Loading...
Res No 031-25-16323RESOLUTION NO.031-25-16323 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,APPROVING A PROPOSAL AND AGREEMENT WITH THE CORRADINO GROUP, INC.TO PERFORM GENERAL PLANNING SERVICES FOR THE DEVELOPMENT SERVICES DEPARTMENT UTILIZING THE TERMS AND CONDITIONS OF THE COMPETITIVELY BID CITY OF DORAL CONTINUING PROFESSIONAL SERVICES AGREEMENT COMPETITIVELY BID PURSUANT TO RFQ NO.2023-08;PROVIDING FOR AUTHORIZATION,IMPLEMENTATION, CORRECTIONS,AND AN EFFECTIVE DATE. WHEREAS,the City of South Miami (the “City”)is in need of general planning services (the “Services”)for the Development Services Department;and WHEREAS,Article III,Section 5.H of the City Charter provides that the City may make purchases or leases through other governmental agencies that have followed similar bidding procedures;and WHEREAS,the Services needed by the City have been competitively bid by the City of Doral pursuant to Request for Qualifications No.23-08,which resulted in a Continuing Professional Services Agreement (the “Doral Contract”)with The Corradino Group,Inc. (the “Consultant”)based on competitive bidding procedures similar to the City’s adopted procedures;and WHEREAS,the City Commission desires to approve and authorize the City Manager to negotiate and execute an agreement,in substantially the form attached hereto as Exhibit “A” (the “Agreement”)with the Consultant for the Services,consistent with the terms and conditions of the Doral Contract and the Consultant’s Proposal attached hereto as Exhibit “B”;and WHEREAS,any amount used to pay The Corradino Group,Inc.for general planning services shall be paid from 001-1620-524-3450,Planning Contractual Services,with a current balance of $156,950 for FY 2025 and any amounts approved within future fiscal year budgets;and WHEREAS,the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AS FOLLOWS: Section 1.Recitals.The above-stated recitals are true and correct and are incorporated herein by this reference. Page 1 of 2 Res.No.031-25-16323 Section 2.Approval of Agreement and Proposal.The City Commission hereby approves the Agreement with the Consultant to perform the Services in substantially the form attached hereto as Exhibit “A”based on the Doral Contract and the Consultant’s Proposal attached hereto as Exhibit “B.” Section 3.Authorization to Negotiate and Execute Agreement.The City Commission hereby authorizes the City Manager to negotiate and execute the Agreement,in substantially the form attached hereto as Exhibit “A,”with the Consultant,subject to the final approval of the City Attorney and City Manager as to form,content,and legal sufficiency. Section 4.Implementation.The City Manager is hereby authorized to take any and all actions necessary to implement the Services,the Agreement,and the purposes of this Resolution. Section 5.Corrections.Conforming language or technical scrivencr-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 6.Effective Date.This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 6th day of May,2025. ATTEST: WEISS &EROTA HELFMaN COLE &BIERMAN,P.L. CITY ATTORNEY READ AND APPROVED AS TO FORM, LANGUAGE,LEGALITY AND EXECUTION THEREOF COMMISSION VOTE: Mayor Javier Fernandez: Vice Mayor Brian Corey: Commissioner Lisa Bonich: Commissioner Steve Calle: Commissioner Danny Rodriguez: 5-0 Yea Yea Yea Yea Yea Page 2 of 2 Agenda Item No:3. City Commission Agenda Item Report Meeting Date: May 6, 2025 Submitted by: Marcus Lightfoot Submitting Department: Planning & Zoning Department Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING A PROPOSAL AND AGREEMENT WITH THE CORRADINO GROUP, INC. TO PERFORM GENERAL PLANNING SERVICES FOR THE DEVELOPMENT SERVICES UTILIZING THE TERMS AND CONDITIONS OF THE COMPETITIVELY BID CITY OF DORAL CONTINUING PROFESSIONAL SERVICES AGREEMENT COMPETITIVELY BID PURSUANT TO RFQ NO. 2023-08; PROVIDING FOR AUTHORIZATION, IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PLANNING DEPT.) Suggested Action: Attachments: Corradino_Group_Planning_Agreement_CM_Memo (2).docx Corradino Planning Reso.docx Exhibit A - Corradino Group Cover Agreement.DOC Corradino Group RFQ 2023-08 Proposal1.pdf Exhibit B - South Miami Planning Services Scope.docx RFQ 2023-08 General Engineering & Architectural Cover.pdf 2023-08-rfq-general-engineering-and-architectural-services-scope.pdf general-engineering-and-architectural-services-tabulation-and-ranking.PDF AD.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:May 6, 2025 SUBJECT:Corradino Group General Planning Services Multi-Year Agreement RECOMMENDATION:Authorize the City Manager to negotiate and execute an agreement with the Corradino Group to perform general planning services for the Development Service Department. BACKGROUND: Previously, representatives of the Corradino Group have aided the City with the review of several projects including the review and amendment of both the City’s Land Development Code (LDC) and the Comprehensive Plan as well as the review of the Sunset Place project.Once it was determined that the City was in need of general planning services for the Development Services Department, the City is looking into utilizing an agreement made between the City of Doral and the Corradino Group (RFQ 2023-08). The use of piggybacking off of RFQ 2023-08 complies with the City’s Charter in that the City is allowed to make purchases or leases through other governmental agencies that have followed bidding procedures that are similar to the City. Based on those procedures, the services needed have already been competitively bid by the City of Doral pursuant to RFQ 2023-08 which resulted in a Continuing Professional Services Agreement (“the “Doral Contract”) with The Corradino Group, Inc. (the “Consultant”). ANALYSIS:Pursuant to the attached agreement with the Consultant, they will perform the aforementioned services in substantially the form based on their contract with the City of Doral as well as the attached proposal once negotiated by the City Manager. FUNDING:Any amount used to pay The Corradino Group, Inc., for general planning services shall be paid from 001-1620-524-3450, Planning Contractual Services, with a current balance of $156,950 for FY 2025 and any amounts approved within future fiscal year budgets. ATTACHMENTS:Resolution Corradino Group Cover Agreement South Miami Planning Services Scope 2 $South ’Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Corradino Group RFQ 2023-08 proposal RFQ 2023-08 General Engineering and Architectural Cover RFQ 2023-08 General Engineering and Architectural Services Scope RFQ 2023-08 General Engineering and Architectural Services Tabulation & Ranking 3 South'*’Miami THE CITY OF PLEASANT LIVING AGREEMENTBETWEENTHECITYOFSOUTHMIAMIANDTHECORRADINOGROUP,INC.THISAGREEMENT(this“Agreement”)ismadeeffectiveasofthedayofI\Cl/V\z,2025(the“EffectiveDate”),byandbetweentheCITYOFSOUTH^IIAMI,FLORIDA,aFloridamunicipalcorporation(the“City”),andTHECORRADINOGROUP,INC.,aFloridaprofitcorporation(the“Consultant”).Collectively,theCityandtheConsultantarereferredtoasthe“Parties.”WHEREAS,theCityisinneedofgeneralplanningservices(the“Services”)fortheDevelopmentServicesDepartment;andWHEREAS,ArticleIII,Section5.HoftheCityCharterprovidesthattheCitymaymakepurchasesorleasesthroughothergovernmentalagenciesthathavefollowedsimilarbiddingprocedures;andWHEREAS,theServicesneededbytheCityhavebeencompetitivelybidbytheCityofDoralpursuanttoRequestforQualificationsNo.23-08,whichresultedinaContinuingProfessionalServicesAgreement(the“DoralContract”)withTheCorradinoGroup,Inc.(the“Consultant”)basedoncompetitivebiddingproceduressimilartotheCity’sadoptedprocedures;andWHEREAS,theConsultanthasprovidedtheCitywithaProposal,attachedheretoasExhibit“B”(the“Proposal”),fortheServicesbasedonthetermsandconditionsoftheDoralContract;andWHEREAS,onMay6,2025,theCityCommissionadoptedResolutionNo.2025-R-O31-25-16323,approvingandauthorizingtheCityManagertonegotiateandexecutethisAgreementfortheServiceswiththeConsultantbasedonpricing,terms,andconditionsoftheDoralContract,attachedheretoasExhibit“A,”andtheProposal,attachedheretoasExhibit“B”;andWHEREAS,theCitywishestoenterintothisAgreementwiththeConsultantfortheServicesbasedonthepricing,terms,andconditionsoftheDoralContract,attachedheretoasExhibit“A,”andtheProposal,attachedheretoasExhibit“B”;andNOW,THEREFORE,inconsiderationofthemutualcovenantsandconditionscontainedherein,theCityandtheConsultantagreeasfollows:1.IncorporationofContract.ThetermsandconditionsoftheDoralContractattachedheretoasExhibit“A”areincorporatedasthoughfullysetforthherein.Exceptasotherwisespecificallysetforthormodifiedherein,alltermsintheDoralContractareherebyratifiedandaffirmedandshallremainunmodifiedandinfullforceandeffectinaccordancewithitsterms.Page1of198 2.Conflicts;OrderofPriority.Thisdocumentwithoutexhibitsisreferredtoasthe“Agreement.”IntheeventofaconflictbetweenthetermsofthisAgreementandanyexhibitsorattachmentshereto,oranydocumentsincorporatedhereinbyreference,theconflictshallberesolvedinthefollowingorderofprioritiesandthemorestringentcriteriaforperformanceoftheServicesshallapply:A.FirstPriority:ThisAgreement;B.SecondPriority:StateRequiredAffidavits;C.ThirdPriority:Exhibit“A,”theDoralContract;andD.FourthPriority:Exhibit“B,”theConsultant’sProposal.3.DefinedTerms.AllinitialcapitalizedtermsusedinthisAgreementshallhavethesamemeaningassetforthintheDoralContractunlessotherwiseprovidedinthisAgreement.AllreferencestoSourcewellshallbereplacedwiththeCityofSouthMiamiwhereapplicable.4.Counterparts.ThisAgreementmaybeexecutedinseveralcounterparts,eachofwhichshallbedeemedanoriginalandsuchcounterpartsshallconstituteoneandthesameinstrument.5.Term.ThetermofthisAgreementshallbefromtheEffectiveDate,,2025,throughthree(3)yearsthereafter,endingon,2025(the“Tenn”).6.Services.TheConsultantshallprovidetheServicespursuanttoaProjectWorkOrderonbehalfoftheCityforthedurationoftheAgreementTenninaccordancewiththeterms,conditions,pricing,andproceduresoftheDoralContract,attachedheretoasExhibit“A,”andtheConsultant’sProposal,attachedheretoasExhibit“B.”7.DeletingSection2.9oftheDoralContract.Section2.9oftheDoralContractisherebydeletedinitsentirety.8.AmendingSection15oftheDoralContract,Section15,“Indemnification/HoldHarmless,”oftheDoralContractisherebydeletedinitsentiretyandreplacedasfollows:15.INDEMNIFICATIONA.Tothefullestextentpermittedbylaw,Consultantshalldefend,indemnify,andholdharmlesstheCity,itsofficers,agents,consultants,andemployees,fromandagainstanyandalldemands,claims,losses,expenses,suits,liabilities,causesofaction,judgmentordamages,includingbutnotlimitedtolegalfeesandcostsandthroughappeal,arisingoutof,relatedto,resultingfrom,orinanywayconnectedwithConsultant’snegligence,recklessness,orintentionalmisconductintheConsultant’sperformanceornon¬performanceofthisAgreement,Consultant’sobligations,ortheWorkrelatedtotheAgreement,includingbutnotlimitedtobyreasonofanydamagetoproperty,orbodilyinjuryordeathincurredorsustainedbyanyperson,ortoinjurytoordestructionoftangiblepropertyoranyotherproperty(otherthantheWorkitself)includingthelossofuseresultingtherefrom,causedinwholeorinpartbyanywillful,wanton,ornegligent,orPage2of198 grosslynegligentactsoromissionsofConsultant,anysubcontractor,anypersonororganizationdirectlyorindirectlyemployedbyanyofthemtoperformorfurnishanyoftheWorkoranyoneforwhoseactsanyofthemmaybeliable,regardlessofwhetherornotitiscausedinpartbyapartyindemnifiedhereunderorarisesbyorisimposedbyapplicablelawandregardlessofthenegligenceofanysuchparty..Additionally,theConsultantshalldefend,indemnify,andholdtheCityharmlessfromalllosses,injuriesordamagesandwagesorovertimecompensationdueitsemployeesinrenderingservicespursuanttothisAgreement,includingpaymentofreasonableattorneys’feesandcostsinthedefenseofanyclaimmadeundertheFairLaborStandardsAct,TitleVIIoftheCivilRightsActof1964,theAgeDiscriminationinEmploymentAct,theAmericanswithDisabilitiesActoranyotheremploymentrelatedlitigationorworker’scompensationclaimsunderfederal,state,orlocallaw.B.NothinghereinisintendedtoserveasawaiverofsovereignimmunitybytheCitynorshallanythingincludedhereinbeconstruedasconsenttobesuedbythirdpartiesinanymatterarisingoutofthisAgreementoranyothercontract.TheCityissubjecttosection768.28,FloridaStatutes,asmaybeamendedfromtimetotime.C.TheprovisionsofthissectionshallsurviveterminationofthisAgreement.9.AmendingSection24oftheDoralContract.Section24,“CompliancewithFloridaPublicRecordLaw,”oftheDoralContractisherebydeletedinitsentiretyandreplacedasfollows:24.CompliancewithFloridaPublicRecordLaw.A.Consultantacknowledgesthatallinventions,innovations,improvements,developments,methods,designs,analyses,drawings,reports,compiledinformation,andallsimilarorrelatedinformation(whetherpatentableornot)whichrelatetoServicestotheCitywhichareconceived,developedormadebyConsultantduringthetermofthisAgreement(“WorkProduct”)belongtotheCity.ConsultantshallpromptlydisclosesuchWorkProducttotheCityandperformallactionsreasonablyrequestedbytheCity(whetherduringorafterthetermofthisAgreement)toestablishandconfirmsuchownership(including,withoutlimitation,assignments,powersofattorneyandotherinstalments).B.ConsultantagreestokeepandmaintainpublicrecordsinConsultant’spossessionorcontrolinconnectionwithConsultant’sperformanceunderthisAgreement.TheCityManagerorherdesigneeshall,duringthetermofthisAgreementandforaperiodofthree(3)yearsfromthedateofterminationofthisAgreement,haveaccesstoandtherighttoexamineandauditanyrecordsoftheConsultantinvolvingtransactionsrelatedtothisAgreement.ConsultantadditionallyagreestocomplyspecificallywiththeprovisionsofSection119.0701,FloridaStatutes.Consultantshallensurethatpublicrecordsthatareexemptorconfidentialandexemptfrompublicrecordsdisclosurerequirementsarenotdisclosed,exceptasauthorizedbyPage3of198 law,forthedurationoftheAgreement,andfollowingcompletionoftheAgreementuntiltherecordsaretransferredtotheCity.C.UponrequestfromtheCity’scustodianofpublicrecords,ConsultantshallprovidetheCitywithacopyoftherequestedrecordsorallowtherecordstobeinspectedorcopiedwithinareasonabletimeatacostthatdoesnotexceedthecostprovidedbyChapter119,FloridaStatutes,orasotherwiseprovidedbylaw.D.Unlessotherwiseprovidedbylaw,anyandallrecords,includingbutnotlimitedtoreports,surveys,andotherdataanddocumentsprovidedorcreatedinconnectionwiththisAgreementareandshallremainthepropertyoftheCity.E.UponcompletionofthisAgreementorintheeventofterminationbyeitherparty,anyandallpublicrecordsrelatingtotheAgreementinthepossessionoftheConsultantshallbedeliveredbytheConsultanttotheCityManager,atnocosttotheCity,withinseven(7)days.AllsuchrecordsstoredelectronicallybyConsultantshallbedeliveredtotheCityinaformatthatiscompatiblewiththeCity’sinformationtechnologysystems.OncethepublicrecordshavebeendelivereduponcompletionorterminationofthisAgreement,theConsultantshalldestroyanyandallduplicatepublicrecordsthatareexemptorconfidentialandexemptfrompublicrecordsdisclosurerequirements.F.AnycompensationduetoConsultantshallbewithhelduntilallrecordsarereceivedasprovidedherein.G.Consultant’sfailureorrefusaltocomplywiththeprovisionsofthissectionshallresultintheimmediateterminationofthisAgreementbytheCity.H.NoticePursuanttoSection119.0701(2)(a),FloridaStatutes.IFTHECONTRACTORHASQUESTIONSREGARDINGTHEAPPLICATIONOFCHAPTER119,FLORIDASTATUTES,TOTHECONTRACTOR’SDUTYTOPROVIDEPUBLICRECORDSRELATINGTOTHISAGREEMENT,CONTACTTHECUSTODIANOFPUBLICRECORDS:Nkenga“Nikki”Payne,CMC,FCRM,CityClerk,6130SunsetDrive,FirstFloor,SouthMiami,FL33143,305-663-6340,npayne@southmiamifl.gov.10.Notices/AuthorizedRepresentatives.AnynoticesrequiredbythisAgreementshallbeinwritingandshallbedeemedtohavebeenproperlygiveniftransmittedbyhand-delivery,byregisteredorcertifiedmailwithpostageprepaidreturnreceiptrequested,orbyaprivatepostalservice,addressedtotheparties(ortheirsuccessors)attheaddresseslistedonthesignaturePage4of198 pageofthisAgreementorsuchotheraddressasthepartymayhavedesignatedbypropernotice.11.StateRequiredAffidavits.ByenteringintothisAgreement,theConsultantagreestoreviewandcomplywiththefollowingstateaffidavitrequirements:A.PublicEntityCrimesAffidavit.ConsultantshallcomplywithSection287.133,FloridaStatutes(PublicEntityCrimesStatute),notificationofwhichisherebyincorporatedhereinbyreference,includingexecutionofanyrequiredaffidavit.B.ScrutinizedCompanies.ConsultantcertifiesthatitisnotontheScrutinizedCompaniesthatBoycottIsraelListorengagedinaboycottofIsrael.Pursuanttosection287.135,FloridaStatues,theCitymayimmediatelyterminatethisAgreementatitssoleoptioniftheConsultantisfoundtohavesubmittedafalsecertification;oriftheConsultantisplacedontheScrutinizedCompaniesthatBoycottIsraelListorisengagedintheboycottofIsraelduringthetermoftheAgreement.IfthisAgreementisformorethanonemilliondollars,theConsultantcertifiesthatitisalsonotontheScrutinizedCompanieswithActivitiesinSudan,ScrutinizedCompanieswithActivitiesintheIranTerrorismSectorsList,ScnitinizedCompanieswithActivitiesintheIranPetroleumEnergySectorList,orengagedwithbusinessoperationsinCubaorSyriaasidentifiedinSection287.135,FloridaStatutes.PursuanttoSection287.135,FloridaStatutes,theCitymayimmediatelyterminatethisAgreementatitssoleoptioniftheConsultantisfoundtohavesubmittedafalsecertification;oriftheConsultantisplacedontheScrutinizedCompanieswithActivitiesinSudanList,ScrutinizedCompanieswithActivitiesintheIranTerrorismSectorsList,ScrutinizedCompanieswithActivitiesinIranPetroleumEnergySectorList,orengagedwithbusinessoperationsinCubaorSyriaduringthetermoftheAgreement.C.E-VerifyAffidavit.InaccordancewithSection448.095,FloridaStatutes,theCityrequiresallcontractorsdoingbusinesswiththeCitytoregisterwithandusetheE-Verifysystemtoverifytheworkauthorizationstatusofallnewlyhiredemployees.TheCitywillnotenterintoacontractunlesseachpartytothecontractregisterswithandusestheE-Verifysystem.ThecontractingentitymustprovideofitsproofofenrollmentinE-Verify.Forinstructionsonhowtoprovideproofofthecontractingentity’sparticipation/enrollmentinE-Verify,pleasevisit:https://www.e-verifv.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify.ByenteringintothisAgreement,theConsultantacknowledgesthatithasreadSection448.095,FloridaStatutes;willcomplywiththeE-VerifyrequirementsimposedbySection448.095,FloridaStatutes,includingbutnotlimitedtoobtainingE-Verifyaffidavitsfromsubcontractors;andhasexecutedtherequiredaffidavitattachedheretoandincorporatedherein.D.NoncoerciveConductAffidavit.PursuanttoSection787.06,FloridaStatutes,anongovernmentalentityexecuting,renewing,orextendingacontractwithagovernmentalentityisrequiredtoprovideanaffidavit,signedbyanofficerorarepresentativeofthenongovernmentalentityunderpenaltyofperjury,attestingthatthenongovernmentalentitydoesnotusecoercionforlabororservicesasdefinedinSection787.06(2)(a),FloridaStatutes.ByenteringintothisAgreement,theConsultantacknowledgesthatithasPage5of198 readSection787.06,FloridaStatutes,andwillcomplywiththerequirementstherein,andhasexecutedtherequiredaffidavitattachedheretoandincorporatedherein.E.ProhibitiononContractingwithEntitiesofForeignConcern.PursuanttoSection287.138,FloridaStatutes(whichisexpresslyincorporatedhereinbyreference),agovernmentalentitymaynotknowinglyenterintoacontractwithanentitywhichwouldgiveaccesstoanindividual’spersonalidentifyinginformationif(a)theentityisownedbythegovernmentofaforeigncountryofconcern;(b)thegovernmentofaforeigncountryofconcernhasacontrollinginterestintheentity;or(c)theentityisorganizedunderthelawsoforhasitsprincipalplaceofbusinessinaforeigncountryofconcern.ByenteringintothisAgreement,theConsultantacknowledgesthatithasreadSection287.138,FloridaStatutes,andcomplieswiththerequirementstherein,andhasexecutedtherequiredaffidavitattachedheretoandincorporatedherein.[Remainderofpageintentionallyleftblank.SignaturepageandStateRequiredAffidavitsFollow.]Page6of198 INWITNESSWHEREOF,thepartiesheretohavecausedthisAgreementtobeexecutedthedayandyearasfirststatedabove.Attest:Name:JosephM.Corradino,AICPTitle:_President/CEOEntity:CorporationApprovedastoFormandLegalSufficiency:By;WeissShrotaHelfmaole&Bierman,P.L.CityAttorneyAddressesforNotice:CityofSouthMiamiAttn:CityManager6130SunsetDrive,FirstFloorSouthMiami,FL33143305-668-2510(telephone)chip@southmiamifl.gov(email)Withacopyto:WeissSerotaHelfmanCole&Bierman,P.L.Attn:CityofSouthMiamiAttorney2800PoncedeLeonBoulevard,Suite1200CoralGables,FL33134larango@wsh-law.com(email)AddressesforNotice:JosephM.Corradino,AICP,President/CEO4055NW97thAvenue,Suite200Miami,FL33178(305)594-0735(telephone)JMCorradino@Corradino.com(email)Withacopyto:FredP'Pool,COO4055NW97thAvenue,Suite200Miami,FL33178(305)594-0735(telephone)FPPool@Corradino.com(email)Page7of198 E-VERIFYAFFIDAVITInaccordancewithSection448.095,FloridaStatutes,theCityofSouthMiamirequiresallcontractorsdoingbusinesswiththeCitytoregisterwithandusetheE-Verifysystemtoverifytheworkauthorizationstatusofallnewlyhiredemployees.TheCitywillnotenterintoacontractunlesseachpartytothecontractregisterswithandusestheE-Verifysystem.ThecontractingentitymustprovideofitsproofofenrollmentinE-Verify.Forinstructionsonhowtoprovideproofofthecontractingentity’sparticipation/enrollmentinE-Verify,pleasevisit:h(tps://ww\\Bysigningbelow,thecontractingentityacknowledgesthatithasreadSection448.095,FloridaStatutesandwillcomplywiththeE-Verifyrequirementsimposedbyit,includingbutnotlimitedtoobtainingE-Verifyaffidavitsfromsubcontractors.HCheckheretoconfirmproofofenrollmentinE-VerifyhasbeenattachedtothisAffidavit.Inthepresenceof:Signed,sealedanddqffyereqfb^:Witness#2PrintName:ACKNOWLEDGMENTStateofFloridaCountyofMiami-DadeWitness#IPrintName:MichelleEopezPrintName:JqsCM^ConadincuAICP^Title:President/CEOEntityName:TheCorradinoGroup.Inc.TheforegoinginstrumentwasacknowledgedbeforemebymeansofphysicalpresenceorQonlinenotarization,this14thdayofMay,2025,byJosephM.Corradino(nameofperson)asPresident/CEO(typeofauthority)forTheCorradinoGroup,Inc,(nameofpartyonbehalfofwhominstrumentisexecuted).NotaryPublic(Print,stamp,orTypeasCommissioned)XPersonallyknowntome;orProducedidentification(TypeofIdentification:Didtakeanoath;orDidnottakeanoathLANG^.AMARIEMARTIN‘VbBc.StateofFloridajjLsUli:•’.C.r.mission«HH569495MyCommissionExpiresJuly22,2028Page8of198 AnofficialwebsiteoftheUnitedStatesgovernmentHere’showyouknowEVerifyMenu=MyCompanyAccountNewEVerify*Modernizetheemploymenteligibilityverificationprocesstoday!LearnMoreEnableE-Verify+MyCompanyProfileCompanyInformationCompanyNameTheCorradinoGroupCompanyID399013DoingBusinessAs(DBA)NameTheCorradinoGroupEnrollmentDateMar09,2011EmployerIdentificationNumber(EIN)UniqueEntityIdentifier(UEI)Page9of198 610713040DUNSNumber019926310NAICSCode541SubsectorProfessional,Scientific,andTechnicalServicesTotalNumberofEmployees100to499SectorProfessional,Scientific,andTechnicalServicesEditCompanyInformationEmployerCategoryEmployerCategoryNoneofthesecategoriesapplyEditEmployerCategoryCompanyAddressesHiringSitesPhysicalAddress4055NW97thAveSuite203Miami,FL33178MailingAddressSameasPhysicalAddressWehaveimplementedanewpolicyandrequiremoreinformationforexistingandfuturehiringsites.NumberofSites1Page10of198 EditCompanyAddressesEditHiringSitesCompanyAccessMyCompanyisconfiguredto:VerifyItsOwnEmployeesMemorandumofUnderstandingViewCurrentMOUU.S.DepartmentofHomelandSecurityU.S.CitizenshipandImmigrationServicesAccessibilityPiug-jnsSiteMapPage11of198 AFFIDAVITATTESTINGTONONCOERCIVECONDUCTFORLABORORSERVICESEffectiveJuly1,2024,Section787.06,FloridaStatutes,anongovernmentalentityexecuting,renewing,orextendingacontractwithagovernmentalentityisrequiredtoprovideanaffidavit,signedbyanofficerorarepresentativeofthenongovernmentalentityunderpenaltyofperjury,attestingthatthenongovernmentalentitydoesnotusecoercionforlabororservicesasdefinedinSection787,06(2)(a),FloridaStatutes.Bysigningbelow,Iherebyaffirmunderpenaltyofperjurythat:1.IhavereadSection787.06,FloridaStatutes,andunderstandthatthisaffidavitisprovidedincompliancewiththerequirementthat,uponexecution,renewal,orextensionofacontractbetweenanongovernmentalentityandagovernmentalentity,thenongovernmentalentitymustattesttotheabsenceofcoercioninlabororservices.2.IamanofficerorrepresentativeofTheCorradinoGroup,Inc.,anongovernmentalentity.3.TheCorradinoGroup,Inc.doesnotusecoercionforlabororservicesasdefinedintherelevantsectionofthelaw.Inthepresenceof:Signed,sealedanddeliveifedby:jWitness#1PrintName:MichelleLopezPrintName:JosephM.CorraStno,AICPTitle:President/CEOWitness#2PrinL<Name:EdwardNgEntityName:TheCorradinoGroup,Inc.ACKNOWLEDGMENTStateofFloridaCountyofMiami-DadeTheforegoinginstrumentwasacknowledgedbeforemebymeansofphysicalpresenceorSonlinenotarization,this14thdayofMay,2025,byJosephM.Corradino(nameofperson)asPresident/CEO(typeofauthority)forTheCorradinoGroup,Inc(nameofpartyonbehalofwhominstajiftentnis/^ecuteiifNotary(Public(Print,Stamp,orTypeasCommissioned)XPersonallyknowntome;orProducedidentification(TypeofIdentification:,Didtakeanoath;orDidnottakeanoathANGELAMARIEmartin/■^AY’iNo<3ryPublic-StateofHondaCommission#HH569495MyCommissionExpires""""July22,2028Page12of198 AFFIDAVITREGARDINGPROHIBITIONONCONTRACTINGWITHENTITIESOFFOREIGNCOUNTRIESOFCONCERNPursuanttoSection287.138,FloridaStatutes(whichisexpresslyincorporatedhereinbyreference),agovernmentalentitymaynotknowinglyenterintoacontractwithanentitywhichwouldgiveaccesstoanindividual’spersonalidentifyinginformationif(a)theentityisownedbyethegovernmentofaforeigncountryofconcern;(b)thegovernmentofaforeigncountryofconcernhasacontrollinginterestintheentity;or(c)theentityisorganizedunderthelawsoforhasitsprincipalplaceofbusinessinaforeigncountryofconcern.Thisaffidavitmustbecompletedbyanofficerorrepresentativeofanentitysubmittingabid,proposal,orreplyto,orenteringinto,renewing,orextending,acontractwithagovernmentalentitywhichwouldgranttheentityaccesstoanindividual’spersonalidentifyinginformation.1.TheCorradinoGroup,Inc.(“entity”)doesnotmeetanyofthecriteriainparagraphs(2)(a)-(c)ofSection287.138,F.S.Inthepresenceof:TheCorradinoGroup,Inc.EntityName:OATHORAFFIRMATIONStateofFloridaCountyofMiami-DadeUnderpenaltiesofperjury,IdeclarethatIhavereadtheforegoingathefactsstatedinitaretrue:PrintName:JosdphM,Corradino.AICPTitle:President/CEOWitness#IPrintName:MichelleLopezWitness#2intName:EdwardNgSwornto(oraffirmed)andsubscribedbeforemebymeansofphysicalpresenceorKIonlinenotarization,thisl4thdayofMay>2025_,byJosephMCorradino(nameofperson)asPresident/CEO(typeofauthority)forTheCorradinoGroup,Inc.