN07 IIn N". SCN VNYA INIA1AVd FhV 3NJV3(S IIV 1 SriON of CZ Jt Lek) (CJ105) W11L) 711SY1 owil. ttt-1;-kit 09 _ ._- Oct GCC ml Ji (.9) ('IY/S) lNUT3.J iISlblilUfil. 1.t-;1-u1 • - 11 (c11 O1w (111HM) 3USI1d71elk. G9t-It-Ill • Q 54 a S[ 11 `tt) (um) iJUHM) 71S1 Isom soi. Stl - II -k I, 11 Let) (OYOS) ;3u+P) 71151U7W)•. tt1 lt' kll . U[ Slt SZI OF JI U0 (010S) (3uH4) X5110043H. ftt-It-ill • QY 09 U.t WE 11 (.9) (oily.) (lv-t I) o-itvidom),H. k.l It it., • Ito ( M (JNI I wr3 9-e) �ju m) 31ISYw Ab JH. Al-lk-tll • - IU (.9) (3N1110n7 f-.0 (3uHM) 311SY1d0M3R. ttl-It-tll • AO (.9) WVS .t-, t) (M711L) 711SY1dOP83H. ttt-11-t I, 9'70 1 900 110 ( .9) (J1VS ,oc ,0.) (d ilw 711Sv1domfl'. tvi II ill Yf 1301Y 133VSSJA) (311AM1) 711SVIdOAb31t. 091-11-111 • Z. t C t S t 1 'V3 717.1.78 OOKSIn) (3UHM) 311SY1dOnb3N. 091-1t-ttl 9S 1 r tt U ( C: Y] 1N17JIJIU-0bIU 1N3AWd b3AdM f-901 • 9 t [ I SV (I%f roms) N3( tivisx1 iFCAlb 09-1-001 • 9 S F SY (i3OJ 3'3N4) ShO15 CM19x3 3lY]0'7b 0:-t-00/ Y1 Cd10MLS'I V I'b0133130 NMblSK)d 1t-1-599 t t Y3 / kA1 '1N15h1 7 ISNall 'A18N13SSY d001 .0t-1-095 r t VI lk"Id'N0131110 dWI wit-099 Y3 NtC30k 'lC(k 1ACIS P1YCMN 1t-1-0t9 C C YJ /03 1}16 6 Yw It-t-SS9 06 C6. : t MA WOW W ' 4 1 '.Y10'Q7 Zt -t-CF9 • SV (VA" ills M; (tkokn) ( S,()Aa XXl.:S) Z-Se/dt -9tNN/t-.S . Sv (MCAM 1wim a) (rON)JV) ('JIC.SOb3 too-;; I Fd/et 91•/t .S • CV (C1)tl; (%wAk:s1 RJ?O>) J6-9t■/4-.S . SV ;J/ObbV; (3h:SOb7 VCH7S) dt-9ul1-.S SY (MCdcv) (4% Owssod7) ldl-9tAl/t lilt • 9 - t Z SV ('vXwd ON) I tb • SV d-t I-fb/tt-1b • Sti dct I-fd 111-fb SY 03043 ION 00/SlA1N 111blS'YbMS01131140/41S) It-Sd/1 -ill/t-td Sr (N:AS ::bIS SSON1 01 N011lYi HS'ld) vF-w . { / "V (cOlS) l-lb I Sv 1. F Z S C _ 5V Owl 1VIJ )SA AM S110A70 11-►b IvAll 4usl) 1-td SY (SONI) ()W 3NQ) dcll-fb/ll-Fb sr - (ur31n) (Jrn 3Jcd) aDtl-fb!tt�sb . 1 SV bMkOlhl 1,113ldIS) / (.01 0)3dS) t-lb SV (Ol3A) Z-tF 1 SV (S1`1VkAiS303d MI W4 d01S) 00 3: IN • CY ('J'1W115!UfJ &Of jail- .C15) () %-tb • Sr (1t OS 11 NO41 SSi1) l5od 3C/A5 Nr'. 11-t -001 v4 J : ac, irr;1. ;IbO -^I j q:b0j VNIJ I 012i0 1 1rv13 1 gIbU I lVN1J 1 all 1 1rN1J 919C 1rNI, •Ir.O -will 71b J IYNI; JIbC lrwj JIbO 3rV1 i r1e0 N n 3.1 1r10. WIVE) 1'tn t�J 1J'b")j30 Avc G1 3 8l-:: tl-J 9l 7 ('( H BAO N .311J5 iI111NV110 !L /.rVAA"S [NO YArEY(NI YA/MY a RFSUPfACVVL Lu 2Y1 rMSi C{lVAB04 I � l� , I ry � I N W BCGV PAKMCNIW(LINGtrF(SUFIAC'.Vf. O SIA. 1BPSe IB co . iAW $ r NHCO I 31 V SW 62ND AVENUE F i Ln a Stantec "VE`O4Venue Petl n A Bkytli M 4d En.—l 18o125 V UNO AVE PAVEMENT MARKING PLANS Aylw o 11m14ne SEE PLANS orKra sw mrm� C-18 + ' 00+9F 3N17 HJ1 M "r0K � X ' t� �R¢ F Y 8 �e s c I ,c 00+Zf -7S 3N17 HJIVA ' J F I, 6140 i �V02 C= L .� g5 1 y§ Ol Z m - m yTy I { r�- MA7CH LINE Sta, J8400 i 6200 SW 78TH STREET m I S i I r- F A' NS 00+8f *�7S 3N17 H31 VW SW 62ND AVENUE Lu Lu z 7615 I'l owl yc ............ 220125 7575 7535 Al SWUMA.. � VEMENTIARKINGPS Stantec POEften & Blcde WWI, Enhano SEE PLANS CA7 WrNu � m4W9 SNtl d 33S 9Sln%Vi R WPW SN dONIA8W 1N3W3AVd MV ONNA y,ge'wAry onmwwm�]� Iuewwue4u3 Mil" eN EI vel4e d �� �`_e � e—v WZ9 NS .19, E r m inNDAV GNZ9 MS � 4 * of Er �s X �4 _o .�v `Cz 2 W •`cu Z <<C• O u � a'•Mye j b1 a � pp U C Tl 2� + nub W ,per z 141 jw ;hIJ- df( F r Q~ OJ LU o ag „ •!g x O W tu f �I I_I 4 i o n to ov c yy � I -J, Q� D W �IZ - o� 3E C 4 U i �+ =�4 Q f W , • L R h cDiE`-c .e�'8ec dv��ac �j I f South Miami Off rill Of KFA"%l Ilvl%tl ADDENDUM No. #3 Project Name: CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ NO. PW2020-02 Date: January 31, 2020 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Solicitation, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. QUESTION #1 What is the estimated project construction cost as well as the estimated CEI cost? The project engineer's estimate of probable construction cost is of $ 394,452.99 (please refer to attached Estimate of probable cost dated October 30, 2019). The CEI cost will be negotiated during selection. OUESTION #2: What is the projects anticipated duration? The project duration is 270 calendar days from the Notice to Proceed OUESTION #3: What is the CEI budget for this contract? RESPONSE: Please refer to the Response to Question # 1. OUESTION #4: What is the construction project duration and start date? RESPONSE: Please refer to the Response to Question #2. 1 of 3 145 QUESTION #5: What is the CEI contract duration and start date? RESPONSE: Please refer to the "Schedule of Events" on Page 4 of the RFQ. The tentative CEI contract award date is April 3, 2020. QUESTION 6: Is there a required DBE participation percentage for the CEI contract? RESPONSE: DBE contract specific goals are not mandatory for this project Please refer to Exhibit 1, Scope of Services, Attachment C, "DBE Bid Package Information," Form #275-030-1 1 for instructions related to Contract Specific Goals on Federal/State Contracts. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. 2 of 3 146 SW 62ND AVENUE BICYCLE AND PEDESTRIAN IMPROVEMENTS From US-1 to SW 801h Street City of South Miami ESTIMATE OF PROBABLE COST - October 30th, 2019 ITEM DESCRIPTION TOTAL QUANTITY UNIT Stantec Estimate UNIT PRICE AMOUNT 101-1 Mobilizatian 1 LS S20000.00 $20,000.00 102-1 Maintenance of Traffic and Access 15 DA $493.01 $7,395.15 104-18 Inlet Protection System 6 EA S97.68 S586.08 110-1-1 Clear and Grubbing 1.05 AC $15014.97 S15,765.72 1104-10 Removal of Existing Concrete 195 SY $18.32 S3,572.40 110-15-2 Existing Tree Protection and Preservation 1 LS $3125.00 S3, 125.00 160-4 Type B Stabilization 12' Min. L.B.R. of 40 135 S.Y. $11.32 S1.528.20 210-1.1 Limerock Base 8"(Primed) 135 S.Y. $9.23 $1,246.05 327-70-6 Milling Existing Asphalt Pavement 1-1/2" Avg. Depth 2.950 BY S4.95 S14,602.50 337-7-82 Asphalt Concrete Friction Course Traffic C, Type FC-9.5 High Polymer (1-1/2' Thick)(Resurfacing) 245 TN $134.44 S32,937S 337-7-82 Asphalt Concrete Friction Course Traffic C, Type FC-9.5 High Polymer (1-1/2" Thick)(New Asphalt) 15 TN $134.44 $2.016.60 339-1 Miscelaneous Asphalt Pavement (Adjust Asphalt Driveways) 1 TN $134.44 $134.44 425.4 Adjust Existing Valve Boxes, Meter Boxes, Fire Hydrants, Manhole Covers and Catch Basins 1 LS $6,000.00 56,000.00 425-74-1 Clean Existing Catch Basins 6 EA $900.00 S5400.00 425-1207 finials Curb Two 9 1 EA S6243.00 S6,243.00 425-1311 Inlets Curb Type P-1 1 EA S5.430.851 S5,430.85 425-1321 Inlets Curb T eP-2 2 EA S6000.00 S12,000.00 425-241 Manhole Type P-7 2 EA $5,672.10 S11,344.20 430-174-115 Pipe HDPE 15" Diameter 60 LF 1 $116.13 $6.967.80 443-704 Exilltmtion Drain (24") (includes Ballast Rock, Trench and Filter Fabric) 200 LF $272.42 $54484.00 520-1-10 Concrete Curb and Gutter Type "F" includes cost of limerock 1,950 LF $22.50 S43,875.00 522-1 Concrete Sidewalk Reconstruction 4" Thick 940 BY $40.00 $37,600.00 5252 Concrete Sidewalk Reconstruction 6" Thick 60 SY 550.00 $3,000.06 526-2 PaversArchitectural Adjust Driveway) 8 Sy S152.44 $7 219.52 527-2 Detectable Warning Surface 130 SF S29.53 $3838.90 575-1-1 Sodding (Pensacola Bahia or Match Existing) Includes watering and maintenance 1.325 SY $3.75 S4,968.75 630-2-12 Conduit F 81 Directional Bore 190 LF S18.85 $3,581.50 1 Pull 8 S lice Box 2 EA $645.25 $1,290.50 1 Aluminum Si nal Post, Pedestal 1 EA S!.516.30 S1,516.30 00 Loo Detector, Remove 4 EA $317.85 St271.40 01 Leo Assembl , Furnish 8lns--" T e A 4 AS $822.17 $3,288.68 1 Pedestrian Defector F S 1, Stanlard 1 EA $254.90 S254.90 11 R Sin le Post Sin R2-1 SPEED LIMIT 1 AS $366.00 S366.00 11 Sin le Post Sin R4-11 BICYCES MAY USE FUL LANE 12 AS $366.00 S4392.011 Sin le Post Si n R7-7 NO PARKING 6 AS $366.00 S2,196.00 11 Single Post Sign R10-3A(PUSH BUTTON TO CROSS STREET) 1 AS S200.00 $200.00 0 Relocate Existing Sign Sin le Post 8 AS $250.00 S2.000.00 700-1-60 lRemove Existing Sin (Single Past 8 AS $19.21 S153.68 706-3 Marker Pavement Retro-Reflective 56 EA $3.49 S195.44 711-11-111 Themo lastic White Solid 6" 1,660 LF $1.28 $2,124.80 711-11A23 Themo lastic(White) Solid 12' 720 LF $2.22 $1.598.4 71141A25 Themo lastic(White) Solid 24' 150 LF S4.24 $636.00 71141160 Thermoplastic hits (Message) Bicycle 12 EA $136.98 $1 643.76 711A 1-211 Themo lastic(Yellow) Solid 6" 1,310 LF $1.26 $1.676.80 711-11-224 Thermoplastic(Yellow) Solid 18' 20 LF 1 $2.551 551.00 711-11-231 Thermoplastic(Yellow) (10'-30' Ski ) (6") 0.06 GM I S4.000.001 $240.00 Sub -Total $333,959.12 MISCELLANEOUS ITEMS 102-14 Trffic Conaol Officer 120 HR S45.00 S5,400.00 800-7 Permit Allowance 1 LS $2.500.00 52.500.00 980 ISafety Act 1 LS $2.500.00 $2,500.00 999 Contingency (15Ye) 1 LS $50,093.87 $50.093.87 Sub -Total $60,493.67 Total: $394,452.99 EXHIBIT D PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 "COMPENSATION" Compensation is to be paid monthly in accordance with the schedule set forth in the attached table for each month. The maximum compensation is $79,882.89 if the construction takes no longer than 180 days. Compensation, when calculated in accordance to the attached table, may be less than $79,882.89 if the construction is completed in less than 180 days. EXHIBIT E PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 "RFQ #PW2020-02" nSout iami TIIF CM Of RFMT Tl WING CITY OF SOUTH MIAMI CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 SUBMITAL DUE DATE: February 11, 2020 at 10:00 AM Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Qualifications" or "RFQ"). All references in this Solicitation (also referred to as an "Request for Qualifications") to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to mean the City of South Miami. The City is hereby requesting sealed proposals in response to this RFQ #PW2020-02, "CONSTRUCTION & ENGINEERING INSPECTION FOR 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT" to retain a professional consultant to provide services and contract for the services necessary for the completion of the project in accordance with the Scope of Services, (Exhibit 1, Attachment A, B & C) and or the plans and/or specifications, if any, described in this Solicitation (hereinafter referred to as "the Project' or "Project'). The evaluation and award of the submitted Qualifications shall be consistent with Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes). This project is Federally Funded through a grant from the State of Florida Department of Transportation Local Agency Program (LAP). Respondents must comply with LAP requirements for Professional Services Contracts; refer to Exhibit 1, Scope of Services, Attachment C to Bid Package, "Local Agency Program (LAP)-" Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package at the City Clerk's office Monday through Friday from 9:00 a.m. to 5:00 p.m. or by accessing the following webpage: http:/Iwww.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information. The Solicitation is also advertised in The Daily Business Review, a regional print media periodical. Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The Proposal Package shall consist of one (1) original unbound proposal, five (5) additional copies and one (1) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: "CONSTRUCTION & ENGINEERING INSPECTION FOR 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT," RFQ #PW2020-02 and the name of the Respondent (person or entity responding to the Solicitation. Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail or hand delivery, no later than 10:00 A.M. local time (the "Closing Date") on February 11, 2020. A public opening will take place at 10:00 am. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10:00 a.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. 1 of 120 Hand delivery must be made Monday through Friday from 9 A.M. to 5 P.M., unless a different time is provided above for the Closing Date, to the office of City Clerk. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained in this Solicitation Package. The City reserves the right to award the Project to the person with the most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents as deemed to be in the best interest of the City. Nkenga A. Payne, CMC City Clerk, City of South Miami 2 of 120 SCOPE OF SERVICES and SCHEDULE OF VALUES CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT END OF SECTION 3 of 120 SCHEDULE OF EVENTS CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 NOTE: Dates are Subject to Change No Event Date* Time* (EST) I Advertisement/ Distribution of Solicitation & Cone of Silence be ins 1 / 17/2020 10:00 AM 2 Deadline to Submit Questions 1 /31 /2020 10:00 AM 3 Deadline to City Responses to Questions 2/4/2020 10:00 AM 4 Deadline to Submit RFQ Response 2/ 1 1 /2020 10:00 AM 5 Selection Committee Meeting 2/24/2020 TBD 6 Selection Committee Interviews of Consultants 3/6/2020 TBD 7 Commission Approval of Selected Consultant/Cone of Silence Ends 3/ 17/2020 7:00 PM S Contract Negotiations 4/3/2020 TBD 9 Contract Award Date 4/ 10/2020 TBD END OF SECTION 4 of 120 INSTRUCTIONS for RESPONDENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. Purpose of Solicitation. The City of South Miami is requesting proposals for the most responsive responsible Proposal, as determined by the City. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Consultant. Response submittals to this Solicitation will be considered from Consultants normally engaged in providing the services requested. The proposing Consultant must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a Consultant to perform. 3. Designated Contact. The awarded Consultant shall appoint a person to act as a primary contact with the City of South Miami. This person or back-up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable of the terms of the contract. 4. Precedence of Conditions. The proposing Consultant, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence shall apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Addenda to Solicitation b) Attachments/Exhibits to the Solicitation c) Solicitation d) AttachmendExhibits to Supplementary Conditions e) Supplementary Conditions to Contract, if any f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract, if any i) Respondent's Proposal 5. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow the proposing Consultant to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing Consultant acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the Consultant; c) The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday. Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the Consultants Proposal; and d) The Consultant submits an explanation in writing, signed under penalty of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 6. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. If 5 of 120 there is a conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover Letter shall govern and take precedence over the conflicting provision(s) in the Solicitation. 7. Any questions concerning the Solicitation or any required need for clarification must be made in writing by 10:00 AM February 4, 2020 to the attention of Steven P. Kulick, Chief Procurement Officer, at skulick6southmiarri ftov or via facsimile at (305) 669.2636. 8. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Solicitation Package (also known as "Solicitation Specifications" or "Solicitation") by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective Consultants via the City's website. 9. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. 10. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Section 8A-7, of the City's Code of Ordinance. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff and members of the City Commission. The Cone of Silence ordinance, Section 8A-7, has been duplicated at the end of these instructions. IL Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation including but not limited to one that requests any of the following a proposal, qualifications, concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 12. Lobbying. "Lobbyist' means all persons (including officers and managers of a legal entity), Consultants, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the enure decision -making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. All Consultants and their agents who intend to submit, or who submitted, responses for this Solicitation, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information or as otherwise provided for in the City's Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5 (c) (9), of the City's Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to comply with presentations, if applicable. Anyone who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist See section 8A-5 of the City's Code of Ordinances for further information and contact the City Clerk to register as a lobbyist. 13. Reservation of Right. The City anticipates awarding one contract for services as a result of this Solicitation and the successful Consultant will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the Solicitation documents. c) to request additional information from Consultants as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. 6 of 120 e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) to cancel, in whole or part, any RFQ when it is in the best interest of the City. h) to award the Project to the person with the most responsive, responsible Proposal, as determined by the City. 14. Contingent Fees Prohibited. The proposing Consultant, in accordance with F.A.R. 52.203.5 "Covenant Against Contingent Fees." by submitting a proposal, warrants that it has not employed or retained a company or person, other than a bona fide employee,. approved subconsultant or subcontractor, working in its.employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or Consultant other than a bona fide employee, contractor or sub -consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 15. Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list pursuant to Chapter 287.133 following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 16. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and correction. Proposals shall be signed using blue ink; all quotations shall be typewritten, or printed with blue ink. All spaces shall be filled in with the requested information or the phrase "not applicable" or "NA". The proposal shall be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as part of its Proposal, the following documents: a) The Request for Qualifications and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier's check), if required, attached to the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter of Insurability. 17. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this Solicitation and as required by law. The Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. These documents shall be furnished to the City ten (10 days) prior to an award. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal. 18. Respondent shall comply with the City's insurance requirements as set forth in the attached EXHIBIT 3, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City's bonding, if required for this project, and insurance requirements as set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a 19. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 20. Execution of Contract: A response to this Solicitation shall not be responsive unless the Respondent signs the form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's signature on the Bid Form and/or the form of contract that is a part of the Solicitation package and/or response to this Solicitation, grants to the City the authority, on the Respondent's behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and, at the City's sole and absolute discretion, the City may treat the Respondent's signature on any of those documents as the Respondent's signature on the contract, after the appropriate information has been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions of the contract. 21. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract In addition, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract 22. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 23. Hold Harmless: To the fullest extent permitted by law, the Agency's contractor shall indemnify and hold harmless the City of South Miami, the State of Florida, Department of Transportation , and its officers and employees from liabilities, damages, losses and costs, including, but not limited to , reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor and person employed or utilized bey the contactor in the performance of this Contract" This indemnification shall survive the termination of this Contract Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the City of South Miami sovereign community. The submission of a proposal shall act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required for this project, shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 24. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award or termination of the contract. 25. Bonding Requirements: A Proposal/Bid Bond is not required for this project. For projects that require a Proposal/Bid Bond, Respondent, when submitting the Proposal, shall include a Proposal/Bid Bond, required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security. 26. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this Solicitation package, the successful Respondent, within ten (10) calendar days of Notice of Award by the City, shall deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Documents within the specified time shall, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach 8 of 120 of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal/Bid Bond. 27. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders shall be allowed for delays caused by the City, other than for extensions of time to complete the Work. 28. Cancellation of Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 29. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. 30. All respondents, at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their b4d Proposal considered, including all financial obligations. Prior to the acceptance of any proposal, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors"). A proposal will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No Proposer who is in default of any prior contract with the City may have their Proposal considered until the default is cured to the satisfaction of the City Manager. 31. Bid Protest Procedure. See attached EXHIBIT 6 32. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as EXHIBIT 4. 33. Non -Appropriation of Funds. In the event that no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under any contract awarded pursuant to this solicitation, then the City, upon written notice to Successful Bidder or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any Respondent(s). 34. Confidential and Proprietary Information. Respondents may assert that some trade secrets, financial records, and proprietary or other confidential information in their unsolicited proposal are confidential information that they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential shall include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non -confidential and confidential information, the Respondent shall provide a redacted copy of the document and an unredacted copy. In addition, the Respondent shall prepare a list of all the documents claimed to be confidential or containing confidential information and on the next line under the description of each document the Respondent shall cite the statutory provision that provides the basis for the Respondent's claim that the document or a portion of the document is confidential and below the citation the Respondent shall copy and paste the applicable statutory provision (this listing requirement shall hereinafter be referred to as "properly list" or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential document that is only partially confidential shall result in the waiver of any claim that the document is confidential or that the unredacted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents, the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely authorize the production of the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining a protective order, the City will produce the requested information or document. The City shall not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee that the alleged confidential document or information may not be disclosed should it ultimately be determined not to be confidential under applicable Florida public records laws. The Respondent shall indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its 9 of 120 document or information is confidential. The City can only agree to advise the Respondent of such request and give the Respondent an opportunity, at Respondent's sole and exclusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. 35. Definitions. The following definitions shall govern the interpretation of this RFQ: "Certify", including all of its tenses, such as "certifies", "certifying" and "certified", shall mean the act of swearing or affirming under penalty of perjury that the facts that are being "certified" are true and correct and it shall be accomplished either by swearing (or affirming) to the truth of the statement before a notary public, or by a declaration, under penalty of perjury, as to the truth of the statement pursuant to Florida Statutes, Section 92.525. 43. Local Government Prompt Payment Act. This project is subject to the provisions described in Florida Statute Ch. 218, Part VIII. 44. Public Access to Public Records Language. This project is subject to the provisions described in Florida Statue Ch 119. 45. Records Retention. All records relating to this project must be retained by the Respondent for a minimum of 5-years from the date of final payment. 46. Allowable Costs: Determination of allowable costs in accordance with Federal Cost principles will be performed for services rendered under this contract. 47. Payment Method. The City shall provide payments on the basis specific rates of compensation using direct labor hours at specified hourly rates, including direct labor costs, indirect costs, and fee or profit, plus any other direct expenses or costs, subject to an agreement maximum or not to exceed amount. The Vendor shall provide fully documented invoices, which indicate, in addition to the basic information set forth below, the time and materials provided to the City user department(s) that requested the Work through a purchase order. It shall be understood that such invoices shall not be authorized for payment until such time as a City representative has inspected and approved the completed portion of the Work assignment The percentage or component of completed Work which corresponds to the acceptable payment schedule shall be as follows: a) CONSULTANT INFORMATION: • The name of the business organization as specified on the Contract between City and Consultant • Date of invoice • Invoice number • Respondent's Federal Identification Number on file with the State b) CITY INFORMATION: • City Purchase Order Number • PRICING INFORMATION: • Unit price of the, Services • Extended total price of the Services • Applicable discounts d) SERVICES PROVIDED PER CONTRACT: • Description • Quantity e) DELIVERY INFORMATION: • Delivery terms set forth within the City Purchase Order • Location and date of delivery of goods, Services or property f) FAILURE TO COMPLY: • Failure to submit invoices in the prescribed manner will delay payment. 10 of 120 The City will pay the contract price minus any liquidated damages, back charges and/or other damages to the Bidder upon final completion and acceptance. END OF SECTION 11 of 120 CONE OF SILENCE ORDINANCE, SECTION 8A-7 CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 Chapter 8A of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add a new section 8A-7 which is to read as follows: Sec. 8A-7. Cone of Silence: (A) Definitions. (1) "Cone of silence", as used herein, means a prohibition of any communication regarding competitive solicitations such as a request for proposal (" RFP"), request for qualification ("RFQ"), request for information ("RFI") or request for bid ("RFB"), between: (a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the "Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder, (hereinafter referred to as the "Bidder's Representative") and (i) Members of the City Commission or (ii) City's professional staff or (iii) Any member of the City's selection, evaluation or negotiation committee. (b) Members of the City Commission shall not communicate with professional staff or members of the selection, evaluation and negotiation committees at any point in the competitive process except as provided in paragraph D (3) below. (2) "City's professional staff' means City Department Heads and their staff and the City Manager and Deputy City Manager and their staff including consultants involved in the solicitation, evaluation and negotiation process. (B) Restriction; notice. A cone of silence shall be imposed upon each competitive solicitation, commencing with the date that the advertisement of said solicitation is published and the requirements of this section shall be included in the solicitation. At the time of imposition of the cone of silence, the City Manager or Manager's designee shall: (a) provide for public notice of the cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on each City Commissioner. (C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which the City Manager makes his or her written recommendation to the City Commission or at the time that the solicitation process is terminated by the City Manager. However, if the City Commission refers the Manager's recommendation back to the Manager or staff for further review, the cone of silence shall be reimposed until the beginning of the City Commission meeting at which the City Manager makes a subsequent written recommendation. (D) Exceptions to applicability. The provisions of this section shall not apply to: (1) Communications at a duly noticed pre -bid conferences or at any duly noticed public Selection or Negotiation Committee meeting or duly noticed public City Commission meeting at which the City Manager has placed the subject of the solicitation on the Agenda; 12 of 120 (2) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract negotiation strategy sessions in compliance with the exemption in Florida Statutes Section 286.0113; (3) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the Selection or Negotiation Committee meetings; (4) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City Clerk by the Potential Bidder or Bidder's Representative. The City Clerk shall make copies available to any person upon request; (5) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's Purchasing Agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (6) Communications with the City Attorney and his or her staff; (7) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation, (8) Any emergency procurement of goods or services pursuant to City Code; (9) Responses to a request made by the City's Purchasing Agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (10) Communications prior to bid opening between City's professional staff and Potential Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a Potential Bidders and/or Bidder's Representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. (F) Penalties. Violation of this section by a particular bidder or proposer, or their representative, shall render any award to said bidder or proposer voidable by the City Commission and/or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided herein, violation of any provision of this section by a City employee may subject said employee to disciplinary action at the discretion of the City Manager. END OF SECTION 13 of 120 Proposal Submittal Checklist Form CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-20 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this Solicitation. The response shall include the following items: Proposal Package shall consist of one (1) original unbound proposal, X five (5) additional copies and one (1) digital (or comparable medium _ including Flash Drive, DVD or CD) copy FDOT Local Agency Program (LAP), documents Exhibit 1, Scope X of Services, Attachment C to Bid Package X Supplemental Instructions for Respondents described in EXHIBIT 2 X Indemnification and Insurance Documents, EXHIBIT 3 Professional Services Contract, EXHIBIT S; Provided for X Reference Only. Not Required with Submittal X Respondents Qualification Statement X List of Proposed Subcontractors and Principal Suppliers X City of South Miami Non -Collusion Affidavit X City of South Miami Public Entity Crimes and Conflicts of Interest City of South Miami Acknowledgement of Conformance with OSHA X Standards City of South Miami Affidavit Concerning Federal & State Vendor X Listings X City of South Miami Related Party Transaction Verification Form City of South Miami Presentation Team Declaration/Affidavit of X Representation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION 14 of 120 RESPONDENT QUALIFICATION STATEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar projects completed, a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule II. List the last five (5) completed similar projects. a) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: b) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: c) Project Name: Owner Name: 15 of 120 Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: d) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: e) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Ill. Current workload 16 of 120 IV. The following information shall be attached to the proposal. a) RESPONDENT's organization chart. b) RESPONDENT's proposed project organizational chart c) Resumes of proposed key project personnel, including on -site Superintendent. V. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years VI. Government References: List other Government Agencies or Quasi -Government Agencies for which you have done business within the past five (5) years. Name of Agency: Name of Agency: Name of Agency: 17 of 120 LIST OF PROPOSED SUBCONSULTANTS CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this tiz•Irt�[«r•Ta ... . -. we %-onEracL Classification of Work Subcontractor Name Address Telephone, Fax & Email This list shall be provided as a part of Respondents submittal to the City of South Miami and in response to this RFQ. END OF SECTION 18 of 120 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) being first duly sworn, deposes and states that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal; (2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with this RFQ for which the attached Proposal has been submitted; Signed, sealed and delivered in the presence of: Witness Witness ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) By: Signature: Print Name and Title Date On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Notary Public, State of Florida (Name of Notary Public: Print, Stamp or type as commissioned.) Personally known to me, or Personal identification: Type of Identification Produced Did Not take an oath. 19 of 120 Did take an oath, or PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT, Sub -contractor, supplier, Subconsultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to [print name of the public entity] By: [print individual's name and title] for [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutesmeans a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those 20 of 120 officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this day of , 20, Personally known OR Produced identification Notary Public — State of My commission expires (Type of identification) Form PUR 7068 (Rev.06/1 1/92) (Printed, typed or stamped commissioned name of notary public) 21 of 120 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We, , (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and Stantec Engineering, Consultant, if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subconsultant's names): to comply with such act or regulation. CONSULTANT Witness BY: Name Title 22 of 120 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondents name Does appear on one or all the "Listings" summarized below, Respondents must "Check if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida Department of Management Services website: http://www.dms.mAorida.com/business operations/state purchasing/vendor information/convicted suspended_ discriminatory complaints vendor lists DECLARATION UNDER PENALTY OF PERJURY I, (hereinafter referred to as the "Declarant') state, under penalty of perjury, that the following statements are true and correct: (1) 1 represent the Respondent whose name is (2) 1 have the following relationship with the Respondent (Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability Company). (3) 1 have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myfl on da.com/busi ness_operations/state_Purchas ing/ven dor_info rmatio n/convicted_Suspend e d_discriminatory_complai nts_vendor_I ists (4) 1 have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a Iisting(category, it means that I am attesting to the fact that the Respondents name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable _ Convicted Vendor List Suspended Vendor List Discriminatory Vendor List _ Federal Excluded Parties List _ Vendor Complaint List FURTHER DECLARANT SAYETH NOT. (Print name of Declarant) By: (Signature of Declarant) ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) On this the day of , 20, before me, the undersigned authority, personally appeared who is personally know to me or who provided the following identification and who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant. WITNESS my hand and official seal. Notary Public, State of Florida NOTARY PUBLIC: SEAL (Name of Notary Public: Print, Stamp or type as commissioned.) 23 of 120 RELATED PARTY TRANSACTION VERIFICATION FORM I , individually and on behalf of ("Firm") have Name of Representative Company/Vendor/Entity read the City of South Miami ("City")'s Code of Ethics, Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: (1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal 24 of 120 gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract (6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows: _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:\Purchasing\Vendor Registration\ 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge, information and belief. Signature: Print Name & Title: Date: 25 of 120 Sec. 8A-I. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government, (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (1) An open -to -all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. 26 of 120 Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)(1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (1) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2) Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. 27 of 120 No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. G) Prohibition on outside employment. (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I -I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. 28 of 120 No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring f nancial interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or other proceeding, application, Solicitation, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (q) City attorney to render opinions on request. Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord. No. 6-99-1680, § 2, 3-2-99) Editor's note- Ord. No. 6-99-1680, § 1, adopted 3-2-99, repealed §§ 8A- I and 8A-2 in their entirety and replaced them with new §§ 8A- I and 8A-2. Former §§ 8A- I and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I (I A- 1), 1 (1 A-2) adopted Jan. 11, 1969. 29 of 120 PRESENTATION TEAM DEC LARATION/AFFI DVAIT OF REPRESENTATION This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, shall list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No person shall appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes, the undersigned, , makes the following declaration under penalty of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person shall appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed this day of , 20 Signature of Representative Print Name and Title Print name of entity being represented END OF SECTION 30 of 120 EXHIBIT # I SCOPE OF SERVICES Attachment A CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 I. BACKGROUND: Pursuant to the Consultants Competitive Negotiation Act, Florida Statue 287.055, the City of South Miami, hereby solicits Expression of Interest and Statement of Qualification submittals from professional consulting engineering firms who are prequalified by the Florida Department of Transportation to perform Roadway Construction, Engineering and inspection (CEI) Services (including monitoring and inspection of the work required under various construction contracts and coordinating with other public agencies, utilities, and affected property owners) and Construction Materials Inspection (including conducting inspections and investigations of various highway materials or products, together with the proper recording, analysis, and reporting of results and recommendations). To fulfill such needs and meet the requirements for specialized services, the City intends to retain a single Consultant under a professional service agreement. The professional services agreement term shall be negotiated and agreed to by the parties prior to submittal for review and approval by the City Commission. See "Schedule of Events" in this Solicitation. 11. PROJECT FUNDING: This project is Federally Funded through a grant from the State of Florida Department of Transportation Local Agency Program (LAP). Respondents must comply with LAP requirements for Professional Services Contracts; refer to Exhibit 1, Scope of Services, Attachment C to Bid Package, "Local Agency Program (LAP)." III. THE PROJECT: The project consists of Managing Construction, Engineering and performing Inspections to provide connectivity for pedestrian traffic along SW 62nd Avenue from SW 70th Street to 85`' Street, as recommended in the South Miami Intermodal Transportation Plan (SMITP). Specifically, the project will provide sharrows along SW 62nd Avenue from SW 70th Street to SW 76th Street, sidewalks along both sides of SW 62nd Avenue between SW 78th Street to 80th Street, roadway reconstruction and repair of sidewalks along SW 62nd Avenue between US I and 78th Street, and a neighborhood traffic circle at SW 62nd Avenue and SW 85th Street (Snapper Creek Drive). The sidewalk portion of the project (between 78th Street and 80th Street) will include new curb and gutters. 31 of 120 IV. SCOPE OF SERVICES: The selected Consulting Firm must provide for a Project Manager and Resident Compliance Specialist on their team throughout this entire project. The selected Consultant shall also provide CEI duties during construction and through project close out including, but not limited to the following: a) Assisting the City with compliance verification of all documentation required of the Contractor selected for this project b) Being present on the project site when the contractor is working. c) Inspecting and administering the construction contract d) Conducting and attending weekly progress meetings. The frequency of these progress meeting may be decreased at the City's discretion. The CEI will be responsible for scheduling and conducting the meetings as well as providing agendas and meeting minutes. e) Reviewing pay estimates and change order requests and recommending approval or rejection to the City. f) Reviewing applications for Payment from the Contractor and providing written response within seven (7) days of receipt of the application noting any deficiencies preventing the pay application from being complete. CEI shall gather all required documents from the Contractor and once quantities have been verified, the CEI shall sign the application for payment and submit it to the City. g) Making sure the contractor's work is done in accordance with the contract specifications. h) Completing daily inspection reports with associated photos, truck tickets, material verification and all other LAP required documents on a weekly basis. i) Submitting LAP required documentation and site photos on a weekly basis. j) Conducting all inspection, interviews and reports required in the field (daily inspection reports, bulletin board inspections and reports, employee interviews, truck driver interviews, material inspections, etc.) k) Providing an engineer's summary letter on a monthly basis including all daily reports for the preceding month and basic project information such as elapsed time, project completion status, amount paid to Contractor to -date, and general construction activity summary. 1) Being aware of and immediately reporting and Temporary Employment Agency/Day Laborers, segregation/discrimination or independent workers on the job. m) Observing and reporting uniforms on employees, overtime worked and classification of employees. 32 of 120 n) Completing monthly wage verification interviews, truck driver interviews and Equal Employment Opportunity (EEO) Project Bulletin Board inspection. o) Verifying all subcontractors and reporting to the City any subcontractors that are not certified for the project. p) Providing full time inspection during construction by a qualified construction inspector. q) Conducting periodic site visits as necessary to resolve Requests for Information (RFI) or other project issues. r) Providing written responses to Contractor RFI within seven (7) calendar days of receipt. s) Reviewing all submittals and shop drawings supplied by the Contractor and providing a response within seven (7) calendar days of receipt. If the submittal is rejected, then the reasons for the rejection must be provided in writing. All approvals and rejections shall be provided in writing. t) Maintaining submittal and RFI logs. u) Reviewing and approving Proctor/LBR reports and reviewing density test reports. v) Reviewing Contractor's monthly reports for compliance with contract plans, EEO compliance and previous disbursement to subcontractors. w) Reviewing and approving certified payroll for prime contractor and their subcontractor(s) on a weekly basis. x) Attending all walkthroughs for Substantial and Final Completion and generating punch -lists of outstanding items to be resolved. y) Issuing Certificate of Completion documents signed and sealed by a Florida Licensed Professional Engineer. V. QUALIFICATIONS: The City is interested in hiring, via a Consultants Competitive Negotiation Act Process, a Florida Department of Transportation (FDOT) preauthorized firm, to provide Construction, Engineering and Inspection (CEI) Services in connection with the City's SW 62 Avenue Pedestrian and Bicyclist Enhancement Project in accordance with the Scope of Services, Exhibit 1, Attachment "A," and; Attachment "B," "Construction Plans & Specifications" and; Attachment "C" Local Agency Program (LAP) Requirements for Professional Services Contracts. Professional Services Work Types, 10.1 and 10.3. Submittals will be reviewed, evaluated, scored and ranked in accordance with Exhibit 4, "Evaluation and Selection Criteria." 33 of 120 VI. SITE LOCATION: The site location of the project is SW 62 Avenue between US- I and SW 80 Street and, SW 62 Avenue & SW 85 Avenue, Roundabout, South Miami, FI 33143. VII. PLANS & SPECIFICATIONS: Refer to Construction Plans and Specifications as Exhibit 1, Scope of Services, Attachment B (Stantec Plans) VIII. PROJECT SCHEDULE: The anticipated schedule for this project is as follows is defined in the "Schedule of Events" in this solicitation found on Page 4. END OF SECTION 34 of 120 EXHIBIT # I SCOPE OF SERVICES ATTACHMENT B CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 "CONSTRUCTION PLANS & SPECIFICATIONS" 35 of 120 CITY OF SOUTH MIAMI CAPITAL IMPROVEMENTS PROGRAM SW 62nd AVENUE PEDESTRIAN AND BICYCLIST MOBILITY ENHANCEMENT INDEX OF SHEETS SHEET NO. SHEET DESCRIPTION C-00 COVER SHEET C1 GENERAL NOTES G2 SUMMARY OF PAY ITEMS C1 ROUNDABOUT TYPICAL SECTION C-2-Cd SW 62ND AVE TYPICAL SECTION GE ROUNDABOUT DEMOLITION B GEOMETRY PLAN C6 ROUNDABOUT GRADING PLAN C7-C-12 SW 62ND AVE SITE PLAN C13-G14 SW 62ND AVE PROFILE VIEW C-15 CROSS SECTIONS C.6 PAVEMENT MARKING QUANTITIES G17 ROUNDABOUT PAVEMENT MARKINGS PLAN C18-C23 SW 62ND AVE PAVEMENT MARKING PLANS C-25 CONSTRUCTION DE TAILS S-1-S-2 SW62NOAVEISW 85TH STTOPOGRAPHIC SURVEY S-1.84 SW62NO AVE TOPOGRAPHIC SURVEY THE SCALE OF THESE DRAWINGS MAY HAVE CHANGED DUE TO REPRODUCTION �Bi7bkiVGv"ois SOUTH MIAMI, FLORIDA FDOT FM#438673-1 M. �6....... tantec 901i . deLem Md. SNie 900 cool Gades. RoiMo JJIJ� Toll. usu] w.. msa4saw4 wrx3lonlec.com 36 of 120 DEVELOPED FOR: CITY COMMISSION: MAYOR: PHILIP STODDARD VICE MAYOR: WALTER HARRIS COMMISSIONER: LUIS GIL COMMISSIONER: JOSH LIEBMAN COMMISSIONER: ROBERT WELSH PROJECT No. 215614756 100% SUBMITTAL NOT FOR CONSTRUCTION .;1�1�I„ CARLOS M. HI RDOCiA. P.L. REGSIEiEC F% NCER NO 41660 SIM 0' - OROA I C3 ^ W _ o ry m ry ^ �. �• o _ am^♦� � n h-� � y 1 f ♦ I + 1 1 1 1^^ 1 67 1 1 QQ I ^ 1)+ d ^ .� ^ �O N h �'1 � Y ♦ V V ♦ r Y] h � h J) Jl � Yl z o � a w u' a (QJj N a U O • a �J I:f i I � y i g _ { al. 4J w - ` Y y �\ u t9� h t b T � It O Y N. O pQ 7O7ee � 1Z`• g�< Op O �p�yZQ� yC z�0 ��O2z W6U Sz Fh� NII�FZ 0 O O� WO1O WpW O _ yC w1. 1ca H12 p0 zz cc Ma H 0m I# F W yQQ W p W Q� W yw =N �ZyR1 R1FUV �yO W- ail {w I i 33 W 0. CC OU Nn zx t" a n us .0 O N •1 � 6uggap y 6wosq /o C31447 an AV& W�E d L � o g O • T• A u a � � A u � - O e O \ ] yS � N _. C 3 Q� h b 8 E N � C ti �a - - U U a� OF a Wa _ bt "I 'VI bwggn0 A 6w.wq p s7!Y!t � 6wggn1i v 6w•osb �o si!ur7 o a a8 a w uN W � ba �d Y � 'U V U \ a m M1 gVIC•q ¢ � � b Op �y .),V7M/u�—------T�- 6wgg✓} y Gwaosq /o sp.,F7 • 1 - z� i o � U w H a u� Z a °oeu 34uz e? w U i g o r r ; VW 3 H ioiu c II. E e a c W a ' e Y a s e l s N ell fit s fit�I 1 i O h I - � Ypp O L. Z ' I; -- - -- ----- -- ----- -- — WWb Mil$ o/l dlaf-0 —_.. --_ _ —_— a..wAd:•�...a4a•.r.... M,wAa.s]M 'S'1'N BSLtt951LI!\+A19 •claona.+mawo� '°a5 'ON n''° ° t e4113 AX_gM OP428 7 URUI OPOd ^m..a.�c va w.l.u.ao. s. NOU33S IVVOIdAi 3AV ONZ9 MS Gnu"v PUZ9 MS ✓ `" to e4s ortlozv Z!'fB+Sf =V1S 01 09#pf -'VIS Mods $36107S SSOdO OWSIX3 INl JO NOq O3HH00 horapr5 P46000Ad pJ suoH "S . 300 HOJ 07HIMId 30 AYJY OMnHH340 opo.69nS Po!20o+S .L! buisul ; 0 JJON agog ,l10,0"7 _p 61n+s/r1 (ata.auHO J10IM1Y) as.n00 uolJ?uJ 10 -1wafl 56-03 ad(I '6uraaJingaH A 6w,ICn .Z/1-1 Pasodald ,Y; pohab aN cols 00; apv ages WFgoJS al -aw 0 apo,608 04 o•+ws , as0g s�0au!7 .& uN H 1 I »l� + XVn YZ ' Xrn YZ L 1 V r' r k1^ mJOO A#OVA NI+•V, 4100A b` oQ �' •+0oraa w ua uouwH of aabasp7 bu.+yr1 parooOW urou ay ol 3 I Jw"SowS s000W aagpuol 6qlrw do w 91 � '� uooan.Isuo0 /o � .SC \ i .09 \ r 09+bf :V1S 01 OS+G£' :VIS WOHJ #loaaP'S POIOOOld /OJ scold "S wo,69+S pal.!lQo1S as Gulls✓1 0, agog *"Mui7 .6 6u+su3 ;g (op--0 )pVdrY) os.no0 woN?,•J '0 VJ041 S'6-OJ 0&1 '6-WjJn"H y 6u'Mn ,Z/!-I Posodold r papoaly to soprg gpa-ag"S swm9alS ,Zl -ON apo/6atJ of 'apaj uo0 / ,Ot . popooll apal6aH of J0l30jJuo0 � agog yaoalw7 ,& raN ; B ! 11 • atiroAaaan p100'(SODA I k r ( Y .J. ad(j '2uo0 ♦ J. ad(1 "au°0 IM U lyap7S v0ulaH oft ,o u.oulaH of aaWrw7 6. X~C s,ulW ,a 6 1 I - --- - .1T w,,ln.)suoO Jo i ,09 SNW1d 335 tsenas¢ aw'-+W ..amwmma MdAtl13W0309 NDI1f10W30Lro0tlON00 luvaw•Nvd NM1q°w W+U'90➢tl WLMS :)a:tue4S r Kew vn" w+n a"ml M�•�.v a w M! ib M� i+n n tlu • w wun aPuyC�p•+•w w wwwaw.w.Gwa w•w Y �4rr M 4RH.MYwu1 PM en••m uO. N>wVw e�a+w W F�m +w�Wir r N wwwm a wa •W� I IC OW >ti(Oli6 � . B TIYJ 9iYY'IY �d.M •fl WWY W SVM n�•�iWu ' jygrpQ , ru�iK�Ow w'4w u rY r •IW .W�• N Wwl '3dRgS�gIV .wm O w•A.o� ys �4g ...•.e� .TmlV9 �,� a •gip, tlS Or ��YY�SRi�M Ir S 9N1.1 VNq] T Y.4II.MSLJN 11Y MY YIJI YL 3ID'/40'b S201JVW/9J SMY �JWY�IO NI�Y� 0 �Mmim o�w"vM � Tl�lx VJY I]MW HI e0Y• Sd a Sdil SLro cry g1YJ Sd 3p Mn Tv Svl T v Sod r•wq Nn) ON3'J31 � Mto vo wawa ra m4•.a _ _ _ _ m.v"...':."e.`.r"'� ww .. HNtlld 335 ELPINtE "� T9 MIWtl IuwmuNu3 AlIMOW ery4.6➢u&IIaePSd Ntld HNIC" 1lIDBYDNIIOH .-W WN ms yym f➢pLt[1 YIS Grow �o vm arem a n+mrd i 3 � � � .a DIQ DOd 9LDd8H' � p((y ¢fir 1 6 � S �. _� �qw errs�rn.w~�n•w� Min vw..wn dO Yolwry4xw I[82'IYJ HIYY'fY i - 9Mm..w ru�wyN/WIId Wes. uSu WYwi�r r•ew r�dpy til.n�Ml v�Ow IIpYW� 1 1 45 ISL9Kl YI5 IG'IIKI IS Y M8Y L5J arox n sEm �jJ vm•al.i � � "' 5L.11 / r.•.n.,. ... ♦I MS xa•.;,yG•.na S VIGB .IIS WAY951m v p¢v u ,u xuai •J mi-0�� /Jlt au � Iml ma SY Suurar immima I�JL IPtl' r �1W°w b¢on v.wmw.r u muvowmo � ml`�ar arm p +m sun i'Our w m ..r w`o.1i1p1aulw z area � w u�imn a�i 11'01w'vim m uv°xninr� zY Ivovl w rw� m wn wla m. rav m'a am vim rmv wn rev rw.... a.�m .�..1 sam awn w•-a ®\ ON3D3l /-o ---- OU to se SNVld 335 %fRlKlx mas',we y•�,naw�_wa wwW wum>Nw3NAMR+ay. NW+d Nm—v �a� WZ9 M5 Up4S Y1d 31193/�Y <iNL9M �> R Mr�m n aY �IW ®wu w,.uaemuo nlwwatlwpwnrwn�aY�ox.°aa wY uvaw'vm°w nrmm unxxiam.mmnmauawmaa �'MI.Mvxw wvn 1 �.,...ww � m�<i�.w. am.+mx.>wmwsuN wr sxm mra umwNr nway.wmr�..w awa roww naaa emw m...ry aw msov wr sswn ��i :. � w �.aw.�.r w.�ewRm 1tl1M°'iauwa,W�srw wr�w'"�noi suri`"sa'ew on mml:: •x axa� �.w wa•m rya •w as wm mYnnuimosuw>rmsw Nw.w mxlma eaarwmaz w.�waw�n•�nwNw4~a,�w, S ✓:vim i 0 unun.Ynmw rn wwn, m• omen vv w'iruim nw�.�..`�:� � ' n+w.• w .w. vo,Imar Nv.e.>mw vuus-.m rn ma.on.m +w. w�•,..m � r.. e.wr w.n w w+r ®\ iN'aamwa"'"rara aw°e wk'v`O awu�'sml�mwmru�im my smI voe Mnn M..ms lava sa >ww. Nwsw m .I ��®� ....,. ' .�� mrNmw•Iumw. � a > YQ71fl A,1TB11Iflti0 � Y�. 1 w ONYI3l _ w ssyyK i. y i ♦ . 4 i �' �� I �__ v .01M 19 mYW wrimlm TY �' a Ym � ...`�• e • 1 1 m Imo •s � m u 2 r rx.rc umm . axora¢ aaanunv ,L O 3lN3nbC _________ *O m-.�liro .e rv- - Sm .ve nm —+nm rvm �.. :rn ra •v. .:re iw r. - ian� --.vu ' rvA • � M —arm um �_ — armo--.rx — r ,v awn u. gl N 0)... N � � vgOMW • � M 11y' Oa � r}.Ya 00+9f 'a7S 3Nn H2L MY a, -o• Inebo :;a R I g �I Ib I� tl IS I I a I^� I'll" :.•1• N & � "I s i •b j Ii�S F¢ JAl" se 11 � a.133KSw MSI rs 0 BKgdQ �p I I ��R�y.e €Bg as i k 00+ef 'a7S 3Nn HXVn e 111 s ;t ggI. Ail FzSl.1: d�A I� w 8 r3EpFp iY do ggg§ njig 3�e�±Cy MIN $6 d p i � 3 di i ;; tt e�555 It Pig 't i«^,• E�Fjfgt jff j4 6y d 00+8r 'o}S 3Nn HaLVW 5 HA s w yyy 1 N w � I� gs I51} s w e bpi * 0 1 9WIj hill1. e ;jIgh ;III E so U e k� FQ p 19 do k ep 4) Sgag ajjC) 88 rj� I rcggE it kY � qyI � s a - d F )33M H12L M& E I�H Y @parr r I = pi �e xg �A gg�xl { S II Y �gf litl d V I i w fix$o �R gF @ 4 SNY d 33S .xe 9L1,169 ai CNZ9 Wawa s4u3 N!INWIgKnumvpuzgms oatu s NYld 31153AY ON29 M9 9nuwtl 9"L9M9 • w.-. ari9w9i � Y A vwmso°m r�roa,. v'i'ro`sm°1r"am.'wa a sovarv"�"i,ai r m, ,i rxi. ax-aa..m. x,a sr s,m vn rm nry �� n wurvrw�nvn a,„rm ar mianY a+ssaw as a avaa cvxuar 4,YylnrSmM T. M4rT1 W T6MAY 51 WJra/.N ""'�"iN N.Y Ab CMx1�idM W WISnT STI MB Alrn Mw� �Y�"lY6ix�'1wM'a aal5vl�,. -1 SIILW ON l0III, 0 6 °°tl• gnN]AVe4NZ9 MS s "I ts R tiwsage WWi w wMwlib n•i� iavi�aws 4,r'w.,aew W °a WPVI+a.. �.�....,s+w,w �rdN°., a we:•��~.. a..... ea.aiw%M tivrw via aox eaoasa• • n a aar ears .ewo w,rv.w in s aq W,T,a � � 'IIW.•AR.9®S.® SW 62ND AVENUE I�°'— - 'h�'---°."•_ _a`.,_. vs-.-*w � z.,, ..,, �-..c.� y .,.: --m. ;,..-., s.,-4u,.g_-..r- s.r-- ��-----4...A---.-.*n -i �- '.w, � V�-�r-pm-�-aw—.a. TI •—\ I� rs �Lu LLJ ° ` xnuv a � a. \ u•a\ • � �mxms �r�M MnM s .t�� m mnewmr a..M Mrs 111.2 w.. waW, B¢IO¢I TOOOI9 emu. tw rry�wtiw r.+us buv.�Mro m.ewo.v�+,Ir bVvrwro nM,.m9wnNPl.W vIIVW MI IW faI L✓n. S,M MOI �l r�M�4W.! Mb bbmiWF tWno rb�n b fMY Irb b sIM vv.n. rwz u�w vvr w.wc .vaH vs nsm a.or n `r°r �vmc'm`im. n.rs uwzruwrs virAicrm is �awva� rm ,o�1°nr«c ui r<asswr uvr. 1mS AR.YM151(U a owA..