(nameofpartyonbehalfofwhominstrumentisexecuted).AANGELAMARIEMARTINNotaryPublic-StateofFloridaylCommission#HH569495MyCommissionExpiresJuly22,2028XPersonallyknowntome;orProducedidentification(TypeofIdentification:)Didtakeanoath;orDidnottakeanoathNotafyPdbrlic(Print,Stamp,orTypeasCommissioned)Page13of198 EXHIBIT“A”CONTINUINGPROFESSIONALSERVICESAGREEMENTBETWEENTHECITYOFDORALANDTHECORRADINOGROUP,INC.Page14of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TransmittalDepartment:PublicWorks..Deliveredby:MaharalGonzalezNameDateofTransmittal:05/08/2024CityofDoralRecord(Master)CopyTransmittalFormOfficeoftheCityClerkThefollowingrecord(master)copyisbeingtransmittedtotheOfficeoftheCityClerk:yContract/AgreementRenewalLetterWorkOrderSpecialMagistrateOrderVehicleTitleDeedLeaseTrespassAffidavitOther:IsthistoberecordedwithMiami-DadeCountyYes*NoVIsthisrecord:CapitalImprovementNon-CapitalImprovementContract/AgreementTerminationDate:DescriptionofRecordCopy:RFQ2023-08FinalContractforExecution-CorradinoApprovedbyCouncil:*YesNoCouncilMeetingDate:03/13/2024(ProvideResolution/Ordinance/Minutesattachedwhenapplicable)Non-CouncilItem:(Provideabriefexplanationofthereason/needforthepurchase,service,etc.)Page15of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1CONTINUINGPROFESSIONALSERVICESAGREEMENTBetweenCITYOFDORAL,FLAndTHECORRADINOGROUP,INC.THISAGREEMENTismadebetweenCITYOFDORAL,FLORIDA,aFloridamunicipalcorporation,(hereinafterreferredtoasthe"CITY")andTHECORRADINOGROUP,INC.,aforeignprofitcorporationauthorizedtodobusinessintheStateofFlorida,(hereinafterreferredtoasthe"CONSULTANT"),whoseprincipalplaceofbusinessis4055NW97thAvenue,Suite200,Doral,FL33178,withFEIN61-0713040.CITYandCONSULTANTmaybereferredtoindividuallyas"Party"orcollectivelyas"Parties."RECITALSWHEREAS,pursuanttoSection287.055,FloridaStatutes,theCITYrequestedqualificationsfromqualifiedengineersandselectedtheCONSULTANTtoprovideprofessionalengineeringservicesonanas-need/projectbasis,asmaybemoreparticularlydescribedinanassignedWorkOrder;andWHEREAS,theCITYsolicitedproposalsfromqualifiedconsultantsonOctober5,2023,pursuanttotheCITY'sRequestforQualifications("RFQ")No.2023-08,whichRFQandalladdendatheretoisattachedheretoasExhibit"A"andisincorporatedintothisAgreementbyreferenceandmadeaparthereof;andWHEREAS,theCONSULTANThassubmittedaResponsetotheRFQ,datedNovember6,2023,whichResponse("ResponsetoRFQ")isattachedheretoasExhibit"B"andincorporatedintothisAgreementbyreferenceandmadeaparthereof;andWHEREAS,theCONSULTANTiswillingandabletoperformsuchprofessionalservicesfortheCITYwithinthebasictermsandconditionssetforthinthisagreement(hereinafter"ContinuingServicesAgreement"or"Agreement");andWHEREAS,theCITYselectedtheCONSULTANTtoprovidesaidContinuingProfessionalCivilEngineeringServicestotheCITYbasedontherepresentationsofCONSULTANTintheirResponsetoRFQ;andWHEREAS,thepurposeofthisContinuingServicesAgreementisnottoauthorizetheConsultanttoperformaspecificproject,buttosetforthcertaingeneraltermsandconditions,whichshallgoverntherelationshipbetweenCITYandCONSULTANTandwhichshallbeincorporatedintosubsequentsupplementalagreements/workordersforspecificprojectsorserviceswhenrequired;andWHEREAS,thisAgreementshallbecomeeffectiveuponthefullexecutionoftheAgreementPage16of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1below.AGREEMENTNOWTHEREFORE,inconsiderationoftheforegoingrecitals,whichareincorporatedhereinandmadeaparthereofbythisreference,themutualterms,conditions,promisesandcovenantssetforthbelow,andothergoodandvaluableconsideration,thesufficiencyofwhichthePartiesherebyacknowledge,theCITYandCONSULTANTagreeasfollows:SECTION1.DEFINITIONS.ThefollowingdefinitionsandreferencesaregivenforthepurposeofinterpretingthetermsasusedinthisAgreementandapplyunlessthecontextindicatesadifferentmeaning:1.1Compensation:ThetotalamountpaidbytheCITYfortheCONSULTANT'Sprofessionalservicesforaspecificproject,exclusiveofreimbursableexpenses.1.2ContractTime:ThenumberofcalendardaysprovidedintheWorkOrderforcompletionofaspecificprojectoranyextensiondate,whichevershalllastoccur.1.3ReimbursableExpenses:thedirectnon-salaryexpensesdirectlyattributabletotheProject.Reimbursableexpensesincludeapplicationandpermitfeespaidforsecuringapprovalofauthoritieshavingjurisdictionoverthespecificproject;travelexpenses;andSubconsultant'sfees.CONSULTANTshallonlybereimbursedforthedirectcostoftheitemwithoutadditionalmark-up.ReimbursableExpensesmustbesubstantiatedbyactualinvoicesandrequirepriorwrittenauthorizationoftheCITY.1.4WorkOrder:Asupplementaryagreementtoprovideservicesforaparticularproject,whichshallbesubjecttothetermsofthisAgreement.WorkOrderswillbeissuedinsubstantiallythesameformasthatprovidedintheattachedandincorporatedhereinasExhibit"C".1.5SubconsultantFee:thedirectandactualcostoftheSubconsultantwithnomarkup,asreflectedbyactualinvoicesoftheSubconsultant.1.6TravelExpenses:Travelexpenses,whetherwithinoroutsideofMiami-DadeCounty,andwhethertotheSpecificprojectorotherwise,shallnotbereimbursedunlessCONSULTANThassecuredadvancewrittenauthorizationforsuchtravelfromtheCITYManager.AllapprovedtravelexpenseswillbereimbursedinaccordancewiththeCITY'sadoptedtravelpolicy.SECTION2.SPECIFICPROJECTS/SCOPEOFSERVICES.2.1InaccordancewiththeConsultants'CompetitiveNegotiationAct,theCONSULTANTmayprovideprofessionalservicestotheCITYforspecificprojectsasauthorizedPage17of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1fromtimetotimebytheCITYasauthorizedbysubsection2.9.TheservicesshallbeforthetypesofprojectsorsimilardisciplinessetforthintheRFQ,andasmoreparticularlydescribedinassignedWorkOrders.2.2Whentheneedforservicesforaspecificprojectoccurs,theCITYManagermayenterintonegotiationswiththeCONSULTANTforthatspecificprojectunderthetermsandconditionsofthisAgreement.TheCITYshallinitiatesaidnegotiationsbyprovidingtheCONSULTANTwitha"ScopeofServicesRequest,"requestingfromtheCONSULTANTaproposaltoprovideprofessionalservicesforthespecificproject.TheCONSULTANTshallprepareaproposalwhichincludesthosesubjectsspecifiedinSubsection2.3(a)through(g).TheCITYManager,ortheirdesignee,andCONSULTANTshallnegotiatethetermsofthespecificprojectinaccordancewiththeprovisionsofSubsection2.3.TheCitymayalsorequireadditionalprovisionsbeincorporatedintosuchWorkOrderinordertocomplywithrestrictionssetforthinthefundsavailableforthespecificproject,includingbutnotlimitedtoadditionalrequirementsorlimitationsimposedfortheuseofStateorFederalfunds.Totheextentapplicable,CONSULTANTagreestocomplywiththeFederalGrantTermsandConditionssetforthinExhibit"F"2.3TheCITYandCONSULTANTshallutilizeaWorkOrderastheagreementforeachspecificproject.EachWorkOrderwill,bymutualagreement,setforth,amongotherthings,thefollowing:a.TheScopeofServices;b.TheDeliverables(e.g.drawings,specifications,costestimates,etc.);c.TheTimeandScheduleofPerformanceandTerm;d.ThemethodandamountofCompensation;e.ThePersonnelassignedtothespecificproject,including,butnotlimitedto:Consultant'sprojectmanager,otherstaffandsubconsultants,whichtheCityshallhavetherighttorejectinitssolediscretion;f.AnyadditionalcontractualrequirementsofSection287.055,FloridaStatutes,forconsultantagreements;andg.AnymodificationstotheWorkOrder,ifmutuallyagreeduponbytheparties.2.4ItisattheCITY'ssolediscretiontodeterminethemostappropriatemethodofcompensationforeachWorkOrder.TheCONSULTANTwillsubmitanestimateofworkeffortthatliststhenumberofhoursneededforeachjobclassificationundereachworktype.TheestimateofworkeffortwillincludethehourlyprofessionalserviceratesforeachjobclassificationlistedinExhibit"D"thatincludesalloverheadexpenses,operatingmargin,anddirectexpenses.TheWorkOrdershallspecifytheCONSULTANT'Smethodofcompensationwithamaximumamountofcompensationthatmaynotbeexceededwithoutadditionalapproval.2.5TheprofessionalservicestoberenderedbytheCONSULTANTshallcommencesubsequenttotheexecutionofeachWorkOrder.PerformanceofworkbyCONSULTANTpriortoexecutionofaWorkOrdershallbeatConsultant'ssolerisk.UponthecommencementofthetermoftheWorkOrder,theCONSULTANTshallcommenceservicestotheCITYontheCommencementDate,andshallcontinuouslyperformservicestotheCITY,withoutinterruption,inaccordancewiththetimeframessetforthintheWorkOrder.ItistheCONSULTANT'SsolePage18of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1responsibilitytoseekanextensionfromtheCITYofthetimeframetocompleteaproject,ifnecessary.ThenumberofcalendardaysprovidedintheWorkOrderforcompletionoftheProjectoranyextensiondate,whichevershalllastoccur,shallconstitutetheContractTime.2.6TheCONSULTANTshallsubmittotheCITYallfinaldeliverableswithintheContractTimeasnotedineachWorkOrderandassociatedCONSULTANTProposal.2.7Dependingonthenatureofaspecificproject,theCitymayrequestthataliquidateddamagesprovisionbeincludedintheWorkOrderforsaidproject.IntheeventtheCitywillrequirealiquidateddamagesprovisioninaWorkOrder,thetermoftheliquidateddamagesclauseshallbeinsubstantiallythebelowform:"UnlessotherwiseexcusedbytheCITYinwriting,intheeventthattheCONSULTANTfailstomeettotheContractTimeforcompletionofservicesasdeterminedbytheProjectSchedule,theCONSULTANTshallpaytotheCITYthesumofdollarsidentifiedbelowperdayforeachandeverycalendardayunexcuseddelaybeyondthecompletiondate,plusapprovedtimeextensions,untilcompletionoftheproject:$200.00perday.TheCONSULTANTmayrequestanextensionifthefactorsinvolvedarenotundertheirdirectcontrol.AnysumsdueandpayablehereunderbytheCONSULTANTshallbepayable,notasapenalty,butasliquidateddamagesrepresentinganestimateatorbeforethetimeofexecutingthisAgreement.WhentheCITYreasonablybelievesthatcompletionwillbeinexcusablydelayed,theCITYshallbeentitled,butnotrequired,towithholdfromanyamountsotherwiseduetheCONSULTANTanamountthenbelievedbytheCITYtobeadequatetorecoverliquidateddamagesapplicabletosuchdelays.IfandwhentheCONSULTANTovercomesthedelayinachievingcompletion,oranypartthereof,forwhichtheCITYhaswithheldpayment,theCITYshallpromptlyreleasetotheCONSULTANTtheremainderofthefundswithheld,butnolongerapplicable,asliquidateddamages."2.8TheCITYreservestheright,atitssolediscretion,tosuspendthemethodsofequitabledistributionforanyCONSULTANTthathasnotperformedtotheCITY'Sexpectationsoncurrentorpastprojects.TheCITYwillprovideperformancereviewsatthemidpointandcompletionoftheagreeduponWorkOrder,andbasedonthereviews,iftheCITYinitssolediscretionisdissatisfied,theCITYmayselectanotherconsultant.2.9TheCITYManagerisauthorizedtonegotiateandexecuteaWorkOrderforProjectsinwhichtheCONSULTANTS'servicesdonotexceedtheManager'spurchasingauthorityunderCityCodeSection2-318,asmaybeamended,whichiscurrentlysetat$30,000.00.CityCouncilapprovalisrequiredforWorkOrdersexceedingsuchpurchasingauthority.2.10TheWorkOrderforeachspecificprojectshallincorporatethisContinuingServicesAgreement.IfanyofthetermsorconditionsofthisAgreementconflictwiththeWorkOrder,theprovisionsoftheWorkOrdershallapply.SECTION3.TERM/TERMINATION/SUSPENSION.3.1TermofAgreement:ThisContinuingAgreementshallcommenceonthedatethisPage19of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1instrumentisfullyexecutedbyallpartiesandshallcontinueinfullforceandeffectforaperiodofthree(3)yearswithanoptiontorenewforone(1)additionalyear,unlessfurtherextendedbyoptionorrenewaland/oruntilterminatedpursuanttoSubsections3.4,3.5,orotherapplicablesectionsofthisAgreement.EachWorkOrdershallspecifytheperiodofserviceagreedtobytheCITYandCONSULTANTforservicestoberenderedundersaidWorkOrder.Notwithstandingtheabove,thisAgreementshallnotcommencebeforetheeffectivedatehereof.3.2EffectonWorkOrder:NothinginthissectionshallbeconstruedtolimittheCity'srighttoterminateanyongoingWorkOrder(s).3.3Non-ExclusiveAgreement:NotwithstandingtheprovisionsofSubsection3.1,theCITYManagermayissuerequestsforproposalsforthisprofessionaldisciplineatanytimeandmayutilizetheservicesofanyotherconsultantsretainedbytheCITYundersimilarcontinuingservicesagreements.NothinginthisAgreementshallbeconstruedtogivetheCONSULTANTarighttoperformservicesforaspecificproject.3.4TerminationForCause:ThisAgreementorWorkOrdermaybeterminatedbyeitherpartyforcause,uponfourteen(14)calendardayswrittennoticetotheotherpartyshouldtheotherpartyfailsubstantiallytoperforminaccordancewithitsmaterialtermsthroughnofaultofthepartyinitiatingthetermination.CauseshallbedefinedasasubstantialfailurebytheotherpartytoperforminaccordancewiththetermsandconditionscontainedinthisAgreementand/oranyWorkOrderthroughnofaultoftheterminatingparty.IftheCONSULTANTabandonsthisAgreementoraWorkOrder,ortheCITYterminatestheAgreementorWorkOrderforcause,theCONSULTANTshallindemnifytheCITYagainstanylosspertainingtothistermination.Theaforementionedindemnificationshallbeinadditionto,andshallnotbeconstruedtolimit,theindemnificationsetforthintheRFQ,attachedandincorporatedasExhibit"A".IntheeventthattheCONSULTANTisterminatedbytheCITYforcause,anditissubsequentlydeterminedbyacourtofcompetentjurisdictionthatsuchterminationwaswithoutcause,suchterminationshallthereuponbedeemedaterminationforconvenienceunderSection3.5ofthisAgreementandtheprovisionofSection3.5shallapply.3.5TerminationForConvenience:ThisAgreementoraWorkOrdermaybeterminatedbytheCITYforconvenienceuponfourteen(14)calendardays'writtennoticetotheCONSULTANT.Intheeventoftermination,theCONSULTANTshallincurnofurtherobligationsinconnectionwiththeProjectandshall,totheextentpossible,terminateanyoutstandingsubconsultantobligations.TheCONSULTANTshallbecompensatedforallservicesperformedtothesatisfactionoftheCITYandforreimbursableexpensesincurredpriortothedateoftermination.TheCONSULTANTshallpromptlysubmittotheCITYitsinvoiceforfinalpaymentandreimbursementandtheinvoiceshallcomplywiththeprovisionsofSection4.1ofthisAgreement.UndernocircumstancesshalltheCITYmakeanypaymenttotheCONSULTANTforprofitoroverheadforserviceswhichhavenotbeenperformed.3.6AssignmentUponTermination:UponterminationofthisAgreementoraWorkOrder,acopyofalloftheCONSULTANT'SworkproductshallbecomethepropertyoftheCITYPage20of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1andtheCONSULTANTshall,withinfive(5)daysofreceiptofwrittendirectionfromtheCITY,transfertoeithertheCITYoritsauthorizeddesignee,acopyofallworkproductinitspossession,includingbutnotlimitedtodesigns,specifications,drawings,studies,reportsandallotherdocumentsanddatainthepossessionoftheCONSULTANTpertainingtothisAgreementorWorkOrder.Further,upontheCITY'Srequest,theCONSULTANTshallassignitsrights,titleandinterestunderanysubcontractor'sagreementstotheCITY.AllworkproductprovidedunderthisAgreementshallbeusedsolelyforitsintendedpurpose.3.7SuspensionforConvenience:TheCITYshallhavetherightatanytimetodirecttheCONSULTANTtosuspenditsperformance,oranydesignatedpartthereof,foranyreasonwhatsoeverorwithoutreason,foracumulativeperiodofuptothirty(30)calendardays.IfanysuchsuspensionisdirectedbytheCITY,theCONSULTANTshallimmediatelycomplywithsame.IntheeventtheCITYdirectsasuspensionofperformanceasprovidedforhereinthroughnofaultoftheCONSULTANT,theCITYshallpaytotheCONSULTANTitsreasonablecosts,actuallyincurredandpaid,ofdemobilizationandremobilization,asfullcompensationforanysuchsuspension.SECTION4.BILLING&PAYMENTTOTHECONSULTANT.4.1Billing:CONSULTANTshallsubmitinvoiceswhichareidentifiedbythespecificWorkOrdernumberonamonthlybasisinatimelymanner.Theseinvoicesshallidentifythenatureoftheworkperformed,thephaseofwork,andtheestimatedpercentofworkaccomplishedinaccordancewiththeFeeSchedulesetforthintheWorkOrder.InvoicesforeachphaseshallnotexceedamountsallocatedtoeachphaseoftheProjectplusreimbursableexpensesaccruedduringeachphase.Requestsforpaymentofreimbursableexpensesshallberemittedwithsupportingdocumentationtosubstantiatethesame.ThestatementshallshowasummaryoffeeswithaccrualofthetotalandcreditsforportionspreviouslypaidbytheCITY.TheCITYshallpayCONSULTANTwithinthirty(30)calendardaysofapprovalbytheCITYManagerofanyinvoicessubmittedbyCONSULTANTtotheCITY.4.2DisputedInvoices:IntheeventthatalloraportionofaninvoicesubmittedtotheCITYforpaymenttotheCONSULTANTisdisputed,oradditionalbackupdocumentationisrequired,theCITYshallnotifytheCONSULTANTwithinfifteen(15)workingdaysofreceiptoftheinvoiceofsuchobjection,modificationoradditionaldocumentationrequest.TheCONSULTANTshallprovidetheCITYwithadditionalbackupdocumentationwithinfive(5)workingdaysofthedateoftheCITY'Snotice.TheCITYmayrequestadditionalinformation,includingbutnotlimitedto,allinvoices,timerecords,expenserecords,accountingrecords,andpaymentrecordsoftheCONSULTANT.TheCITYshallpaytotheCONSULTANTtheundisputedportionoftheinvoice.Thepartiesshallendeavortoresolvethedisputeinamutuallyagreeablefashion.4.3SuspensionofPayment:IntheeventthattheCITYbecomescrediblyinformedthatanyrepresentationsoftheCONSULTANTarewhollyorpartiallyinaccurate,orintheeventthattheCONSULTANTisnotincompliancewithanytermorconditionofthisAgreementand/oranyWorkOrder,theCITYmaywithholdpaymentofsumsthenorinthefutureotherwiseduetotheCONSULTANTuntiltheinaccuracy,orotherbreachoftheAgreement(s),andthecausePage21of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04O-F69D4EF5BAC1thereof,iscorrectedtotheCITY'Sreasonablesatisfaction.4.4Reserved.4.5FinalPayment:SubmissionoftheCONSULTANT'SinvoiceforfinalpaymentandreimbursementshallconstitutetheCONSULTANT'SrepresentationtotheCITYthat,uponreceiptfromtheCITYoftheamountinvoiced,allobligationsoftheCONSULTANTtoothers,includingitssubconsultants,incurredinconnectionwiththeProject,shallbepaidinfull.TheCONSULTANTshalldelivertotheCITYalldocumentsrequestedbytheCITYevidencingpaymentstoanyandallsubconsultants,andallfinalspecifications,plans,orotherdocumentsasdictatedintheScopeofServicesandDeliverable.AcceptanceoffinalpaymentshallconstituteawaiverofanyandallclaimsagainsttheCITYbytheCONSULTANT.SECTION5.ADDITIONALSERVICESANDCHANGESINSCOPEOFSERVICES.5.1ChangesPermitted.ChangesintheScopeofServicesofaWorkOrderconsistingofadditions,deletions,revisions,oranycombinationthereof,maybeorderedbytheCITYbyWorkOrderAmendment,withoutinvalidatingtheWorkOrder.5.2WorkOrderAmendmentDefined.AWorkOrderAmendmentshallmeanawrittenamendmenttotheWorkOrder,executedbytheCONSULTANTandtheCITY,issuedafterexecutionofaWorkOrder,authorizinganddirectingachangeintheScopeofServicesoranadjustmentintheContractPriceortheContractTime,oranycombinationthereof.TheContractPriceand/ortheContractTimemaybechangedonlybyaWorkOrderAmendment.5.3EffectofExecutedWorkOrderAmendment.TheexecutionofaWorkOrderAmendmentbytheCITYandtheCONSULTANTshallconstituteconclusiveevidenceoftheCONSULTANT'SagreementtotheorderedchangesintheScopeofServicesoranadjustmentintheContractPriceortheContractTime,oranycombinationthereof.TheCONSULTANT,byexecutingtheWorkOrderAmendment,waivesandforeverreleasesanyclaimagainsttheCITYforadditionaltimeorcompensationformattersrelatingtoorarisingoutoforresultingfromtheServicesincludedwithinoraffectedbytheexecutedWorkOrderAmendment.5.4ModificationstoScopeofServices:TheCITYmayrequestchangesthatwouldincrease,decrease,orotherwisemodifytheScopeofServicesofthisAgreement.SuchchangesmustbecontainedinawrittenagreementexecutedbythepartiesinaccordancewiththeprovisionsoftheContinuingServicesAgreement,priortoanydeviationfromthetermsoftheAgreement,includingtheinitiationofanyextrawork.SECTION6.SURVIVALOFPROVISIONS.AnytermsorconditionsofeitherthisAgreement>ranysubsequentWorkOrderthatrequireactsbeyondthedateofthetermofeitheragreement,shallsurviveterminationoftheagreements,shallremaininfullforceandeffectunlessanduntilthetermsorconditionsarecompletedandshallbefullyenforceablebyeitherparty.Page22of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1SECTION7.CITY'SRESPONSIBILITIES.7.1AssistCONSULTANTbyplacingatitsdisposalallavailableinformationasmayberequestedinwritingbytheCONSULTANTandallowreasonableaccesstoallpertinentinformationrelatingtotheservicestobeperformedbyCONSULTANT.7.2FurnishtoCONSULTANT,attheCONSULTANT'Swrittenrequest,allavailablemaps,plans,existingstudies,reportsandotherdata,intheCITY'spossession,pertinenttotheservicestobeprovidedbyCONSULTANT.7.3ArrangeforaccesstoandmakeallprovisionsforCONSULTANTtoenteruponpublicpropertyasrequiredforCONSULTANTtoperformservices.SECTION8.CODEOFETHICS.8.1ThecodeofethicsoftheFloridaEngineeringSocietyshallbeincorporatedinthisAgreementbythisreference.8.2CONSULTANTwarrantsandrepresentsthatitsemployeesshallabidebytheCodeofEthicsforPublicOfficersandEmployeesassetforthinChapter112,FloridaStatutes.8.3CONSULTANTwarrantsandrepresentsthatitshallabidebytheprovisionsofMiami-DadeCountyCodeSection2-11.1(CountyCodeofEthics),andtheprovisionsofArticleVIIofChapter2oftheCityofDoralCodeofOrdinancesrelatedtoethicalconductofCITYvendors.SECTION9.POLICYOFNON-DISCRIMINATION/WAGES.9.1TheCONSULTANTshallcomplywithallfederal,state,andlocallawsandordinancesapplicabletotheworkorpaymentforworkandshallnotdiscriminateonthegroundsofrace,color,religion,sex,age,maritalstatus,nationalorigin,physicalormentaldisabilityintheperformanceofworkunderthisAgreement.9.2Iftheprojectissubjecttofederalandgrantfundingthatrequiresspecificwageandnon-discriminationprovisions,CONSULTANTshallberequiredtocomplywiththesame.SECTION10.OWNERSHIPOFDOCUMENTS/DELIVERABLES.10.1Allfinishedorunfinisheddocuments,includingbutnotlimitedto,detailedreports,studies,plans,drawings,surveys,maps,models,photographs,specifications,digitalfiles,andallotherdatapreparedfortheCITYorfurnishedbytheCONSULTANTpursuanttoanyWorkOrder,shallbecomethepropertyoftheCITY,whethertheProjectforwhichtheyaremadeiscompletedornot,andshallbedeliveredbyCONSULTANTtotheCITYwithinfive(5)calendardaysafterreceiptofwrittennoticerequestingdeliveryofsaiddocumentsordigitalfiles.TheCONSULTANTshallhavetherighttokeeponerecordsetofthedocumentsuponcompletionofPage23of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1theProject,however,innoeventshalltheCONSULTANT,withouttheCITY'Spriorwrittenauthorization,use,orpermittobeused,anyofthedocumentsexceptforclientoreducationalpresentationsorseminaruse.10.2Allsubcontractsforthepreparationofreports,studies,plans,drawings,specifications,digitalfilesorotherdata,enteredintobytheCONSULTANTforeachSpecificprojectshallprovidethatallsuchdocumentsandrightsobtainedbyvirtueofsuchcontractsshallbecomethepropertyoftheCITY.10.3AllfinalplansanddocumentspreparedbytheCONSULTANTshallbeartheendorsementandsealofapersondulyregisteredasaProfessionalEngineer,Architect,LandscapeArchitect,ProfessionalGeologist,orLandSurveyor,asappropriate,intheStateofFloridaanddateapprovedand/orsealed.10.4AlldeliverablesshouldbeprovidedinhardcopyformataswellaselectronicformattotheCITY.DrawingsshouldbeprovidedinCADD,spreadsheetsinExcel,andwrittendocumentationshouldbeprovidedinMicrosoftWord.ThedateofsubmittaltotheCITYshallbedeemedtobethelatterofdeliveryofhardcopiesanddeliveryofelectroniccopies,asapplicable.10.5AnymodificationsbytheCitytoanyoftheCONSULTANT'Sdocuments,withoutwrittenauthorizationbytheCONSULTANTwillbeattheCity'ssoleriskandwithoutliabilitytotheCONSULTANT.SECTION11.RECORDS/AUDITS.11.1CONSULTANTshallmaintainandrequiresubconsultantstomaintain,completeandcorrectrecords,books,documents,papersandaccountspertainingtotheSpecificproject.Suchrecords,books,documents,papersandaccountsshallbeavailableatallreasonabletimesforexaminationandauditbytheCITYManageroranyauthorizedCITYrepresentativewithreasonablenoticeandshallbekeptforaperiodofthree(3)yearsafterthecompletionofeachWorkOrder.Incompleteorincorrectentriesinsuchrecords,books,documents,papersoraccountswillbegroundsfordisallowancebyorreimbursementtotheCITYofanyfeesorexpensesbaseduponsuchentries.DisallowedfeeswillbepaidwhenincompleteorincorrectentriesareremediedtothesatisfactionoftheCITY.11.2TheCONSULTANTshallcomplywithChapter119,FloridaStatutes,asapplicable.11.3RefusaloftheCONSULTANTtocomplywiththeprovisionsofSections11.1or11.2shallbegroundsforterminationforcausebytheCITYofthisAgreementoranyWorkOrder.SECTION12.NOCONTINGENTFEE.CONSULTANTwarrantsthatithasnotemployedorretainedanycompanyorperson,otherthanabonafideemployeeworkingsolelyforCONSULTANT,tosolicitorsecurethisAgreementandthatithasnotpaidoragreedtopayanyperson,company,corporation,individualorfirm,otherthanabonafideemployeeworkingsolelyforCONSULTANT,Page24of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1anyfee,commission,percentage,gift,orotherconsiderationcontingentuponorresultingfromtheawardormakingofthisAgreement.IntheeventtheCONSULTANTviolatesthisprovision,theCITYshallhavetherighttoterminatethisAgreementoranyWorkOrder,withoutliability,andatitssolediscretion,todeductfromthecontractprice,orotherwiserecover,thefullamountofsuchfee,commission,percentage,giftorconsideration.SECTION13.INDEPENDENTCONTRACTOR.TheCONSULTANTisanindependentcontractorunderthisAgreementandanyWorkOrders.PersonalservicesprovidedbytheCONSULTANTshallbebyemployeesoftheCONSULTANTandsubjecttosupervisionbytheCONSULTANT,andnotasofficers,employees,oragentsoftheCITY.Personnelpolicies,taxresponsibilities,socialsecurity,healthinsurance,employeebenefits,purchasingpoliciesandothersimilaradministrativeproceduresapplicabletoservicesrenderedunderthisAgreementoranyWorkOrdersshallbethoseoftheCONSULTANT.SECTION14.ASSIGNMENT;AMENDMENTS.14.1ThisAgreementshallnotbeassigned,transferredorotherwiseencumbered,underanycircumstances,byCONSULTANT,withoutthepriorwrittenconsentoftheCITY.14.2Nomodification,amendmentoralterationinthetermsorconditionsofthisAgreementshallbeeffectiveunlesscontainedinawrittendocumentexecutedwiththesameformalityasthisAgreement.SECTION15.INDEMNIFICATION/HOLDHARMLESS.15.1PursuanttoSection725.08,FloridaStatutes,theCONSULTANTshallindemnify,andholdharmlesstheCity,itsofficers,agentsandemployees,fromandagainstanyandalldemands,claims,losses,suits,liabilities,causesofaction,judgmentordamages,totheextentcausedbyCONSULTANT'S,oranypersonsemployedorutilizedbytheCONSULTANTintheperformanceofthisAgreementoranyWorkOrder,negligentacts,errors,omissionnegligence,reckless,orintentionallywrongfulconductunderthisAgreement.ConsultantshallreimbursetheCityforallitsexpensesincludingreasonableattorneys'feesandcostsincurred,upthoughandinclusiveofanyappeals,inandaboutthedefenseofanysuchclaimorinvestigationandforanyjudgmentordamagestotheextentcausedbyCONSULTANT'Sand/orandoftheCONSULTANT'Ssubconsultant'snegligentacts,errors,omissionnegligence,reckless,orintentionallywrongfulconduct.15.2TheprovisionsofthissectionshallsurviveterminationofthisAgreement.NothingcontainedhereinshallinanywayalterordiminishtheCity'sstatutoryorcommonlawprotectionsrelatedtoSovereignImmunity.15.3Exceptasotherwiseexplicitlyprovidedherein,innoeventshalleitherParty,itsparents,affiliatesandsubsidiariesortheirrespectivedirectorsofficersoremployeesbeliabletotheotherforanyindirect,incidental,special,consequentialorpunitivedamageswhatsoever(includingwithoutlimitation,lossofrevenue,lossofuse,orinterruptionofbusiness)arisingoutoforrelatedtothisAgreement,evenifadvisedofthepossibilityofsuchdamages,andPage25of198 