�w awi`" aiourm K.w mrsiw;cnw "�r'` arrt s'awv z ewrorrerzo ar rnaws,rt ewaw w�naa no nuvm.w arwx u,m mwir�w w m morzcr nuv m.:.m v�:.s w..00r maAAwv ho-�m on�Wx4 it MI�MV� .I � p1i IY�¢ wafMMw.,S � NL mlm/F J � I 7575 � ""P aW 7535 o GVw Stantec SW.21 Awnua SWfoNOAWSREPLAN v L Ptl"_vL1an6 Brtyrh MWii�yfNervamen= A4nW yy SEE PLANS o.Aor a.A x.wa y .. ... w 49 of 120 .... s. ,._ 4N e _ 11 , if 1{. N1 t�t`i FFat F�5&� a FFs'!!isEP�3 Fd w H; A 40 / a 0 , $atli b�$Y Y 1 p�$� E$g k nF 47 5 q elf s @fie iF�4 �i IT N-1- a a81;$6 $aA �ry F�c A 8 maw w iIla lLU t z 1 •a��= ;6a�: `g$F � CaiIiHIM e � I I 1 '•� �i Hog I I gl:i" I i�uQ f i 1 iT .�+y4 ' S 3N17 /YJ1V�I 6 I �' i z a w a J 0 a w V � dd Q N tali d N 8 8 a 8 8 19 tl V V 11,403 x3 im 13b �i ti ttla My Wit IsIY N'CI d03 t3 d - - - 11 Kit lab _ lilt 111 dwo3 Yl KZI an m Qd yy -- -1 KI111dD3x3 _- __ •-. -__ Grit 13in • - Wi111/sD31q /Ki1 qb a G to N 1 I - t _ -_ O _- •__ o K'it lleOl Y3 __ _ n a W_i1-1L d03 X3 !} Wit tab Tit all r� I ' - _ - - _ _ _ •. _. _. _ Er"It ll"02'a "it Ilia + - R1, 1tl IDi 17 1111 an y /w��, W 3Q3 }Fj 8 - - }- -- — K'1111 d03 x3 - -- -- mit an Ct111u O03 Y3 ma an 4J ; E I� 1 E� •'Is f Li do I an - -- _ 11 - Q111u s1N x3 410 �BY W 1i 11 $ W 16t113n 6 W AA n&I ladD3r3 !}[4 s � 16'tl lab •$� 6 G Wit BID 31 ; }ffQ, r !_T1t lb ep3la gFF�a IIr( wit 1317 - __ - - - ._ - _ + Wit an W - -_ _ -13d_{ ii - _.. _ 1 ._- _- Oea 11dO31t3 Witq17 - _ •. _ __. _ -• _ [Ctt Ill d03x3 S6llan w � N g w J _•I _ __• _ Klt 11 do3113 wltab W J _ ,I ._ _ - Wit A40310 wean C H OSilt lldD3x3 O�/ Wit 1tldD31A /l a b LL _ .{ � r sd rtu r.do3 x3 b E� I _ Wit 1tl AMn • - •- - -- - 0ruab I auab - KI1 �1ldo3X3 �r�.73� I q s tStt lY d03 x3 j1y •q wit am s ttl ftIt 4 Htt an R = 1131 lu do3 x3 1601 11 e0l x3 d tstt1310 .. _ -W 1611gb - -^ tr'CI 11dO1x3 11It ab ild03x3 _ _ _ - 111dW 73 T•tlflb __ 1u dO3 tt3 M11Ob IS t It »14ab - _- cc #3 i wit an N N g � g g 1•do3 3 a n $ FA $ g g g ludo2x3 iS 2 i3 i 3i 3 I; I# Ij p ` • r�•� �a was wr EvwslD mlM.y Jy M +0 11 mll •'+•� tit — — — b .w..MPe•.re+w ✓+.�01�4•I..bJW `Mnw�+►Mwepw<WIn.•iewr+�.. s.se w14>1RY. 00 vuP-•P M�IMe.w �•w<4�•MAInsJW UZL 10 ZS q•u�1 Ip 4..5 O1Yl� J. •IK�NI ON IIY.N l• M7uNN A 1Y W: OC=N M•I ti OM�A NMu �y �1 YDINa SNVId 33S ..•� i•►A,IP.., KLU-00%-4WD P-3 ►!AS wtw lue iU3 A16tW n OPAMIG 4 UWAONd anaoAV PUZ9 MS man"-1-21 la � v4u pis M31A 311d08d 3AV ONZ9 MS a em wl ws mu ODEI mij 02 F 9 R F 8R �R 'IN 9A R R ^R R F F v 8o 8�R 8O 8iI 'H a21N Or, aW AI- q F 8W F 8 3Rw Q c q F g•F ^F 8R RR 1 !I'llot p PR • QnFR 7i�R ! N p N +sr t*r OQC-a .AM i s-71 of nw aid dUL= sal..►e .o..� t4'E-�D Fo3ca � I ION .l W 1'�dDO INN d03 '40M , IFOM dD3 '150I3 ; .►tprsZ7nN FFM=SNM JD 3dON.il art 13 AN %"4A 9 039DdWFd � '/SOl3 it l 7101 uasn aio aaoa•K •as ►l 1HOIN 311-AOUd T R M F 8e 'F $o F 8= F 8� F �,R "R mR 8a 8o F 8T F F 8m 8;R R HQ P F B15 64 R BN of ellc 'R $o ,F CF 9w 8 DO 6V +Sil OO•+*r QO+rr dit-tl AN 1 } DWI LM dD3 'd0ik 7Z1 — - - — - - - — — - - — -- --- -- Ll31 dD3 50(3 '1 3ewslaci3lw "'— - —. --- T C-r !Q'{4 KhF fT rf S71• b►o r0 p5.►7 v14 IISD!] PVJ etas d�SRM dMDi J/( 1d31 31WOUd uDv >an+ 10?! MW vw Ov av vv ON DZI Ow NOW a i��lllllllllllllllllilllll ��Illl�llllllulllnllal . Ri1llin-1111111111n11a1 I��lilll#ill�lllllllnllnl . IIIliiii�iini�lllllnllnl Il�i`il11111�1�lllllllllnl 11�111����1�1�111111111111 IliiiIVIONVII1111111111 IIIlliliiillill111111111111: Illl;j!1!�!11!�nlllallal ��11111�IIIIIInlllnllu '��1111��lllllnlllnlln� . ���IIIIIIIIIIIIIIIIIIIIIII 1��11111111111111111111111. ILL�IIIIIIIIIIIIIIIIIIIIII lnlllulllnnlIlal HE Iulllul ll�lIIIIIu1�,��111a1. Inlllnl l ll��ll�lllll��l� IIIIIIIIIIIIf��ll�lllN6.11 111 Inlll01FIN11119111a11a1 In11111111p1MAllllalliullul 1111111111irmiullllllllnllul 11111111INCZ111111111n11n1 11111111�"..�.==."lllllnlllll 1u111111►11FIII►I IIIIIIn11111. lnlllill l llpilliguilllullul 101110111MM1114-1lllln1101 1a1111111111n1131lllnllal I1111111111anlClllallal Inlllllll 11u1I1N1111111a1 < Z _.................. . . . . . ..M1. . .�. .M1 . . . . . . -. .^. .�. . --. . . . . . . . .... . . . . . . . . . . . . . . . . . . . . . . . . Ew - -- - - - - I b 2 7.777777I17<Q12W17 <17y<V<7!Q� W�3�33 o p a -F4 YY c�a 3 �_ u •. aN >�2Ka� s.f�r: 2 a - ? - o n [ � �• � ` � �[ � _ �• � `� i L' Y if 1_' v V L.' V S2 L' V L' - - - - - - - - - - - - u'.v .n • i C ni'= a - - 7 7 7 - 7 7 7 ^ s a.- �uZS'�Z O�ZZm 32m0 Jm W� NWtJ �- zs� S £s S �$n V_ a y K 3`aTu �• !F a WOaJ1R2<Y2' i Or Z �� q i'j�ta r DyQ ,.10 lap ii Y yG� Ln T� AiL?$ Frm �N u- v u <rY 1LI 6 Z Q T � StiG'� 'li 3.uc�1 `o . ,-- p| .. ,jes � . . 4 / s aloHyRy. � . \ £ I: c kh tA� ! oo+sr pis 3Nn HJivw I AIM H12Z MS 30 t I s Y t P LZ-O SWd 33S 99lrlm9;le .aod wm R. WeN IuwuwuvYu3 Ap�oW gNai,B➢ueIY�PYd SWd ONINHM IN 3NYd 3Ptl ON29 M5 m—V WZ9 N5 V4 _ r �a}ue4S ,,Nay 1 I N3nb' GNZ9 M 0 u - A' 11 ",- 3N17 H71 YW 1 IKS H19Z MS : ..........._...... 9 v �n 7 � i i 8 i 00+1k 'O15 3N17 HJ1VN -w /�J /. � J r GGtP7 '';= 3N17 H31VN' 0 I —I ?� � / \ « \ /.> � \� --- . \� / \. / /�— @ ~ ] § \ (93a} ( ~ \ %|§\§® ! )- \\\ |! : |!: ;<b]§ EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 This project is Federally Funded through a grant from the State of Florida Department of Transportation Local Agency Program (LAP). Respondents must comply with LAP requirements for Professional Services Contracts; refer to Attachment C to Bid Package. • LOCAL AGENCY PROGRAM FEDERAL -AID TERMS FOR PROFESSIONAL SERVICES CONTRACTS; FORM #375-040-84 • DBE BID PACKAGE INFORMATION; FORM #275-030-1 1 • TRUTH IN NEGOTIATING CERTIFICATION; FORM #375-030- 30 • CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION FOR CONSULTANT/CONTRACTOR SERVING IN THE ROLE OF PROJECT MANGER FOR FDOT, FORM #375-030-50 • CERTIFICATION REGRDING DEBARMENT, SUSPENSION, INELIGILIBITY AND VOLUNTARY EXCLUSION -LOWER TIER COVERED TRANSACTIONS FOR FEDERAL CONTRACTS; FORM 375-030-32 • VENDOR ELIGILIBILITY CHECK PRIOR TO CONTRACT AWARD; FORM #375-030-91 • CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS; FORM #375-030-33 • DISCLOSURE OF LOBBYING ACTIVITIES; FORM #375-030-34 • BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTURAL SERVICES; FORM #375-40-62 64 of 120 EXHIBIT#1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • LOCAL AGENCY PROGRAM FEDERAL -AID TERMS FOR PROFESSIONAL SERVICES CONTRACTS; FORM #375-040-84 65 of 120 LOCAL AGENCY PROGRAM FEDERAL -AID TERMS 375.04D4M For PROFESSIONAL SERVICES CONTRACTS PROGRAM MANAGEMENT 12/19 Page 1 of 3 The following terms apply to all contracts in which it is indicated that the services involve the expenditure of federal funds: A. It is understood and agreed that all rights of the Local Agency relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. B. All tracings, plans, specifications, maps, computer files and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, will be considered works made for hire and will become the property of the Agency upon completion or termination without restriction or limitation on their use and will be made available, upon request, to the Agency at any time during the performance of such services and/or completion or termination of this Agreement. Upon delivery to the Agency of said document(s), the Agency will become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Consultant will not copyright any material and products or patent any invention developed under this agreement. The Agency will have the right to visit the site for inspection of the work and the products of the Consultant at any time. C. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of the U.S. Department of Transportation, anything to the contrary in this Agreement not withstanding. D. The consultant shall provide access by the Florida Department of Transportation (recipient), the Agency (subrecipient), the Federal Highway Administration, the U.S. Department of Transportation's Inspector General, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the consultant which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. E. Compliance with Regulations: The Consultant shall comply with the Regulations: relative to nondiscrimination in Federally -assisted programs of the U.S. Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. F. Nondiscrimination: The Consultant, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of material and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. G. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations made by the Consultant, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. H. Information and Reports: The Consultant will provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Local Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Consultant is in the exclusive possession of another who fails or refuses to fumish this information, the Consultant shall so certify to the Local Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the nondiscrimination provisions of this contract, the Local Agency shall impose such contract sanctions as it or the Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to, 1. withholding of payments to the Consultant under the contract until the Consultant complies and/or 2. cancellation, termination or suspension of the contract, in whole or in part. J. Incorporation or Provisions: The Consultant will include the provisions of Paragraph C through K in every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order, or instructions 66 of 120 LOCAL AGENCY PROGRAM FEDERAL -AID TERMS 375.040.84 For PROFESSIONAL SERVICES CONTRACTS PROGRAM MANAGEMENT 12/19 Page 2 of 3 issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the Local Agency, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the Local Agency to enter into such litigation to protect the interests of the Local Agency, and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. K. Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131—12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). L. Interest of Members of Congress: No member of or delegate to the Congress of the United States will be admitted to any share or part of this contract or to any benefit arising therefrom. M. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. N. Participation by Disadvantaged Business Enterprises: The Consultant shall agree to abide by the following statement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements between the Consultant and any subconsultant or contractor. 1. The Consultant, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this contract, which may result in termination of this contract or other such remedy as the recipient deems appropriate. O. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. P. It is understood and agreed that if the Consultant at any time learns that the certification it provided the Local Agency in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Consultant shall provide immediate written notice to the Local Agency. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Consultant in all lower tier covered transactions and in all aforementioned federal regulation. Q. The Local Agency hereby certifies that neither the consultant nor the consultant's representative has been required by the Local Agency, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract, to 67 of 120 LOCAL AGENCY PROGRAM FEDERAL -AID TERMS 375-ND-M For PROFESSIONAL SERVICES CONTRACTS PROGRAM MANAGEMENT 12/19 Page 3 of 3 1. employ or retain, or agree to employ or retain, any firm or person, or pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; The Local Agency further acknowledges that this agreement will be furnished to a federal agency, in connection with this contract involving participation of Federal -Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. R. The Consultant hereby certifies that it has not: 1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for the above contractor) to solicit or secure this contract; agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or 3. paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for the above contractor) any fee contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. The consultant further acknowledges that this agreement will be furnished to the Local Agency, the State of Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal -Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. S. The Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 68 of 120 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • DBE BID PACKAGE INFORMATION; FORM #275-030-1 1 69 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-030.11 DBE BID PACKAGE INFORMATION EQUAL OPPORTUNITY OFFICE AE Page 1 of 2 DBE Utilization The Department began its DBE race neutral program January 1, 2000. Contract specific goals are not placed on Federal/State contracts; however, the Department has an overall 10.65% DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level, the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department, information will be requested of the contractors DBE participation for the project. While the utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors' Equal Employment Opportunity and DBE Affirmative Action Programs. Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project. A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount. Contractors are encouraged to identify any opportunities to subcontract to DBEs. Please contact the Equal Opportunity Office at (850) 414-4747 if you have any questions regarding this information. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre -construction or pre -work conference for all federal and state funded projects. This will not become a mandatory part of the contract. It will assist the Department in tracking and reporting planned or estimated DBE utilization. During the contract, the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web -based Equal Opportunity Compliance (EOC) system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions, please contact EOOHelp@dot.state.fl.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FOOT -assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FDOT-assisted projects, including both DBE's and non -DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub -consultants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is: htti)s://www.fdot.gov/egualopportunity/eoc.shtm. 70 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-030-11 DBE BID PACKAGE INFORMATION EQUAL OPPORTUNITY OF9/19 Page 2 of 2 DBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FDOT Form 275-030-11 B) on file with the FDOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78, Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3) three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: Print the first page of the document on company stationery ("letterhead") that indicates the company's name, mailing address, phone number, etc. Print the company's name in the " " space; next to "Date" print the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to "by" and print the full first and last name and position title of the official signing the policy. Print the DBE Liaison's full name, email address, business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to: eeoforms@dot.state.fl.us. The Department will review the policy, update department records and issue a notification of approval or disapproval; a copy of the submitted plan will not be returned to the contractor. 71 of 120 EXHIBIT#1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW20120-02 • TRUTH IN NEGOTIATING CERTIFICATION; FORM #375-030-30 72 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.30 TRUTH IN NEGOTIATION CERTIFICATION PROCUREMENT 05/14 Pursuant to Section 287.055(5)(a), Florida Statutes, for any lump -sum or cost -plus -a -fixed fee professional services contract over the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY FOUR, the Department of Transportation (Department) requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal, or as prescribed in the contract advertisement. The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department, whichever is later. Name of Consultant By: Date 73 of 120 EXHIBIT#1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION FOR CONSULTANT/CONTRACTOR SERVING IN THE ROLE OF PROJECT MANGER FOR FDOT, FORM #375-030-50 74 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.50 CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROGCEM� 9 TECHNICAL REVIEW COMMITTEE/DOT TECHNICAL ADVISORS 1 certify that I have no present conflict of interest on the projects identified below, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation of any consultant/contractor/vendor for selection on any contract if I have a conflict of interest or a potential conflict of interest. As set forth in Sections 112.313 and 334.193, Florida Statutes, employees of the Department may not have any interest, financial or otherwise, direct or indirect; engage in any business transaction or professional activity; or accept any obligation of any kind which is in conflict with the proper conduct of their duties in the public interest. I recognize that employees are expected to honor the ethical obligations inherent in public service. These obligations go beyond mere legal obligations and demand from the employee a greater sensitivity to his or her conduct, as well as the public's perception of such conduct. Employees are expected to safeguard their ability to make objective, fair, and impartial decisions, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Employees should avoid any conduct (whether in the context of business, financial, or social relationships) which might undermine the public trust, whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above -referenced ("Project") that I gain access to as a result of my involvement with the Project ("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project ("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals, financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department ("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned statutes would be punishable in accordance with Section 112.317, Section 334.193, or Section 838.22, Florida Statutes, and could result in disciplinary action by the Department. Advertisement Nod Description Financial Project Number(s) Solicitation No Printed Names Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Technical Review Committee Members: Signatures Date 75 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-SO CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENT EMS 9 TECHNICAL REVIEW COMMITTEE/DOT TECHNICAL ADVISORS Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No Printed Names Printed Names Technical Review Committee Members: (Continued) Signatures DOT Technical Advisors: Signatures 76 of 120 Date Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 37S-030-SO CONFLICT OF INTERESUCONFIDENTIALITY CERTIFICATION PROCUREMENT OGC -12/19 SELECTION COMMITTEE I certify that I have no present conflict of interest on the projects identified below, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation of any consultant/contractor/vendor for selection on any contract if I have a conflict of interest or a potential conflict of interest. As set forth in Sections 112.313 and 334.193, Florida Statutes, employees of the Department may not have any interest, financial or otherwise, direct or indirect; engage in any business transaction or professional activity; or accept any obligation of any kind which is in conflict with the proper conduct of their duties in the public interest. I recognize that employees are expected to honor the ethical obligations inherent in public service. These obligations go beyond mere legal obligations and demand from the employee a greater sensitivity to his or her conduct, as well as the public's perception of such conduct. Employees are expected to safeguard their ability to make objective, fair, and impartial decisions, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Employees should avoid any conduct (whether in the context of business, financial, or social relationships) which might undermine the public trust, whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above -referenced ("Project") that I gain access to as a result of my involvement with the Project ("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project ("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals, financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department ("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned statutes would be punishable in accordance with Section 112.317, Section 334.193, and Section 838.22, Florida Statutes, and could result in disciplinary action by the Department.. Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Selection Committee Members: Date: Printed Names Signatures 77 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375.030.50 CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROGCREM/19 SELECTION COMMITTEE Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Selection Committee Members: Printed Names Signatures 78 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.50 CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENT OGC -12/19 PUBLIC OFFICERS/EMPLOYEES I certify that I have no present conflict of interest on the projects identified below, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation of any consultant/contractor/vendor for selection on any contract if I have a conflict of interest or a potential conflict of interest. As set forth in Sections 112.313 and 334.193, Florida Statutes, public officers or employees of an agency may not have any interest, financial or otherwise, direct or indirect; engage in any business transaction or professional activity; or accept any obligation of any kind which is in conflict with the proper conduct of their duties in the public interest. I recognize that State of Florida public officers or employees of an agency are expected to honor the ethical obligations inherent in public service. These obligations go beyond mere legal obligations and demand from the public officer or agency employee a greater sensitivity to his or her conduct, as well as the public's perception of such conduct. State of Florida public officers or employees of an agency are expected to safeguard their ability to make objective, fair, and impartial decisions, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Public officers or employees of an agency should avoid any conduct (whether in the context of business, financial, or social relationships) which might undermine the public trust, whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above -referenced ("Project") that I gain access to as a result of my involvement with the Project ("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project ("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals, financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department ("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned statutes would be punishable in accordance with Section 112.317, Section 334.193, or Section 838.22, Florida Statutes, and could result in disciplinary action. Advertisement No./ Description Financial Project Number(s) Solicitation No Printed Names Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. (continued on next page) Signatures Date 79 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-SO CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROGCREM/19 PUBLIC OFFICERS/EMPLOYEES Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification Printed Names Signatures Date 80 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-SO CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENTOGC 2/19 TECHNICAL REVIEW/AWARDS COMMITTEE LOW BID PROJECTS I certify that I have no present conflict of interest on the projects identified below, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation of any consultant/contractor/vendor for selection on any contract if I have a conflict of interest or a potential conflict of interest. As set forth in Sections 112.313 and 334.193, Florida Statutes, employees of the Department may not have any interest, financial or otherwise, direct or indirect; engage in any business transaction or professional activity; or accept any obligation of any kind which is in conflict with the proper conduct of their duties in the public interest. I recognize that employees are expected to honor the ethical obligations inherent in public service. These obligations go beyond mere legal obligations and demand from the employee a greater sensitivity to his or her conduct, as well as the public's perception of such conduct. Employees are expected to safeguard their ability to make objective, fair, and impartial decisions, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Employees should avoid any conduct (whether in the context of business, financial, or social relationships) which might undermine the public trust, whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above -referenced ("Project") that I gain access to as a result of my involvement with the Project ("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project ("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals, financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, 1 will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department ("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned statutes would be punishable in accordance with Section 112.317, Section 334.193, or Section 838.22, Florida Statutes, and could result in disciplinary action by the Department. Letting Date: Contract Number(s): Printed Names Technical Review/Awards Committee Members: Each undersigned individual agrees to the terns of this Conflict of Interest/Confidentiality Certification. Signatures Date 81 of 120 Contract Number(s): Printed Names STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-SO ENT CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUROGC E12/19 TECHNICAL REVIEW/AWARDS COMMITTEE LOW BID PROJECTS Additional Page Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification Signatures Date 82 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.50 CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENT OGC -12/19 FOR CONSULTANT/CONTRACTOR SERVING IN THE ROLE OF PROJECT MANAGER FOR FDOT I certify that I have no present conflict of interest, that I have no knowledge of any conflict of interest that my firm may have, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation on any contract if I have a conflict of interest or a potential conflict of interest. Consultants/Contractors are expected to safeguard their ability to make objective, fair, and impartial decisions when performing work for the Department, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Consultants performing work for the Department should avoid any conduct (whether in the context of business, financial, or social relationships) which might undermine the public trust, whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above -referenced ("Project") that I gain access to as a result of my involvement with the Project ("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project ("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals, financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department ("Project Personnel"). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned standards could result in the termination of my work for the Department. I further realize that violation of the above mentioned statute would be punishable in accordance with Section 838.22, Florida Statutes. Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatures Date 83 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375.030•SO CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROCUREMENT OGC - 12/19 FOR CONSULTANT/CONTRACTOR SERVING IN THE ROLE OF PROJECT MANAGER FOR FDOT Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatures Date 84 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.50 CONFLICT OF INTEREST/CONFIDENTIALITY CERTIFICATION PROGC aMENT 2/19 FOR CONSULTANT/CONTRACTOR/TECHNICAL ADVISORS I certify that I have no present conflict of interest, that I have no knowledge of any conflict of interest that my firm may have, and that I will recuse myself from any capacity of decision making, approval, disapproval, or recommendation on any contract if I have a conflict of interest or a potential conflict of interest. Consultants/Contractors are expected to safeguard their ability to make objective, fair, and impartial decisions when performing work for the Department, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Consultants performing work for the Department should avoid any conduct (whether in the context of business, financial, or social relationships) which might undermine the public trust, whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I will maintain the confidentiality of all information not made public by the Florida Department of Transportation ("Department") related to the procurement of the above -referenced ("Project") that I gain access to as a result of my involvement with the Project ("Procurement Information"). I understand that Procurement Information includes, but is not limited to, documents prepared by or for the Department related to procurement of the Project. I also understand that Procurement Information includes, but is not limited to, documents submitted to the Department by entities seeking an award of the Project ("Proposers"). I understand that Procurement Information may include documents submitted by Proposers related to letters of response/letters of interest, technical proposals, price proposals, financial proposals, and information shared during exempt meetings. I also understand that Procurement Information may also include documents that evaluate or review documents submitted by Proposers, and information regarding Project cost estimates. I also agree not to discuss the Project with anyone who is a member of or acting on behalf of a Proposer. Unless so ordered by a court of competent jurisdiction or an opinion of the Office of the Florida Attorney General, I will not divulge any Procurement Information except to individuals who have executed a Conflict of Interest/Confidentiality Certification which has been approved by the Department ("Project Personnel'). I understand that a list of Project Personnel will be maintained by Department. If I am contacted by any member of the public or the media with a request for Procurement Information, I will promptly forward such request to the Department's Procurement Office. I will also maintain security and control over all documents containing Procurement Information which are in my custody. I agree not to solicit or accept gratuities, unwarranted privileges or exemptions, favors, or anything of value from any firm under consideration for an agreement associated with the Project, and I recognize that doing so may be contrary to statutes, ordinances, and rules governing or applicable to the Department or may otherwise be a violation of the law. I agree not to engage in bid tampering, pursuant to Section 838.22, Florida Statutes. I realize that violation of the above mentioned standards could result in the termination of my work for the Department. I further realize that violation of the above mentioned statute would be punishable in accordance with Section 838.22, Florida Statutes.. Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatures Date 85 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-50 CONFLICT OF INTERESTICONFIDENTIALITY CERTIFICATION PROCUREMENT OGC -12/19 FOR CONSULTANTICONTRACTORNECHNICAL ADVISORS Additional Page Advertisement No./ Description Financial Project Number(s) Solicitation No Each undersigned individual agrees to the terms of this Conflict of Interest/Confidentiality Certification. Printed Names Signatures Date 86 of 120 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • CERTIFICATION REGRDING DEBARMENT, SUSPENSION, INELIGILIBITY AND VOLUNTARY EXCLUSION -LOWER TIER COVERED RANSACTIONS FOR FEDERAL CONTRACTS; FORM 375-030-32 87 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-32 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROCUREMENS INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant/Contractor: By: Date: Title: Instructions for Certification Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 88 of 120 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • VENDOR ELIGILIBILITY CHECK PRIOR TO CONTRACT AWARD; FORM #375-030-91 89 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030.91 Vendor Eligibility Check Prior to Contract Award PROCUREMENT 0&15 Project Description(s): Financial Project Number(s):. In accordance with State law Section 287.133(2)(b), Florida Statutes, provides that public entities may not contract with firms that have been excluded from participating in the public contracting process. A public entity may not accept any bid, proposal, or reply from, award any contract to, or transact any business in excess of the threshold amount provided in s. 287.017. F.S., for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), F.S. A public entity that was transacting business with a person at the time of the commission of a public entity crime resulting in that person being placed on the convicted vendor list may not accept any bid, proposal, or reply from, award any contract to, or transact any business with any other person who is under the same, or substantially the same, control as the person whose name appears on the convicted vendor list so long as that person's name appears on the convicted vendor list. A contract award (reference 2 CFR 1200 and 2 CFR 180) must not be made to parties listed on the government -wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." Pursuant to 23 CFR 172.7(b)(3), a contracting agency shall verify suspension and debarment actions and eligibility status of consultants and subconsultants prior to entering into an agreement or contract in accordance with 2 CFR part 1200 and 2 CFR part 180, when the identities of such subconsultants are known prior to execution of the subject agreement or contract. The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The Convicted Vendor List/ Suspended Vendor List / Discriminatory Vendor List / Federal Excluded Parties List/ Vendor Complaint Lists are available at the following Department of Management Services site: http://www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted susoended discriminatory complaints vendor lists Section 287.135, F.S. prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel. Section 287.135, F.S. also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, if the company is on either the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473, F.S. 90 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 3/6030491 Vendor Eligibility Check Prior to Contract Award PROCUREMENT MENT The List of Scrutinized Companies that Boycott Israel, and the Scrutinized List of Prohibited Companies (Activities in Sudan/Iran Petroleum Energy Sector) are available at the following Florida State Board of Administration site: https•//www.sbaf1a.com/fsb/FundsWeMa naee/FRSPension Plan/GIobaIGovern anceMandates.aspx I have checked the aforementioned lists that apply to this procurement, as applicable to verify that the vendor (and all subs where known) is eligible for contract award/execution: Procurement Office or Contracting Awarding Office: Printed Name Signature Date: 91 of 120 EXHIBIT#1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS; FORM #375-030-33 92 of 120 375-030.33 PROCUREMENT 10101 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer of employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: By: Title: Date: Authorized Signature 93 of 120 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • DISCLOSURE OF LOBBYING ACTIVITIES; FORM #375-030-34 94 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-34 DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT o2ns Is this form applicable to your firm? YES ❑ NO ❑ If no, then please complete section 4 below for "Prime" 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: a. bid/offer/application b. initial award c. post -award 3. Report Type: a. initial filing b. material change For Material Change Only: Year: Quarter: Date of last report: (mm/dd/yyyy) 4. Name and Address of Reporting Entity: ❑ Prime ❑ Subawardee Tier , if known: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and Address of Prime: Congressional District, if known: Congressional District, if known: 4c 6. Federal DepartmentlAgency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, if known: 10. a. Name and Address of Lobbying Registrant (if individual, last name, first name, Ml): b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, 100: 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: Print Name: Title: Telephone No.: Date (mm/dd/yyyy): Federal Use Only: y Authorized for Local Reproduction Standard Form LLL Rev. 7-97 95 of 120 37s-03o-s4 PROCUREMENT 04/14 Page 2 of 2 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1 st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget. Paperwork Reduction Project (0348-0046), Washington, DC 20503. 