DocuSignEnvelopeID:9812F553-B402-4F97-AO4C-F69D4EF5BAC1CONSULTANTherebyreleasesCITYandCITYherebyreleasesCONSULTANTfromanysuchliability.SECTION16.INSURANCE.TheCONSULTANTshallsecureandmaintainthroughoutthedurationofthisAgreementandanyWorkOrder,insuranceofsuchtypeandinsuchamountsnecessarytoprotectitsinterestandtheinterestoftheCITYagainsthazardsorrisksoflossasspecifiedintheRFQ.TheunderwriterofsuchinsuranceshallbequalifiedtodobusinessinFloridaandhaveagentsuponwhomserviceofprocessmaybemadeintheStateofFlorida.TheCITYshallbelistedasanadditionalinsuredonallpolices,withtheexceptionofworkers'compensationcoverage,ifapplicable.TheinsurancecoverageshallbeprimaryinsurancewithrespecttotheCITY,itsofficials,employees,agentsandvolunteers.AnyinsurancemaintainedbytheCITYshallbeinexcessoftheCONSULTANT'SinsuranceandshallnotcontributetotheCONSULTANT'Sinsurance.Additionally,CONSULTANTshallobtainadditionalinsurancecoverageastheCITYmayrequireforaspecificWorkOrder.SECTION17.REPRESENTATIVEOFCITYANDCONSULTANT.17.1CITYRepresentative:Itisrecognizedthatquestionsintheday-to-dayconductofthisAgreementwillarise.TheCITYdesignatestheCITYManagerortheirdesignee,asthepersontowhomallcommunicationspertainingtotheday-to-dayconductofthisAgreementshallbeaddressed.17.2CONSULTANTRepresentative:CONSULTANTshallinformtheCITYRepresentative,inwriting,oftherepresentativeoftheCONSULTANTtowhomallcommunicationspertainingtotheday-to-dayconductofthisAgreementshallbeaddressed.SECTION18.COSTANDATTORNEY'SFEES/WAIVEROFJURYTRIAL.18.1IfeithertheCITYorCONSULTANTisrequiredtoenforcethetermsofthisAgreementoranyWorkOrderbycourtproceedingsorotherwise,whetherornotformallegalactionisrequired,eachpartyshallberesponsiblefortheirowncostsandexpenses,includingattorneys'feesandcosts,thefeesandexpensesofanyparalegals,lawclerksandlegalassistants,andincludingfeesandexpenseschargedforrepresentationatboththetrialandappellatelevels.18.2IntheeventofanylitigationarisingoutofthisAgreementorWorkOrder,eachpartyherebyknowingly,irrevocably,voluntarilyandintentionallywaivesitsrighttotrialbyjury.SECTION19.PRIORITYOFAUTHORITYOFINSTRUMENTS.TherelationshipbetweenthePartiesshallbegovernedbyseveralcontractdocuments,allofwhich,whenreadtogether,shallconstituteoneagreementbetweentheParties.ThecontractdocumentsincludethisAgreement,oneormoreensuingWorkOrders,andtheCitysolicitationdocuments.IntheeventofconflictPage26of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1betweenoramongstthecontractdocuments,priorityshallbeasfollows:a.WorkOrderAmendment;b.WorkOrder;c.thisAgreement;d.theRFQ,includinganyaddendathereto.Otherwise,therearenocommitments,agreementsorunderstandingsconcerningthesubjectmatterofthisAgreementthatarenotcontainedintheaforementionedcontractdocuments.Accordingly,itisagreedthatnodeviationfromthetermsofthisAgreementshallbepredicateduponanypriorrepresentationsoragreementswhetheroralorwritten.SECTION20.CONSULTANT'SRESPONSIBILITIES.20.1Anyandalldrawings,studies,plans,specifications,orotherconstructionorcontractdocumentspreparedbytheCONSULTANTshallbeaccurate,coordinatedandadequateforconstructionandshallcomplywithallapplicableCITYCodes,state,county,andfederallaws,rulesandregulations.20.2TheCONSULTANTshallexercisethesamedegreeofcare,skillanddiligenceintheperformanceoftheservicesforeachWorkOrderasisordinarilyprovidedbyaprofessionalengineer,architect,landscapearchitect,surveyorormapperundersimilarcircumstances.IfatanytimeduringthetermofanyWorkOrderortheconstructionoftheProjectforwhichtheCONSULTANThasprovidedengineering,architecturallandscapearchitectural,surveyingormappingservicesunderapriorWorkOrder,itisdeterminedthattheCONSULTANT'Sdocumentsareincorrect,defectiveorfailtoconformtotheScopeofServicesoftheparticularProject,uponwrittennotificationfromtheCITY,theCONSULTANTshallimmediatelyproceedtocorrectthework,re-performserviceswhichfailedtosatisfytheforegoingstandardofcare,andshallpayallcostsandexpensesassociatedwithcorrectingsaidincorrectordefectivework,includinganyadditionaltesting,inspections,andconstructionandreimbursementstotheCITYforanyotherservicesandexpensesmadenecessarythereby,saveandexpectanycostsandexpenseswhichtheCITYwouldhaveotherwisepaidabsenttheCONSULTANT'Serrororomission.TheCITY'Srightsandremediesunderthissectionareinadditionto,andarecumulativeof,anyandallotherrightsandremediesprovidedbythisAgreement,theWorkOrder,bylaw,equityorotherwise.20.3TheConsultantshall,alltimesduringthetermoftheAgreement,maintainingoodstandingallrequiredlicenses,certificationsandpermitsrequiredunderfederal,state,andlocallawsnecessarytoperformtheservices.20.4TheCONSULTANT'Sobligationsundersubsection20.2ofthisAgreementshallsurviveterminationofthisAgreementoranyWorkOrder.Page27of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1SECTION21.SUBCONSULTANTS.21.1IntheeventtheCONSULTANTrequirestheservicesofanysubconsultantsorotherprofessionalassociatesinconnectionwithservicescoveredbyanyWorkOrder,theCONSULTANTmustsecurethepriorwrittenapprovaloftheCITY.TheCONSULTANTshallcomplywithCityCodeSection2-325,exceptwherestateorfederallaw,regulations,orgrantrequirementsmandatetothecontrary,tousebesteffortstoutilizesubconsultantswhoseprincipalplaceofbusinessislocatedwithintheCITYorMiami-DadeCounty,FloridaandadheretoalllocalCITYordinances.21.2AnysubcontractwithasubconsultantshallaffordtotheCONSULTANTrightsagainstthesubconsultantwhichcorrespondtothoserightsaffordedtotheCITYagainsttheCONSULTANTherein,includingbutnotlimitedtothoserightsofterminationassetforthherein.21.3NoreimbursementshallbemadetotheCONSULTANTforanysubconsultantsthathavenotbeenpreviouslyapprovedbytheCITYforusebytheCONSULTANT.21.4AnysubconsultantshallbeboundbythetermsandconditionsofthisAgreementandcomplywiththesameinsurancerequirementsasdescribedinSection16.SECTION22.EMPLOYMENTELIGIBILITYVERIFICATION(E-VERIFY).22.1CONSULTANTmustcomplywiththeEmploymentEligibilityVerificationProgram("E-VerifyProgram")developedbythefederalgovernmenttoverifytheeligibilityofindividualstoworkintheUnitedStatesand48CFR52.222-54(asamended)isincorporatedhereinbyreference.Ifapplicable,inaccordancewithSubpart22.18oftheFederalAcquisitionRegister,theCONSULTANTmust(1)enrollintheE-VerifyProgram,(2)useE-VerifytoverifytheemploymenteligibilityofallnewhiresworkingintheUnitedStates;(3)useE-VerifytoverifytheemploymenteligibilityofallemployeesassignedtotheAgreement;and(4)includethisrequirementincertainsubcontracts,suchasconstruction.InformationonregistrationforanduseoftheE-VerifyProgramcanbeobtainedviatheinternetattheDepartmentofHomelandSecurityWebsite:http://www.dhs.gov/E-Verify.22.2CONSULTANTshallalsocomplywithFloridaStatute448.095,whichdirectsallpublicemployers,includingmunicipalgovernments,andprivateemployerswith25ormoreemployeestoverifytheemploymenteligibilityofallnewemployeesthroughtheU.S.DepartmentofHomelandSecurity'sE-VerifySystem,andfurtherprovidesthatapublicentitymaynotenterintoacontractunlesseachpartytothecontractregisterswithandusestheE-Verifysystem.FloridaStatute448.095furtherprovidesthatifaCONSULTANTentersintoacontractwithasubcontractor,thesubcontractormustprovidetheCONSULTANTwithanaffidavitstatingthatthesubcontractordoesnotemploy,contractwith,orsubcontractwithanunauthorizedalien.InaccordancewithFloridaStatute448.095,CONSULTANT,ifitemploysmorethan25employees,isrequiredtoverifyemployeeeligibilityusingtheE-VerifysystemforallexistingandnewemployeeshiredbyCONSULTANTduringthecontractterm.Further,Page28of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1CONSULTANTmustalsorequireandmaintainthestatutorilyrequiredaffidavitofitssubcontractors.ItistheresponsibilityofCONSULTANTtoensurecompliancewithE-Verifyrequirements(asapplicable).ToenrollinE-Verify,employersshouldvisittheE-Verifywebsite(https://www.e-verify.gov/employers/enrolling-in-e-verify)andfollowtheinstructions.CONSULTANTmustretaintheI-9Formsforinspection,andprovideanexecutedE-VerifyAffidavit,whichisattachedheretoasExhibit"E".SECTION23.SCRUTINIZEDCOMPANIES.ProvidercertifiesthatitanditssubcontractorsarenotontheScrutinizedCompaniesthatBoycottIsraelList.PursuanttoSection287.135,F.S.,theCustomermayimmediatelyterminatethisAgreementatitssoleoptioniftheProvideroritssubcontractorsarefoundtohavesubmittedafalsecertification;oriftheProvider,oritssubcontractorsareplacedontheScrutinizedCompaniesthatBoycottIsraelListorisengagedintheboycottofIsraelduringthetermoftheAgreement.IfthisAgreementisformorethanonemilliondollars,theProvidercertifiesthatitanditssubcontractorsarealsonotontheScrutinizedCompanieswithActivitiesinSudan,ScrutinizedCompanieswithActivitiesintheIranPetroleumEnergySectorList,orengagedwithbusinessoperationsinCubaorSyriaasidentifiedinSection287.135,F.S.PursuanttoSection287.135,F.S.,theCustomermayimmediatelyterminatethisAgreementatitssoleoptioniftheProvider,itsaffiliates,oritssubcontractorsarefoundtohavesubmittedafalsecertification;oriftheProvider,itsaffiliates,oritssubcontractorsareplacedontheScrutinizedCompanieswithActivitiesinSudanList,orScrutinizedCompanieswithActivitiesintheIranPetroleumEnergySectorList,orengagedwithbusinessoperationsinCubaorSyriaduringthetermoftheAgreement.SECTION24.COMPLIANCEWITHFLORIDAPUBLICRECORDLAW.PursuanttoSection119.0701,FloridaStatutes,CONSULTANTagreesto:i.KeepandmaintainpublicrecordsinCONSULTANT'SpossessionorcontrolinconnectionwithCONSULTANT'Sperformanceunderthisagreement.CONSULTANTshallensurethatpublicrecordsthatareexemptorconfidentialandexemptfrompublicrecordsdisclosurerequirementsarenotdisclosed,exceptasauthorizedbylaw,forthedurationoftheAgreement,andfollowingcompletionoftheAgreementuntiltherecordsaretransferredtotheCITY.ii.UponrequestfromtheCITY'scustodianofpublicrecords,CONSULTANTshallprovidetheCITYwithacopyoftherequestedrecordsorallowtherecordstobeinspectedorcopiedwithinareasonabletimeatacostthatdoesnotexceedthecostprovidedbyChapter119,FloridaStatutes,orasotherwiseprovidedbylaw.iii.Unlessotherwiseprovidedbylaw,anyandallrecords,includingbutnotlimitedtoreports,surveys,andotherdataanddocumentsprovidedorcreatedinconnectionwiththisAgreementareandshallremainthepropertyoftheCITY.Notwithstanding,itisunderstoodthatatalltimesCONSULTANT'SworkpapersshallremainthesolepropertyofCONSULTANTandarenotsubjecttothetermsofthisAgreement.Page29of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04O-F69D4EF5BAC1iv.UponcompletionofthisAgreementorintheeventofterminationbyeitherparty,anyandallpublicrecordsrelatingtothisAgreementinthepossessionofCONSUTLANTshallbedeliveredbyCONSULTANTtotheCITYManager,atnocosttotheCITY,withinseven(7)days.AllsuchrecordsstoredelectronicallybyCONSULTANTshallbedeliveredtotheCITYinaformatthatiscompatiblewiththeCITYsinformationtechnologysystems.OncethepublicrecordshavebeendelivereduponcompletionorterminationofthisAgreement,CONSULTANTshalldestroyanyandallduplicaterecordsthatareexemptorconfidentialandexemptfrompublicrecordsdisclosurerequirements.NotwithstandingthetermsofthisSection,thePartiesagreeanditisunderstoodthatCONSULTANTwillmaintainacopyofanyinformation,confidentialorotherwise,necessarytosupportitsworkproductgeneratedasaresultofitsengagementforservices,solelyforreferenceandarchivalpurposesinaccordancewithallapplicableprofessionalstandards,whichwillremainsubjecttotheobligationsofconfidentialityherein.v.AnycompensationduetoCONSULTANTshallbewithhelduntilallrecordsarereceivedasprovidedherein.vi.CONSULTANT'SfailureorrefusaltocomplywiththeprovisionsofthissectionshallresultintheimmediateterminationofthisAgreementbytheCITY.IFTHEPROVIDERHASQUESTIONSREGARDINGTHEAPPLICATIONOFCHAPTER119,FLORIDASTATUTES,TOTHEPROVIDER'SDUTYTOPROVIDEPUBLICRECORDSRELATINGTOTHISAGREEMENT,THEPROVIDERSHALLCONTACTTHECUSTODIANOFPUBLICRECORDSAT(TELEPHONENUMBER:305-593-6730E-MAILADDRESS:CONNIE.DIAZ@CITYOFDORAL.COM,ANDMAILINGADDRESS:THECITYOFDORALHALL8401NW53RDTERRACE,DORAL,FL33166.SECTION25.NOTICES.Whenevereitherpartydesirestogivenoticetotheother,itmustbegivenbyhanddeliveryorwrittennotice,sentbycertifiedUnitedStatesmail,withreturnreceiptrequestedoranationallyrecognizedprivatemaildeliveryservice,addressedtothepartyforwhomitisintended,attheplacelastspecified,andtheplaceforgivingofnoticeincompliancewiththeprovisionsofthisparagraph.Forthepresent,thepartiesdesignatethefollowingastherespectiveplacesforgivingofnotice,to-wit:Page30of198 DocuSignEnvelopeID:9812F553-B402^F97-A04C-F69D4EF5BAC1FORCITY:CITYofDoralAttention:CityManager8401NW53rdTerraceDoral,FL33166T(305)593-6725F(305)593-6619FORCONSULTANT:TheCorradinoGroup,Inc.Attention:JosephM.Corradino,AICP,President4055NW97thAvenue,Suite200Doral,FL33178Telephone:(305)594-0735WITHACOPYTO:CityAttorney8401NW53rdTerraceDoral,FL33166WITHACOPYTO:FredP'Pool,COOTheCorradinoGroup4055NW97thAvenue,Suite200Miami,FL33178SECTION26.TRUTH-IN-NEGOTIATIONCERTIFICATE.SignatureofthisAgreementbyCONSULTANTshallactastheexecutionofatruth-in-negotiationcertificatestatingthatwageratesandotherfactualunitcostssupportingthecompensationofthisAgreementoranyWorkOrderareaccurate,complete,andcurrentatthetimeofcontracting.EachWorkOrder'scontractpricesandanyadditionsshallbeadjustedtoexcludeanysignificantsumsbywhichtheCITYdeterminestheProject'scontractpricewasincreasedduetoinaccurate,incomplete,ornoncurrentwageratesandotherfactualunitcosts.AllsuchadjustmentsshallbemadewithinoneyearfollowingtheendofeachWorkOrder.SECTION27.CONSENTTOJURISDICTION.ThepartiessubmittothejurisdictionofanyFloridastateorfederalcourtinanyactionorproceedingarisingoutofrelatingtothisAgreementoranyWorkOrder.VenueofanyactiontoenforcethisAgreementoranyWorkOrdershallbeinthecourtsofthe11thJudicialCircuitinandforMiami-DadeCounty,FloridaorintheeventoffederaljurisdictiontheUnitedStatesDistrictCourtfortheSouthernDistrictofFlorida.SECTION28.GOVERNINGLAW.Notwithstandinganyconflictoflaws,thisAgreementandanysubsequentWorkOrdershallbeconstruedinaccordancewithandgovernedbythelawsoftheStateofFlorida.SECTION29.HEADINGS.HeadingsareforconvenienceofreferenceonlyandshallnotbeconsideredinanyinterpretationofthisAgreement.SECTION30.EXHIBITS.EachExhibitreferredtointhisAgreementformsanessentialpartofthisAgreement.TheExhibitsifnotphysicallyattached,shouldbetreatedaspartofthisAgreement,andareincorporatedbyreference.SECTION31.SEVERABILITY.IfanyprovisionofthisAgreementoranyWorkOrderortheapplicationthereoftoanypersonorsituationshalltoanyextent,beheldinvalidorunenforceable,theremainderofthisAgreement,andtheapplicationofsuchprovisionstopersonsorsituationsotherthanthoseastowhichitshallhavebeenheldinvalidorunenforceableshallnotbeaffectedthereby,andshallcontinueinfullforceandeffect,andbeenforcedtothePage31of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1fullestextentpermittedbylaw.SECTION32.COUNTERPARTS.ThisAgreementmaybeexecutedinseveralcounterparts,eachofwhichshallbedeemedanoriginalandsuchcounterpartsshallconstituteoneandthesameinstrument.SECTION33.FORCEMAJEURE.ItisunderstoodthatperformanceofanyactbytheCityorConsultanthereundermaybedelayedorsuspendedatanytimewhile,butonlysolongas,eitherpartyishinderedinorpreventedfromperformancebyactsofGod,theelements,war,rebellion,strikes,lockouts,pandemicsoranycausebeyondthereasonablecontrolofsuchparty,providedhowever,theCityshallhavetherighttoprovidesubstituteservicefromthirdpartiesorCityforcesasmaybenecessarytomeetCityneeds.Iftheconditionofforcemajeureexceedsaperiodoffourteen(14)days,theCitymay,atitsoptionanddiscretion,cancelorrenegotiatetheAgreement.SECTION34.INTERPRETATION.34.1ThelanguageofthisAgreementhasbeenagreedtobybothpartiestoexpresstheirmutualintentandnoruleofstrictconstructionshallbeappliedagainsteitherpartyhereto.TheheadingscontainedinthisAgreementareforreferencepurposesonlyandshallnotaffectinanywaythemeaningorinterpretationofthisAgreement.AllpersonalpronounsusedinthisAgreementshallincludetheothergender,andthesingularshallincludetheplural,andviceversa,unlessthecontextotherwiserequires.Termssuchas"herein,""hereof,""hereunder,"and"hereinafter"refertothisAgreementasawholeandnottoanyparticularsentence,paragraph,orsectionwheretheyappear,unlessthecontextotherwiserequires.WheneverreferenceismadetoaSectionorArticleofthisAgreement,suchreferenceistotheSectionorArticleasawhole,includingallofthesubsectionsofsuchSection,unlessthereferenceismadetoaparticularsubsectionorsubparagraphofsuchSectionorArticle.34.2PreparationofthisAgreementhasbeenajointeffortoftheCITYandCONSULTANTandtheresultingdocumentshallnot,solelyasamatterofjudicialconstruction,beconstruedmoreseverelyagainstoneofthepartiesthananyother.SECTION35.THIRDPARTYBENEFICIARY.CONSULTANTandtheCITYagreethatitisnotintendedthatanyprovisionofthisAgreementestablishesathird-partybeneficiarygivingorallowinganyclaimorrightofactionwhatsoeverbyanythirdpartyunderthisAgreement.SECTION36.NOESTOPPEL.NeithertheCITY'sreview,approvaland/oracceptanceof,)rpaymentforservicesperformedunderthisAgreementshallbeconstruedtooperateasawaiverofanyrightsunderthisAgreementofanycauseofactionarisingoutoftheperformanceofthisAgreement,andCONSULTANTshallbeandremainliabletotheCITYinaccordancewithapplicablelawsforalldamagestotheCITYcausedbyCONSULTANT'SnegligentperformanceofanyoftheservicesunderthisAgreement.TherightsandremediesprovidedforunderthisAgreementareinadditiontoanyotherrightsandremediesprovidedbylaw.Page32of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1SECTION37.FLORIDASTATUTE558.0035.PURSUANTTOFLORIDASTATUTESCHAPTER558.0035ADESIGNPROFESSIONALEMPLOYEDBYCONSULTANTMAYNOTBEHELDINDIVIDUALLYLIABLEFORDAMAGESRESULTINGFROMNEGLIGENCEOCCURRINGWITHINTHECOURSEANDSCOPEOFAPROFESSIONALSERVICES.[THISAREAINTENTIONALLYLEFTBLANK.SIGNATURESTOFOLLOW.]Page33of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1INWITNESSWHEREOF,thepartiesexecutethisAgreementontherespectivedatesundereachsignature:TheCITY,signingbyandthroughitsCITYManager,attestedtobyitsCITYClerk,dulyauthorizedtoexecutesameandbyCONSULTANTbyandthroughthebelow-namedrepresentativewhohasbeendulyauthorizedtoexecutesamethrougharesolutionofthecorporationorpartnership.ATTEST:ConnieDiaz,CityClerkApprovedastoformandlegalityforthesoleuseandrelianceoftheCityofDoral:CITYOFDORALReyValdes,CityManagerDate:6/12/2024LorenzoCobiellaonbehalfofGastesi,Lopez&Mestre,PLLCCityAttorneyATTEST:SecretaryFredP'Pool,COOCONSULTANTJosephn/Corradino,AlCP,PresidentDate:May7,2024WITNESSES:19Page34of198 EXHIBIT“B”PROPOSALSUBMITTEDTOTHECITYOFDORALFROMTHECORRADINOGROUP,INC.RFQ2023-08Page35of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB1COVERPAGERFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALDORAL———RFQ2023-08——GENERALENGINEERINGANDARCHITECTURALSERVICESTheCorradinoGroupEdwardNg,MPP,MPL,AICP-GeneralEngineeringandArchitecturalServices4055NW97thAvenue,Suite200,Doral,FL33178P:305.594.0735E:eng@corradino.comNovember6,2023TheCorradinoGroup1Page38of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB2TABLEOFCONTENTSRFQ202308GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTAB1COVERPAGE1TAB2TABLEOFCONTENTS2TAB3LETTEROFTRANSMITTAL3TAB4SOLICITATIONRESPONSEFORM4TAB5PROPOSERQUALIFICATIONSTATEMENT8TAB6RFQREQUIREDFORMS127THECORRADINOGROUP2Page40of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TheCorradinoGroup4055NW97thAvenue,Suite200,Doral,FL33178•305.594.0735•www.corradino.comNovember6,2023Attn:CityClerk'sOfficeCityofDoral8401NW53rdTerraceDoral,Florida33166RE:RequestforQualificationsGeneralEngineeringandArchitecturalServices-RFQNo.2023-08DearSelectionCommittee:TheCorradinoGroup,Inc.(Corradino)proudlysubmitsthisproposaltoprovideGeneralEngineeringandArchitecturalServicestotheCityofDoral.Weareconfidentthatyouwillfindthattheaccomplishmentsofthefirm,ourprojectmanager,ourteamandstaffarewellsuitedtocontinueprovidingtheseservicestotheCityaswe'vedonesinceitsinception.I,JosephM.Corradino,AICP(President),willserveasprojectmanagerandprimarypointofcontactforthiseffort.Muchofmycareerhasfocusedonprovidingsimilarservices,specificallyinMiami-Dadewiththenewlyincorporatedmunicipalities.I,alongwithmyfirm'scollectivestaff,bringimmensetechnicalability,understandingoflocal,regional,stateandnationalprocessastheydirectlyrelatetomunicipalities,andtheabilitytoserveastheCity'sadvocateonawidevarietyofissues.Furthermore,IhavebeeninvolvedwiththeCityofDoralsincepriortoitsincorporation;thefirmandIareproudtocallDoralhome.MikeCiscar,PE,VicePresidentofEngineering,willserveasPrincipal-in-Chargeforthiscontract.TheprimaryofficeforthiscontractwillbeourCorporateofficeaddresslocatedinDoralat4055NW97thAvenue,Suite200,Doral,FL33178.CorradinohasanimpressiverecordofperformanceonsimilarcontinuingservicesoncallcontractsandhasworkedwiththemajorityofthemunicipalitiesinMiami-DadeCounty.Notonlydoesthefirmachievethehighestlevelofqualityonanysizedproject,butitisknownforitsattentiontodetailandcustomerservice.Corradinounderstandshowcitieswork,enablingthefirmtoadvocateforitsclients'needsasitsprojectsgothroughimplementationprocesses.CorradinohassuccesswiththeextensiveintergovernmentalagencycoordinationwithMiami-DadeDepartmentofTransportationandPublicWorks,Miami-DadeTransit,Miami-DadeTransportationPlanningOrganization,FloridaDepartmentofTransportation,SouthFloridaWaterManagementDistrict,theSouthFloridaRegionalPlanningCouncilandtheMiami-DadeCountyPublicSchoolsforsuccessfulimplementation.Corradinomaintainsexcellentrelationshipswitheachoftheseorganizationswhichenableprojectstobeaccomplishedefficientlyandeffectively,addingvaluetotheserviceswellabovethenorm.TobuildacompleteteamwiththecapabilitiesnecessarytoservicetheCity'sdiverseneeds,asdetailedinthevarioussubcategories,CorradinohaspartneredwithC.A.P.Government,Inc.(CAP-BuildingInspectionsandPlansReview);MetricEngineering,Inc.(Metric-EnvironmentalandCEI);LambertAdvisory,LLC(Lambert-EconomicDevelopment);Curtis+RogersDesignStudio,Inc.(Curtis+Rogers-LandscapeArchitecture);ProfessionalServiceIndustries,Inc.(PSI-GeotechnicalandMaterialsTesting);ChromeEngineering,Inc.,CertifiedDBE/SBE(Chrome-StructuralEngineeringandNewConstructionplans);PlusUrbia,LLC,CertifiedDBE/MBE(PlusUrbia-Planning),andMiller,Legg&Associates,Inc.(MillerLegg-Drainage,SurveyingandLandscapeDesignj.Thecapabilitiesofeachfirmandtheirtechnicalapproachesarefurtherdetailedinourproposal.Thestaffassignedtothisprojectisexperienced,talented,thoughtfulandproudtobringawealthofexperiencethatstemsfromworkingforlocalgovernmentswithanapproachthathasresultedinnearlyadozenawardsforsimilarprojectsoverthepastdecade.Corradinoiscommittedtoprovidingtimelyperformanceofallwork.Asamid-sizedfirminthemarketplace,generalservicescontractslikethisonearethebasisofthefirm'smunicipalbusinessandarethetypeofcontractswehavebuiltourpracticeonforover50years.Youwillhaveourundividedattention.Welookforwardtofurtherpresentingourqualificationsonthisimportantendeavor.Corradino,AICP-PresidentTheCorradinoGroup,Inc.-4055NW97thAvenue,Suite200,Doral,FL33178-IncorporatedinFloridaENGINEERS•PLANNERS•PROGRAMMANAGERS•ENVIRONMENTALSCIENTISTS3Sincerely,JosephM.Page42of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB4SOLICITATIONRESPONSEFORMRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALSOLICITATIONRESPONSEFORMCityofDoralRFQNo.2023-08GeneralEngineeringandArchitecturalServicesDateSubmitted11/6/2023CompanyName*TheCorradinoGroup,Inc.DateofEntityFormation12/29/1970EntityType(selectone)<^orporatio^>/Partnership/LimitedLiabilityCompany/OtherCorporateAddress4055NW97thAvenue,Suite200,Doral,FL33178OfficeLocation4055NW97thAvenue,Suite200,Doral,FL33178LocationWorkwilltakePlace,ifdifferentthanaboveTaxpayerIdentificationNo.**61-0713040VeteranBusinessEnterpriseCertification***AuthorizedRepresentative(s)(NameandTitle)JosephM.Corradino,AICPPresident*Pleaseattachacopyofyourregistrationfromthewebsitewww.sunbiz.orgestablishingthatyourfirmisauthorizedtoconductbusinessintheStateofFloridapursuanttoauthoritygrantedbytheFloridaDepartmentofStateDivisionofCorporations.**PleaseattachacopyofyourcompletedIRSFormW-9availableontheIRSsite.***Pleaseattachacopyofyourapprovedcertification,ifany.1.TheundersignedBidder/Proposeragrees,ifthisProposalisacceptedbytheCity,toenterintoanagreementwiththeCityofDoraltoperformandfurnishallgoodsand/orservicesasspecifiedorindicatedintheContractforthePriceandwithinthetimeframeindicatedinthisproposalandinaccordancewiththetermsandconditionsoftheContract.2.Bidder/ProposeracceptsallofthetermsandconditionsoftheSolicitation,includingwithoutlimitationthosedealingwiththedispositionofProposalSecurity.ThisProposalwillremainsubjecttoacceptancefor180daysafterthedayofProposalopening.Bidder/ProposeragreestosignandsubmittheContractwithanyapplicabledocumentsrequiredbythisRFQwithintendaysafterthedateofCity’sNoticeofAward(Ifapplicable).3.ByrespondingtothissealedSolicitation,theBidder/ProposermakesallrepresentationsrequiredbytheSolicitationandfurtherwarrantsandrepresentsthatBidder/ProposeracknowledgesthatithasreceivedandexaminedcopiesoftheentireSolicitationdocumentsincludingallofthefollowingaddenda:TheCorradinoGroupPage44of1984 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB4SOLICITATIONRESPONSEFORMRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALAddendumNo.:JDated:10/11/2023AddendumNo.:.2Dated:10/23/2023AddendumNo.:JDated:10/30/2023CheckhereIfnoAddendawereissued.AddendumNo.:Dated:AddendumNo.:Dated:AddendumNo.:Dated:4.Bidder/ProposerfurtherwarrantsandrepresentsthatithasfamiliarizedthemselveswiththenatureandextentoftheSolicitationwhichwillbecome,uponaward,apartoftheContract,aswellastherequiredgoodsand/orservices,andapplicablelawsandregulationsthatinanymannermayaffectcost,progress,performance,orfurnishingoftheWork.5.Bidder/ProposerfurtherwarrantsandrepresentsthatithasgiventheCitywrittennoticeofallerrorsordiscrepanciesithasdiscoveredinthisSolicitationandContractandtheresolutionthereofbytheCityisacceptabletoBidder/Proposer.6.Bidder/ProposerfurtherwarrantsandrepresentsthatthisBid/Proposalisgenuineandnotmadeintheinterestoforonbehalfofanyotherundisclosedperson,firmorcorporation;Bidder/ProposerhasnotdirectlyorindirectlyinducedorsolicitedanyotherBidder/ProposertosubmitafalseorshamProposal;Bidder/Proposerhasnotsolicitedorinducedanyperson,firmorcorporationtorefrainfromsubmitting;andBidder/ProposerhasnotsoughtbycollusiontoobtainforitselfanyadvantageoveranyotherBidder/ProposerorovertheCity.7.CommunicationsconcerningthisProposalshallbeaddressedto:Bidder/Proposer:TheCorradinoGroup,Inc.Telephone:305-594-0735EmailAddress:PresidentAttention:JosephM.Corradino,AICP-President8.Thetermsusedinthisresponsewhicharedefinedintheabove-referencedSolicitationshallhavethemeaningsassignedtotheminsuchSolicitation.STATEMENTIunderstandthata"person"asdefinedin287.133(1)(e),FloridaStatutes,meansanynaturalpersonorentityorganizedunderthelawsofanystateoroftheUnitedStateswiththelegalpowertoenterintoabindingContractandwhichProposalsorappliestoBidonContractsfortheprovisionofgoodsorservicesletbyapublicentity,orwhichotherwisetransactsorappliestotransactbusinesswithapublicentity.Theterm"persons"includesofficers,directors,executives,partners,shareholders,employees,members,andagentsactiveinmanagementoftheentity.SUBMITTEDTHIS6thDAYOFNovember2023.CompanyName:CompanyAddress:AuthorizedRepresentativeSignature:TheCorradinoGroup,Inc.4055NVV,?7thAverse,Suite200,Doral,FL33178TheCorradinoGroupPage45of1985 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB4SOLICITATIONRESPONSEFORMRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALLicenseeName:THECORRADINOGROUP,INC.LicenseNumber:7665Rank:RegistryLicenseExpirationDate:PrimaryStatus:CurrentOriginalLicenseDate:03/07/1997RelatedLicenseInformationLicenseNumber36146RelationshipRelationExpirationDateStatusRelatedPartyRankEffectiveDateTypeCurrent,PEREZDEMORALES,EDUARDORegistryActiveProfessional02/28/2025EngineerStateofFloridaDepartmentofStateIcertifyfromtherecordsofthisofficethatTHECORRADINOGROUP,INC.isaKentuckycorporationauthorizedtotransactbusinessintheStateofFlorida,qualifiedonJanuary13,1997.ThedocumentnumberofthiscorporationisF97000000207.IfurthercertifythatsaidcorporationhaspaidallfeesduethisofficethroughDecember31,2023,thatitsmostrecentannualreport/uniformbusinessreportwasfiledonJanuary3,2023,andthatitsstatusisactive.IfurthercertifythatsaidcorporationhasnotfiledaCertificateofWithdrawal.GivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheThirddayofJanuary,2023SecretaryofStateTrackingNumber:1180238439CCToauthenticatethiscertificate,visitthefollowingsite,enterthisnumber,andthenfollowtheinstructionsdisplayed.https://servlces.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthenticationTheCorradinoGroupPage46of1986 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB4SOLICITATIONRESPONSEFORMREQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALFormW-9(Rev.October2018)DepartmentoftheTreasuryInternalRevenueServiceRequestforTaxpayerIdentificationNumberandCertificationGotowww.irs.gov/FormW9forinstructionsandthelatestinformation.GiveFormtotherequester.DonotsendtotheIRS.1Name(asshownonyourincometaxreturn).Nameisrequiredonthisline;donotleavethislineblank.TheCorradinoGroupInc2Businessname/disregardedentityname,ifdifferentfromaboveco<DCDroao2=1CLo3Checkappropriateboxforfederaltaxclassificationofthepersonwhosenameisenteredonline1.Checkonlyoneofthefollowingsevenboxes.IIIndividual/soleproprietoror0CCorporation0SCorporation0Partnership0Trust/estatesingle-memberLLC0Limitedliabilitycompany.Enterthetaxclassification(C=Ccorporation,S=Scorporation,P=Partnership)Note:Checktheappropriateboxinthelineaboveforthetaxclassificationofthesingle-memberowner.DonotcheckLLCiftheLLCisclassifiedasasingle-memberLLCthatisdisregardedfromtheownerunlesstheowneroftheLLCisanotherLLCthatisnotdisregardedfromtheownerforU.S.federaltaxpurposes.Otherwise,asingle-memberLLCthatisdisregardedfromtheownershouldchecktheappropriateboxforthetaxclassificationofitsowner.0Other(seeinstructions)4Exemptions(codesapplyonlytocertainentities,notindividuals;seeinstructionsonpage3):Exemptpayeecode(ifany)ExemptionfromFATCAreportingcode(ifany)(Appliestoaccountsmainta.nodoutsidetheUS)5Address(number,street,andapt.orsuiteno.)Seeinstructions.Requester’snameandaddress(optional)4055NW97THAvenueSuite2006City,state,andZIPcodeDoral,FL331787Listaccountnumber(s)here(optional)PartITaxpayerIdentificationNumber(TIN)EnteryourTINintheappropriatebox.TheTINprovidedmustmatchthenamegivenonline1toavoidbackupwithholding.Forindividuals,thisisgenerallyyoursocialsecuritynumber(SSN).However,foraresidentalien,soleproprietor,ordisregardedentity,seetheinstructionsforPartI.later.Forotherentities,itisyouremployeridentificationnumber(EIN).Ifyoudonothaveanumber,seeHowtogetaSocialsecuritynumberTIN,later.Note:Iftheaccountisinmorethanonename,seetheinstructionsforline1.AlsoseeWhatNameandNumberToGivetheRequesterforguidelinesonwhosenumbertoenter.Employeridentificationnumber61-0713040CertificationUnderpenaltiesofperjury,Icertifythat:1.Thenumbershownonthisformismycorrecttaxpayeridentificationnumber(orIamwaitingforanumbertobeissuedtome);and2.1amnotsubjecttobackupwithholdingbecause:(a)Iamexemptfrombackupwithholding,or(b)IhavenotbeennotifiedbytheInternalRevenueService(IRS)thatIamsubjecttobackupwithholdingasaresultofafailuretoreportallinterestordividends,or(c)theIRShasnotifiedmethatIamnolongersubjecttobackupwithholding;andPartII3.1amaU.S.citizenorotherU.S.person(definedbelow);andotherthaninterestanddivide^?.,youarenotrtosignthecertification,butyoumustprovideyourcorrectTIN.SeetheinstructionsforPartII,later.SignatureofDatek1/9/2023SignHere4.TheFATCAcode(s)enteredonthisform(ifany)indicatingthatIamexemptfromFATCAreportingiscorrect.Certificationinstructions.Youmustcrossoutitem2aboveifyouhavebeennotifiedbytheIRSthatyouarecurrentlysubjecttobackupwithholdingbecauseyouhavefailedtoreportallinterestanddividendsonyourtaxreturn.Forrealestatetransactions,item2doesnotapply.Formortgageinterestpaid,acquisitionorabandonmentof,securedproperty,cancellationofdebt,contributionstoanindividualretirementarrangement(IRA),andgenerally,paymentsGeneralInstrionsSectionreferencesaretotheInternalRevenueCodeunlessotherwisenoted.Futuredevelopments.ForthelatestinformationaboutdevelopmentsrelatedtoFormW-9anditsinstructions,suchaslegislationenactedaftertheywerepublished,gotowww.irs.gov/FormW9.PurposeofFormAnindividualorentity(FormW-9requester)whoisrequiredtofileaninformationreturnwiththeIRSmustobtainyourcorrecttaxpayeridentificationnumber(TIN)whichmaybeyoursocialsecuritynumber(SSN),individualtaxpayeridentificationnumber(ITIN),adoptiontaxpayeridentificationnumber(ATIN),oremployeridentificationnumber(EIN),toreportonaninformationreturntheamountpaidtoyou,orotheramountreportableonaninformationreturn.Examplesofinformationreturnsinclude,butarenotlimitedto,thefollowing.