96 of 120 EXHIBIT#1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 • BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTURAL SERVICES; FORM #375-040-62 97 of 120 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-04M2 BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT PROCUREMENT oaro7 SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: Address/Phone Number: Procurement Number/Advertisement Number: 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. 2. 3. 4. Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 1. 2. 3. 4. Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 1. 2. 3. 4. Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 1. 2. 3. 4. Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid - ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal - RFP) REPLY (Invitation to Negotiate - ITN) 98 of 120 EXHIBIT #1 SCOPE OF SERVICES ATTACHMENT C TO BID PACKAGE LOCAL AGENCY PROGRAM (LAP) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-20 END OF SECTION 99 of 120 EXHIBIT #2 SUPPLEMENTAL INSTRUCTIONS AND SUBMITTAL FORMAT FOR RESPONDENTS CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 The submittal must name all persons or entities interested in the submittal as principals. The submittal must declare that it is made without collusion with any other person or entity submitting a submittal pursuant to this RFQ. Each firm shall only submit once as a prime and may participate as a sub -consultant on more than one team. The City of South Miami shall only consider a joint venture team or firm that provides all disciplines requested in the RFQ. SUBMITTAL FORMAT Firms shall prepare their submittals using the following format and should include, but not be limited, to the following: 1. Letter of Transmittal a.) This letter will summarize in a brief and concise manner, the respondent's understanding of the scope of work and make a positive commitment to timely perform the work. b.) The letter must name all of the persons authorized to make representations for the respondent including the titles, addresses, and telephone numbers of such persons. An authorized agent of the respondent must sign the Letter of Transmittal indicating the agent's title or authority. The letters should not exceed two pages in length. 2. Statement acknowledging receipt of each addendum issued by the City. 3. Qualifications and experience of the firm(s)/individual(s) who will provide the services. 4. The submission should include: A. Proposal Package and Labeling/Marking Requirements: All submissions shall consist of one (1) unbound original and five (S) copies, 3-ring binders are not permitted. One (1) digital or comparable medium including Flash Drive, DVD or CD copy is ALSO required. Submission packages shall be tabbed according to a Table of Contents. The original and all copies shall be clearly marked accordingly as "original" or "copy." The digital copy and the five (5) copies must be exact duplicates of the original submission. 100 of 120 FAILURE TO PROVIDE EXACT COPIES SHALL RESULT IN SUBMITTAL BEING DESIGNATED NON -RESPONSIVE. B. Title Pane Show the name of Respondent's agency/firm, address, telephone number, and name of contact person, email address, date, and the subject CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02. C. Table of Contents Include a clear identification of the material by section and/or by page number. D. Oualification Statement The Qualification Statement shall be written in sufficient detail to permit the City to conduct a meaningful evaluation of the proposed services. The Qualification Statement should be delivered in two parts. The first part is the technical submittal that shall consist of subsections (1) through (5) where subsections (1) through (3) shall be no more than 10 pages single -sided. If subsections (1) through (3) contain more than the 10 page limit, the evaluation committee shall be instructed to disregard all pages after page 10 of the submittal. The second part is all standard forms that must be fully executed by an authorized officer of the Respondent. The technical submittal should be divided into subsections as described below. I. Executive Summary: a. Provide a brief summary describing the Respondent's approach to the work called for by the RFQ and ability to perform the work requested; the Respondent's background and experience in providing similar services. This summary should be brief and concise to advise the reader of the basic services offered, experience and Proposal of the Respondent, staff and any other relevant information. A Project/Client Manager should be provided and assigned to manage all aspects of this work. 2. Respondent's Organization: a. Describe the Respondent's organization; history and background; principals, officers, owners, board of directors and/or trustees; the primary markets served; the total current number of employees; the current number of professional employees by classification; and state the number of years that the Respondent has been in business. 101 of 120 3. Respondent's Past Performance: a. Provide a detailed description of comparable contracts (similar in scope of services to those requested herein) which the Respondent has either ongoing or completed within the past five (5) years. The description should identify for each project (1) the client, (2) description of work, (3) contract duration, (4) customer contact person and the person's phone number, (5) statement or notation of whether Respondent is/was the prime Consultant/contractor or subcontractor or sub -consultant, and (7) the results of the project. 4. Organization Chart: a. Provide an organization chart showing all key individuals (including the Project/Client Manager) assigned to their area of responsibility, including their company, title, years of experience and years employed in current title at present or former firms. This chart must clearly identify the Respondent's employees and those of the sub -consultants. Provide list of professional licenses held by the pertinent key personnel (including sub -consultants) to be assigned for the services of this RFQ. Note: Confidential and Proprietary Information. Trade secrets or proprietary information submitted by Respondents in connection with this pre -qualification process may be subject to the disclosure under Chapter 119, F.S., unless such information is specifically exempted or categorized as confidential in that Chapter or another section of the Florida Statutes. However, respondents must invoke the protections of any such section(s) within 24 hours of notice that a public records request for such information has been made and if Respondent invokes an alleged right to an exemption or declares the information to be confidential, Respondent shall provide written justification including a citation to the specific statutory authority relied upon and the reasons Respondent believes that it applies to the records being requested. Failure to abide by this procedure may result in disclosure of the Respondent's information and Respondent agrees that the City shall not be liable to Respondent for disclosure under such circumstances. Furthermore, if a Respondent objects to production of the documents, Respondent agrees to indemnify and hold the City harmless from any and all costs and expense incurred by the City, including City's attorney fees, in defending an action filed to obtain said records, as well as any damage award against the City, including the attorney fees of any of the parties in such suit and appeal. END OF SECTION 102 of 120 EXHIBIT 3 CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 Insurance & Indemnification Requirements Insurance A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub -contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the 'Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including. • Personal Injury: $1,000,000: • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the 103 of 120 latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as fled by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non -Owned Vehicles (c) Employers' Non -Ownership Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in these insurance and indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: A. In the event that this contract involves the construction of a structure, the FIRM shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement and actual cash value of the insured property. The policy shall be in the name of the CITY and the FIRM, as their interest may appear, and shall also cover the interests of all Subcontractors or Subconsultants performing Work. B. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the FIRMS duty to indemnify the City as provided in this Agreement. D. Before starting the Work, the FIRM shall deliver to the CITY certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized 104 of 120 to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage', or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." E. If the FIRM is providing professional services, such as would be provided by an architect, engineer, attorney, or accountant, to name a few, then in such event and in addition to the above requirements, the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Subcontractors/subconsultants or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Indemnification Requirement A. The FIRM accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the FIRM or anyone acting through or on behalf of the FIRM. B. To the fullest extent permitted by law, the Agency's contractor shall indemnify and hold harmless the City of South Miami, the State of Florida, Department of Transportation , and its officers and employees from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor and person employed or utilized bey the contactor in the performance of this Contract." This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the City of South Miami sovereign community. C. The FIRM shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorneys fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the FIRM, its Sub- contractor/subconsultants or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the FIRM's obligations under this AGREEMENT. D. The FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the FIRM, its contractor/subcontractor/subconsultant or any of their agents, representatives, employees, or assigns, or 105 of 120 anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the FIRM, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the FIRM, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. The FIRM has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the CEI Consultant concerning indemnification. Thus, the CEI Consultant's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CEI Consultant and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 106 of 120 EXHIBIT 4 EVALUATION AND SELECTION CRITERIA CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 Scoring and Rankins� Phase I - Competitive Selection Ranking: The evaluation and award of the submitted Qualifications shall be consistent with Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes). Proposals will be evaluated by an Evaluation Selection Committee which will evaluate and rank proposals on the technical criteria listed below. The Evaluation Selection Committee will be comprised of a minimum of three (3) appropriate City personnel, members of the community, and/or professionals, as deemed necessary, with the appropriate experience and/or knowledge. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation Selection Committee member. The Technical Criteria used for determining qualifications for ranking include: I. Qualifications, competency and technical expertise of the firm and personnel to perform the services in accordance with the Scope of Services: Maximum Points: 40 2. Qualifications of the Consultant's Project Manager and Project Team: Maximum Points: 30 3. Related Projects/Past Experience: Maximum Points: 20 4. Overall quality and completeness of the submittal: Maximum Points: 10 Submittals will be evaluated by a Selection Committee. A ranking of all respondents or short- listed respondents will be determined by the Selection Committee. The Selection Committee may schedule interviews and/or presentations with the "short-list" respondents or, any respondents. Oral Presentations Upon completion of the criteria evaluation indicated above, including rating and ranking, the Evaluation Selection Committee may choose to conduct an oral presentation and/or interviews with the Respondent (s) which the Evaluation Selection Committee deems to warrant further consideration based on, among other considerations, scores in clusters; based on the preliminary rating and rankings, and/or maintaining competition. Upon completion of the oral presentation(s) and/or interviews, the Evaluation Selection Committee will perform a final review to re-evaluate, re -rate, and re -rank the Proposals 107 of 120 remaining in consideration based upon the written documents, combined with the oral presentation. Tiebreaker Procedure: If two (2) or more ranked consultants are tied, and it is necessary to break the tie, the tie shall be broken and the higher ranked vendor or vendors shall be selected by the following criteria presented in order of importance and consideration: 1. Preference to the vendor receiving the highest points given for the highest weighted evaluation criteria. Phase II — Competitive Negotiations: A final ranking of all firms or short-listed firms will be submitted to the City Manager for review and approval. In order to fulfill the City's needs and in accordance with Exhibit 1 "Scope of Services, Attachments A, B & C," the City intends to retain a single Consultant the project. The Consultant must also provide for a Project Manager and Resident Compliance Specialist. The City Manager shall commence negotiations with the first ranked firm. If those negotiations are unsuccessful, negotiations will be opened with the next ranked firm, etc. Negotiations shall continue until the City Manager has successfully completed negotiations with a Consultant and shall execute a contract with the City. The firms submitting proposals shall not be in competition with each other except for their qualifications. The City reserves the right to reject all Respondents, to request clarification of information submitted or to request additional information from any Respondent, and to waive any irregularities in any submittal. END OF SECTION 108 of 120 EXHIBIT S CITY OF SOUTH MIAMI PROFESSIONAL SERVICES AGREEMENT CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 THIS PROFESSIONAL ENGINEERING SERVICES AGREEMENT ("Agreement") is entered into this day of 2019, between the City of South Miami, a Florida municipal corporation with a principal address of 6130 Sunset Drive, South Miami, Florida ("City"), and [Consultant Name], a for -profit corporation registered and authorized to do business under the laws of the State of Florida, having its principal office at [Address] ("Consultant"). The City and Consultant shall collectively be referred to as the "Parties", and each may individually be referred to as a "Party". RECITALS WHEREAS, on [Date], the City of South Miami ("City") advertised Request for Qualifications # ) ("RFQ"), for the purpose of retaining an experienced, licensed and insured professional engineering firm to provide Construction, Engineering and Inspection services. WHEREAS, the RFQ was administered in accordance with the State of Florida's Consultants' Competitive Negotiation Act, Section 287.055, Florida Statues; and WHEREAS, in response to the RFQ, Consultant submitted its sealed Qualifications for the provision of professional Engineering and Consulting Services, and was subsequently selected by City administration as having those qualifications and references most advantageous to the City; and WHEREAS, on , 2019, the Mayor and City Commission passed and adopted Resolution No. , approving the selection of Consultant for the provision of Services; and WHEREAS, the City needs CEI services associated with the Project (collectively referred hereto as "Services"); and NOW, THEREFORE, in consideration of the mutual terms and conditions set forth herein and other good and valuable consideration, the Parties hereto agree as follows: ARTICLE I - RECITALS I. I The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. ARTICLE 2 - CONTRACT DOCUMENTS 2.1 The following documents are incorporated into and made a part of this Agreement (collectively referred to as the "Contract Documents"): 109 of 120 2.1.1 The City's Request for Qualifications No. . CEl Services for Project, attached hereto by reference; 2.1.2 Consultant's response to the RFQ ("Qualifications"), attached hereto by reference; 2.1.3 Resolution No. passed and adopted by the Mayor and City Commission on 2019, approving the selection of Consultant authorizing the execution of this Agreement for the provision of Services attached hereto as Exhibit "A"; 2.1.4 Any additional documents which are required to be submitted by Consultant under this Agreement or that are referred to as Contract Documents in the RFQ. 2.2 In the event of any conflict between the Contract Documents or any ambiguity or missing specification or instruction, the following is a list in order of precedence with document (2.2.1) having the highest precedence: 2.2.1 Specific written direction from the City Manager or City Manager's designee. 2.2.2 This Agreement. 2.2.3 The RFQ. 2.2.4 The Proposal. 2.3 The Parties agree that Consultant is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error found in the RFQ prior to Consultant submitting its Qualifications or the right to clarify same shall be waived. 2.4 Definitions. "City Manager" includes the managers designee ARTICLE 3 — TIME FOR PERFORMANCE 3.1 Subject to authorized adjustments, the Time for Performance shall not exceed a period of days, from the City Manager's issuance of a Notice -to -Proceed, unless terminated earlier by the City Manager. Consultant agrees that the performance of Services shall be pursued on schedule, diligently and uninterrupted at a rate of progress which will ensure full completion within the agreed time for performance. Failure to achieve timely final completion shall be regarded as a material breach of this Agreement and shall be subject to the appropriate remedies available at law. This Agreement shall remain in full force and effect until the completion of Services by the Consultant and the acceptance of Services by the City Manager. In any event, and notwithstanding any other provision to the contrary in this Agreement, or any attachments thereto, this Agreement shall not exceed a total term of Five (5) Consecutive Years, including any extensions thereto. 3.2 Minor adjustments to the Time for Performance which are approved in writing by the City Manager in advance, shall not constitute non-performance by Consultant. Any impact on the time for performance shall be determined and the time schedule for completion of Services will be modified accordingly. 3.3When, in the opinion of the City Manager, reasonable grounds for uncertainty exist with respect to the Consultant's ability to perform Services or any portion thereof, the City Manager may request that the Consultant, within a reasonable time frame set forth in the City Manager's request, provide adequate assurances to the City Manager in writing, of Consultant's ability to perform in accordance 110 of 120 with terms of this Agreement. In the event that the Consultant fails to provide the City Manager the requested assurances within the prescribed time frame, the City Manager may treat such failure as a repudiation or material breach of this Agreement, and resort to any remedy for breach provided for in this Agreement or at law. 3.4 Notwithstanding the provisions of this Article 3, this Agreement may be terminated by the City Manager at any time, with or without cause. ARTICLE 4 - COMPENSATION 4.1 Consultant shall be paid the amount of compensation for Services, pursuant to Contract Documents. Dollars ($ ) as full 4.2 Funding for this Agreement is contingent on the availability of funds and the Agreement is subject to amendment or termination due to lack of funds or a reduction of funds, upon ten (10) days written notice to Consultant. ARTICLE 5 - SCOPE OF SERVICES 5.1 Consultant agrees to perform Services for the benefit of the City under the special terms, schedules, and conditions set forth in the Contract Documents. Consultant shall perform Services in accordance with that degree of care and skill ordinarily exercised by reputable members of its profession. 5.2 One or more changes to the Services within the general scope of this Agreement may be ordered by Change Order. A Change Order shall mean a written order to the Consultant executed by the Parties after execution of this Agreement. The Consultant shall proceed with any such changes, and they shall be accomplished in strict accordance with the Contract Documents and the terms and conditions described in this Agreement. 5.3 Consultant represents and warrants to the City that: (i) Consultant possesses all qualifications, licenses and expertise required in the provision of Services, with personnel fully licensed by the State of Florida; (ii) Consultant is not delinquent in the payment of any sums due the City, including payment of permit fees, local business taxes, or in the performance of any obligations to the City; (iii) all personnel assigned to perform work shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner as described in the Contract Documents for the budgeted amounts, rates and schedules; and (v) the person executing this Agreement on behalf of Consultant is duly authorized to execute same and fully bind Consultant as a Party to this Agreement. 5.4 Consultant agrees and understands that: (i) any and all sub -consultants used by Consultant shall be paid by Consultant and not paid directly by the City; and (ii) any and all liabilities regarding payment to or use of sub -consultants for any of the work related to this Agreement shall be borne solely by Consultant. Any work performed for Consultant by a sub -consultant will be pursuant to an appropriate agreement between Consultant and sub -consultant which specifically binds the sub - consultant to all applicable terms and conditions of the Contract Documents. 5.5 Consultant warrants that any and all work, materials, services or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result, will be supplied by the Consultant at its own cost, whether or not specifically called for. 111 of 120 5.6 Consultant warrants and accepts that any and all work, materials, services or equipment necessitated by the inspections of City Manager and/or Miami -Dade County agencies, or other regulatory agencies as are applicable, to bring the project into conformity with the Contract Documents and all applicable laws, codes, regulations, procedures, or considered inside the contemplation of the Contract Documents, shall be deemed the responsibility of the Consultant at no additional cost to the City. ARTICLE 6 - CITY'S TERMINATION RIGHTS 6.1 The City Manager shall have the right to terminate this Agreement, in its sole discretion at any time, with or without cause, upon ten (10) days written notice to Consultant. In such event, the City shall pay Consultant compensation for Services rendered prior to the effective date of termination. The City shall not be liable to Consultant for any additional compensation, or for any consequential or incidental damages. ARTICLE 7 - INDEPENDENT CONTRACTOR 7.1 Consultant, its employees and agents shall be deemed to be independent contractors and not agents or employees of the City and shall not attain any rights or benefits under the civil service or pension ordinances of the City, or any rights generally afforded to classified or unclassified employees. The Consultant shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of the City. ARTICLE 8 - DEFAULT 8.1 In the event the Consultant fails to comply with any provision of this Agreement, the City Manager may declare the Consultant in default by written notification. The City Manager shall have the right to terminate this Agreement if the Consultant fails to cure the default within ten (10) days after receiving notice of default from the City Manager. If the Consultant fails to cure the default, the Consultant will only be compensated for completed Services. In the event partial payment has been made for such Services not completed, the Consultant shall return such sums due to the City within ten (10) days after notice that such sums are due. The Consultant understands and agrees that termination of this Agreement under this section shall not release Consultant from any obligations accruing prior to the effective date of termination. ARTICLE 9 - ENGINEER'S ERRORS AND OMISSIONS 9.1 Consultant shall be responsible for technically deficient designs, reports, or studies due to Consultant's errors or omissions, and shall promptly correct or replace all such deficient design work without cost to City. The Consultant shall also be responsible for all damages resulting from such errors or omissions. Payment in full by the City for Services performed does not constitute a waiver of this representation. ARTICLE 10 - INDEMNIFICATION 10.1 To the fullest extent permitted by law, the Agency's contractor shall indemnify and hold harmless the City of South Miami, the State of Florida, Department of Transportation , and its officers and employees from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor and person employed or utilized bey the contactor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the City of South Miami sovereign community. 112 of 120 10.2 Nothing contained in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Chapter 768, Florida Statutes. Additionally, the City does not waive sovereign immunity, and no claim or award against the City shall include attorney's fees, investigative costs or pre -judgment interest. ARTICLE I I - INSURANCE 11.1 Prior to the execution of this Agreement, the Consultant shall submit certificate(s) of insurance evidencing the required coverage and specifically providing that the City is an additional named insured or additional insured with respect to the required coverage and the operations of the Consultant under this Agreement. Consultant shall not commence work under this Agreement until after Consultant has obtained all of the minimum insurance described in the RFQ and the policies of such insurance detailing the provisions of coverage have been received and approved by the City Manager. Consultant shall not permit any sub -consultant to begin work until after similar minimum insurance to cover sub -consultant has been obtained and approved. In the event the insurance certificate provided indicates that the insurance shall terminate or lapse during the term of this Agreement, Consultant shall furnish, at least thirty (30) calendar days prior to expiration of the date of such event, a renewed certificate of insurance as proof that equal and like coverage and extension is in effect. Consultant shall not continue to perform the Services required by this Agreement unless all required insurance remains in full force and effect. 11.2 All insurance policies required from Consultant shall be written by a company with a Best rating of B+ or better and duly authorized and licensed to do business in the State of Florida and be executed by duly licensed agents upon whom service of process may be made in Miami -Dade County, Florida. ARTICLE 12 - OWNERSHIP OF DOCUMENTS 12.1 All documents developed by Consultant under this Agreement shall be delivered to the City Manager by the Consultant upon completion of the Services and shall become property of the City, without restriction or limitation of its use. The Consultant agrees that all documents generated for the purpose of performing under this Agreement shall be subject to the applicable provisions of the Public Records Law, under Chapter 119, Florida Statutes. 12.2 The Consultant shall additionally comply with Section 1 19.0701, Florida Statutes, including without limitation, the following conditions: Consultant and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing goods and/or services on behalf of the City and the Consultant, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if Consultant does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of Consultant or keep and maintain public records required by the public agency to perform the service. If Consultant transfers all public records to the public agency upon completion of the Contract, Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Consultant keeps and maintains public records upon completion of the Contract, Consultant shall meet all applicable 113 of 120 requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 12.3 It is further understood by and between the Parties that any information, writings, tapes, Contract Documents, reports or any other matter whatsoever that is given by the City to the Consultant pursuant to this Agreement shall at all times remain the property of the City and shall not be used by the Consultant for any other purposes whatsoever without the written consent of the City Manager. 12.4 In the event the Agreement is terminated, Consultant agrees to provide the City all such documents within ten (10) days from the date the Agreement is terminated. ARTICLE 13 - NOTICES 13.1 a. All notices, demands or requests provided for or permitted to be given pursuant to this Agreement must be in writing and shall be delivered or sent, with the copies indicated, by personal delivery if proof of delivery is obtained, electronic means such as facsimile transmission or e-mail or overnight delivery service. Any notice, demand, offer or other written instrument required or permitted to be given, made or sent (hereinafter referred to as "Notice") shall be in writing, signed by the party giving or making it and shall be sent by facsimile transmission, e-mail, certified mail with proof of delivery, Federal Express or a reputable national courier of service, and any other means that provides for proof of delivery. The Notice shall be sent to the facsimile number, e-mail address, street address or post office box as set forth herein below (or at such other address as a party may specify by notice given pursuant to this Section) and hereinafter referred to as a "Party's Address" for the purposes of this paragraph. Refusal to accept delivery or failure to pick-up a Notice within ten (10) after the first notification by the delivery service is sent ("First Notification"), shall be construed as receipt of same. Any Notice given or sent to the estate of any deceased person shall be signed and sent in a like manner, addressed to the personal representative of the deceased person at the personal representative's address, or, if there is no personal representative of the estate, then it shall be sent to the last address of the decedent Party given in accordance with this paragraph of the Agreement. The parties shall have the right to change the place to which the Notice shall be sent by giving Notice as required for all other Notices and sent to all of the parties to this Agreement. The date of delivery of the Notice by certified or registered mail will be only as reflected in a return receipt card; the date of sending an email will be as evidenced by a copy of the e-mail, but only if it shows the date the e-mail was sent; the date of sending a facsimile transmission will only be as the date appears on the same page as the Notice and the receiving parties facsimile phone number; the date of postal serviced notice of refusal to accept delivery; one (1) business day following receipt showing delivery by overnight mail or by courier service; the date of postal service notice that mail is being returned undeliverable, or the date following ten(I 0) days from the date of postal service's First Notification to the recipient, if the mail is unclaimed, will be deemed to be the date of the offer, demand, notice or other writing for the purpose of this Agreement and it will be effective from that date. No notice will be deemed adequate unless the party giving notice has produced written proof of delivery. No notice will be required to be sent to a physical or electronic address (including but not limited to an e-mail address or a phone number) that has changed, been discontinued, is out of service, no longer deliverable at that address or if mail has been returned due the delivery service having failed to find the recipient at the address given. However, if 114 of 120 multiple or alternative addresses have been given, notice must be sent to the other valid address, if it exists.: For Consultant: Calvin Giordano & Associates, Inc., Bayshore Executive Plaza, 10800 Biscayne Blvd. Suite 850, Miami, FI 33161 Email: cgiordano(ED-wasolutions.com For the City: City of South Miami Attn: City Manager South Miami, Florida 33143 Email: City of South Miami With copy to: Attn: City Attorney 1450 Madruga Ave., Ste 202 South Miami, Florida 33161 Email: 13.3 In the event there is a change of address and the moving Party fails to provide notice to the other Party, then notice sent as provided in this Article shall constitute adequate notice ARTICLE 14 - CONFLICT OF INTEREST 14.1 Consultant represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 14.2 Consultant covenants that no person under its employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Agreement has any personal financial interest, directly or indirectly, with contractors or vendors providing professional services on projects assigned to the Consultant, except as fully disclosed and approved by the City. Consultant further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed by the Consultant. ARTICLE IS -MISCELLANEOUS PROVISIONS 15.1 Non -Waiver: City and Consultant agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party will operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this Agreement Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this Agreement as to any particular breach or default may not act as a waiver of any subsequent breach or default. No delay or omission to exercise any right or power accruing upon any default will impair any such right or power or will be construed to be a waiver thereof, and any such right and power may be exercised from time to time as often as may be deemed expedient. 115 of 120 15.2 All representations, indemnifications, warranties and guarantees made in, required by, or given in accordance with this Agreement, as well as all continuing obligations indicated in the Contract Documents, shall survive final payment, completion and acceptance of the Services and termination or completion of the Agreement. 15.3 Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. 15.4 This Agreement and Contract Documents constitute the sole and entire agreement between the Parties. No modification or amendments to this Agreement shall be binding on either Party unless in writing and signed by both Parties and approved by resolution of the City Commission. 15.5 This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the Parties shall be in Miami -Dade County, Florida. 15.6 The City reserves the right to audit the records of the Consultant covered by this Agreement at any time during the provision of Services and for a period of three years after final payment is made under this Agreement 15.7 The Consultant agrees to comply with and observe all applicable federal, state, and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. 15.8 Services shall not be subcontracted, transferred, conveyed, or assigned under this Agreement in whole or in part to any other person, firm or corporation without the prior written consent of the City Manager. 15.9 The City of South Miami is exempt from Federal Excise and State taxes. The applicable tax exemption number or certificate shall be made available upon request. 15.10 The professional Services to be provided by Consultant pursuant to this Agreement shall be non-exclusive, and nothing herein shall preclude the City from engaging other firms to perform Services. 15.11 This Agreement shall be binding upon the Parties herein, their heirs, executors, legal representatives, successors and assigns. 15.12 The Consultant agrees that it shall not discriminate as to race, color, national origin, sex, age, religions, disability and family status in connection with its performance under this Agreement. 15.13 All other terms, conditions and requirements contained in the RFQ, which have not been modified by this Agreement, shall remain in full force and effect and they shall be a part of this agreement as if set forth in full herein. 15.14 In the event of any dispute arising under or related to this Agreement, the Parties shall pay their own attorney fees, costs and expenses incurred by it in connection with that dispute and/or 116 of 120 the enforcement of this Agreement, including all such actual attorney fees, costs and expenses at all judicial levels, including appeal, until such dispute is resolved with finality. 15.15 This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same Agreement. 15.16 The City is required at the completion of the project to perform a" performance evaluation of the consultant and conditions thereof." [The remainder of this page is intentionally left blank.] 