•Form1099-1NT(interestearnedorpaid)•Form1099-DIV(dividends,includingthosefromstocksormutualfunds)•Form1099-MISC(varioustypesofincome,prizes,awards,orgrossproceeds)•Form1099-B(stockormutualfundsalesandcertainothertransactionsbybrokers)•Form1099-S(proceedsfromrealestatetransactions)•Form1099-K(merchantcardandthirdpartynetworktransactions)•Form1098(homemortgageinterest),1098-E(studentloaninterest),1098-T(tuition)•Form1099-C(canceleddebt)•Form1099-A(acquisitionorabandonmentofsecuredproperty)UseFormW-9onlyifyouareaU.S.person(includingaresidentalien),toprovideyourcorrectTIN.IfyoudonotreturnFormkV-9totherequesterwithaTIN,youmightbesubjecttobackupwithholding.SeeWhatisbackupwithholding,later.Cat.No.10231XFormW-9(Rev.10-2018)TheCorradinoGroupPage47of1987 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•PARTIREQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALi.ExecutiveSummaryCorradinoisveryfamiliarwiththetypesofservicesthatmaybeapartofthiscontract.InadditiontobeinglocatedinDoral,ourfirmhasworkedwiththeCitysinceitsincorporation,havingdevelopeditsTransportationMasterPlan,TransitMobilityPlan,theCity'sinitialcirculatorsystem,andworkedontrafficengineering,civilengineering,andlanduseplanning.Typically,Corradinoworksforlocalagenciesandmunicipalitiesastheirgeneralengineerorplanner;assuchCorradinoistaskedvaryingcivilengineeringandlanduseplanningprojectsinavarietyofdisciplines,dependingontheneedsofeachclient.FormunicipalitiesCorradinoprovidestheservicesoflanduseplanning,comprehensiveplanning,landdevelopmentcodes,charrettes,corridorstudies,landdevelopmentprocessing,masterplanning,trafficimpactanalysis,streetscapedesign,trafficcalming,transitcirculatorsandpublicinvolvement.Corradinohasbeenabletoprovidegeneralplanningandengineeringservicesfornearlyallthecitiesandotherkeygovernmentagenciesinourcounty.Corradinohasexcelledinbuildingconsensusoncomplexandcontroversialprojectswithinmunicipalities.Corradinounderstandsthateachassignmentwillrequireoneorseveralofthefollowingactivities:feasibilitystudy;planning;economicanalysis;sitereview;comprehensivepolicyreviewandrevisions;landdevelopmentregulationinterpretationorrevisions;design;permitting;biddingassistance;andconstructionengineeringandinspection.OneachoftheseprojectsCorradinoisresponsibleforthedevelopmentofascopeofservices,projectscheduleandbudget,datacollection,dataanalysis,reportpreparation,designdevelopment,constructioncostestimation,permitapplication/acquisition,publicinvolvement,biddocumentpreparation/review,constructionengineering&inspectionandprojectcertification.Ultimately,itisourobjectivetohelpbringDoral'sgoalsandneedstofruitionintheformofafullyconstructiblesetofplansandaccompanyingprojectspecificationsorinsettingofpoliciestoadvanceitslong-termvision.Weareaccustomedtoworkingontask-orderbasedcontractswithlargeandundefinedscopesofservicesandhavethepersonnel,knowledge,andavailabilityofpersonneltohandleeachworkassignmentissuedbyDoralunderthiscontract.GeneralServicesContractsrequirediverseteamscapableofhandlingsimultaneousworkordersinmultipledisciplines.Teamslikethisrequiredetailedprojectmanagementandadministrativeabilitytoassurenotonlythatthetechnicalworkiscompletedon-timeandwithinbudgetbuttheadministrativeaspectsoftheentireproject,suchasinvoicesandprogressreports,areprocessedexpeditiously.Corradinomaintainsadiversestaffofover200employeeswithexperienceacrossthevariousdisciplinestheCitymayrequireasitimplementsitsvision.OurkeystaffassignedtothiscontractwillhaveintimateknowledgeoftheCity,havingnotonlyworkedintheCitybutwiththeCity.Mostimportantly,theservicesthatCorradinoprovidesareinnovative.Thefirmhasparticipatedinmanyofthemostsuccessfulmajortransitinvestmentsinourregion.Inthe1980sthefirmwastheplannerfortheMetroRailSystem,thefirstpieceofheavyrailinthestate.Inthe1990sthefirmwastheplanneranddesignerfortheUS-1Buslanes,oneofthefirstBusRapidTransitsystemsinthenation,andaprogressiveandrightsizedpieceoftransitinfrastructureconnectingFloridaCityandDowntownMiami.RecentlythefirmperformedthePD&Eforthe1-95Express,amanagedlanesprojecton1-95andoneofthefirstofitskindinthenation,whichfacilitatesBusRapidTransitbetweenBrowardCountyandDowntownMiami.Inour50thyear,ourfirmwasproudtobeselectedasaDoralLegacyBusiness,andcontinuestoexceltechnically,havingbeenmostrecentlyarecipientoftheAmericanPlanningAssociationGoldCoastSection'sawardforexcellenceinaplanningstudyforourroleintheAffordableHousingBlueprintfortheWestGrovearea.CorradinohasfocusedonprovidingtransportationmasterplansthatparallelinscopeandoutcometheLRTPprocess,tohelpguidemunicipaltransportationinvestments.TheAPAaward-winningMiamiBeachMunicipalityMobilityTheCorradinoGroup8Page49of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•PARTIRFQ2023-08GENERALENGINEERINGANOARCHITECTURALSERVICESDORALPlanwasoneofthefirstofitskindandguideda$97milliongeneralobligationbondinitiative.Subsequently,thefirmundertookoneofthefirstsubregionaltransportationplans.TheCoastalCommunitiesTransportationMasterPlanbuiltconsensuswiththemultiplecitiesontheBarrierIslandsandcoastalBiscayneBaycommunities.ThefirmhasdevelopedmultiplemunicipalcirculatorsinsmallmunicipalitiessuchasPalmettoBayandbigcitieslikeHialeah.Entering2024,wecontinuetobeafirmoffirsts,leadingthewaywithoneofthefirsthydraulicsmodelingdriveninfrastructureplansforfuturetransportationandutilityinfrastructureinFloridawithourworkwithSt.LucieCounty.TheTeamledbyMr.JosephM.Corradino,AICPispreparedtorespondtoDoral'srequestsonanimmediatebasis.UpontheCityofDoralcontactingMr.Corradino,hewillsubmitascopeofservices,timeline,andpriceproposaltotheCity.Atasktechnicaldisciplineleadwillbedevelopedfortheprojectdependentuponthescopeoftheassignmentandthedisciplinerequiredtocompletetheassignment.DetailedinformationoftheTeamstaffassignedwillbeprovidedtotheCityofDoral'sProjectManagerwhowillbekeptuptodateandinformedonthestatusofallassignedwork.Workwillbeginuponreceiptofawrittennoticetoproceed.ItispreferredtohavefrequentprojectmeetingswiththeCityofDoral'sProjectManagertoensureaconstantlineofcommunicationisopenandtheprojectprogressessmoothlytowardanon-timeandon-budgetcompletion.Asindividualworkassignmentsprogress,eachwillhaveSeniorandTechnicalProjectManagersassignedasthePointofContact(POC),whowillhandletheday-to-dayoperationsoftheassignmentworkingcloselywiththeCityofDoral'sProjectManager.TheTechnicalProjectManagerwillcollectalldata,assign/instructallanalysisanddesignactivities,arriveatconclusionsandrecommendations,andfacilitatereport,plans,andspecificationspreparation,presentations,etc.dependentupontheformatofthedeliverable.TheTechnicalProjectManagerswillworkcloselywithMr.Corradinooneachleveloftheprojecttoensureanon-goinglevelofqualitycontrolismaintained.Asfurtherdetailedinthissection(seeiv.ProjectImplementationStrategy),CorradinohasspecificScheduleandBudgetcontrolsinordertoprovideforontime,onbudgetdeliveryoftasks.Further,CorradinohasworkedwithourcurrentslateofsubconsultantsnotonlyonourcurrentcontractwiththeCityofDoral,butthroughthestate.Ourpartnersknowandappreciateourqualitycontrolprocess,whichkeepsthedeliverablesconsistentacrossthevariousfirmstocreateaconsistent,high-qualityreportorproductfortheCity.COMPANYINFORMATIONNAMEOFBUSINESSTheCorradinoGroup,Inc.ADDRESS/PHONE/FAX/WEB4055NW97thAvenue,Suite200Doral,FL33178P:305.594.0735•F:305.594.0755www.corradino.comCONTACTPERSONJosephM.Corradino,AICP-PresidentP:305.594.0735E:jmcorradino@corradino.comBUSINESSHOURSM-F,8AM-5PMLEGALSTATUSCorradinoisaCCorporationDATE/LOCATIONINCORPORATED1970/Louisville,KentuckyPARENTORSUBSIDIARYBUSINESSParentCorradinoisheadquarteredinDoralandlicensedtodobusinessintheStateofFlorida.ii.Respondent’sExperienceCorradinohasprovidedengineeringdesign,planning,environmentalandconstructionmanagementservicestogovernmentandtheprivatesectorforover50years.Corradinomaintainsastaffof200+employeeswithextensiveexperienceinsuccessfullycompletingbothsmall-andlarge-scaleprojects,manyofwhicharecomplex.Ourstaffhasaccreditationssuchas:PE,AICP,AICPCTP,CIP,PTOE,RA,NCARB,andLEEDAP-0&M.Ourprojectexperiencehasencompassedawiderangeofservicessuchas:CivilEngineering;TransportationPlanning;TravelDemandModeling;TheCorradinoGroup9Page50of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALUrbanPlanningandCommunityDevelopment;TransitPlanningandEngineering;TrafficEngineering;BicycleandPedestrianPlanning;Design/BuildServices;ConstructionEngineeringandInspection;RailandFreightPlanning;PublicInvolvement/CommunityOutreach;EnvironmentalAssessmentandMitigation;HighwayandBridgeDesign;ProjectFeeAnalysis;AviationPlanningandEngineering;andPropertyAcquisitionandRelocation.Theessenceofourmessageis:Wehaveworkedforfivedecadesonprojectafterproject,forrepeatclients.Oursuccessisbuiltondeliveringaqualityproductdevelopedthroughaninclusiveplanningprocessandeffectivecommunications.ThefollowingprovidesabrieflistofourotherGeneralServicesContracts(bothcurrentandformer).Moreinformationmaybeprovideduponrequest.CityofMiamiBeachCityofOaklandParkCityofHallandaleBeachCityofWestParkCityofHomesteadCityofDoralCityofAventuraTownofDavieTownofCutlerBayVillageofPalmettoBayCityofFortLauderdaleVillageofKeyBiscayneVillageofIslamoradaTownofMedleyCityofSouthMiamiVillageofVirginiaGardensVillageofElPortalCityofCoralGablesCityofMiamiGardensFloridaDepartmentofTransportation(FDOT)CityofMiamiCityofCoralGablesCityofHialeahCityofNorthMiamiBalHarbourVillageCityofKeyWestCityofCoralSpringsCityofDeltonaVillageofEsteroTownofFortMyersBeachCityofBonitaSpringsTownofPalmBeachCityofNorthMiamiBeachndrtiPmiamiBAIHARBOUR»'1'»SITheCorradinoGroupPage51of1981( DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ202308GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTHECORRADINOGROUPAWARDSCorradinohasreceivednumerousawardsongroundbreakingefforts.Thefollowingprovidesasampleofourawards:2023-DoralLegacyAward2022-ExcellenceAwardastheNumberOneFamily-OwnedBusinessesof2022,-ChamberSOUTHandtheMayorofMiami-DadeCounty2022-AwardofExcellence-BestPlan,ReportorStudyforWestGroveAffordableHousingBlueprint(APAFL,FloridaChapterGoldCoast)2022-ExcellenceAwardastheNumberOneFamily-OwnedBusinessfromChamberSOUTHandMiami-DadeCounty2020-EnvironmentalSocial&GovernmentPerformanceoftheYear.Winner:WindsorDetroitBridgeAuthorityandtheGordieHoweInt.Bridge2020-BestOperationalTransportProject.Winner:1-595CorridorImprovementsProject,USA2020-BestRoadProject.Finalist:1-95ExpressLanesExtension,USA2019-ACEC-FL|FDOTOutstandingProjectAward,Design-BuildProject1-75ExpressLanes2014-OutstandingDesignAwardofExcellenceNorthMiamiDowntownConceptPlan(APAGoldCoastSection)2012-INDOT'sBusinessPracticesMajorEngineeringAwards,1-69TableKitchenMeetings2011-Constructiontech2011VisionAwardsEngineeringSilverAwardedtoTheCorradinoGroup2009-AmericanAssociationofStateHighwayandTransportationOfficials(AASHTO)'sPeopleChoiceAwardfor1-95ExpressLanes2009-OutstandingSmartGrowthProjectAwardofExcellencefortheCityofHialeahAutomatedConcurrencyManagementSystem(APA,GoldCoastSection)2009-OutstandingTransportationStudyAwardofExcellencePalmettoBayBicycleandPedestrianMasterPlan(APAGoldCoastSection)2009-TEAMFLChairman'sAward(mostinnovativeandcreativetransportationprojectinthestateofFlorida)for1-95ExpressLanesProject2006-FloridaTransportationMonthly(magazine),"Top20ConsultingFirmsinFlorida".Corradinoranked3rdinPD&EContracts,and1stinCEIContracts2004-Florida'sBestinConstructionBridgeProject,KromeAvenueandTamiamiTrailinMiami-DadeCounty2004-RoyKenzieAwardManagementPrograms&CreativePartnershipsHialeahConcurrencyManagementPlan(FloridaRedevelopmentAssociation)2004-OutstandingTransportationStudyFirstPlaceVillageofPalmettoBay(APAGoldCoastSection)2002-PhoenixAward,RecognitionofExcellenceinBrownfieldDevelopment,ARiverfrontReclaimed2001-AwardforOutstandingMobilityPlanningProject,AltonRoadTrafficCalmingStudyfortheCityofMiamiBeach(APAGoldCoastSection)2001-PlanningAwardforOutstandingStrategicPlanningProjectfortheMiamiBeach,TransportationConcurrencyManagementAreastotheCityofMiamiBeach(APA,GoldCoastSection)2000-AwardofExcellenceforClearwater,"OneCityOneFuture"(APA,FloridaChapter)2000-AwardofExcellenceforMiamiBeach,MunicipalMobilityPlantoCityofMiamiBeach(APA,FloridaChapter)TheCorradinoGroup11Page52of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALiii.Respondent’sPastPerformanceCorradinohascompletednumerouscontracts,particularlywithinMiami-DadeCounty,whichincludeGeneralPlanningandGeneralEngineeringServices.Thefollowingexpandsonourclientlistasprovidedinii.Respondent'sExperience,withaselectsampleofspecificlocalclientsasprovidedbelow:1.CutlerBaya.DescriptionofWork:TransportationPlanning,CivilandSitePlanReview,ZoningandComprehensivePlanUpdates,In-HousePlanningDirector,TrafficEngineering,CompleteStreetsPlanning,GrantWritingb.TotalDollarAmount:$2.58millionc.ContractDuration:2007-present(multiplerenewals)d.CustomerContactandPhoneNumber:RalphCasals,TownManager;786.573.5518e.Corradino-Prime2.NorthMiamiBeacha.DescriptionofWork:TransportationPlanning,EngineeringReview,SitePlanReview,GeneralPlanningb.TotalDollarAmount:$1.1millionc.ContractDuration:2016-presentd.CustomerContactandPhoneNumber:MarioDiaz,CityManager;305.948-2900e.Corradino-Prime3.KeyBiscaynea.DescriptionofWork:GeneralPlanningandEngineering,TrafficEngineering,TransportationPlanning,GrantWritingb.TotalDollarAmount:$273,000c.ContractDuration:2015-presentd.CustomerContactandPhoneNumber:SteveWilliamson,VillageManager;305.365.5514e.Corradino-Prime4.Hialeaha.DescriptionofWork:GeneralPlanning,AnnexationAnalyses,GeneralEngineering,ResiliencyAnalyses,DrainingandRoadwaydesign,GrantWritingb.TotalDollarAmount:$16,359,906.15c.ContractDuration:1997-presentd.CustomerContactandPhoneNumber:EstebanBovo,Jr.,Mayor;305.883.5800e.Corradino-Prime5.PalmettoBaya.DescriptionofWork:GeneralPlanningandEngineering,ResiliencyAnalyses,TransportationPlanning,BicycleandPedestrianMasterPlan,In-HousePlanner/PlanningDirector,ZoningCodeUpdate,ComprehensivePlanUpdateb.TotalDollarAmount:$2.1millionc.ContractDuration:2005-presentd.CustomerContactandPhoneNumber:NickMarano,VillageManager;305.259.1234e.Corradino-Prime6.Miamia.DescriptionofWork:GeneralPlanningandEngineering,ResiliencyAnalyses,MasterPlanningb.TotalDollarAmount:$4,889,835.52c.ContractDuration:1997-presentd.CustomerContactandPhoneNumber:LakishaHull,PlanningDirector;305.416.1417e.Corradino-Primeiv.ProjectImplementationStrategyThefirm'scorephilosophyistoprovidepracticalsolutionstothemostcomplexplanninganddesignproblemsontime,withinbudgetandatthehighestquality.Corradinounderstandsthedemandsoftoday'sgovernment,andourapproachhasbeentoensurethatwecomprehendourclient'sgoalsandprovideoptionsonhowtoachievethemefficientlyandeffectively.Inthecontemporaryplanningandengineeringworld,highlevelsofsuccesscanbeattainedthroughinterdisciplinarywork.Wevaluebringingmultipledisciplinestogetherandworkingatthoseintersections,aseachbringsadistinctsetoftoolsandapproachestothetable.Nurturingthisideacreatesadynamicprocessinvolvingmultipleprofessionalswithcomplementarybackgroundsandskills,sharingcommongoalsandfocusedefforts.Corradinofeelsahighlevelofvalueisaccomplishedthroughinterdependentcollaboration,opencommunicationandshareddecision¬making.Ourcollaborativeeffortswithprofessionalsfromotherdisciplinesallowustodeliverthebestofthebesttoeveryprojectwetakeon.SCHEDULE&BUDGETCONTROLThewheelthatmovesanyprocessisoneofadministration.Corradinoisanexpertatadministeringtoitsprojectssothattheyproduceresultson-timeandwithinbudget.Manyoftheprojectsthatwillbeassignedunderthiscontractwillimpactthecommunity,especiallywhenprojectsgointoconstruction.Theimpactscanrangefromtrafficpatternchangestoserviceinterruptions/modifications.Ourgoalistominimizeimpactstothecommunitythroughintelligentdesignchoicesandconsistent/clearcoordinationoftheprojects'impactsduringdesignandconstruction.TheCorradinoGroupPage53of19812 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIREQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALOurprojectmanagementteamisdesignedtoassurethetechnicaltasksarecompletedon-timeandwithinbudget,andthatallthecontractrequirementsaremet.Theprojectteamwillbesplitintofunctionaldisciplines,ledbyadisciplinemanager,asperourorganizationchartwithinthisproposal.Onceperweekataregularlyscheduledtime,theContractManagerwillconveneastaffmeetingofallthefunctionalmanagers.Theagendawillbefirsttoaddressthestatusoftheitemsonthenextdeliverableperdiscipline.Nextanupdateonissuesorconcernsfromeachdisciplinewillbeprovided.Thiskeepsallintheprojectinformedofitsstatusandallowsissuestobecommunicatedtoidentifyproblemsbeforetheyarise.TheinformationsharedinthismeetingwillbecommunicatedfromCorradino'sProjectManagertoDoral'sProjectManageronaregularbasis.Administratively,invoiceswillbesubmittedmonthly,inconjunctionwithaprojectstatusreport,indicatingthepercentageofworkcompletedbytask.Allofthiswillbesupportedbyindividualtimesheets.Corradino'sProjectAdministratorwillberesponsiblefortheadherencetoalltermsspecifiedbythecontract.TheCorradinoTeamandDoral'sprojectteamshouldhaveformalmeetingsrelatedtotheprojects'progressatmultipletimesduringtheeffort.Typically,thesewouldbescheduledtwoweeksbeforethebeginningandendingofeachtask.Thepurposewouldbetoconfirmtheworktobedone,timeframesandapproachesofupcomingtasks,andtoreviewandapprovetheworkproducedinendingtasks.Thisprocessworkstoensurethefirmkeepsitsprojectsmovingon-timeandwithinbudget.QA/QCPROCESSOurQA/QCprocessesarebuiltintoourschedulesandbudgetstoensurethetasksareinternallydone.EachprojecthasadesignatedQA/QCofficerwhoisseparatefromthePrincipal-in-Charge,theContractManager,andworkorderTaskManagers.Documentsarereviewedonseverallevels,atsetintervalsrelatedtotheactualspecifictasksthroughouttheprocess.Thesereviewsinclude,butarenotlimitedto,qualityofoveralldocument-includingvisualpresentation,clarityofcommunication,technicalaccuracyofdataandanalysis,andadherencetoansweringtheneedsposedbyvisioningandspecificprojectquestionsandgoals.CorradinotakesgreatprideinqualitycontrolandensuresthatalldeliverablesundergoCorradino'srigorousqualitycontrolprocedure.Thisprocedureisdistributedtoallsubconsultants,whowillemploythesameprocedureswhendevelopingalldeliverablespriortosubmittaltoCorradinoforfinalreviewbeforesubmissiontotheCity.APPROACHThefollowingprovidesfurtherinformationonourphilosophicalapproachtoeachcategoriesofwork:RoadwayandDrainageDesign:Thecorrectapplicationofurbanplanningshouldresultinformaldesignandconstructionofroadwayelements.Corridorplanswithcompletestreetsprinciplesarethebasisforroadwayredesign.Corradinoisexpertatthis,havingprovidedredesignservicesforbelowandabovegroundinfrastructure,trafficcalming,andstreetscapes.Thefirmhaswonawardsforitsinnovativeandpedestrianfriendlydesigns.Corradinoprovidesavarietyofcivilengineering,roadwayandstormwatercontracts,ontimeandwithinbudget.Manyofitsprojectsconsistofthedesignofdrainagefacilities,andstreetscapestoupgradeantiquatedinfrastructureandenhancethelevelofserviceofthatdrainageinfrastructure,inadditiontodevelopingamorecontextsensitivestreetscapefocusedonamoresustainableurbanform.Theseprojectsincludedtotalreconstruction,includingroadwaylanes,parking,newdrainagesystems,signing,andpavementmarkings,signalization,lighting,andlandscape.Drainagereconstructionconsistedofinstallationofexfiltrationtrenchestomeetwaterqualityandfloodprotectioncriteria.Onceroadwaydesigniscompleted,Corradinomanagestheconstructionofroadwayfacilities.Corradinounderstandsthefederalregulationsforassuringconstructionfirmsbuildtotheplans,materialsaretestedandinspected,and,whenneeded,StimulusFundsaretrackedappropriately.Thismeanstrackingjobs,internsanddisadvantagedbusinessesaswellasmaterials.Designofroadwayanddrainageimprovementsaredevelopedthroughaninteractiveprocess.Ourdesignapproachobjectiveistocreatesustainablecorridorswitheaseofmaintenancethroughtheselectionofsystemsandmaterials.Ouroveralldesigngoalsalsoaimtoimprovestormwatermanagement,whileprovidingasafeandsecureenvironmentforvehiculartraffic,pedestrians,andbicycles.Eachprojectisindividuallyassessedtodevelopadesignthatcomplementstheon-siteinfrastructureconditions,meetstheCity'sprogram,iscompatiblewithadjacentuses,andisconsistentwithlocalculture.Ourteamcarefullyanalyzesexistinginfrastructureconditions,whichincludeenvironmentalresources,geotechnical,vegetation,topography,sitecontamination,culturalresources,historicresources,circulation,access,existingutilities,maintenanceresourcesandstakeholderresources.Ourteamalsoassessesprojectlocation,surroundinglanduse,andhistoricaloverlay.Thisprocessallowsforconsiderationofexistingfeaturesconcurrentwiththedevelopmentofpotentialnewimprovements.TheCorradinoGroupPage54of19813 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALThoroughsitevisits,trafficstudies,andsurveyswillassistindetermininganypotentialconstraintssuchasexistingspecimentrees,undergroundandoverheadutilities,signage,environmentalconsiderations,etc.Utilizingtheobtainedperspectivesandregionalexistingconditions,ourteambeginstheprocessofecologicalandsustainablestreetdrainagedesign.Ourteamwilladdressimportantissuesduringthedesignprocess,includingresidentialandcommercialinterfacewiththeuseofpedestrianconnectivityandsafety,stormwatermanagement,environmentalconsiderations,anduserprogram.Sustainability:Ourteamiscommittedtoimplementingsustainablegreenpractices.Asspecializedconsultants,wewillincorporatetheuseofbestpracticesandtechnologyforstormwatermanagement,plantingandirrigation.Pavingsurfacesforpedestrianscanbeconstructedwithperviouspavers,takingadvantageofnewSouthFloridaWaterManagement(SFWMD)policies,whichcreditinnovativestormwatermanagementtechniquesandreducesiterun-off.Thematerialsusedinpavingareanimportantcomponentofaproject'ssustainabledesignconcept.Maintenance:Maintenanceofanyprojectisoneofthemostimportantissuestoconsiderwhileinthedesignprocess.Thechosendesignwillincludeimprovementsthatcanbemaintainedeffectivelybystaffandwithinbudget.Ourteamwillcarefullyconsiderproductlifecycle,energycosts,andeaseofmaintenanceforallaspectsofprojectdesignandmaterialselection.Ourteamwillalsopreparerecommendationsforfuturemaintenanceprograms,includingprojectedcosts.Permitting:Ourteamwillcoordinatewithallagencieshavingjurisdictionoverprojectsissuedunderthiscontract.Theseagenciesmayincludethefollowing:CityofDoralPublicWorks,PlanningDepartment,BuildingDepartment,EngineeringDepartment,Miami-DadeCounty,andFDOT.SurveyingandMappingServices:ForeachprojectundertheDoralEngineeringandArchitectureServicescontractthatinvolvessurveyingandmappingservices,MillerLeggwilldiscussthespecificswithCorradinoandtheCityofDoral'sProjectManager.MillerLegg'ssurveyleadwillaskanyquestionsthatimmediatelyarisetoevaluatethespecificprojectscopeofservicesandareasonablefeeestimate.Asthefeeestimateisbeingprepared,MillerLeggwillperformresearchwhichincludes,butisnotlimitedto,priorsurveysordocumentsinthepossessionofMillerLegg,sectioncorner,horizontalandverticalcontrol,andpriorsurveyinformationpreparedbyothers.Fieldactivitieswillbecloselymonitoredbythedesignatedofficestaffteammembertoensuretasksarecompletedentirelyandaccurately.StructuralDesign:ChromeEngineeringwillleadourstructuralengineeringservices.Transportation/Transit:ChromeEngineering'sStructuralEngineershavecompletedthedesignofmultipletransportationandtransitrelatedstructuresthroughoutFlorida.TheyareintricatelyfamiliarwiththerequirementsoftheFloridaGreenBook,FDOTDesignManual(FDM),FDOTStructuresDesignManual(SDM)aswellasapplicablecodessuchastheAASHTOLRFDBridgeDesignSpecifications,8thEdition,AASHTOLRFDLTS-1forancillarystructuresConstruction,andtheAASHTOLRFDSpecificationsforDesignofPedestrianBridges,amongothers.Samplesofcompletedstructuresincludeconcreteandsteelbridgesforpedestriansandhighways,retainingwallssuchasMSEwallsandCast-In-Placewalls,concreteboxculvertsaswellascorrugatedpipeculverts(aluminumandsteel).Inaddition,ChromeEngineeringhascompletedthedesignofhundredsofsignalmastarms,signstructures(Cantilever,SpanandButterflyconfigurations)andITSstructures,suchasCCTVpolesandVariableMessageSignsupports.ChromeEngineeringwillmaximizetheFDOTStandardPlanswhenpossible;however,theycangeneratesitespecificdesignsasrequired,forexample,eccentriclightpoleandsignalmastarmfoundationstoavoidRightofWayacquisitionsandmaximizeADAclearancesinsidewalks.ChromeEngineeringhasalsoparticipatedthestructuraldesignofwaterandsewerrelatedstructures,includingpumpstations,drainagestructures,andmetervaults,amongothers.ChromeEngineeringhavepreparedmultipletemporarysheetpiledesignsforconstructionexcavations.Thefirm'sdesignapproachistocoordinateearlywithalldisciplinesinvolvedintheproject,includingroadway,maintenanceoftraffic,utilities,survey,drainage,andlighting,amongothers.Buildings:ChromeEngineering'sstructuralengineersarefamiliarwiththedesign,inspection,andrehabilitationofbuildingssuchascountyfacilitiesandschools.TheyarefamiliarwiththeFloridaBuildingCode,ASCE-07,ACI-318,andAISC.ChromeEngineeringhasexperienceinthedesignofaluminumandtimberstructures.ConstantcommunicationwiththeArchitectaswellaswiththeElectricalandMechanicalEngineerstomakesurepotentialconflictsareeliminatedpriortoconstructionisparamount.Thisapproachmaximizessafetyandgeneratesprojectscompletedwithinbudgetandschedule.Foundations:ChromeEngineering'sexperiencewithSouthFloridaprojectshasgainedthefirmconsiderableknowledgeofthetypesofsoilswithinthearea.Theyhavesuccessfullydesignedstructuressupportedondeepfoundationssuchaspilesupported,andshallowconfigurationssuchasspreadfootings.TheyhaveworkedcloselywithmultipleTheCorradinoGroup14Page55of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALGeotechnicalEngineersandunderstandtherequirementstodesigncosteffectivefoundations.ChromeEngineeringisproactiveintheincorporationofnewertechnologiesandout-of-the-boxideassuchastheuseofaugercastpilesforbridges,plasticlumberandFiberReinforcedPolymers(FRP)forbridgefenders,andpierdecksaswellasFRPreinforcingbarsforuseinconcretetobeinstalledwithinextremelyaggressiveenvironments.TrafficEngineeringandTransportationPlanningTransportationMasterPlanning:Corradino'sexpertsinmulti-modaltransportationmasterplanninghaveproducedaward-winningmasterplansformanycities,counties,andregions.ProjectsincludeworkforMiamiBeach,Miami,Doral,MiamiGardens,PalmettoBay,CutlerBay,Homestead,andmanymore.Thefirmbeginswiththeanalysisofissuesineachmode.Aftertheanalysis,projectsaredevelopedineverymodalarea,includingroadway,transit,bicycleandpedestrian,etc.Theyaresketchedoutintermsoftheircosttoplan,designandconstruct.Corradinothenmapsandprioritizesprojects,whichareultimatelyplacedintheCity'scapitalimprovementprogramforimplementation.Corradino'sphilosophyisfocusedonprovidingcapacityforallmodesonappropriatestreets.Thiscompletestreetapproachprovidesasolidfoundationformobility.Thefirmalsofocusesonbicycleandpedestrianplanning,havingproducednearlyadozenSafeRoutestoSchoolapplicationsaswellasbike/pedestrianmasterplans.Staffassignedonthiscontractalsoconductspecializedstudies,includingtechnologyandtransportationstudies(MiamiLakes),bridgeextensionstudies(MiamiLakes),ComprehensiveOperationalAnalyses(NorthMiamiBeach,PalmettoBay),andVisionZero(Miami-DadeTPO).TrafficStudies:Trafficstudiescantakemanyformsbutareessentiallyattemptingtodeterminetheimpactofadevelopmentoraproject(transportationorotherwise)onthetransportationsystem.Todothisacomparativeanalysismustbeundertaken.Thesealwaysbeginwithdatacollectiontounderstandhowthesystemisperformingintheexistingcondition.Generally,ascopeofservicesisset,andalistofpertinentroadsandintersectionsarecounted.Thesecanbeasfewastheonesimmediatelyadjacenttoasite,oraslargeasseveralmilesfromanindividualsite.Theinitialanalysisincludesroadwaylevelofservice,transitlevelofservice,andbicycleandpedestrianlevelofservice.Theseconditionsareprojectedtothefutureplanninghorizonyears,generallyusingtheappropriatetrafficengineeringtools.Thiscanbedoneforasnearas1yearoutforanimmediatedevelopment,toasfaras25yearsoutforalong-rangetransportationplan.Thefutureyearsystemperformancewithouttheprojectismeasuredagainstthefutureyearsystemswiththeprojectorprojects.Deficienciesmustbemitigated.Eachmitigationmethodistesteduntilthesystemperformsfavorably.Forindividualtransportationprojectsatleastthreealternativesaretested,oneofwhichisa"nobuild"scenario.Thesealternativesareevaluatedastotheirimpacttotheenvironment,communityprofile,economicdevelopment,andtransportationlevelofserviceinthecommunity.Intensivepublicinvolvementistypicallyheldandultimatelyalocallypreferredalternativeisselected.TripGenerationImpact-ITETripGenerationManual11thEdition:Theevaluationoftheimpactfordevelopmentorredevelopmentprojectbeginswithcalculatingthenewtripsthataregeneratedbytheproject.TripgenerationcalculationsfortheproposeddevelopmentshouldbecompletedusingtherelevantlandusecodeforthesubmitteddevelopmentapplicationpertheInstituteofTransportationEngineers'(ITE)TripGenerationManual,11thEdition.Appropriatereductionsarecalculatedbasedonpassby,internalcapture,andmultimodalfactors.Onredevelopmentprojects,theexistinglandusethatisbeingeliminatedisprovidedasacreditinthetripgenerationcalculations.Therefore,thenettripsareusedinthetrafficanalysisforthefuturescenarios.TransportationDemandManagementStrategies:TransportationDemandManagement(TDM)Strategiesareproposedfordevelopmentprojectsinordertoreducetheimpactsoftheprojecttrafficonthesurroundingroadnetwork.Thetypicalmeasurestendtopromotebicycleuseandwalking,transituse,encouragecar/vanpooling,andofferalternativestotypicalworkhours.Often,themostcost-effectivewaytosolveaproblemrelatedtotransportationistomanagedemand.TDMfocusesonhelpingpeoplechangetheirtravelbehavior-tomeettheirtravelneedsbyusingdifferentmodes,travelingatdifferenttimes,makingfewertripsorshortertrips,ortakingdifferentroutes.Suchactionscanincludeofferingcommutersoneormorealternativetransportationmodesand/orservices,providingincentivestotravelonthesemodesoratnon-congestedhours,providingopportunitiestobetterlinkor"chain"tripstogether,and/orincorporatinggrowthmanagementortrafficimpactpoliciesintolocaldevelopmentdecisions.TheCorradinoTeamisfamiliarwithTDMmeasuresandhaveincludedthemonrecentdevelopmentprojects.CivilSitePlanningandDesignandLandUse,andLandUseandZoningCorradinounderstandsthatthistaskincludesthepreparationofsiteplansorplanningandzoningtasksasrequiredbytheCity.TheCorradinoGroup15Page56of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALUrbanPlanningandDesignPhilosophy:Thefirmisadeptaturbanplanninganddesign,havingdevelopedurbandesignplans,comprehensiveplans,comprehensiveplanelements,evaluationandappraisalreports,landdevelopmentcodesandregulations,ordinances,watersupplyelements,urbandesigncharrettes,workshopsandpublicinvolvementforcitiesacrossthestate.CorradinousesaninterdisciplinaryapproachforitsComprehensiveandStrategicprojects,takingaholisticapproachtoplanning,inclusiveoftheprinciplesofurbandesign,lookingatthescale,senseandflowoftheplace,andtheconnectionsofitspieces,people,buildings,andtransitinrelationtoeachother.Inkeepingwiththisphilosophyofholisticplanning,whichallowsforthecreationofidentityofplace,Corradinohasworkedwithcommunitiesthroughtheregioninblendingscale,form,andhumanbehaviorintoaplanwhichrecognizestheconnectionsinherentindevelopment.AtthecoreofCorradino'splanningpracticeisourabilitytolisten,evaluate,andtranslate.Weareexpertsatcommunicatingcomplexengineeringandplanningprinciplesinunderstandabletermstothepublicandelectedofficials,toenablethemtounderstandissuesandmakethebestdecisionspossible.Publicengagementisatthecoreofallourplanningprocesses,whichbeginswiththedevelopmentandverificationof,thevisioninganddirectionofthecommunity.Concurrently,dataprovidingamorescientificbackgroundtotheanalysisiscollectedandutilizedtopaintthestoryoftheneighborhoodsimpactedbythespecificproject.Inourexperience,positivemovementinprojectdevelopmentastheplansaremoldedfromconceptstovettedandembracedoutcomesbeginswithdialogueonthefactorsthatcreatethecommunitynarrative.EnvironmentalEngineering:Ourenvironmentalteam,ledbyMetricEngineering,offerstheCityofDoraltop-levelenvironmentalscientistscapableofaddressingalltheCity'senvironmentalneeds.Ourteamunderstandsthelocalenvironmentalconditionsandknowstheregulatorycommunity,thewatermanagementsystems,andthetransportationdemandsofthearea.MetricEngineering'senvironmentalstaffincludesaProfessionalWetlandsScientist,CertifiedArborist,CertifiedHorticulturalProfessionals,endangeredspeciesbiologists,andcontaminationexperts.MetricisalsoarecognizedleaderinenvironmentalplanningandhascompletedalllevelsofEnvironmentalAssessments,fromhundredsofCategoricalExclusionstomultipleEnvironmentalImpactStatements.Metric'slocalexpertisewithwetlandsandlistedspeciesisalsounparalleled.MetriccurrentlyrunstheWetlandsMonitoringprogramfortheCityofWeston,leadsenvironmentalpermittingforCEMEXInc.minesinMiami-DadeCounty,andregularlysecuresfederal,state,andlocalwetlandspermitsforourclients.Metric'sbiologistshaveperformedsurveysandmonitoringforFloridabonnetedbats,manatee,easternindigosnake,woodstork,andotherlistedspecies,andMr.MyershasledmultipleSection7consultationswiththeUnitedStatesFishandWildlifeService(USFWS).Whereriskofcontaminationisaconcern,Metricwillevaluatetheriskanddeterminewhatinvestigationsareneeded.Ifrequired,Metricwilldeveloparemediationorremovalplanthatassuresthesafetyofallstakeholders.BuildingRemodelingand/orNewConstruction:TheCorradinoTeamunderstandsthatthistaskmayincludetheconceptualdesign,structural,mechanical,electricalcalculationsandfinaldesignlayoutsandsketchesnecessarytoprepareacompletesetofbuildingplansandspecifications(biddocuments)formunicipalbuildings,maintenancefacilities,recreationbuildingsandanyothercityfacilities.AlldocumentswillbesignedandsealedbyaProfessionalEngineerand/orRegisteredArchitectregisteredintheStateofFlorida.Webelievethatdesigningwiththeenvironmentinmindenhancesourdesignopportunitiesandaddsvaluetotheproject.Multi¬usefacilities,largecampuses,industrialandcommercialcomplexeslooktoprovidetheiruserswithstrategicallyplannedsitesandfacilitiesthatnotonlymeettheircurrentrequirements,butalsoallowforfutureexpansionsandrenovation.CrimePreventionThroughEnvironmentalDesign(CPTED)isanintegralpartofdesignwork,alongwithADAcompliance.SincetheimplementationofFederalADArequirements,countlessclientshaveneededtoreviewtheirfacilitiesforcompliance.Reviewsinvolvethoroughmeasurementandreviewofexistingconditions;reportsandrecommendations;designalternatives;constructiondocumentation;andspecificationsforbidding.ThereviewofLifeSafetyCodeissuestoensurethatexistingfacilitiesareincomplianceisalsoastandardprocedureinallrenovationprojects.PlansReviewandPermitting:C.A.P.Government,Inc.(CAP)providesplansreview,permitting,inspection,departmentmanagement,emergencyoperationssupport,andcodecomplianceservicestogovernmentclientsthroughoutFlorida.CAP'SPlansExaminers,Inspectors,BuildingCodeAdministrators,Architects,andProfessionalEngineersareallstatecertifiedbytheDepartmentofBusinessandProfessionalRegulation(DBPR).AllMiami-DadeCountyandBrowardtechnicalstaffarecertifiedbytheStateofFloridaBoardofRulesandAppeals(BORA).CAP'SstaffwillensurethatallworkcomplieswiththeFloridaBuildingCode(FBC)andallotherapplicable,localstateandfederallaws.CAPoffersclientstechnicalexpertiseinthefollowingtradesidentifiedforallphasesofconstructionprojects:Mechanical,Fire,Zoning,Plumbing,Roofing,andtheAmericanswithDisabilityAct(ADA).TheCorradinoGroupPage57of19816 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALBuilding/ThresholdInspections:CAPhasprovidedBuilding/ThresholdInspectionstoMiamiDadeCollegeandFloridaInternationalUniversity.CAPwillprovideaFloridaProfessionalEngineer,licensedasaSpecialInspector(SI),withastrongbackgroundinstructuraldesignandinspectionswithspecificexperienceinThresholdInspectionsforstructures.TheSpecialInspectorvisitsthesiteonaregularbasisandwilldelegatethedailyinspectionstohisSiteInspector.CAPsupportpersonnelwillbeavailabletoassistwithinspectionreportsandadministrativeduties,asmayberequiredbytheconstruction.ContractAdministrationandConstructionEngineeringInspection(CEI):Corradinounderstandsthatthesetasksgenerallyincludeengineeringmanagementservicesnecessaryforthemanagement,supervisionofdesignandconstructionschedules,andanalysisofdesignconceptsthatmayincludevalueengineeringresponsibilities,supervisingthepreparationofengineeringstudies,engineeringplansandspecifications,contractcoordinationandcorrespondence,preparationofminutesforvariousmeetingsincludingbutnotlimitedtoutilitycoordinationandpreconstructionmeetings,constructionengineeringinspectionsandpublicinformationprograms.PRE-CONSTRUCTIONACTIVITIESCoordination:UndertheleadershipofSeniorProjectEngineers,wewillprovidetheinitialcoordination,scheduling,andcommunicationactivitiesessentialtoensuringtheproperfoundationisinplacepriortothestartofconstruction.Ourpre-constructionactivitiesbeginwithaconstructabilityandbiddabilityreviewoftheplans,assessmentofexistingutilities,documentationofexistingsiteconditions,andidentificationofallstakeholderstoplanourpublicinformationandinvolvementefforts.Ourpreconstructionplanreviewshavebeencrucialtothesuccessofmanyofourprojects.Wehavefrequentlybeenabletoidentifyopportunitiesforimprovement,especiallyintrafficcontrolandvalueengineering,whichwethenleveragetoachieveourcostandschedulegoals.TheProductionHand-OffMeetingisakeyelementofourpre¬constructionpreparations.Weusethatopportunitytohelpidentifystakeholdersandensurecontinuityandconsistencyinanycommitmentsmadetothirdpartiesduringtheplan'sdevelopmentprocess.WealsousethatmeetingtoestablisheffectivelinesofcommunicationwiththeEngineerofRecord,togettheminvolvedandengagedintheprocessofdeliveringasuccessfulexecutionoftheirplans.Utilities:Anotherkeypre-constructionactivitywillbetoreviewanddocumenttheutilitieslocatedwithintheprojectlimitsanddeterminecontactinformation;existinglocation;potentialforconflict;utilityrelocationschedule;andcurrentstatusofeachfacility.Oncethisinformationhasbeenobtainedandreviewed,CorradinowillscheduleaPre-UtilitymeetingwiththeContractorandthosecompanieswhosefacilitieswillremainincloseproximitytotheexcavationoperations.Togetherwewilldiscusspotentialconflictareasanddevelopproceduresand/orcontingencyplanstominimizeutilitydamage,potentialprojectdelaysandincreasedcosts.CONSTRUCTIONMANAGEMENTOversight:Corradino'sseniorengineersassignedtothiscontractwillmaintainoverallresponsibilityandaccountabilityforourteamduringconstruction.Theirprimaryfocuswillbeonthescheduleandkeyprojectissuesinordertodeliverprojectsontimeandwithinbudget.OurassignedProjectAdministratorforspecifictaskorderswillbeontheday-to-daymanagement,inspectorsupervision,andcontractadministration.EachProjectAdministratorwillbesupportedadditionallybyassignedstaffwithaprimaryfocusoncoordinationwithutilities,andmonthlyandfinalestimatefunctions.ConstructionInspection:Asystematicanddetailedinspectionprocessisanindispensabletooltoensureaqualityfinalproduct.Qualityisassuredbyverifyingcompliancewithallcontractrequirements.Timelyverificationofcomplianceduringtheconstructionprocessisessentialtopreventre-work,whichwoulddetrimentallyaffectour"OnTimeandWithinBudget"goal.OurtriedandtrueapproachtoensureacooperativeandeffectivejointQA/QCprocessbeginswithacommitmenttoPre¬Activitymeetings,heldatleasttwoweekspriortothestartofanewconstructionoperation.Thepurposeofthepre-activitymeetingsistoproactivelyreviewtherelatedplans,specifications,schedule,workplanandmaterialtestingrequirementsinordertoeliminateon-sitemisunderstandingsanddelays.Ourexperiencehasproventhesemeetingstobeaneffectivewaytopreventproblemsandallowfortheclearcommunicationofexpectationsinadvanceofallconstructionoperations.SCHEDULEOVERSIGHTTheCorradinoTeamunderstandstheprojectscheduleisthemostimportanttoolavailableforthesuccessfulmanagementofaproject.Projectschedulingmatchestheresourcesofequipment,materialsandlaborwithprojectworktasksovertime.Werealizethatcompetentschedulingcaneliminateproblemsduetoproductionbottlenecks,facilitatethetimelyprocurementofnecessarymaterials,andotherwiseensurethecompletionofaprojectassoonTheCorradinoGroup17Page58of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALaspossible.Incontrast,poorschedulingcanresultinconsiderablewasteaslaborersandequipmentwaitfortheavailabilityofneededresourcesorthecompletionofprecedingtasks.Delaysinthecompletionofanentireprojectduetopoorschedulingcanalsocreatehavocforownerswhoareeagertostartusingtheconstructedfacilities.Pre-SubmittalDiscussions:Afteraward,andpriortothepre-constructionconference,Corradinowillmeetwiththeprimecontractor'sstafftoshareinsights,expectations,andinformationthatmayassistintheirpreparationofthebaselineschedule.Themostwidelyusedschedulingtechniqueisthecriticalpathmethod(CPM).Thismethodcalculatestheminimumcompletiontimeforaproject,alongwiththepossiblestartandfinishtimesfortheprojectactivities.ReviewandApprovalRecommendation:Uponreceiptofthecontractor'sinitialschedule,Corradinowillreviewthesubmittaltoensurethescheduleiscomplete,reasonableandfreeoflogicerrors,consistentwiththecontractrequirementsintermsoftheoveralltimeandnecessarydetail,andthatactivitydurationsarerealisticbasedonthecontractor'splannedcommitmentofresourcesandexperience.CorradinowillthenprepareandsubmitareportwithfindingsandrecommendationstothecontractorandtheCity'sConstructionProjectManager.InternalSupplement:Corradinowillassistthecontractorinidentifyingsubmittalandcoordinationrequirementsinconnectionwiththework,andeitherintegratingthoserequirementsintothecontractor'sscheduleorpreparinganinternalsupplementtothescheduleforourtrackingandaction.Submittalrequirementsincludeshopdrawings,permitsandspecialtyitemreviewsubmittals,withcoordinationrequirementssuchasspecialevents,utilityadjustments,andspecializedinspections.Corradinowillobtainthecontractor'stwo-weeklook-aheadschedules,includingsubmittalandcoordinationrequirements,whichwillbereviewedinweeklyprogressmeetings.Theweeklyprogressmeetingswillfocusontwoareas:follow-upandlook-ahead.Thisfocusisimportantforthetimelyresolutionofissues,andfortheproactivemanagementoftheproject.Corradinowillmonitorthescheduleweeklywithactualstart,finish,andpercentcompleteinformationbasedonthedailyinspectionreports.ThisinformationwillbeagreeduponmonthlywiththeContractoralongwiththemonthlyprogresspayment.Positiveandnegativedeviationsfromtheschedulewillbeevaluatedjointlytodeterminethenecessaryactionstostayonapathofcontinuousprojectcompletion.SUPPLEMENTALTECHNIQUESInadditiontotheschedule,thereareothertechniquesthatwillbeutilizedtokeepallstakeholdersinthelooponprojectprogress,andensuretheprojectsaredeliveredsuccessfullywithtimelycompletion:PartneringandResolvingAllIssuesattheLowestPossibleLevel:Corradinoiscommittedtothe"partnering"processinitsprojectmanagementphilosophy.Authorityisdelegatedtothelowestresponsiblelevelforoperationalefficiency,andissuesordisputesareelevatedbeforetheygetpersonal.Atthepartneringworkshopforthisproject,ourstaffwillreviewandestablishwiththeContractorandtheConstructionProjectManager,aclearlydelineatedConstructionIssueEscalationProcess.ThisprocesswillclearlyidentifytherepresentativefromourCorradinoteam,theCity,andtheContractorthatwillbeinvolvedwithissueresolutionateachlevel.ADisputesReviewBoardwillalsobeusedtoensureafairandexpedientprocessisinplacetoresolveanyoutstandingissues.MinimizeDelaysDuetoPendingAnswersofRequestforInformation:TheimportanceofprovidingtimelyresponsestoRFIsinordertoavoidcostlydelayscannotbeoverstressed.Thiswillbecriticallyimportantduringtheutilityanddrainagephasesoftheproject,whereunforeseenconditionsinthedesignaremostlikelytooccur.WewilltrackallRFI'sgeneratedbythecontractorandimmediatelycontacttheEORforinitialandfinalresolutionoftheissue.IftheRFIrequiresstaffinvolvementforresolution,itwillbeforwardedtotheappropriatepersonnelwithintheCityoroutsideagencieswhentheirinputisrequired.InnovativeProblemSolving:TheCorradinoTeamofferstheabilitytoprovideexpertclaimsanalysisandconstructabilityreviewsfoundedbyourmanyyearsofconstructionexperience.Experiencehastaughtusthatourapproachtoclaimsreviewmustbeginwithopencommunicationandaprofessionalattitudetowardsallparties.Constructabilityreviewswillbeperformedbyprojectpersonnelpriortothefirstcontractdayandwillcontinuethroughoutthelifeoftheprojecttoensureseamlessperformanceofalloperations.ValueEngineering:ACEIconstructabilityreviewteamwillbeestablishedimmediatelyuponnotificationofselection.OurmainfocusduringthereviewwillbetoprovidefeedbacktotheEngineerofRecordonanypotentialconstructabilityissues,includingsolutions,ensuringthedesignminimizeslongtermmaintenancecosts.TheCorradinoGroup18Page59of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•PARTIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORAL"CERTIFIED"HIGHQUALITYPROJECTSTheonlywaytomanageaconstructionprojecteffectivelyandsuccessfullyistoplanallaspectsoftheworkbeforethefirstworkerorthefirstpieceofmaterialarrivesonthejobsite.Theprojectmanagementteam,includingCityStaffandthePrimeContractor,mustbeginplanningbeforethestartofconstructionuntiltheprojectiscomplete.Corradinounderstandsthatthemorethoughtputintoexecutingtheworkonthefrontend-foreseeingissues,clearingobstacles,ensuringtheplansandspecificationsareclearandconstructible-themorelikelytheCity'sgoalsrelatedtotime,money,qualityanddurabilityregardingtheimprovementswillbemetbytheprimecontractor.Tothatend,thefollowingareseveraloftheelementsthatwillbeutilizedtoensuresuccessfuldelivery:Contractor'sQCPlan:ThecontractorshallprepareaQualityControlPlaninaccordancewiththerequirementsofFDOTspecificationsfortheproductionandconstructionofasphalt,Portlandcementconcrete,earthwork,pre-stressedconcreteproductsanddrainageproducts.TheplanmustbesubmittedtotheEngineerandapprovedpriortoincorporatinganymaterialscoveredbytheQCPlanintotheproject.WewillensurethecontractorperformstheQualityControlsamplingandtestingasmandatedbytheSampling,Testing,andReportingGuide.Wewillensurepropertestresults,reportingintoaLaboratoryInformationManagementSystem(UMS),andsubmittalofthemonthlyandfinalcertification.FinalEstimate:Uponconstructioncompletion,CorradinowillassembleandsubmitaFinalEstimatesPackagetotheCity.Thepackageshallincludethefollowing-ContractTimeFolder,Engineer'sWeeklySummary/DailyReportofConstruction,MaterialCertificationPackage,AsphaltReports,CorrespondenceFolderandAs-BuiltPlans.DocumentationManagement:Corradinohascreatedandutilizedaprovensystemofdatabasestotrackallprojectdocumentationincludingcorrespondence,shopdrawings,materialcertifications,monthlyestimatesandchangeorders,andanoutstandingissuelog,ensuringrequireddocumentationissubmittedontime,andissuesareresolvedinatimelymanner.FocusareasincludePayItemVerification,ContractPayments,andPaymentAdjustments/ChangeOrders.MaintainingAgencyInvolvement:WewillconductmilestonereviewswithCitymaintenancestakeholderstoobtaintheirfeedbackregardingtheongoingworkactivitiesforbothprojects.Havingmaintainingagencyownershipoftheprojectearlyintheprocessensuresthatthereareminimaloutstandingissuesremainingwhentheprojectsarenearingcompletion.ThECORRADINOGROUPPage(RiskMitigation:Adetailedmethodtoaddresscostoverruns,scheduledelays,andscopecreepistodevelopariskregister,usedtofocusonkeyscopeitemsthatmightpresentarisktothescope,schedule,orbudget.AriskregisterisusefulinpreparingcontractdocumentlanguagetoaddressthesepotentialconditionsandprepareanActionPlanforeachcondition.Theactionplanisusedtomitigateexcessivecostsortimedelays.MaterialInspection:Forthiscontract,CorradinohaspartneredwithIntertek-PSItoprovidematerialinspection.Intertek-PSIhasprovidedconstructionmaterialstestingandinspectionservicestopublicagenciesinSouthFloridaforover35years.Theymaintaincompletefacilitiesandequipmentfortheinspectionandtestingofsoils,concrete,structuralelements,metals,pavement,roofingmaterials,andspecialtyitems.Inadditiontothesebasicservices,Intertek-PSIperformsafullrangeofconsultingengineeringservices,forensicevaluations,andqualityassurance/qualitycontrolforconstructionprojects.Intertek-PSI'skeyteammembershaveprovidedtheseservicesonhundredsofsuccessfullycompletedprojects,includingroadways,utilities,andotherfacilities.Intertek-PSIconsistentlymaintainscertificationbyallpertinentregionallyandnationallyrecognizedtestinglaboratorycertificationbodiesrelativetothetypesoftestingnormallyperformedinourindustry.Allmeasurementequipmentandinstrumentsareroutinelyinventoried,marked,andcalibratedinaccordancewiththeNationalBureauofStandards.Inadditiontocertification,thetestingproceduresareconductedundertheguidelinesofASTME329whereapplicable.Astateregisteredengineeroverseesallinspectionandmaterialstestingprocedures.LandscapeDesign:Curtis+RogersDesignStudio,Inc.(C+R)willserveasourleadforLandscapeArchitecture/PlanningServices.C+Rdesignenvironmentsusingaprocessthatemphasizescreativityandinnovationwithinthecontextofrationalproblemsolving.Cultural,economic,environmental,socialforces,sustainabilityandcurrentclimatechangedynamicsarestrongdeterminantsofdesign.C+R'spracticeisfoundedonacollaborativeapproachwhichstressesinteractionbetweenclients,fellowdesignprofessionals,andC+R.C+R'sinspirationfordesignexpressiongrowsfromanappreciationforcontext,andanunderstandingofprogram.Contextincludestheunderstandingoftheinfluencesofaphysicalsetting,thehistoryandcultureofanarea,andfromopportunitiesandconstraintsthatgrowfromtheprogram.C+R'sexpressionisadirectresultoftryingtomaximizethesocialbenefitsandatthesametimeminimizetheimpositionoftheman¬madeenvironmentonthenaturalsetting.19of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTPARTIIRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALIDENTIFICATIONOFQUALIFIEDENTITIESProposersmusthaveexperienceinallrelatedareasdescribedinSection3.1oftheRFQ.Accordingly,ProposersshallspecifywhethersuchexperiencerequirementissatisfiedbytheProposerand/oranyofitsproposedsubcontractorsbyidentifyingtheapplicableentitywiththecategoryofexperienceandapplicableyearsofexperience.ResumesandexperiencesubmittedwiththeProposalmustspecifyandsubstantiatetheexperienceandqualificationsprovidedherein.Supplementinthesameformatasbelow,asneeded.CategoryQualifiedEntity(ies)YearsofExperienceRoadwayandDrainageDesignTheCorradinoGroup,Inc.Miller,Legg&Associates,Inc.5259StructuralDesignChromeEngineering,Inc.5TrafficEngineeringandTransportationPlanningTheCorradinoGroup,Inc.52CivilSitePlanningandDesignincludingLandUseTheCorradinoGroup,Inc.PlusUrbia,LLC5225EnvironmentalEngineeringMetricEngineering,Inc.47LandUseandZoningTheCorradinoGroup,Inc.PlusUrbia,LLC5225BuildingRemodelingand/orNewConstructionChromeEngineering,Inc.5PlansReviewandPermittingCAPGovernment,Inc.34Building/ThresholdInspectionsCAPGovernment,Inc.34ContractAdministrationTheCorradinoGroup,Inc.52ConstructionEngineeringInspection(CEI)MetricEngineering,Inc.47MaterialInspectionIntertek-PSI21ProjectManagementTheCorradinoGroup,Inc.52LandscapeDesignCurtis+RogersDesignStudio,Inc.Miller,Legg&Associates,Inc.3259TheCorradinoGroupPage61of19820 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONSPARTI-CONTRACT-SPECIFICQUALIFICATIONSA.CONTRACTINFORMATION1.TITLEANDLOCATION(CityandState)GeneralEngineeringandArchitecturalServices,Doral,FLB.ARCHITECT-ENGINEERPOINTOFCONTACT2.PUBLICNOTICEDATE3.SOLICITATIONORPROJECTNUMBEROctober5,2023RFQ2023-084.NAMEANDTITLEEdwardNg,MPP,MPL,AICP5.NAMEOFFIRMTheCorradinoGroup,Inc.6.TELEPHONENUMBER7.FAXNUMBER8.E-MAILADDRESS305.594.0735N/Aeng@corradino.comC.PROPOSEDTEAM(Completethissectionfortheprimecontractorandallkeysubcontractors.)(Check)9.FIRMNAME10.ADDRESS11.ROLEINTHISCONTRACTPRIMEJ-VPARTNERSUBCON¬TRACTORa.0TheCorradinoGroup,Inc.CHECKIFBRANCHOFFICE4055NW97thAvenueSuite200Doral,FL33178RoadwayandDrainageDesign,StructuralDesign,TrafficEngineeringandTransportationPlanning,CivilSitePlanningandDesignIncludingLandUse,LandUseandZoning,ContractAdministration,ProjectManagementb.0C.A.P.Government,Inc.0CHECKIFBRANCHOFFICE343AlmeriaAvenueCoralGables,FL33134PlansReviewandPermitting,BuildingThresholdInspectionc.0MetricEngineering,Inc.CHECKIFBRANCHOFFICE13940SW136thStreetSuite200Miami,FL33186EnvironmentalEngineering,Building/ThresholdInspection,CEId.0Curtis+RogersDesignStudio,Inc.0CHECKIFBRANCHOFFICE7520S.RedRoadSuiteMSouthMiami,FL33143LandscapeDesigne.0ChromeEngineering,Inc.0CHECKIFBRANCHOFFICE16650SW88thStreetSuite205Miami,FL33196BuildingRemodelingandNewConstructionf.0Plusurbia,LLCCHECKIFBRANCHOFFICE1385CoralWayPH401Miami,FL,33145CivilSitePlanningAndDesignIncludingLandUse,LandUseandZoningTheCorradinoGroup21Page62of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONSC.PROPOSEDTEAM(continued)(Completethissectionfortheprimecontractorandallkeysubcontractors.)(Check)9.FIRMNAME10.ADDRESS11.ROLEINTHISCONTRACTPRIMEJ-VPARTNERSUBCON¬TRACTORg-0Miller,Legg&Associates,Inc.1845NW112AvenueSuite211Miami,FL33172LandscapeDesignh.0CHECKIFBRANCHOFFICE0ProfessionalServiceIndustries,Inc.(PSI)Industries,Inc.7950NW64thStreetMiami,FL33166Geotechnical,MaterialInspectioni.0CHECKIFBRANCHOFFICE0LambertAdvisory,LLC100BiscayneBoulevardSuite2510Miami,FL33181EconomicDevelopmentStudiesCHECKIFBRANCHOFFICED.ORGANIZATIONALCHARTOFPROPOSEDTEAM[7](Attached)TheCorradinoGroup22Page63of198 Page64of198DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTORGANIZATIONALCHARTQA/QCOFFICERGorkyCharpentier,PE,CGC(C)MarkAlvarez(C)RFC2023-03GENERALENGINEERINGANDARCHITECTURALSERVICESDORALDORALPRINCIPAL-IN-CHARGEMikeCiscar,PE(C)PROJECTMANAGER[JosephM.Corradino,AICP(C)LEGEND(c)TheCorradinoGroup,Inc.(CAP)CAPGovernment,Inc.(ME)MetricEngineering,Inc.(CR)Curtis+RogersDesignStudio,Inc.(CE)ChromeEngineering,Inc.(P)PlusUrbia,LLC(ML)Miller,Legg&Associates,Inc.PSIProfessionalServiceIndustries,Inc.(LA)LambertAdvisory,LLCROADWAYANDDRAINAGEDESIGNGorkyCharpentier,PE,CGC(C)MarvinGuillen(C)FranciscoLeon,PE(C)MichaelWills,PE(C)GEOTECHNICALJuanD.Villegas,PE(PSI)JoseGomez,PE,MSc,D.GE,F.ASCE(PSI)CamiloMonroy(PSI)SURVEYINGMartinRossi,PSM(ML)SandroElvir,CSTI(ML)DRAINAGEJoaquinMojica,PE(ML)CarlosVazquez,El(ML)STRUCTURALDESIGNJorgeACanales,PE(CE)OscarJ.Cruz,PE(CE)TRAFFICENGINEERINGANDTRANSPORTATIONPLANNINGEricCzerniejewskl,PE,ENVSP(C)GeraldBolden,PE,PTOE(C)VanessaSpatafora,PE(C)JosephM.Corradino,AICP(C)EdwardNg,AICP(C)MarkAlvarez(C)PLANSREVIEWANDPERMITTINGAndresGonzalez,PE(CAP)LuisPerez,PE(CAP)OscarAlvarez,PX,BN(CAP)RobertoVich,RA(CAP)CIVILSITEPLANNINGANDDESIGNINCLUDINGLANDUSEKathrynLyon,AICP,CFM(C)ScarletHammons,AICPCTP(C)MarkAlvarez(C)EdwardNg,AICP(C)GorkyCharpentier,PE,CGC(C)MarvinGuillen(C)MeganMcLaughlin,AICP(P)DavidSotoPadin(P)ManuelDeLemos(P)ENVIRONMENTALENGINEERINGRyanSt.George,MS(ME)G.RobertMyersIII(ME)CaitlinHill,MS(ME)BUILDINGREMODELINGAND/ORNEWCONSTRUCTIONJorgeACanales,PE(CE)OscarJ.Cruz,PE(CE)LANDUSEANDZONINGEdwardNg,AICP(C)ScarletHammons,AICPCTP(C)KathrynLyon,AICP,CFM(C)MarkAlvarez(C)JuanMullerat(P)DylanGehring(P)BUILDING/THRESHOLDINSPECTIONAndresGonzalez,PE(CAP)LuisPerez,PE(CAP)OscarAlvarez,PX,BN(CAP)RobertoVich,RA(CAP)MATERIALINSPECTIONJuanD.Villegas,PE(PSI)JoseGomez,PE,MSc,D.GE,F.ASCE(PSI)CamiloMonroy(PSI)PROJECTMANAGEMENTGorkyCharpentier,PE,CGC(C)MarvinGuillen(C)FranciscoLeon,PE(C)MichaelWills,PE(C)LANDSCAPEDESIGNAidaM.Curtis,RLA,ASLA(CR)RafaelJ.Ferrer,ASLA(CR)JennieRogers-Pomaville(CR)MiguelJuncal,RLA,CA(ML)AndrewPereda,MLA(ML)ECONOMICDEVELOPMENTSTUDIESEricLiff(LA)PaulLambert(LA)TheCorradinoGroup23 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC119.RELEVANTPROJECTSabc.de17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•ProfessionalEngineer,FloridaNo.004324418.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)•FDOTSustainedSuperiorAccomplishmentAward•FDOTJayW.BrownAward,ManageroftheYear•FDOTBenG.WattsAwardLeaderoftheYear•TEAMFLChairman’sAwardfor95ExpressPhase1and2E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)•BSCivilEngineering,UniversityofFlorida,198512.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEMikeCiscar,PEPrincipal-in-Chargea.TOTAL32b.WITHCURRENTFIRM22(1)TITLEANDLOCATION(CITYANOSTATE)FDOTD6SR826/PalmettoExpresswayPD&EStudy\Miami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/|CheckifprojectperformedwithcurrentfirmProjectManager.ThepurposeofthisPD&EStudyistoevaluatealternativesforthewideningofthePalmettoExpressway,SR826,alimitedaccessfacility,fromUS1/SR5toSR836/DolphinExpressway,approximatelyMP0.0toMP7.076fortheinclusionofexpresslanesalongthecorridor.ThisprojectisintendedtocomplementandsupporttheSR826/SR836InterchangeImprovements(SectionFive),SR826.