117 of 120 IN WITNESS WHEREOF, the Parties have executed this Agreement by their respective proper officers duly authorized the day and year first written above. ATTEST: Corporate Secretary or Witness: By: Print Name: Date: Calvin, Giordano & Associates, Inc.,: "Consultant" By: Print Name: Chris Giordano I Vice President Date: ATTEST: City of South Miami, a Florida municipal corporation: "City" By: Nkenga A. Payne CMC City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By. City Attorney By: Steven Alexander City Manager END OF SECTION 118 of 120 EXHIBIT 6 CITY OF SOUTH MIAMI BID PROTEST PROCEDURES RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE) CONSTRUCTION & ENGINEERING INSPECTION FOR THE 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT PROJECT RFQ #PW2020-02 The following procedures shall be used for resolution of protested solicitations and awards. The word "bid", as well as all of its derivations, shall mean a response to a solicitation, including requests for proposals, requests for a letter of interest and requests for qualifications. (a) Notice of Intent to Protest. Any actual or prospective bidder who perceives itself to be aggrieved in connection with any formal solicitation or who intends to contest or object to any bid specifications or any bid solicitation shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days prior to the date set for opening of bids. A notice of intent to file a protest is considered filed when received by the City Clerk's office by e-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt of a notice of intent to file a protest. Any actual responsive and responsible bidder who perceives itself to be aggrieved in connection with the recommended award of a contract and who wishes to protest the award, shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days after the City Commission meeting at which the recommendation is considered for action. A notice of intent to file a protest is considered filed when received by the City Clerk's office by e-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt. (b) Protest of solicitation. A protest of the solicitation or award must be in writing ("Protest Letter") and submitted to the City Clerk's office within five calendar days after the date of the filing of the notice of intent to file a protest. The Protest Letter is considered filed when the Protest Letter and the required filing fee of $1,000 are both timely received by the City Clerk's office. In order for the Protest Letter and filing fee to be considered timely delivered by hand delivery, the date stamp of the Clerk's office must appear on the original Protest Letter and/or a copy of the Protest Letter and the date stamp must also appear on a copy of the check issued for the payment of the filing fee, or, if payment is made in cash, a receipt must be issued by the Clerk's office reflecting the date of receipt of the payment. While the Clerk may accept the Protest Letter by email, the Protest Letter shall not be considered to be timely received until and unless the required filing fee of $1,000 is received by the City Clerk's office and, if payment is in cash, a receipt is issued with the date of the receipt of payment, or if payment is by check, a copy of the check is stamped by the Clerk with the date stamp of the Clerk's office showing the date of receipt. The Protest Letter shall state with particularity the specific facts and law upon which the protest is based, it shall describe and attach all pertinent documents and evidence relevant and material to the protest and it shall be accompanied by any required filing. The basis for review of the protest shall be the documents and other evidence described in and attached to the Protest Letter and no facts, grounds, documentation, or other evidence not specifically described in and attached to the Protest Letter at the time of its filing shall be permitted or considered in support of the protest (c) Computation of time. No time will be added to the above time limits for service by mail. The last day of the period so computed shall be included unless it is a Saturday, Sunday, or legal holiday in which event the period shall run until the next day which is not a Saturday, Sunday, or legal holiday. (d) Challenges. The written protest may not challenge the relative weight of the evaluation criteria or any formula used for assigning points in making an award determination, nor shall it challenge the City's determination of what is in the City's best interest which is one of the criteria for selecting a bidder whose offer may not be the lowest bid price. (e) Authority to resolve protests. The Purchasing Manager, after consultation with the City Attorney, shall issue a written recommendation within ten calendar days after receipt of a valid Protest Letter. Said recommendation shall be sent to the City Manager with a copy sent to the protesting party. The City Manager may then, submit a recommendation to the City Commission for approval or 119 of 120 disapproval of the protest, resolve the protest without submission to the City Commission, or reject all proposals. (f) Stay of procurement during protests. Upon receipt of a timely, proper and valid Protest Letter filed pursuant to the requirements of this section, the City shall not proceed further with the solicitation or with the award or execution of the contract until the protest is resolved by the City Manager or the City Commission as provided in subsection (e) above, unless the City Manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid potential harm to the health, safety, or welfare of the public or to protect substantial interests of the City or to prevent youth athletic teams from effectively missing a playing season. END OF -DOCUMENT 120 of 120 2111/2020 Detail by Entity Name JJ'r 1. /r�i' r�l ,,,.,,,,:,rr,, ;,,.,,.,,::. ,fit- .................. Deeanment of Stale l Dwision of Corp,Qr to ions 1 Search Rewrds / Detail By Documem Numher / Detail by Entity Name Florida Profit Corporation CALVIN, GIORDANO & ASSOCIATES, INC f og Information Document Number M17373 FEUEIN Number 65-0013869 Date Filed 06/27/1985 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/2112001 Event Effective Date NONE Principal Address 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Changed: 04/02/2001 Mailing Address 1800 ELLER DR STE 600 FORT LAUDERDALE,FL33316 Changed: 03/02/2000 ftgistered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 02/12/2018 Address Changed: 02112/2018 Officer/Director Detail Name & Address Title PCEOD GIORDANO, DENNIS J search.sunbiz.orgllnquiry/CorporationSeamh/SearchRewltDetail7inquirytype=EnbtyName&directionType=Initial&seamhNameOrder-CALVI NGIORDA... 1/3 2/11/2020 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 seard Title V Keyser, Curt 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title V COOK-WEEDEN, TAMMY 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title Secretary HOPKINS, DAWN 18W0 ELLER DR STE 600 FCRT LAUDERDALE, FL 33316 Title V WATTS, STEVE 1811110 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Tine VT GIORDANO, CHRIS 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Annual Repoft9 Report Year Filed Date 2018 01/02/2018 2019 01/17/2019 20.20 01/27/2020 Document time as Detail by Entity Name ["372020—ANNUAL REPORT View image in PDF formal I r 11172019 ANNUAL REPORT View imagein PDF formal 02r12201a— Rao Ag nth Change View Image in PDF fomal 02AW018 AMENDED ANNUAL REPORT View image in PDF format 014022018— ANNUAL REPORT View Image in PDF format 01, 100017 —ANNUAL REPOR7 View Image in PDF format 010042016 —ANNUAL REPORT View Image In PDF format C5972015 AMENDED ANNUAL REPORT View image In PDF format 51, 142015 — ANNUAL REPORT View image in PDF format s nb¢.orgllnquirylCorpoma onSearddSearchResultDetail?inquirylype=EntityName&direclionType=Initial&searchNameOrder--CALVINGIORDA. 279 213 2111/2020 Detail by Entity Name 12/22W4 AMENDED ANNUAL REPORT View image in PDF format r0^012^14—AMENOEO ANNUAL REPORT View image in PDF format 0320/201d AMENDED ANNUAL REPORT View image in PDF format 01109/2I —ANNUAL REPORT View image in PDF formal 01104/2013— ANNUAL REPORT View image in PDF formal 01 r242012 ANNUAL REPORT View Image in PDF format ran 201t ANNUAL REPORT View Image in POF format 02/17/2010 — ANNUAL REPORT View image In PDF format 02/2512009 —ANNUAL REPORT View image In PDF format 02121n — ANNUAL REPORT View image in PDF format 04/23/2007 -- ANNUAL REPORT View image in PDF format 01120/2006— ANNUAL REPORT View image in PDF format 01 n92005 — ANNUAL REPORT View image in PDF formal 07ro2/2004 —ANNUAL REPORT View image in PDF formal W27/2003 — ANNUAL REPORT View image in PDF format 03/13/2002 — ANNUAL REPORT View image in PDF formal 0410212001 — ANNUAL REPORT View image in PDF format 03120/2001 —Amendment View image in PDF formal 0310212000— ANNUAL REPORT View image in PDF formal 02/24/1999—ANNUAL REPORT View Image in PDF format 012711998—ANNUAL REPORT View image in PDF format 02/10/1997—ANNUAL REPORT View image in PDF formal 0129/1997 — NAME CHANGE View image in PDF format 0210611995— ANNUAL REPORT View image in PDF format 01/2511995 — ANNUAL REPORT View image in PDF format K-Est search.sunbiz.org/InquirylGorporabonSearch/SeamhResullDetai I?inq ui rytype=E n tityNa me&d irectionType=lnNal&searchNameOrder—CALV I NGIORDA... 313 2020 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCLMENT# M17373 Entity Name: CALVIN, GIORDANO & ASSOCIATES, INC. Current Principal Place of Business: 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Current Mailing Address: 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 FEI Number: 65-0013869 Name and Address of Current Registered Agent: C T CORPORATION SYSTEM 1200 SCUTH PINE ISLAND ROAD PLANTATION, FL 33324 US FILED Jan 27, 2020 Secretary of State 2443878672CC Certificate of Status Desired: Yes The abova named endly submits this statement for the purpose of changing its regisfered once or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent OfficealDirector Detail : Title PCEOD Name GIORDANO, DENNIS J Address 1800 ELLER DR STE 600 City-Stalle-Zip: FORT LAUDERDALE FL 33316 Title v Name COOK-WEEDEN, TAMMY Address 1800 ELLER OR STE 600 CityState-Zip: FORT LAUDERDALE FL 33316 Tdle V Name WATTS,STEVE Addres. 1800 ELLER DR STE 600 City -Sale -Tip: FORT LAUDERDALE FL 33316 Title v Name KEYSER,CURT Address 1000 ELLER OR STE 600 City -State -Zip: FORT LAUDERDALE FL 33316 Title SECRETARY Name HOPKINS, DAWN Address 1800 ELLER DR STE 600 City -State -Zip: FORT LAUDERDALE FL 33316 Title VT Name GIORDANO, CHRIS Address 1800 ELLER OR STE 600 City-State-Zfp: FORT LAUDERDALE FL 33316 I hereby cedlty Ihaf Ne infWllnalion indicated an Nis repro or aupplemenlal report M hue end accereM andlW my Blear-0c signature ahaNha. the same lapel eiftd as it made under W,h rWIemm after ardimec Qflhe mmarehpn mtha remiver orlmsroe empowered to eaacov this reportasrequired by ChapterW7, FMdda SlaMles; endlhatmynameappears above. cr on an aH ch..M wdh all WNar Nke empowered. SIGNATURE: DENNIS GIORDANO PRESIDENT 01/27/2020 Electronic Signature of Signing Officer/Director Detail Date 281 Member Name City of South Miami Bid Number RFQ-RFQ #PW2020-02-0- CONSTRUCTION & ENGINEERING Bid Name INSPECTION FOR THE 62 5 Document(s) found for this bid 17 Planholder(s) found. 791 NATIF1Fn Supplier Name Address 1 city State Zip Phone Attributes 1. African American 2. Hispanic Owned 3. Small Business AE Engineering Inc 9180 Silver Glen Way Lake Worth FL 33467 5616325185 Biscayne Engineering Company, Inc 529 West Flagler St Miami FL 33130 3053247671 Calvin, Giordano & Associates, 1800 Eller Drive, Suite Inc. 600 Ft Lauderdale FL 33316 9549217781 Construction Journal, Ltd. 400 SW 7th Street Stuart FL 34994 8007855165 CSA Central, Inc. 8200 NW 41st Street Doral FL 33166 3054615484 Dodge Data 150 Arlington TX 76018 4133767032 1. Hispanic Owned 2. Small Business Facilities Pro -Sweep - Miami 3. Woman Owned Operations 2950 W 84th Street # 10 Hialeah FL 33018 7863856688 KCI Technologies, Inc. 936 Ridgebrook Road Sparks MD 21152 4103167800 13940 S.W. 136th Street, Metric Engineering, Inc. Suite 200 Miami FL 33186 30523SS098 1. Hispanic Owned 1. Hispanic Owned 2. Small Business RJ. Behar & Company, Inc. 6861 SW 196th Avenue Pembroke Pines FL 33332 9546807771 Schwebke-Shiskin & 3240 Corporate Way Miramar FL 33025 9544357010 1. Hispanic Owned 2. Small Business SRS Engineering, Inc. 5001 SW 74 Ct. Miami FL 33155 3056628887 1. Asian/Hawaiian Lauderdale 2. Small Business SSN Engineering, LLC 3500 N State Rd 7 Lakes FL 33319 9549443272 Stantec Consulting Services, 901 Ponce de Leon Blvd Coral Gables FL 33134 3054452900 Terracon Consultants, Inc. 1225 Omar Road West Palm JFL 133405 15616894299 Volkert, Inc 12202 1408 N Westshore Blvd. Tampa FL 33607 18138751365 WSP USA Inc. N. West Shore Blvd. Tampa JFL 133607 18135204444 282 1 1_ BID OPENING REPORT Bids were opened on: Tuesday. February 11, 2020 after: 10:00am For: RFO # PW2020-02 CONSTRUCTION &ENGINEERING INSPECTION FOR 62 AVENUE PEDESTRIAN & BICYCLIST ENHANCEMENT COMPANIES THAT SUBMITTED PROPOSALS: 1. AE ENGINEERING, INC................................................... 2. CALVIN, GIORDANO & ASSOCIATES, INC......................... 3. SRS ENGINEERING, INC................................................... THY. ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN CO"EL.ETX.LY MVIEwr tt. City Clerk: 'JA. Print Name [') gna re witness:s�G�LLPrintName Signature Witnss:eil/ S Print Name S' afore 283 ALM Discover. Connect. Compete. ALM Media, LLC PO Box SM174 Please Remit To: Atlanta, GA 31193-6174 CITY OF SOUTH MIAMI Attention To: NKENGA -NIKKr PAYNE PLANNING & ZONING DEPT. 6130 SUNSET DRIVE - 2ND FLOOR SOUTH MIAMI. F133143 Daily Business Review Miami Dade Customer No: 9006708 Invoice r 100OD4620304122 Invoke Date: 0112W920 Due Date: Due Upon Receipt AMOUNT DUE: $1811.03 Amoled RelaMhd PtFXSE RETVRn THIS 6Ef.TON lel1N MYtiBR lIAP 1YR1: Daily Business Review Mood Dade Immice Data: 01r=2020 customer it: SOM708 amnia a eexdpdoe aax� 10000452030-0122 Plactlnmposition: BidsMeartgsUeemlgypldilanoe%6 ! Notices g RFPs $188.03 Run Denis: O V22r2020 Ad Six c 2 x 10.63 Inches CITY OF SOUTH MIAMI -RFO NPVCO2O02 Subtotal $188.03 Total Due $188.03 Visit our online payment portal at httpJ/almoavmentcenter.com to pay via credit card Fabeing 4uestom, please pail: AILcollecfi.., lmcnm gal ALM 284 Discover. Connect. Compete. MIAMI DAILY BUSINESS REVIEW Fhbrhee DBOY 0=91 sea.day. SOW U*dH MWrra, vwmwDaft casay, nwida STATE OF FLORIDA COUNTY OF IttlAPIWDrAM Before the maligned authority pe mm* appeamd MARIA MESA, who an oath says lu d he or she is the LEGAL CLERK, Legal Notices of the sam t Davy Business Review W a Mforns Reviewa daffy (except Saluda SmkW NKI Legal H~) newzpW. pubbdwd at Miami in Miami -Dante CouWy. Florida: that Be aMutwd Dopy of advartiaeawd, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MAMI - RPQ 02 -M In the XXXK Comek was p Mshed M said newspaper in the Issues od CONS'rR4"�t01i!'8�iS�ll� PBDSYRIA& �YCLiS►T �.._ V_. �CT RFQ #PW'ZaO� MEMI.:AL DW MATT: R 11, 2M AT' Ift WAM Attierd furtsat says Omit the saw Mtiarrd Daily Buscsess Re My 13. :� k, to t+'tt:q.�PW omm Review is a p led at Mianacid Md, In akffd-Dade ■�. A �IGa[l tl� SON .1 W f2 AYE'MM County. Rorida and that Ora Said eewspe W has here a P� WA 8 BIC1fiCLiiST R MiBCT to retabr a been contQurously p in said Mtiami-Dade County. Fbdde pr oRSC 00M0119d tb prowride SWAM wdvonhact for the services each day (ero W Setu ", Sunday end Legal Houle) and nOOSSMY for the oomptedian of the project In w=dance with the scope has beery errlered as assayed dabs nuiil matter at the post of !, Att�era A B & q and or the plans and/or office in Mhmni in saw M'rarr�•Dade County. Florida. br a perfodas ���' � any. descried in ttds S1 rafetr+ed to of ores year next the fast pttbG� of the attec had �dhe copy of add and ; M i fhather s"s that he or she 7bft prqW b Fsdarso Aandod Uuorgh a gnwt f m tO Sbb of has neither paid nor proneieed aey Pam. TM Or Far & DqX rdr Wit °/ flr=npo I Ian tacal ,AHstrea► Flagram W1P� any disoouret, rehabs, oorrrrhissioa or reltand for the pmapose of � mW cask* 0i A bssbmd Slenrf M cmdmcw raft Oft � tar phi in the said • tb Ekhpiit 7, Sage of �rrToes„ C tbdo, Caerbseft seoAtM tt I(ger�r PlograrA QAP1 IPr' .. W rtiw041&1 and fQ& MIARIA MESA persanagy known to me coamstabnace will Bowed The project candstB of MSnOGN CarrsWcbon 6hgineering mid W=NM to VGVW9 canrac9ft pede�n t� as desai!>Bd in fitx ��1cgpof Sswfiaa% Affwbwd As in this SOIgt8t M The selected Coiguffi g Fora must pnOide for a Project Manager and Resident Coffgft, ee 343eaalist on theme team tivoughocd tiff entire project. The saWW Cosuftft shag also provide CB dugs durhhg carstructio i and through project do®e out: The &4dua&m and award of the submfed Qualicafas shy be =Wftt with Florida's Cansrtlts: & Compsdfive Ne ors Ad PCM 287.0K Fio&b Statuto. ProposalS wit be evalueded by 8n EvabWbw Satin Camyfte which wo evaluate mid rondo proposals an the Wncaf r I n 'a Eisfed below. The criteria are itaffilzed with their respective weights fat a ma*man total of one (1Oa) points per Eratusfiao Sekxdon .Comm=99 member. 285 b7FQ of Soufil Miami R4�Pwzoly-oz The T bftd Ctiterw used for detem om qm Comm for ra "V i I. amocaom competency and Uchr&al wpxtive of the fire and pens wa to Wom the services in accorftm with the Scope of Se� MW&mm Pb "ft 40 2. Quffmations of the Consufm Ws Proiadt Manager and Proiect Tearm Qa*mm paf ft:30 & Mated ft*ctslPast BWWC& Mw*mm ftkft 4. Ovmrab quality and completes of the wbffutt& lNarrJMum PO& tsr 10 Interested pem m who wish to respond to this SalcRation can obtain the a complete Sogcfta* n package at the City Glarus of8oe Monday ii mO Friday from WW a.m. to 5:00 P.M. or by accessing the wdVw hUp:!/erww.aoutMniamiH.gorj wtdch is the City of South MiaWs web address for SWmIam ie- The Sin is also advertised in no QaW &a1mm Review, a regional print media PebdlW- The Proposal PaoMp sW be delivered to the Office of the City Clerk located at *.M Miami City HA 6130 Sunset Mme, South Misrnf, Honda 33143. Seated proposals must be received by Office of the City Clerk either by mail or hand debvery, no later than 10:OQ AAL focal tkrre (tles'Closin9 Daie9 an Fe t r 11, 202L Hand dewy mtot be made fticwtft amugh Rift btam 8 A.M. to S p.M., unless a different MW is Provided above for the Cfas3na Dai3e. to the afffoe of City Clerk. Proposals are subject to the temrs, COMM= and provisions of ttfs a&wbs Trent as well as to arose pmvWon% terms, condMorrs, aff Wft and doaanemts contained in the Soiiaftion Package. MwW A. Payne, CMC City Clerk 1122 286 a42