(1)TITLEANDLOCATION(CITYANDSTATE)PD&EServicesforWideningSawgrass,Florida’sTurnpikeEnterpriseBrowardCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectManager.ThepurposeofthisPD&EStudyistoevaluatealternativesforthewideningoftheSawgrassExpressway,SR869,fromsouthofUS441(SR7)toPowerlineRoadandalongtheFlorida’sTurnpike(SR91)approximatelyonemilenorthandsouthoftheSawgrassExpresswayInterchange.Closecoordinationshallbeperformedwiththedepartment'sPD&EstudyforthewideningoftheSawgrassExpressway.(1)TITLEANDLOCATION(CITYANDSTATE)SR924/GratignyParkwayPD&EStudy,MDXMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.MajorhighwayextensionbetweenSR826andtheFlorida’sTurnpike,includingnewconnectionsystempoints,thedevelopmentofnewstructures,existingrampimprovements,interchangeanalysis,environmentalstudies,extensivepublicoutreach,andITStechnologiesimplementation.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD6-SR826/PalmettoExpresswayEast-WestManagedLanesPD&EStudyMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2017CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmPrincipal-in-Charge.MajorhighwayextensionbetweenSR826andtheFlorida’sTurnpike,includingnewconnectionsystempoints,thedevelopmentofnewstructures,existingrampimprovements,interchangeanalysis,environmentalstudies,extensivepublicoutreach,andITStechnologiesimplementation.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD6•SR826/PalmettoExpresswayNorth-SouthManagedLanesPD&EStudyMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2013CONSTRUCTION(ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[✓]CheckifprojectperformedwithcurrentfirmDeputyProjectManagerandPublicInvolvementManager.CE-IIstudytoaddmanagedlanesalongtheSR826/PalmettoExpresswaycorridorfromSR836/DolphinExpresswayto1-75,withtheobjectiveofimprovingmobility,relievingcongestionandprovidingadditionaltraveloptionsinthearea.LocationDesignConceptAcceptance(LDCA)wasobtainedinarecordtimeof12months.ThecorradinoGroupPage65of19824 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEJosephM.Corradino,AICP13.ROLEINTHISCONTRACTProjectManager14.YEARSEXPERIENCEa.TOTAL27b.WITHCURRENTFIRM26IS.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)•MACommunityPlanning,UniversityofCincinnati,1992•BAGeography,VillanovaUniversity,Geography,199017.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•AmericanInstituteofCertifiedPlanners(AICP)FloridaNo.01203218.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)•AmericanPlanningAssociation(APA)AwardforOutstandingMobilityProject:PalmettoBayTransportationMasterPlan•APAAwardforExcellence:MiamiBeachMunicipalMobilityStudy|Clearwater“OneCity,OneFuture”StrategicPlan•APAAwardforOutstandingAchievement:AltonRoadTrafficCalming(TransportationConcurrencyManagementAreas19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CITYANDSTATE)CityofHomesteadGeneralPlanningServicesHomestead,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmDevelopmentServicesDirector.CompleteComprehensivePlanFutureLandUsePlanMapamendments,rezoningofcity-ownedpropertiesindowntownHomesteadandamendingthezoningcodetoallowforpublicandretail/entertainmentfacilities.Mr.CorradinooverseestheBusinessLicensingDivision,thePlanningandZoningDivision,andtheBuildingDivision.Thisdepartmenthasacombinedbudgetofnearly$2million.Thisyearitissuedabout5,000permits,andover13,000inspections,generatingalmost$4millioninrevenue.Thedepartmentrenewsalmost2,500businesslicensesandprocessesnearly80publicoradministrativehearingsannually.b.(1)TITLEANDLOCATION(CITYANDSTATE)TownofCutlerBayComprehensivePlan,ZoningCodeCutlerBay,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[✓]CheckifprojectperformedwithcurrentfirmPrincipal-in-Charge.CorradinoservesastheTown’sGeneralConsultantassistingwithtransportation,planningandcivilengineeringprojects.AspartofthisGEScontract,CorradinoproducedtheTransportationMasterPlanandcompletedtrafficcalminganalyses.CorradinoledtheefforttowritetheTowns’ComprehensivePlan,whichledtoasignificantintensificationanddiversificationofthelandusesintheSouthlandMallarea.Thisactivityiscriticalinprovidingthelanduseintensityrequiredtosupportmasstransit.c.(1)TITLEANDLOCATION(CITYANDSTATE)CityofHomesteadGeneralPlanningServicesHomestead,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.OverseestheBuildingDepartmentandPlanning/ZoningDepartmentonaconsultingbasis.HewasinchargeofadministeringtheCity’sComprehensivePlanandLandDevelopmentCode.HomesteadhasbeenoneofthefastestgrowingcitiesinAmerica,andheleadstheprocessingofalltheirapplicationsfordevelopmenteachyear.HomesteadisthesouthernterminusoftheUS-1buslanes,andcriticalterminalnodeintheSMARTPlansystem.d.(1)TITLEANDLOCATION(CITYANDSTATE)Miami-DadeCountyTPOSMARTPlan/NorthCorridorMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[✓]CheckIfprojectperformedwithcurrentfirmProjectManager.In2016,theMiami-DadeTPOGoverningBoardpassedtheStrategicMiamiAreaRapidTransit(SMART)Planrecognizingthecommunity'slong-standingdesiretoadvanceaprogramofrapidtransitandsupportingprojectstoaddressthemobilityneedsthroughoutMiami-DadeCounty.ThesixSMARTCorridorsare:NorthCorridor(NW27thAvenue);SouthDadeTransitWay;Tri-RailCoastalLink(Northeast/FECCorridor);East-WestCorridor(SR-836);KendallCorridor;andBeachCorridor.e.(1)TITLEANDLOCATION(CITYANDSTATE)TransportationMasterPlan,GeneralPlanning&EngineeringServicesDoral,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmPrincipal-in-Charge/ProjectManager.DoralalignswiththeEast/WestCorridor.TheissuehereisthatDoralhasanexplodingdowntown.TheCityhasworkeddiligentlysinceincorporationtore-landuseand“upzone”thecommunity.CorradinodevelopedtheCity'sfirsttransportationmasterplan;revieweddevelopmentsmovingthroughthepublichearingprocess.TheCorradinoGroupPage66of19825 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEGorkyCharpentier,PE,CGCQA/QCOfficera.TOTALb.WITHCURRENTFIRM31216.EDUCATION(DEGREEANDSPECIALIZATION)•BSCivilEngineering,CatholicUniversityofEcuador,198717.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•ProfessionalEngineer,FloridaNo.47523•CertifiedGeneralContractor,FloridaNo.CGC061113•StandardInspector,Florida18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Gorkyhasmorethan30yearsofexperienceindesignandmanagementoftransportationandmunicipalprojectsduringdesignandconstructionstages.HisFloridaDepartmentofTransportation(FDOT)andMunicipalexperienceincludesthemanagementofgroupsandteam.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CITYANDSTATE)BrightlineAt-GradeRailroadCrossingsPalmBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(Ifapplicable)2023(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmRoadwayLead.ResponsibleformodificationstoalltheintersectingroadswiththeFECrailroadtracksonPalmBeachCounty,MartinCountyandSt.LucieCounty.Thescopeincludedroadway,signingandpavementmarkingandconstructionlayoutplansfor74railroadcrossings.b.(1)TITLEANDLOCATION(CITYANDSTATE)GoldenGladesInterchange-MasterTCPDevelopmentMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)2025(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[✓]CheckifprojectperformedwithcurrentfirmProjectManager.ManagethedevelopmentofaMasterTCPdesignfortheGoldenGladesInterchange;a$600MinterchangeprojectconsistingofatotalofninesegmentsbeingdesignedbysixdifferentengineeringfirmsfortheFloridaDepartmentofTransportationDistrict6.AnalyzeTCPdesignalternativesforconstructabilityandfeasibilitywhilemaximizingsafetyandminimizingimpactstothetravelingpublic.c.(1)TITLEANDLOCATION(CITYANDSTATE)NE203s',RoadwayIntersectionImprovementsbetweenSR5/US-1Miami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(Ifapplicable)2024(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.Theprojectconsistsoftheremovalofanat-gradevehicleandpedestrianrailroadcrossing,theconstructionoftwonewrampbridges,wideningofanexistingbridgeandtheconstructionofapedestrianbridge.Inaddition,therearemultiplesignals,lighting,anddrainageimprovements.d.(1)TITLEANDLOCATION(CITYANDSTATE)SR826/PalmettoExpresswayProjectfromSR924/1-75InterchangetowestofNW17AvenueMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmOwner’sRepresentative.Coordinatedthedesignamongthe6differentconsultants.TheservicesincludedtoprovideGeneralEngineeringConsultantServicestosupportthedepartmentinthemanagementofandsubmittalofthisproject.Thescopeincludedsubmittalreviews,analysisofdesignissues,coordinationwithDistrictDesignEngineer,publicpresentations.ThisprojectincludesthereconstructionofSR826toprovidethreegeneralpurposelanes,auxiliarylanesandexpresslanesineachdirectionfromI-75toI-95.Improvesidewalksandbicyclelanesalongthefrontageroads,installanewITS,lighting,anddrainagesystems.e.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD5•1-4UltimatePublicPrivatePartnership,Design-BuildOrangeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2017CONSTRUCTION(Ifapplicable)2023(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmProjectEngineerQA/QC.Theprojectconsistsofreconstructionofa21-milesectionofI-4.ResponsiblefortheQA/QCofRoadwayandTCPdocumentsinArea4(MaitlandBlvdtoSR434).TheCorradinoGroupPage67of19826 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEMarkAlvarezQA/QCOfficera.TOTAL30b.WITHCURRENTFIRM616.EDUCATION(DEGREEANDSPECIALIZATION)•MSCity&RegionalPlanning,OhioStateUniversity,1992•BSBusinessOperationsManagement,OhioStateUniversity,198817.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Markisaprofessionalplannerwith30yearsofexperienceintransportationplanning,landdevelopmentanalysis,infrastructureprogrammingandenvironmentalimpactanalysis.Hisexperienceprovidesholisticapproachesforintegratedsolutionstowardsustainableandresilienturbandevelopmentthatisfocusedondevelopingsociallyandeconomicallyviablemobilityplansthatleveragepublic,business,andgovernmentresourcestogether.19.RELEVANTPROJECTSI|Checkifprojectperformedwithcurrentfirm(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEabde.ProjectManager.Developedadetailedfeasibleplanforademonstrationprojecttoprovideelectric,sharedvehiclestocompletethe“lastmile”forMetroRailstations,withthedualpurposestointroduceelectricvehicles(EV)toincreasetheirmarketpenetrationandincreasetransitusage.Additionally,performedapreliminaryfeasibilityanalysistoutilizebattery-electricbusesalongtheBusway.Workincludedextensivequantitativemarketanalysis,EVtransitinfrastructureplanning,andnationalbenchmarkingofcarsharingprograms.(1)TITLEANDLOCATION(CITYANDSTATE)VillageofPalmettoBayPlanningandZoningDirectorPalmettoBay,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmInterimPlanning&ZoningDirector.Corradinoistaskedwiththeoverallplanning,administration,management,operationsandproblemsolvingofthePlanning&ZoningDivision.Mr.Alvarezroleistoprovidestaffsupport,landusezoningandcomprehensiveplanningfortheVillage.Recentprojects:concurrencyandimpactfeereview;transitandparkinganalyses;andassistancewithgeneralplanning.(1)TITLEANDLOCATION(CITYANDSTATE)Miami-DadeTPOFirst-Mile/Last-MileMobilityStudyMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2018CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE|7]CheckifprojectperformedwithcurrentfirmProjectManager.ThisstudyevaluatedthestateofFirstMile/LastMile(FLM)mobilitystrategiesandinfrastructurenationwide.BeyondreviewingbestpracticesfortransferencetotheMiami-Dadearea,thestudyexploredbasicurbantraveldemandassumptions,infrastructurecharacteristicsandmobilitydeliverymodelstodevelopabasisforaground-upunderstandingofhowandwhentoimplementdifferentFLMstrategiesbasedondevelopmentcontextsandprimarycorridortransitcharacteristics.(1)TITLEANDLOCATION(CITYANDSTATE)NorthMiamiBeachBoulevard(SR-826)CorridorStudyNorthMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2017CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmLeadAnalyst.Ledanalysisandrecommendationstoimprovetrafficoperations,landuseandparkingregulationstosupportcommercialrepositioningofthe5-milecommercialcorridortostimulateeconomicdevelopmentandsupporttheestablishmentofaparallelcommunitycommercial“mainstreet".(1)TITLEANDLOCATION(CITYANDSTATE)CityofCoralGablesTOD,PaseodelaRivieraCoralGables,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmTransportationPlanner.PeerReviewofTransitOrientedDevelopment(TOD)proposedfortheMetrorailUniversityStationwithrelevanceto:transit-supportiveefficacy;transitstationutilizationanalysis;consistencywithFDOTFloridaTODGuidebookandnationalbestpractices;areaandneighborhoodcompatibility;consistencywiththeCity’sComprehensivePlanandzoningcode;andcommunityinputatcharretteandvisioningprocesses.(1)TITLEANDLOCATION(CITYANDSTATE)DriveElectricFlorida,VolumeIIMiami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2014CONSTRUCTION(ifapplicable)N/ATheCorradinoGroup27Page68of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEEdwardNg,MPP,MPL.AICP13.ROLEINTHISCONTRACTTransportationPlanning/LandUseandZoning14.YEARSEXPERIENCEa.TOTAL11b.WITHCURRENTFIRM1015.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)•MasterPublicPolicy,UniversityofSouthernCalifornia,2012•MasterPlanning,UniversityofSouthernCalifornia,2012•BAPlanningandPublicPolicy,RutgersUniversity,200817.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•AmericanInstituteofCertifiedPlanner(AICP)No.2892718.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)•RobertBillerAwardforBestPerformanceintheMPPPracticum•OutstandingGraduateStudentLeaderAward•SPPDAcademicCapstoneAchievementAward•LGBTServiceAward,USC19.RELEVANTPROJECTSabde(1)TITLEANDLOCATION(CITYANDSTATE)CityofFortLauderdaleComprehensivePlanFortLauderdale,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifopplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.ReviewofmajorissuesaspartofEARupdate.Conductinganalysisofeconomicconditionsanddevelopment,transportation,landuse,andurbandesign.ProvidedsupportinprovisionofallstatutorilyrequiredmapsfortheEAR.CurrentprojectmanagerfortheDataandAnalysis(VolumeII)ofthereport.(1)TITLEANDLOCATION(CITYANDSTATE)CityofNorthMiamiOptimizingtheNoMiExpressNorthMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2016CONSTRUCTION(Ifopplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE|7]CheckifprojectperformedwithcurrentfirmProjectManager.Thisstudyevaluatedthecurrent4-routeNoMiexpresssysteminNorthMiami,FL.Analysisincludesthepotentialreroutingandretimingofthecirculatorsystem,newtechnologyanditsapplicabilityfortransitmanagement,investigatingconnectionswithMiami-DadeTransit,andthecirculatorsinNorthMiamiBeach,BalHarbour/Surfside/BayHarborIslandsandMiamiShores.Thisprojectevaluatedthefinancialstructureandprojecteddemandsforthecirculatoranditscontinuousfunding.(1)TITLEANDLOCATION(CITYANDSTATE)TownofCutlerBayCompleteStreetsCorridorAnalysisCutlerBay,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2016CONSTRUCTION(Ifopplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.ThisstudydevelopedguidancethroughthedevelopmentofstreetspecificcrosssectionstoimplementCompleteStreetsforfourcorridorsinCutlerBay(NW87thAvenue,MarlinRoad,GulfstreamRoad,andFranjoRoad),basedontheTown'sroadwayscharacteristics,currentconditionsandpedestrian,bicycleandtransitfacilities.Additionally,policiesrelatedtoimplementationwerereviewedtoproviderecommendationsforchangestothelocalcodeofordinances.(1)TITLEANDLOCATION(CITYANDSTATE)CityofHomesteadGeneralServicesHomestead,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2014CONSTRUCTION(Ifopplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmSeniorPlanner.Evaluatedexistingordinancesandordinancerevisions.ProvidedstaffreportsonimpactanalysesofproposedchangesandGISsupport.PerformedQA/QCofmaps,databaseupdates,andArcGIStechnicaladvice.Reviewedsiteplansandover100zoningchangeordinancesadoptedbytheCityofHomesteadbetween1993and2014toincorporateallzoningchangesintoanupdatedandcurrentzoningmap.(1)TITLEANDLOCATION(CITYANDSTATE)VillageofKeyBiscayneTransitMobilityPlanKeyBiscayne,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifopplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.EvaluatedSafeRoutestoSchoolforKeyBiscayneK-8Center.Reportanalyzedpedestrian,bicycling,andsafetytothisschool,includedoutreachtothecommunity,andprovidedrecommendedroutesandfacilityimprovements.FundingapplicationswerealsopreparedfortheseprojectsonbehalfoftheVillage,whichresultedina$837,000grantforimplementation.TheCorradinoGroupPage69of19828 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC117.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)19.RELEVANTPROJECTSabde.18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Mr.Guillenhas25yearsofexperienceinthefieldofCivilEngineering.Hehasvastexperienceinhighwaydesignandmunicipalroadwaystreetdesign.HehaspreparedTechnicalSpecialProvisionsandprocessedallthenecessarypermitsfortheconstructionofseveralprojects.HehasbeentheDesignEngineerforseveralinterchangesfortheFloridaDepartmentofTransportationandthedesignerofseveralroadwaystreetprojectsforthecityofHialeahandMiami-DadeCounty.E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)•BSCivilEngineering,UniversityofMiami,198712.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRMMarvinGuillenRoadwayandDrainageDesign3030(1)TITLEANDLOCATION(CITYANDSTATE)OceanaBalHarbourSignalizationImprovementsMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectEngineer.EngineeringandpermittingservicesforthesignalizationmodificationattheintersectionofSRA1A/CollinsAvenueandHarborWaytoaccommodatethecondominiumdevelopmentOceanaBalHarbour.Workincludedtherelocationofthepedestriansignalizationfromtheexistingmastarmstoproposedpedestriansignalpedestalsadjacenttothenewcrosswalklocations.(1)TITLEANDLOCATION(CITYANDSTATE)SR-907/AltonRoadReconstructionMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[71CheckifprojectperformedwithcurrentfirmProjectEngineer.AssistinthedesignandpreparationoftheTrafficControlPlanfrom43rdSt.toPineTreeDr.consistingofa3-Phaseapproachwhichproposesalarge/safeworkzonewhiledecreasingoverallconstructiontime.Thissegmentalsoincludestrafficcrossoversandtemporarysignalization.TheTrafficControlPlanfromPineTreeDr.toeastofAllisonRd.consistsofa4-Phaseapproachwhichincludestemporarysignalizationanddetailsfortheproper/safemaintenanceoftrafficupstreamanddownstreamofabasculebridgeadjacenttotheprojectterminus.(1)TITLEANDLOCATION(CITYANDSTATE)SR-826/PalmettoExpresswayRRRMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectEngineer.ResponsibleforthedesignandpreparationofcontractdocumentsdetailingtheRRRofSR826/PalmettoExpresswayfromitssouthernterminusatSR5/US1/S.DixieHighwaytojustnorthofSR878/SnapperCreekExpressway.Includesupgradingsubstandardguardrailterminals,replacementofguardrailtobridgerailingtransitions,upgradingofbridgerailingwithverticalfaceretrofit,replacementofbridgeexpansionjointsandreplacementofallpavementmarkings.(1)TITLEANDLOCATION(CITYANDSTATE)SR-997/KromeAvenueInterimResurfacingMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[71CheckifprojectperformedwithcurrentfirmProjectEngineer.Responsibleforthedesignandpreparationofcontractdocumentsdetailingthemaintenanceresurfacingon6segmentsofSR997/KromeAvenuefromSW297thStreettoSW136thStreet.TwooftheprojectsareclassifiedasRRRandtheotherfourprojectsareclassifiedasPavementOnlyProjects(POP).(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD6-1-75ExpressLanesfromCountyLinetoSR-826Miami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2013CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[71CheckifprojectperformedwithcurrentfirmProjectEngineer.ResponsibleforthedesignandplanspreparationfordesignbuildRFPdocuments.Thescopeconsistedintheaddingtwoexpresslanesinthe1-75medianwithanegressandaningressaccesspoint.TheCorradinoGroupPage70of19829 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRMFranciscoJ.Leon,PERoadway&DrainageDesign253TheCorradinoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•BSCivilEngineering,FloridaInternationalUniversity,1997•ProfessionalEngineer-Florida,No.6550218.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)19.RELEVANTPROJECTSa.b.c.d.e.(1)TITLEANDLOCATION(CITYANDSTATE)TheCorradinoGroupDoral,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectEngineer.Engineeringdutiesincludeinitialdesignconceptanddesignalternatives;plansproductionandteammanagement,scheduling,quantitiescalculations,costanalysisandfeasibility,coordinationofworkwithclients,subcontractors,utilityagenciesandotherprincipals;preparationofspecificationsandreports;andconstructionassistanceduties(1)TITLEANDLOCATION(CITYANDSTATE)Miami-DadeCountyPublicWorksDepartmentMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2013CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmProjectManager.ManagedmiscellaneousROWengineeringprojectsincludingin-houseprojectsfrominitialdesignconceptanddesignalternatives;plansproductionandteammanagement,scheduling,quantitiescalculations,costanalysisandfeasibility,permining,worKcoorainanonanoconsirucrionsuppon.riansreview;sno3arawmgsreview,worKSiieinspections,ere.(1)TITLEANDLOCATION(CITYANDSTATE)CalvinGiordano&AssociatesMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2003CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmProjectEngineer.Responsiblefordesign,plansproduction,quantitiescalculations,coordinationofworkwithclients,andgeneralsupportinthecompletionofexistingprojects(1)TITLEANDLOCATION(CITYANDSTATE)R.J.Behar&CompanyMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2002CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmProjectEngineer.Dutiesincludeddesignalternatives,plansproduction,aswellaspreparationofspecificationsandreports;andconstructionassistanceduties.(1)TITLEANDLOCATION(CITYANDSTATE)TheCorradinoGroup,Inc.,d.b.a.CarrSmithCorradinoMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2000CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmDesignEngineer.Dutiesincludedthepreparationofdrawingsaswellasdesignofwater,sewer,anddrainageimplementation.Alsopavingandgradingofthesiteincludingroadwayandparkingareas.TheCorradinoGroupPage71of19830 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEMichaelWills,PE13.ROLEINTHISCONTRACTRoadway&DrainageDesign14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRM5<1IS.FIRMNAMEANDLOCATION(CityandState)TheCorradmoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)•BSCivilEngineering,FloridaInternationalUniversity17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•ProfessionalEngineer,FloridaNo.9659618.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)MichaelisexperiencedinthedesignanddevelopmentofstormwatersystemsforFDOTprojects,FOOTplansproduction,stormroutingmodelingusingICPR4,andmodelingofdrainagestructuresusingOpenRoadsDesigner.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD6-GoldenGladesInterchangeImprovementsMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)Ongoing(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmOpenRoadsDesigner.Responsibleforcreatinga3DmodeloftheproposeddrainagesystemforallsegmentsoftheprojectforFDOT.WorkedundertheprojectdrainageengineertodesignthetemporarydrainageplanandconductspreadanalysisalongtemporarybarriersforthePalmettoExpresswayandTurnpikeConnectorsegmentsandproduceplansfortheSR7and9improvemenrs.vvorKeounoeraprojectroaowayengineertoassistintneproductionormuiplansanaquantities.b.(1)TITLEANDLOCATION(CITYANDSTATE)ProspectLakeCleanWaterCenterFortLauderdale,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2024CONSTRUCTION(Ifapplicable)Ongoing(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmStormwaterEngineer.Civilworksassociatedwiththenew50-mgddrinkingwatertreatmentplant.TheprojectisbeingimplementedaspartofaPublicPrivatePartnership(P3)withCorradinoservingasasubconsultanttoKiewitforthedesign¬buildportionofthework.ThefinishedplantwillreplacetheagingFiveashWaterTreatmentPlant,withtheProspectLakeWaterTreatmentPlant,anew,state-of-the-artfacility.ThenewplantisbeingdesignedtowithstandthewindsofaCategory5hurricaneandprovideenhancedwaterfinishedqualitybasedonanticipatedfuturewaterqualitystandards.c.(1)TITLEANDLOCATION(CITYANDSTATE)FGTPipelineHydrotests,MultipleSites,FloridaGasTransmissionSouthFlorida(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)Nlfk(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(71CheckifprojectperformedwithcurrentfirmProjectEngineer.Responsibleforright-of-waypermittingforhydrotestsinsouthFloridaandworkedunderprojectengineertodesignMOTplansforFGThydrotests,involvingclosuresofseveralmilesofstateroadsfor4-hourtestingperiods.Performedresearchongeologicsiteconditionsandradiusofinfluencecalculationsandcreatedsiteplanstosubmitforconstructionpermits.d.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD4-SR80fromWashingtonRoadtoSR-A1APalmBeachCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)Ongoing(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectEngineer.ResponsiblefordevelopingplanrevisionstoaddresssevereerosionalongthebanksoftheIntercoastalWaterwayencroachingontheroadway.PreparedriprapembankmentdesignandplansforsubmittaltoFDOT.PreparedpermitsketchesforsubmittaltoSFWMDandUSACE.e.(1)TITLEANDLOCATION(CITYANDSTATE)Formula1MiamiGrandPrixMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(ifapplicable)2021(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEQCheckifprojectperformedwithcurrentfirmProjectEngineer.WorkedwiththeprojectengineerresponsibleforthedrainagesystemlayoutfortheFormula1racetrackandcoordinatedwithengineersresponsiblefortheexistingsitedesignoftheHardRockStadiumproperty.AnalyzedexistingdrainagepatternsalongFlorida’sTurnpikeandcreateddrainagedesigntomitigateFTERightofWayimpacts.ProducedpermitsketchesforFTEandSFWMDpermitting.TheCorradinoGroupPage72of1983' DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEEricCzerniejewski,PE,ENVSPTrafficEngineering/TransportationPlanninga.TOTAL26b.WITHCURRENTFIRM3TheCorradinoGroup,Inc.-Doral,FL18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)16.EDUCATION(DEGREEANDSPECIALIZATION)•BSCivilEngineering,SouthernIllinoisUniversity,199717.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•ProfessionalEngineer,FloridaNo.58002•LicensedProfessionalCivilEngineer-FloridaBoardofProfessionalEngineers:License58002•ENVISIONSUSTAINABILITYProfessionalInstituteofSustainableInfrastructure(ISI)19.RELEVANTPROJECTSa.b.c.d.e.1(1)TITLEANDLOCATION(CITYANDSTATE)ITownofPalmBeachCommercialAreasTrafficAnalysis|PalmBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)N/A1(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]Checkifprojectperformedwithcurrentfirm1TrafficEngineer.Providedtrafficengineeringreviewservicesrelatedtoareviewofthetrafficimpactoftheexistingrestaurantsin1thecommercialareas,evaluationoftheexistingparkingsupplyinthecommercialareasandareviewoftheoriginanddestination1ofthetraffictravelingintothecommercialareadaily.Collectedmorningandafternoonpeakhourturningmovementcountsona|typicalweekday(duringschool)at24intersectionswithintheprojectradiusofinfluence.1(1)TITLEANDLOCATION(CITYANDSTATE)BrowardCommuterRail/Tri-RailCoastalLinkPD&ETrafficAnalysis1BrowardCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)N/A1(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmLeadTraffic/TransportationEngineer.TheFloridaDepartmentofTransportation(FDOT)District4andBrowardCounty4enteredaMemorandumofUnderstandingtocontinueeffortstoimprovemobilityinthesoutheastFloridaregion.TheobjectiveoftheBrowardCommuterRail(BCR)PD&EStudyistodevelopandanalyzealternativesthatintegratepassengerandfreightservicealongtheFloridaEastCoast(FEC)Railway.Ericiscompletingtheeast-westcorridortrafficoperationalanalysisincludingthevehiclequeuingattherailroadcrossinglocationswhichwasallincludedintheoverallPTARtechnicalreport.(1)TITLEANDLOCATION(CITYANDSTATE)FortLauderdaleLasOlasStreetscapeCorridorStudy|FortLauderdale,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)N/A1(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[/]CheckifprojectperformedwithcurrentfirmProjectManager.TheCityofFortLauderdalecommissionedthisStreetscapeCorridorAnalysisalongLasOlasBoulevardtofurtheridentifyopportunitiesandchallengestoprovidekeycomponentsofavisionthatwillgroundthefuturedevelopmentofthearea.TheCityiscommittedtopromotingsafe,accessible,multi-modaltravelevidencedbyitsimplementationofCompleteStreetsandVisionZeropolicy.AsthemajorthoroughfareconnectingDowntownFortLauderdaleandCentralBeach,LasOlasBoulevard|mustbalancemovingpeopleefficientlythroughabalanceoftransportationneeds1(1)TITLEANDLOCATION(CITYANOSTATE)Miami-DadeCountyTPOSMARTPlan/SouthCorridor|Miami-DadeCountyFL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)N/A1(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANOSPECIFICROLE||CheckifprojectperformedwithcurrentfirmProjectManager.OfthesixrapidtransitcorridorsidentifiedbytheCounty,ConsultantwasresponsiblefortheSouthDadeTransitwayCorridorStudy;whichextendsapproximately20milesfromtheDadelandSouthMetrorailStationsouthtoFloridaCity.Consultantprovidedprofessionaltrafficengineering,transportationplanningandtransitplanninganddesignservicestosupplementtheMiamiDadeTPO'seffortsinconductingthetransportationplanningprocessfortheSMARTPlan.1(1)TITLEANDLOCATION(CITYANDSTATE)AndrewsAvenueCompleteStreetsImprovementsOaklandPark.FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2018CONSTRUCTION(Ifapplicable)2019(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[~]CheckifprojectperformedwithcurrentfirmLeadTrafficEngineer.PreparedtrafficstudywhichevaluatedtheneedformidblockcrosswalksalongastretchofAndrewsAvenuebetweenOaklandParkBoulevardandProspectRoad.CompletedasafetyanalysisincludingreviewofcrashhistoryalongthecorridorusingSignalFourAnalytics.EvaluatedproposedmidblockcrosswalklocationsbasedonTrafficEngineeringManualandManualonUniformTrafficControlDevicesperBrowardCountyTrafficEngineeringDivision.TheCorradinoGroupPage73of19832 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Brentwood,TN12.NAMEGeraldBolden,PE,PTOE13.ROLEINTHISCONTRACTTrafficEngineering14.YEARSEXPERIENCEa.TOTAL27b.WITHCURRENTFIRM616.EDUCATION(DEGREEANDSPECIALIZATION)•BSCivilEngineering,AuburnUniversity,199617.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•ProfessionalEngineer,FloridaNo.86930•ProfessionalEngineer,TennesseeNo.106514•ProfessionalTrafficOperationsEngineer18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Mr.Boldenhas20+yearsofexperienceintrafficengineering,transportationplanningandgeometricdesign.Hisspecificexperienceincludestrafficsignaldesign,operationsandtiming,IntelligentTransportationSystem(ITS)planninganddesign,capacityanalysisandmodelingutilizingHCS,CorSIMandSynchro,corridorstudies,roadwaysafetyaudits,interchangestudies,trafficimpactstudies,intersectiongeometricdesigns,parkinglayouts,work-zonetrafficcontrolplans,andcostestimates.19.RELEVANTPROJECTSabc.de(1)TITLEANDLOCATION(CITYANDSTATE)FortLauderdale-HollywoodInternationalAirport(FLL)CrosswalkSignalizationFortLauderdale,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)2019(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmTechnicalManager.DesignofsignalizedcrosswalksatthreelocationswithintheFLLinternallooproadforarrivingflights.Thescopeofthedesignincludeslayoutoftrafficsignalcontrolequipment;trafficsignalwiring;pedestriansignalizationandpushbuttons;ADAramps;designofbulb-outforpedestrianrefugealongtheterminalsideofthecrosswalk;developmentofcoordinatedsignalphasingandtimingofthethreesignalizedcrosswalks;emergencyvehiclepreemption;signing;LEDlighting;pavementmarkingsandrumblestripes.(1)TITLEANDLOCATION(CITYANDSTATE)TennesseeDepartmentofTransportationContinuingTrafficEngineeringServices(Statewide)Franklin.TN(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmClient/ProjectManager.CompleteoversightofthecontinuingservicescontractwithTDOT.Thescopesincludetrafficsignalwarrantanalysis,trafficsignaldesign,trafficsignalphasingandtiming,roadwaysafetyanalysis,operationalanalysis,fiber-opticcommunicationsdesign,intersectiongeometricdesign,androadwaylighting.(1)TITLEANDLOCATION(CITYANDSTATE)CityofFranklinOn-CallTrafficEngineeringFranklin,TN(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)Nlfk(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE|7]CheckifprojectperformedwithcurrentfirmPrincipal-in-Charge/ProjectManager.Three-yearon-calltrafficengineeringcontract.Tasksincludecompletionandreviewoftrafficimpactstudies;trafficsignaldesign,timing,operations,andanalyses;ITSdesign;transportationplanning;safetystudiesanddesign;roadwaylightingandconstructionengineeringandinspection.(1)TITLEANDLOCATION(CITYANDSTATE)CityofFranklinMcEwenDriveand1-65Franklin,TN(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,Size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmEngineer-of-Record.Responsibleforthesignalmodificationdesignoftheinterstateoff-ramprightturnlanewithaFlashingYellowArrowlayout,dualleftturnlanesanddualrightturnlanesontotheinterstateon-ramp.TasksincludedfieldreviewoftheexistingsignalandITScomponents;preparationofsignalmodificationplansincludingmastarmpoles,radardetection;trafficsignaltimings;signingandpavementmarkings(1)TITLEANDLOCATION(CITYANDSTATE)CityofChattanoogaCCTVCEIChattanooga,TN(2)YEARCOMPLETEDPROFESSIONALSERVICES2012CONSTRUCTION(Ifapplicable)2019(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmPrincipal-in-Charge/ProjectManager.Coordination,administration,andoversightoftheCEIactivities.ProjectcoordinationwasconductedthroughoutwithTDOTLPDO,TDOTRegion2ConstructionandtheCityofChattanooga.TheCorradinoGroupPage74of19833 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEVanessaSpatafora,PETransportationPlanninga.TOTALb.WITHCURRENTFIRM141116.EDUCATION(DEGREEANDSPECIALIZATION)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•BSCivilEngineering,UniversityofFlorida,2009•ProfessionalEngineer,Florida,No.7774118.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Mrs.SpataforahasperformedallfacetsofroadwaydesignandhasextensiveexperiencewithFloridaDepartmentofTransportation(FOOT)procedures,includingplansproduction,preparationofspecifications,maintenanceoftraffic,andcostestimates.Inaddition,shehasconsiderablehighway,intelligenttransportationsystem,crashdataanalysisandsafetyevaluationexperience.19.RELEVANTPROJECTS(1)TITLEANDLOCATION(CITYANDSTATE)Miami-DadeTransportationPlanningOrganizationSMARTPlanGeneralConsultantServices|Miami-DadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A1(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectManager.Servedasin-housesupportstafftoassistinthedevelopmentandadministrationoftheStrategicMiamiAreaRapidTransit(SMART)Planstudies.Completedqualitycontrolreviews,researchandanalysisasrequiredtosupporttheMiamiDadeTPOstaff.1(1)TITLEANDLOCATION(CITYANDSTATE)CityofAventuraTrafficEngineeringServicesAventura,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A1(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectEngineer.Trafficconsultingservices,actingasEngineerofRecordfortrafficengineeringtaskworkorders.ProvideavarietyoftrafficandtransportationengineeringservicesincludingDRCtrafficengineeringreview,intersectionanalysis,signalizationanalysisanddesign,roundaboutanalysisanddesign,roadwaylevel-of-serviceanalysis,publicschooltrafficoperationalanalysis,city-widetrafficmodeling,citywidetrafficcountdatabasemaintenance,corridorsignaltimingprogressionanalysis,trafficcalmingandneighborhoodtrafficmitigation,respondedtocitizeninquiriesandcoordinatedtheinterestsoftheCitywiththeMiami-DadeCountyDepartmentofTransportationandPublicWorks,FDOTDistrictVIandotherkeystakeholdergovernmentagencies.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTD4,1-95PD&EStudy,AddExpressLanesBrowardCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2013CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectDevelopmentEngineer.13.5MilesinBrowardCounty(underway).Assistedwiththepreparationofmaterialtobeincorporatedinprojectdevelopmentreports,trafficanalysisreports,justificationreports,specialreportsandhandoutmaterials.TheprojectincludedtheadditionofexpresslanestotheI-95corridorfromnorthofOaklandParkBoulevardtosouthofGladesRoadtoprovidecontinuitywiththeproposedandexistingexpresslanessystemstotheSouthofthisproject.(1)TITLEANDLOCATION(CITYANDSTATE)FortLauderdaleGeneralTrafficandTransportationEngineeringandTransportationPlanningServicesFortLauderdale,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7|CheckifprojectperformedwithcurrentfirmIn-HouseSupportStaff.TransportationandMobilityliasiontotheDepartmentofSustainableDevelopmentfortrafficreviewsfordevelopmentprojects.(1)TITLEANDLOCATION(CITYANDSTATE)FDOTDistrict2,1-10/US301InterchangePD&E/IMRStudyDuvalCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2012CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectDevelopmentEngineer.Responsibleforreportdevelopment,crashdataanalysisandsafetyanalysis.Interchangeimprovements;3MilesinDuvalCounty,responsibleforreportdevelopment,crashdataanalysisandsafetyanalysis.TheCorradinoGroupPage75of19834 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)TheCorradinoGroup,Inc.-Doral,FL12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRMKathrynR.Lyon,MBA,AICP,CFMPlanningDesign/LandUseandZoning22416.EDUCATION(DEGREEANDSPECIALIZATION)•MBAEnvironmentalManagement,FloridaAtlanticUniversity,2004•BAGeography,UniversityofFlorida,200017.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•AmericanInstituteofCertifiedPlannersNo.026921•CertifiedFloodplainManager•FloridaLicensedRealEstateAgentLicenseNo.SL326545118.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)With22yearsofzoning,land-useanddevelopmentplanningexperienceinMiami-DadeandBrowardCounties,inboththeprivateandpublicsectors,Kathrynprovidesinvaluableexpertisetonavigatethelanddevelopmentprocess,fromsiteevaluationandduediligencethroughprojectcompletion.AsaPlanner,GISAnalyst,ZoningCoordinator,CertifiedFloodplainManager(CFM),ProjectManager,andRealtor,Kathrynoffersgovernment,commercialandresidentialpropertyowners,anddevelopersafullrangeofservices,atallphasesofconstruction,fromplanningtocompletion.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CITYANDSTATE)TownofCutlerBayTransportationMasterPlanUpdateCutlerBay.FL(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[71CheckifprojectperformedwithcurrentfirmProjectManager.ThisprojectevaluatedtheCity's2012TransportationMasterPlan,withupdatestolocalLOSdeterminations,intersectionanalyses,truckrouting,andplanningfortransit,pedestrian,andbicyclefacilities.TheanalysisalsoincludedreviewingtheCity'simpactfeesandafinalizedprojectlistthatwasincorporatedintotheCity’sCapitalImprovementsProgram.b.(1)TITLEANDLOCATION(CITYANDSTATE)CityofNorthMiamiBeachAffordableHousingStudyNorthMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[71CheckifprojectperformedwithcurrentfirmSeniorProjectManager.ThisprojectaddressestheaffordablehousingissueandneedswithintheCityofNorthMiamiBeachalongwithrecommendationsandeditstotheComprehensivePlanandLandDevelopmentRegulations.c.(1)TITLEANDLOCATION(CITYANDSTATE)VillageofKeyBiscayne,EvaluationandAppraisalReport(EAR)KeyBiscayne,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7|CheckifprojectperformedwithcurrentfirmSeniorPlanner.EvaluationandAppraisalReport,periodicanalysisofgoals,objectivesandpoliciesofmunicipalitycomprehensiveplanrequiredbystatelaw.d.(1)TITLEANDLOCATION(CITYANDSTATE)CityofHomesteadPlanningandDevelopmentReviewServicesHomestead,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmSeniorPlanner.PrepareGISmapsdepictingzoningandscopeoflanduseandzoninginquestionforPublicHearings.DevelopmappingforSpecialProjects.e.(1)TITLEANDLOCATION(CITYANDSTATE)Islamorada,VillageofIslands,EvaluationandAppraisalReport(EAR)Islamorada.FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmSeniorPlanner.EvaluationandAppraisalReport,periodicanalysisofgoals,objectivesandpoliciesofmunicipalitycomprehensiveplanrequiredbystatelaw.TheCorradinoGroup35Page76of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRMScarletHammons,AICPCTPPlanningDesign/LandUseandZoning267TheCorradinoGroup,Inc.-Doral,FL16.EDUCATION(DEGREEANDSPECIALIZATION)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)•BAUrbanStudiesandPlanning,UniversityofCalifornia,1995•AmericanInstituteofCertifiedPlannersNo.01894918.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)•AmericanInstituteofCertifiedPlanners•CertificateinCommunityRealEstateDevelopment,UniversityofSouthFlorida•SupervisorApprenticeshipcourse,BrowardCounty19.RELEVANTPROJECTSa.b.c.d.e.(1)TITLEANDLOCATION(CITYANDSTATE)CityofHomesteadGeneralPlanningServicesHomestead.FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2014CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmAssistantProjectManager.Asetofover50projectsweredevelopedtoaddresstheCity’scontinuedmulti-modaltransportationsystemandadvocateforfundingofthem.(1)TITLEANDLOCATION(CITYANDSTATE)VillageofKeyBiscayneBuilding,ZoningandPlanningDepartmentKeyBiscayne,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2014CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmAssistantProjectManager.CorradinoprovidedprofessionalplanningservicesonanongoingbasistotheVillageofKeyBiscayne.Ms.HammonsoversawadministeringtheVillage’sComprehensivePlanandLandDevelopmentCodeandprovidingassistancetothepubliconplanningrelatedmatters.(1)TITLEANDLOCATION(CITYANDSTATE)NorthMiamiBeachConcurrencyReviewConsultant,CostRecoveryNorthMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2016CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectPlanner.Corradinoreviewsthedevelopmentapplicationdataandusageforeachconcurrencycategoryandcomparesthatagainsttheremainingcapacity.Capacitysurplusesordeficitsareidentified,andaconcurrencyreportisissued.(1)TITLEANDLOCATION(CITYANDSTATE)CityofFortLauderdaleComprehensivePlanUpdateFortLauderdale,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmAssistantProjectManager.TheCityofFt.LauderdaleisrevisingtheexistingComprehensivePlanunder6platforms:Infrastructure,PublicPlaces,NeighborhoodEnhancement,BusinessDevelopment,PublicSafety,andInternalSupportPlatform.TheComprehensivePlanwillbewrittenwithconcisenessinmind,andwillbeavisualdocumentwhereapplicable,withtheendofcreatingahighlyaccessibledocumentthatcanbeeasilyreadbycitizens,businesses,policymakers,andstaff.(1)TITLEANDLOCATION(CITYANDSTATE)TownofCutlerBayComprehensivePlanCutlerBay.FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2012CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmProjectManager.CorradinoledtheefforttowritetheTownsComprehensivePlan,whichledtoasignificantintensificationanddiversificationofthelandusesintheSouthlandMallarea.TheCorradinoGroup36Page77of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC114.YEARSEXPERIENCEcap(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2007N/Aa.(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2007N/Ab.(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2021N/ACheckifprojectperformedwithcurrentfirmc.(1)TITLEANDLOCATION(CityandState)(2)YEARCOMPLETEDElectricalEngineer,Miami-DadeCountyPublicSchoolsBoardprofessionalservicesIconstructionatapplicable)2007N/A2]Checkifprojectperformedwithcurrentfirmd.(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)1995N/A2]Checkifprojectperformedwithcurrentfirme.13.ROLEINTHISCONTRACTElectricalEngineer(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE.etc.)ANDSPECIFICROLE(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEROLE(1)TITLEANDLOCATION(CityandState)ElectricalEngineer,CityofAventura(1)TITLEANDLOCATION(CityandState)ElectricalEngineer,NorthBayVillage(1)TITLEANDLOCATION(CityandState)ElectricalEngineer,Miami-DadeCollegeMakestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelatedelectricallyoperatedapparatusthroughouttheCity.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrectprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformsnationalandmunicipalelectricalmdesa.TOTAL35(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEetc.)ANDSPECIFICROLE(1)TITLEANDLOCATION(CityandState)ElectricalEngineer,FloridaInternationalUniversity12.NAMEAndresGonzalez,PE17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)•—ProfessionalEngineer,PE59336CertifiedBoardofRulesandAppealsMiami-DadeCounty(BORA)StateRequirementsforEducationalFacilities(SRE16.EDUCATION(DegreeandSpecialization)ElectricalEngineerB.S.inEngineeringPolytechnicSuperiorInstituteUniversity18.OTHERPROFESSIONALQUALIFICATIONS(Publications.Organizations.Training,Awards,etc.)Mr.GonzalezisaCAP'SChiefelectricalengineer.Hehasmorethanthirty-five(35)yearsofexperienceinelectricalengineeringdesignforresidential,commercial,andindustrialfacilities;constructionadministration;projectmanagement;andindustrialfacilitiesstart-up.Mr.GonzalezcurrentlyperformsplansreviewandinspectionservicesthroughoutMiami-DadeCounty19.RELEVANTPROJECTS15.FIRMNAMEANDLOCATION(CityandState)C.A.P.Government,Inc.,CoralGables,FL33134E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)b.WITHCURRENTFIRM16(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmMakestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectriCafwiring,motors,equipment,andrelatedelectricallyoperatedapparatusthroughouttheuniversity.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrectprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformstonationalandmunicipalelectricalcodes.Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelatedelectricallyoperatedapparatusthroughouttheVillage.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrectprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformstonationalandmunicipalelectricalcodes.Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelatedelectricallyoperatedapparatusthroughouttheschoolsystem.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrectprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformstonationalandmunicipalelectricalcodes.(3)briefdescription(Briefscope,size,cost,etc.)andspecificrole||CheckifprojectperformedwithcurrentfirmMakestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelatedelectricallyoperatedapparatusthroughouttheuniversity.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrectprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformstonationalandmunicipalelectricalcodes.TheCorradinoGroupPage78of19837 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT12.NAMELuisPerez,PE(CompleteoneSectionEforeachkeyperson.)113.ROLEINTHISCONTRACTStructuralEngineer14.YEARSEXPERIENCEa.TOTAL40b.WITHCURRENTFIRM815.FIRMNAMEANDLOCATION(CityandState)CAP.Government,Inc.CoralGables,FloridaC.A.P.Government,Inc.,CoralGables,FL33134cap16.EDUCATION(DegreeandSpecialization)B.S.inCivilEngineering,UniversityofHavana17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)StateofFlorida,StructuralEngineerPE36145BoardofRules&Appeals(BORA)18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awardsetc.)Mr.Perezhasoverforty(40yearsofexperienceinstructuraldesignMr.Perezhasvastexperienceinthedesignoflow,midandhighrisestructuresutilizingawidevarietyofconstructionmaterials,includingreinforcedconcrete,structuralsteel,wood,andmasonry.Hehasdesignexperienceineducationalfacilities,hotels,officebuildings,stadiums,condominiums,andconventioncenters.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)StructuralEngineer,CityofDoral(2)YEARCOMPLETED8PROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmReviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionprojects.b.(1)TITLEANDLOCATION(CityandState)StructuralEngineer,CityofCoralGables(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(3)BRIEFDESCRIPTION[~|Checkjfprojectperformedwithcurrentfirm(Briefscope,size,cost,etc.)ANDSPECIFICROLE1—1Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionprojectsc.(1)TITLEANDLOCATION(CityandState)StructuralEngineer,CityofHomestead(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmReviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswritten1—1reportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionprojectsd.(1)TITLEANDLOCATION(CityandState)ChiefStructuralEngineer,CityofMiamiBeach(2)YEARCOMPLETEDPROFESSIONALSERVICES2013CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE||checkifprojectperformedwithcurrentfirmStructuralengineeringanalysis/reviewofbuildingsasmandatedbytheMiami-DadeCountyCode.Provideshighlyskilledinspections,enforcement,andsupervisoryworkintheexamination,review,analysis,approvaland/ordisapprovalofplanstoensurecompliancewiththeFloridaBuildingCodeandotherapplicablecodesandregulationsasitrelatestobuildingand/orstructuralplansexamining.e.(1)TITLEANDLOCATION(CityandState)ChiefStructuralPlansExaminer,CityofMiamiBeach(2)YEARCOMPLETEDPROFESSIONALSERVICES2004CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,costetc)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmPerformedstructuralplansexaminationofbuildingpermitsfortheCityofMiamiBeachBuildingDepartment.TheCorradinoGroupPage79of19838 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEOscarAlvarez,PX,BN13.ROLEINTHISCONTRACTMechanical&PlumbingPlansExaminer&Insoector14.YEARSEXPERIENCEa.TOTAL20b.WITHCURRENTFIRM1015.FIRMNAMEANDLOCATION(CityandState)C.A.P.Government,Inc.,CoralGables,FL33134Cap16.EDUCATION(DegreeandSpecialization)MechanicalEngineerUniversityofHavanaBachelor’sDegreeEquivalentCertification2006UnitedStatesNationalFireSafetyInspectorandCertification,MiamiDadeCollege17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)*■1’Mechanical,PlumbingPlansExaminer,PX3324Mechanical,PlumbingInspectorBN6191StateRequirementsforEducationalFacilities(SREF)CertifiedBoardofRulesandAppealsMiamiDadeCounty(BORA)2007N/Aa.2007N/Ab.2021N/A||Checkifprojectperformedwithcurrentfirmc.2007N/ACheckifprojectperformedwithcurrentfirmd.(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)1995N/A||Checkifprojectperformedwithcurrentfirme.Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionistakingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances,boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewithlocalandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled.Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionistakingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances,boilers,elevators,gasandoillines,andHVACsystems.EvaluateandapproveordisapproveoftheworkdoneinaccordancewithlocalandstateregulationsExamineandtestneworexistingplumbingsystemsinbuildingstomakesumtheyareinstalledReviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionistakingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances,boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewithlocalandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled.(1)TITLEANDLOCATION(CityandStale)Mechanical&PlumbingPlansExaminer&InspectorMiami-DadeCollege(1)TITLEANDLOCATION(CityandState)Mechanical&PlumbingPlansExaminer&InspectorFloridaInternationalUniversity18.OTHERPROFESSIONALQUALIFICATIONS(Publications.Organizations.Training.Awards,etc.)Mr.AlvarezhasOvertwenty(20)yearsOfexperienceasaplan’sexaminerandinspector.Mr.AlvarezholdsadegreeasaMechanicalEngineer.HeisknowledgeableofStateandLocalcodesandLawsgoverningbuildingconstruction,mechanical,plumbing,gas,fireprotectionsystemconstructionandinstallation.HeislicensedbvtheStateofFloridaasafiresafetv.mechanicalandplumbingclansexaminer,andinspector,19.RELEVANTPROJECTS(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLEpiCheckifprojectperformedwithcurrentfirmReviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestare,county,andcitywheretheconstructionistakingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances,boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewithlocalandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled.(3)briefdescription(Brief^ropesize,cost,etc)ANDspecificROLE||checkifprojectperformedwithcurrentfirmReviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestaid,county,andcitywheretheconstructionistakingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances,boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewithlocalandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled(1)TITLEANDLOCATION(CityandState)Mechanical&PlumbingPlansExaminer&InspectorMiami-DadeCountyPublicSchoolsBoard(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLE.etc.)ANDSPECIFICROLE(1)TITLEANDLOCATION(CityandSlate)Mechanical&PlumbingPlansExaminer&InspectorCityofAventura(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLEROLE(1)TITLEANDLOCATION(CityandStale)Mechanical&PlumbingPlansExaminer&InspectorNorthBayVillage(3)BRIEFDESCRIPTION(Briefscope,size,cost,etcJANDSPECIFICROLEetc.)ANDSPECIFICROLE(2)YEARCOMPLETEDPROFESSIONALSERVICESICONSTRUCTION(Ifapplicable)(2)YEARCOMPLETEDPROFESSIONALSERVICESICONSTRUCTION(Ifapplicable)(2)YEARCOMPLETEDPROFESSIONALSERVICESICONSTRUCTION(Ifapplicable)(2)YEARCOMPLETEDPROFESSIONALSERVICESICONSTRUCTION(Ifapplicable)TheCorradinoGroupPage80of19839 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMERobertoVich,RA13.ROLEINTHISCONTRACTRegisteredArchitect14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRM45915.FIRMNAMEANDLOCATION(CityandState)CAP.Government,Inc.,CoralGables,FL33134cap16.EDUCATION(DegreeandSpecialization)BachelorofArchitecture,UniversityofFloridaEnvironmentalandSiteAssessmentSpecializedTraining,GeorgiaInstituteofTechnologyMiami-DadeCollegeCertifiedTeacher;CubaBachillerenCiencias,ValedictorianMaristas,LaHabana17CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)"4RegisteredArchitect,RA0006693CertifiedGeneralContractor,CGC052751CertifiedBoardofRulesandAppeals(BORA)MiamiDadeCountyStateRequirementsforEducationalFacilities(SREF)18.OTHERPROFESSIONALQUALIFICATIONS(PublicationsOrganizationsTraining,Awards,etc)Mr.VichisaRegisteredArchitectwithmorethanfortyfive(45)yearsofexperienceinthegeneralpracticeofArchitectureandManagementintheConstructionIndustryincludingArchitecturalDesign,Construction,andRealEstateDevelopment.Experiencespansfromdesigntogeneralconstructionandconstructionmanagement.19.RELEVANTPROJECTS(1)TITLEANDLOCATION(CityandState)RegisteredArchitect,FloridaInternationalUniversity(2)YEARCOMPLETEDPROFESSIONALSERVICES2007CONSTRUCTION(Ifapplicable)N/Aa.(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmReviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionoroiects.(1)TITLEANDLOCATION(CityandState)RegisteredArchitect,Miami-DadeCollege(2)YEARCOMPLETEDPROFESSIONALSERVICES2007CONSTRUCTION(Ifapplicable)N/A(3)briefdescription(Briefscope,size,cost,etc)ANDSPECIFICROLE||CheckifprojectperformedwithcurrentfirmReviewsbuildingplansforcompliancewithconstructioncodesandregulationsrprepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionprojects.(1)TITLEANDLOCATION(CityandStale)RegisteredArchitect,NorthBayVillage(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc)ANDSPECIFICROLEetc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirm(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2021N/AReviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionprojects.Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes..Determinesthestructuralsoundnessofbuildingsandconstructionprojects.d.(1)TITLEANDLOCATION(CityandStale)RegisteredArchitect,Miami-DadeCountyPublicSchoolsBoard(2)YEARCOMPLETEDPROFESSIONALSERVICES2007CONSTRUCTION(Ifapplicable)N/A(Briefscope,size.cost,etc)ANDSPECIFICROLEQCheckifprojectperforrnedwithcurrentfirm.6(C.)ANUOrLLInLr\ULt(3)BRIEFDESCRIPTION(Briefs'ope,size,cost,etc)ANDSPECIFICROLE||Checkifprojectperformedwithcurrentfirm(1)TITLEANDLOCATION(CityandState)RegisteredArchitect,CityofAventura(2)YEARCOMPLETEDPROFESSIONALSERVICES1995CONSTRUCTION(Ifapplicable)N/AReviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartmentcodes..Determinesthestructuralsoundnessofbuildingsandconstructionprojects.TheCorradinoGroup40Page81of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC115.firmnameANDLOCATION(Cityandstate)MetricEngineering,Inc.(Miami,FL)(2)YEARCOMPLETED0Checkifprojectperformedwithcurrentfirma.(2)YEARCOMPLETED0Checkifprojectperformedwithcurrentfirmb.(2)YEARCOMPLETED0Checkifprojectperformedwithcurrentfirm(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE]2)YEARCOMPLETED0Checkifprojectperformedwithcurrentfirm(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEd.(2)YEARCOMPLETED0Checkifprojectperformedwithcurrentfirme.19.RELEVANTPROJECTSRole:ProjectManager.ProvidedinterimenvironmentalsupporttotheVillage'sPlanningandZoningDepartment.Workincludedreviewingplansandpermits,conductingwetland,landscape,mangrove,compliance,close-out,andotherformsofsiteinspections.WorkalsorequiredmaintenanceofVillageenvironmentaldatabases,respondingtogeneralorspecificquestionsfromthepublic,monitoringseaturtlenestingbeaches,andprovidinggeneralenvironmentalsupporttotheVillageplanners.Role:ProjectManager.Processingofalltreeremovalpermitapplicationsonarotational/quarterlybasis,andarboristsupportforCityparkorinfrastructureimprovementprojects.Workincludessiteinspections,treedatacollections,specimentreeevaluations,treeresourceap¬praisals,treesurveys,designcoordination,andotherrelatedsupporttasksasneededbytheCitytofacilitateitsTreePreservationProgramorfulfillprogrammaticrequirementsforotherimprovementprojects.Role:SeniorEnvironmentalScientist.Providingenvironmentalandright-of-waypermittingsupportforITSupgradesundertrafficcapitalimprovementprogram.Workincludeswetlandandsurfacewaterdelineation,agencycoordination,permitdocumentpreparation,GISdatacollection,andotherrelatedtasks.Role:ProjectManager.Thiscontractinvolvescontinuedmaintenancecontractoroversightandcomprehensivemanagementofover2,200acresofCity-responsiblemitigationwetlandslocatedatthewesternlimitsofBrowardCounty.Workincludesmitigationareasiteinspections,treeresourcesurveys,hydrologicobservation,evaluationoftreatmenteffectiveness,treatmentareaprioritization,invoicereviews,publicrelations,andothermiscellaneousenvironmentalsupportservices.Additionally,GPSuseisacommonelementofthisproject,usedforthecollectionofpositionaldataforvariouswetland,surfacewater,landscape,andotherenvironmentalfeaturesthroughouttheCity.Dataisusedtogeneratemapsforcontract/task-relatedcoordinationandtoupdateandexpandupontheCity'sexistingGISdatarepository.Role:ProjectManager.AdministeringtheCity'slandscape/urbanforestryprogramsincludingservingasamemberoftheDRCforsiteplanreview,reviewingandprovidingcommentstoapplicants'landscapeplans,administeringtheCity'streeremovalpermittingprogram,andprovidingsupportforspecialenvironmentalprojectsincludingPhaseIsiteassessments,designingandpermittingbeachdunerestoration,andauthoringupdatestotheCity'sordinanceincludingcreationofanewseaturtleconservationlightingsection.WorkconsistsofreviewinglandscapeplansfornewproposeddevelopmentsandinfrastructureforcompliancewiththeCitycode,reviewingandauthorizingtreere¬movallicenses,providingtechnicalsupporttotheCodeComplianceUnitforviolationsoftheCity'sTreeProtectionordinance,conductingfieldlandscapeinspectionsofnewlyinstalledvegetation,identifyinghazardoustreesandcoordinatingtreemaintenanceactivitieswithPublicServices.(1)TITLEANDLOCATION(CityandState)BrowardCountyContinuingServices,Traffic,Roadway,andCivilEngineering,(2015-2020&2020-2025),BrowardCounty,FLPROFESSIONALSERVICESVariesPROFESSIONALSERVICESVaries(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServices-EngineeringandArchitectureServices,VillageofIslamorada,FLPROFESSIONALSERVICESVariesPROFESSIONALSERVICESVariesPROFESSIONALSERVICESVariesCONSTRUCTION(Ifapplicable)VariesCONSTRUCTION(ifapplicable)Varies16.EDUCATION(DEGREEANDSPECIALIZATION)M.S.,MarineBiology(2015),NovaSoutheasternUniversityB.S.,WildlifeBiology&Mgmt.(1999),UniversityofRhodeIslandCONSTRUCTION(Ifapplicable)VariesCONSTRUCTION(Ifapplicable)VariesCONSTRUCTION(Ifapplicable)Varies18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)SWSProfessionalWetlandScientist(PWS)Cert.No.1998;LIAFCertifiedLandscapeInspector(CLI),Cert.No.2013-129;FDEPCertifiedStormwater,ErosionandSedimentationCtrlInstructorNo.38023;FNGLA-CertifiedLandscapeMaintenanceTechni¬cian;No.T92-00557;FDACSlicensedrestricteduseherbicideapplicatorNo.CM24955;PADIScubaCertificationsAdvanced,Rescue/FirstAid,Nitrox;Am.Acad.UnderwaterSciencesScientificDiverTraining-2003E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)/4fmetric(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServices-ArboristSupportforGeneralEngineeringandArchitecturalServices(SubRole),CityofSouthMiami,FL(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServices,EnvironmentalEngineeringandWetlandManagement(2016-2021),Weston,FL(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(1)TITLEANDLOCATION(CityandState)CityofDaniaBeachLandscape&EnvironmentalServicesDaniaBeach,FL(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE12.NAMERyanSt.George,MS13.ROLEINTHISCONTRACTSr.EnvironmentalScientist(EnvironmentalLead)14.YEARSEXPERIENCEaTOTAL20b.WITHCURRENTFIRM8TheCorradinoGroupPage82of19841 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEG.RobertMyersIIISeniorEnvironmentalScientista.TOTALb.WITHCURRENTFIRM18918.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)FWCAuthorizedGopherTortoiseAgentPermitNo.:GTA-15-0002915.firmNAMEANDLOCATION(cityandstate)MetricEngineering,Inc.-Miami,FL16.EDUCATION(DEGREEANDSPECIALIZATION)BS,Biology,UniversityofTexasatAustin(2004)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)4fmetric19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)MiscellaneousEngineeringServicesCityofMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESVariesCONSTRUCTION(Ifapplicable)Varies(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:SeniorEnvironmentalScientist.Metricwasselectedtoprovidemiscellaneousenvironmentalsupportonthistaskworkorderbasedcontract.Workincludesenvironmentalrestorationandrehabilitation,siteassessments,complianceaudits,monitoringandevaluations,in¬voicereviews,andothermiscellaneousenvironmentalsupportservices.b.(1)TITLEANDLOCATION(CityandState)CityofDoral'sContinuingProfessionalGeneralEngineeringandArchitectureServices(PedestrianBridgeNEPA),Doral,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESVariesCONSTRUCTION(Ifapplicable)Varies(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:SeniorEnvironmentalScientist.AsasubconsultanttoPevidaHighwayDesigners,LLC,Metric'sroleonthisprojectistopreparetheNEPAStudy.ThiseffortincludesmeetingswithFOOTDistrict6'sEnvironmentalManagementOfficeandtheCityofDoral.Thestudywilldocumentincludingfloodplainencroachment,planningconsistency,socioculturaleffects,historicaland/orarchaeologicalresourceevaluation,Section4(f)Deminimis,naturalresources,contamination,andconstructionimpactanalysis.c.(1)TITLEANDLOCATION(CityandState)SawgrassExpresswayPD81E(SubtoTheCorradinoGroup)BrowardCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)N/A(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:SeniorEnvironmentalScientist.Mr.MyersmanagesallenvironmentalaspectsofthePD&EtowidenSawgrassExpresswayinBrowardCounty.ThisincludesdevelopmentofanNRE,aCSER,aCSRP,aswellascoordinationregardingSection6impactsandpotentialimpactstoanearbybaldeaglenest.d.(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServicesContract(PC17-05),(2017-2022)CityofPanamaCity,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESVariesCONSTRUCTION(Ifapplicable)Varies(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:SeniorEnvironmentalScientist.ProvidedinterimenvironmentalsupporttotheVillage'sPlanningandZoningDepartment.Workin¬cludedreviewingplansandpermits,conductingwetland,landscape,mangrove,compliance,close-out,andotherformsofsiteinspections.WorkalsorequiredmaintenanceofVillageenvironmentaldatabases,respondingtogeneralorspecificquestionsfromthepublic,monitoringseaturtlenestingbeaches,andprovidinggeneralenvironmentalsupporttotheVillageplanners.e.(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServices-ArboristSupportforGeneralEngineeringandArchitecturalServices(SubRole),CityofSouthMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESVariesCONSTRUCTION(ifapplicable)Varies(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:ProjectManager.Processingofalltreeremovalpermitapplicationsonarotational/quarterlybasis,andarboristsupportforCityparkorinfrastructureimprovementprojects.Workincludessiteinspections,treedatacollections,specimentreeevaluations,treeresourceap¬praisals,treesurveys,designcoordination,andotherrelatedsupporttasksasneededbytheCitytofacilitateitsTreePreservationProgramorfulfillprogrammaticrequirementsforotherimprovementprojects.TheCorradinoGroup42Page83of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC115.firmNAMEANDLOCATION(Cityandstate)MetricEngineering,Inc.-Miami,FL(2[YEARCOMPLETED(3)BRIEFDESCRIPTION(Briefscope.Size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirma.(2)YEARCOMPLETED(3)BRIEFDESCRIPTION(Briefscope,Size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirmb.(2)YEARCOMPLETED(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirm(2)YEARCOMPLETEDd.(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirm(2)YEARCOMPLETED(3)BRIEFDESCRIPTION(Briefscope,Size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirme.19.RELEVANTPROJECTSRole:LeadArborist.AdministeringtheCity'slandscape/urbanforestryprogramsincludingservingasamemberoftheDRCforsiteplanreview,reviewingandprovidingcommentstoapplicants'landscapeplans,administeringtheCity'streeremovalpermittingprogram,andprovidingsupportforspecialenvironmentalprojectsincludingPhaseIsiteassessments,designingandpermittingbeachdunerestoration,andauthoringupdatestotheCity'sordinanceincludingcreationofanewseaturtleconservationlightingsection.WorkconsistsofreviewinglandscapeplansfornewproposeddevelopmentsandinfrastructureforcompliancewiththeCitycode,reviewingandauthorizingtreere¬movallicenses,providingtechnicalsupporttotheCodeComplianceUnitforviolationsoftheCity'sTreeProtectionordinance,conductingfieldlandscapeinspectionsofnewlyinstalledvegetation,identifyinghazardoustreesandcoordinatingtreemaintenanceactivitieswithPublicServices.Role:EnvironmentalScientist.Thiscontractinvolvescontinuedmaintenancecontractoroversightandcomprehensivemanagementofover2,200acresofCity-responsiblemitigationwetlandslocatedatthewesternlimitsofBrowardCounty.Workincludesmitigationareasiteinspections,treeresourcesurveys,hydrologicobservation,evaluationoftreatmenteffectiveness,treatmentareaprioritization,invoicereviews,publicrelations,andothermiscellaneousenvironmentalsupportservices.Additionally,GPSuseisacommonelementofthisproject,usedforthecollectionofpositionaldataforvariouswetland,surfacewater,landscape,andotherenvironmentalfeaturesthroughouttheCity.Dataisusedtogeneratemapsforcontract/task-relatedcoordinationandtoupdateandexpandupontheCity'sexistingGISdatarepository.Role:EnvironmentalScientist.Providingenvironmentalandright-of-waypermittingsupportforITSupgradesundertrafficcapitalimprove¬mentprogram.Workincludeswetlandandsurfacewaterdelineation,agencycoordination,permitdocumentpreparation,GISdatacollec-tion,andotherrelatedtasks.(1)TITLEANDLOCATION(CityandState)BrowardCountyContinuingServices,Traffic,Roadway,andCivilEngineering,(2015-2020&2020-2025),BrowardCounty,FL(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServices-ArboristSupportforGeneralEngineeringandArchitecturalServices(SubRole),CityofSouthMiami,FLRole:SeniorEnvironmentalScientist.AsasubconsultanttoPevidaHighwayDesigners,LLC,Metric'sroleonthisprojectistopreparetheNEPAStudy.ThiseffortincludesmeetingswithFDOTDistrict6'sEnvironmentalManagementOfficeandtheCityofDoral.Thestudywilldocumentincludingfloodplainencroachment,planningconsistency,socioculturaleffects,historicaland/orarchaeologicalresourceevalua-tion,Section4(f)Deminimis,naturalresources,contamination,andconstructionimpactanalysis.(1)TITLEANDLOCATION(CityandState)CityofDoral'sContinuingProfessionalGeneralEngineeringandArchitec-tureServices(PedestrianBridgeNEPA),Doral,FLPROFESSIONALSERVICESVaries18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)FAA-CertifiedSmallUnmannedAircraftPilot(CommercialDrone)CertificationNo.3964676;ISA-CertifiedArborist;No.FL-9565A;FDEP-StormwaterManagementinspectorNo.30943;LIAF-CertifiedLandscapeInspectorNo.2018-0208;FNGLA-HorticultureProfessionalNo.HC1-10358;FMNP-FloridaMasterNaturalistCoastalRestorationTrained;USACE/SFWMDWet¬landDelineationTraining;NAUI-AdvancedOpenWater;NitroxDivingCertification;Am.Acad.UnderwaterSciencesScientificDiverTraining;AGRRAandCoralGardeningFragmentationTraining(1)TITLEANDLOCATION(CityandState)CityofDaniaBeachLandscape&EnvironmentalServices(2016-2021)DaniaBeach,FL(1)TITLEANDLOCATION(CityandState)ContinuingProfessionalServices,EnvironmentalEngineeringandWetlandManagement(2016-2021),Weston,FLPROFESSIONALSERVICESVariesPROFESSIONALSERVICESVariesPROFESSIONALSERVICESVariesPROFESSIONALSERVICESVariesCONSTRUCTION(Ifapplicable)VariesCONSTRUCTION(Ifapplicable)VariesCONSTRUCTION(Ifapplicable)VariesCONSTRUCTION(Ifapplicable)VariesE.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)Role:LeadArborist.Processingofalltreeremovalpermitapplicationsonarotational/quarterlybasis,andarboristsupportforCityparkorinfrastructureimprovementprojects.Workincludessiteinspections,treedatacollections,specimentreeevaluations,treeresourceappraisals,treesurveys,designcoordination,andotherrelatedsupporttasksasneededbytheCitytofacilitateitsTreePreservationProgramorfulfillprogrammaticrequirementsforotherimprovementprojects.12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCECaitlinHill,MSSr.EnvironmentalScientist/Arborista.TOTALb.WITHCURRENTFIRM9916.EDUCATION(DEGREEANDSPECIALIZATION)MSEnvironmentalScience&Policy,JohnsHopkinsUniversity(2021)BSMarineScienceandBiology,UniversityofMiami(2011)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDIS¬CIPLINE)__.WmetricTheCorradinoGroupPage84of19843 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC115.FIRMNAMEANDLOCATION(CityandState)MetricEngineering,Inc.-Miami,FL16.EDUCATION(DEGREEANDSPECIALIZATION)(2)YEARCOMPLETEDPROFESSIONALSERVICES0Checkifprojectperformedwithcurrentfirma.(2)YEARCOMPLETEDPROFESSIONALSERVICES(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirmb.(2)YEARCOMPLETEDPROFESSIONALSERVICES(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirm(2)YEARCOMPLETEDPROFESSIONALSERVICES(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirmd.(2)YEARCOMPLETEDPROFESSIONALSERVICESe.(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmTheCorradinoGroup44Page85of19819.RELEVANTPROJECTS(1)TITLEANDLOCATION(CityandState)CharlotteAreaTransitSystemRole:CEISr.Inspector.GrantservedinFDOTD4andFOOTD6fortheArmyCorpofEngineersandotherVariousClients.SheperformeddrilledshafttestingandInspection,ACILevel2inspectionstructural(bridge,doublebarrelculvert,spillway),PCIlevel2(soundwall,lightpolebases,lightpoles,trafficrailbarrierwall,piling),PCSALevel2(drainage,culverts,wetcast)ACPA(drycastculverts).Sheoversawthedocumentation,photojournaling,inspectionandtesting,communicationandschedulingcoordinationwithContractorandClients.(1)TITLEANDLOCATION(CityandState)FDOTSunRailPhase2CentralFloridaCommuterRailTransit(CFRT)(1)TITLEANDLOCATION(CityandState)FDOTD4andFDOTD6fortheArmyCorpofEngineersRole:CEISr.Inspector.MetricisactingasMiami-DadeCounty'srepresentative,providingprojectinspectionandconstructionmanagementservicesincluding,butnotlimitedto:constructabilityandtechnicalplanreviewsand"ValueEngineering",analyzingconstructionprojectrequirements,assigningfieldpersonnel,deliveringmaterialsamplestotheCounty'sdesignatedlabproviderandprovidingcoordinationwiththelab,compliance,distributionofprojectcorrespondence,schedulereview,recordsmaintenance,estimates,monthlyprogressreports,publicoutreach,participationinmeetings,issuanceofconstructionworkorders,andassistancewithemergencycontractswhenrequiredbytheCounty.Metricisalsoprovidingfieldobservationandinspectionservicesincludingprojectdocumentation,QA/QC,notificationoftheCountyintheeventofanincidenton-site,coordinatingmaterialtestingneeds,andrecommendationoffinalpaymentandacceptanceofthepunchlist.Role:CEISr.Inspector.Ms.GrantservedCharlotteAreaTransitSytem:LynxBlueLineExtensionNortheastCorridorLightRailProjectCatsNo.13-0021inCharlotte,NC.ThisprojectinvolvedtheLightRailSystem9.3MileExtensionfromUptownCharlottetoUniversityofNorthCarolinaCampus.Shewasresponsiblefordecorativewall,rampandtunnelconstructionprojectdocumentation(E-Builder),photojournaling,payquantities,verificationinspectionofstructuralconstructionpre-pour,duringandpostpour.SheensuredthattheBuyAmericaverifica-tionofmaterials,NCDOTspecification,plans,specialprovisions,planrevisions,andshopdrawingswereallincompliance.Role:CEISr.Inspector.ServedasaSeniorInspectorontheFDOTSunRailPhase2CentralFloridaCommuterRailTransit(CFRT).Shewasresponsibleforprojectdocumentation(sitemanager),photojournaling,lumsumquantities,verificationinspectionofstructuresonsite,andtesting,pre-pour,duringpourandpostpour.ShealsooversawallBuyAmericaverification,FDOTspecifications,plans,andothercontractdocumentation.Shecommunicatedandcoordinatedtheinspectionswiththecontractor;whichincludedBoggyCreekBridgeandOrangeAvenueCrashWallCastinPlaceOnsite(oversightforpiledriving,allcastinplacerebarandformsinspection,waterproofingdeckandothercomponentsofbridgeconstruction,andconcreteverification),andpunchlistitemsresolution.Role:CEISr.Inspector.CurrentlyservesontheFDOTDistrict5,SR429(WekivaPkwySection8)SystemsInterchangeat1-4Design-BuildProject.ThisS253.3-MDesign-BuildProjectisaSystem-to-SystemInterchangeconnectingSR429,1-4,andSR417.Itincludesconstructionof2.6milesoftheSR429limitedaccesstoilroadwhichisthefinalsegmentoftheWekivaParkwayandwideningandreconstructionof2milesof1-4toaccommodatethefuture1-4BeyondtheUltimate(BtU)Project.Theprojectinvolves22newbridges(includingthirdlevelflyovers);tollgantryspanningtheNBandSBtravellanes,expandingtheSR417attheInternationalParkwaytoafullinterchange.Keyfeaturesinclude:12newmulti-spanand8newsinglespanbridges;widening2existingbridges;over100MSEWallshavingatotallengthofnearly9miles;over108,000LFofdrainagepipeandmorethan600drainagestructuresaspartofthestormwatermanagementandfloodplaincompensation(FPC)systems;4-millionplusCYofearthworkincludingnearly2-millionCYofimportfillrequirements;3.6milesofsoundwall;highwayandhighmastlighting;newITScomponentsthroughouttheprojectlimits;over700signstructures;provisionsforlandscaping;demolitionofexistingbridges;andpavementmarkings.(1)TITLEANDLOCATION(CityandState)SR429(WekivaPkwySection8),FDOTDistrict5CONSTRUCTION(Ifapplicable)2023-currentCONSTRUCTION(ifapplicable)2018-current18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)FDOTMaintenanceofTraffic(MOT)Intermediate,CTQP-FinalEstimatesLevel1&2,CTQP-ConcreteFieldTechnicianLevel1&2,CTQP-AsphaltPavingTechnician,Level1&2,CTQP-EarthworkConstructionInspection,Level1&2,CTQP-PileDrivingInspection,CTQP-DrilledShaftInspection,CTQPQualityControlManager,RadiationSafety8iUseofNuclearGauges,StormWaterManagementInspector,ACIFieldConcreteTestingTechnicianLevel1,ACIConcreteTransportationConstructionInspectorCONSTRUCTION(Ifapplicable)2014-2015CONSTRUCTION(ifapplicable:2015-2016CONSTRUCTION(ifapplicable!2016-2018E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)17.CURRENTPROFESSIONALREGISTRATION(STATEAND0IS-ciplin£>/Vmetric(1)TITLEANDLOCATION(CityandState)E18-DTPW-02/20170307DepartmentofTransportationandPublicWorksCEIServicesandResidentComplianceServicesforFloridaDepartmentofTransportationLocalAgencyProgram(2023-2025),Miami-DadeCounty(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEFrancesGrantCEISr.Inspectora.TOTAL30bWITHCURRENTFIRM DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION/CityandState)MetricEngineering,Inc.-Miami,FL12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCELuisReyesCEIInterna.TOTAL1b.WITHCURRENTFIRM118.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)16.EDUCATION(DEGREEANDSPECIALIZATION)FloridaInternationalUniversity04/202317.CURRENTPROFESSIONALREGISTRATION(STATEANDDIS¬CIPLINE)./^metricAdvancedMOT(Scheduled),IMSATrafficSignalInspectorLevel1(Scheduled),CTQP-ConcreteFieldTechnician,Level1,(Sched¬uled),CTQP-EarthworkLevel1(Scheduled),CTQP-FinalEstimates,Level1(Scheduled),CTQPDrilledShaft(Scheduled),CTQPPileDriving(Scheduled),CTQPAsphaltRoadwayLevelI(Scheduled),TroxlerNuclearGaugeSafety,StormWaterErosionandSedimentationControl,PTILevel1(Scheduled).FEMATraining:IS-100.C(Scheduled)19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)E18-DTPW-02/20170307DepartmentofTransportationandPublicWorksCEIServicesandResidentComplianceServicesforFloridaDepartmentofTransportationLocalAgencyProgram(2023-2025),Miami-DadeCounty(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(ifapplicable)2023-current(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:CEIIntern.TheprojectconsistsofrepairinghurricanedamagestotheWestBasculeBridge,EastBasculeBridge,andEastGeneratorBuildingontheVenetianCauseway.Workincludesrepairofthedamagedfendersystems,replacementofnavigationallights,repairofspalledpilesinthefendersystems,repairofexistingdamagedrooftilesatbothbridgetenderhouses,andstucco/roofrepairsattheEastGeneratorBuilding.b.(1)TITLEANDLOCATION(CityandState)VenetianCausewayBridgeNo.874459andNo.874474HurricaneIrmaRe¬pairs(2023-2024):CEIBridgeInspectorfortheVenetianCausewayHurri¬caneIrmaRepairs(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2023-current(3)BRIEFDESCRIPTION(Briefscope,Size,Cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:CEIInetern.TheprojectconsistsofrepairinghurricanedamagestotheWestBasculeBridge,EastBasculeBridge,andEastGeneratorBuildingontheVenetianCauseway.Workincludesrepairofthedamagedfendersystems,replacementofnavigationallights,repairofspalledpilesinthefendersystems,repairofexistingdamagedrooftilesatbothbridgetenderhouses,andstucco/roofrepairsattheEastGeneratorBuilding.c.(1)TITLEANDLOCATION(CityandState)PWProjectNo.20210010/EDP-MT-20210010WorkOrder#1RehabilitationofBearCutBridgeNo.874544OverBiscayneBay/BearCut,RickenbackerCauseway(2023-2025)(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(ifapplicable)2023-current(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmRole:CEIIntern.CEIBridgeInspectorfortherehabilitationofBearCutBridge.Theprojectconsistsofrehabilitationwork,jointreplacementatpiers/abutment,superstructurerepairs,CIPSubstructurerepair,bulkheadrepairs,slopewallrepair,andstrengtheningofexistingprestressgirders.d.(1)TITLEANDLOCATION(CityandState)(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirme.(1)TITLEANDLOCATION(CityandState)(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmTheCorradinoGroupPage86of19845 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRMEricLiffEconomicandRealEstateAdvisor302415.FIRMNAMEANDLOCATION(CityandState)LambertAdvisory,LLC(Miami,FL)«r„16.EDUCATION(DegreeandSpecialization)BSRealEstateManagementandDevelopment,UniversityofSouthernCalifornia(LosAngeles,CA)17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)19.RELEVANTPROJECTS(1)TITLEANDLOCATION(CityandState)CityofPompanoBeach-EconomicandRealEstateAdvisor(2)YEARCOMPLETEDPROFESSIONALSERVICES2008-CurrentCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE|~/~|CheckifprojectperformedwithcurrentfirmLambertAdvisoryhasservedasaneconomic,realestatemarketandfiscaladvisortotheCityofPompanoBeachformorethan15years.Selectengagementsinclude:NorthwestCRAStrategicPlan;PompanoBeachPierRedevelopment;City-wideHousingStudy(MarketRateandAffordable);and,EconomicImpactAnalysis-$174MGOBond.(1)TITLEANDLOCATION(CityandSlate)(2)YEARCOMPLETEDCityofRivieraBeachCRA(RivieralBeach,FL)PROFESSIONALSERVICES2021-PresentCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLE[7]CheckjfprojectperformedcufrentfirmSince2021,LamberthasbeenengagedwiththeCityofRivieraBeach(anditsCRA)astheeconomic,marketandP3advisorfortwoprospectivejointdevelopmentopportunities.Lambertinitiallycompletedamarketandfeasibilitystudyfortheindependentprojects,andbothofwhichproposedmixed-useresidentialandretaildevelopment.Presently,LambertisservingastheadvisoronDevelopersolicitationsandrespondentevaluations.(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc)ANOSPECIFICROLE[/jCheckifprojectperformedwithcufrentfifmLambertAdvisoryservedastheeconomicandfiscalconsultantonfourofthesixstudycorridors,including:SouthDade;NorthDade;East/West;andBeach.Thesecorridorsgenerallystretchbetween7and20milesinlength.(1)TITLEANDLOCATION(CityandState)SmartPlan(MiamiDadeCounty,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2018-presentCONSTRUCTION(Ifapplicable)(1)TITLEANDLOCATION(CityandStale)SouthCountyAdministrativeComplex(PalmBeachCounty,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICESCurrentCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLE[7]CheckifprojectperformedwithcurrentfirmLambertiscurrentlyengage(asasub-consultant)onPalmBeachCounty'sSouthCountyAdministrationComplexredevelopmentplanning.Lambertisprovidingtheeconomicandmarketanalysisguidingthebroaderphysicalandregulatoryplanningefforts.(1)TITLEANDLOCATION(CityandStale)(2)YEARCOMPLETEDTarponSpringsHighestandBestUseAnalysis(TarponSprings,FL)PROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscopesize,costetc)ANDSPECIFICROLE|/1CheckifprojectperformedwithcurrentfirmLambertwasengagedbytheCityofTarponSpringstoassistwiththehighestandbestuseanalysisassociatedwitha2-acreparcelownedbytheCity.Theanalysisincludedarealestatemarketanalysisformultifamilyresidentialuses,aswellascommercialandculturaluses.TheCorradinoGroup46Page87of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTALb.WITHCURRENTFIRMPaulLambertEconomicandRealEstateAdvisor302415.FIRMNAMEANDLOCATION(CityandState)LambertAdvisory,LLC(Miami,FL)16.EDUCATION(DegreeandSpecialization)BAUrban&RegionalPlanning,MiamiU.Oxford,OHLondonSchoolofEconomicsnon-degreefellowMasterCityPlanning,MITCambridge,MA17.CURRENTPROFESSIONALREGISTRATION(StaleandDiscipline)18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc)19.RELEVANTPROJECTS71Checkifprojectperformedwithcurrentfirma.(1)TITLEANDLOCATION(CityandState)7]Checkifprojectperformedwithcurrentfirmb.(1)TITLEANDLOCATION(CityandState)7]Checkifprojectperformedwithcurrentfirmc.(1)TITLEANDLOCATION(CityandState)71Checkifprojectperformedwithcurrentfirmd.(1)TITLEANDLOCATION(CityandState)71Checkifprojectperformedwithcurrentfirme.Lambertservedastheleadconsultantfortheeconomic,marketandstrategicplanfortheCityofMiramarandassociatedwithtwoseparateinitiatives:theArts,Workforce&Entertainment(AWE)DistrictandInnovationDistrict.Lambertcompletedacomprehensiverealestatemarketanalysisforeachstudy,includingbothshort-termandlong-termdemandforecasting.Additionally,Lambertpreparedafinancialfeasibilitystudyforinitialconcepts.Budget:$48,000LambertwasoriginallyengagedbytheVillageofPalmettoBaytopreparetheeconomicandmarketanalysesinconjunctionwiththeVillage'sstrategicplanforitsDowntownarea.Thisincludedanin-depthmarketsupplyanddemandevaluationoftheluxuryrentalhousingmarket,retail/entertainmentmarket,andofficemarket.Lambertwasre-engagedin2020toassisttheVillageininvestmentstrategiesinresponsetoproposeddevelopment.Budget:$64,000(total)Lambertservedastheeconomic,marketandfinancialadvisorassociatedwitha$500millionredevelopmentplanandinvestmentprospectusforthelargestlandholderwithinDowntownMiami’sburgeoningWynwooddistrict.Lambert'sworkwasinstrumentalinguidingthebroaderphysicalplanningefforts,aswellastheinvestmentstrategyforprospectiveP3developmentopportunities.Budget:$300,000LambertservedastheleadplanningconsultantfortheTampaWestRiverRevitalizationplan,amajorredevelopmentplandesignedauniqueurbanmixed-usedistrictalongTampa’sriverfront.Theplancomprises2,200unitsofhousign(marketrateandaffordable),aswellasretailandofficedevelopment.Theplanincludedcomprehensiveeconomicandmarket/realestatedemandanalyses,aswellasfinancialevaluation.Budget:$150,000LambertAdvisoryiscurrentlyengagedinacity-wideeconomicdevelopmentandbudget/implementationstrategy.Thestrategyfocusedonresidential,commercialandmixed-useredevelopmentopportunities,aswellasattractingoperatingbusinessesandtourisminordertocreaterecurringjobs,supportexistingbusinessesoverthelongterm,beofnetpositivefiscalbenefittotheCity,andcreatemomentumforfuturebusinessinvestment.Budget:$50,000VillageofPalmettoBayStrategicPlan(PalmettoBay,FL)(3)BRIEFDESCRIPTION(Briefscope,sizecostetc)ANDSPECIFICROLETampaWestRiverRevitalization(Tampa,FL)(3)BRIEFDESCRIPTION(Briefscope,sizecostetc)ANDSPECIFICROLEMiramarAWEandInnovationDistrictStrategicPlan(Miramar,FL)(3)BRIEFDESCRIPTION(Briefscope,sizecostetc)ANDSPECIFICROLEManaCommons(Miami,FL)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(1)TITLEANDLOCATION(CityandState)CityofHallandaleBeachCity-wideEconomicDevelopmentStrategy(HallandaleBeach,FL)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(2)YEARCOMPLETEDPROFESSIONALSERVICESlcONSTRUCTION(Ifapplicable)2017to2021(2)YEARCOMPLETEDPROFESSIONALSERVICESlcONSTRUCTION(Ifapplicable)2019-2021(2)YEARCOMPLETEDPROFESSIONALSERVICESlcONSTRUCTION(Ifapplicable)Current(2)YEARCOMPLETEDPROFESSIONALSERVICESlcONSTRUCTION(Ifapplicable)2018-19(2)YEARCOMPLETEDPROFESSIONALSERVICESlcONSTRUCTION(Ifapplicable)2015,2020THECORRADINOGROUP47Page88of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEAidaM.Curtis,RLA,ASLA13.ROLEINTHISCONTRACTPrincipalinCharge14.YEARSEXPERIENCEa.TOTAL40b.WITHCURRENTFIRM3215.FIRMNAMEANDLOCATION(CityandState)fCurtis-i-RogersDesignStudio,Inc.SouthMiami,Florida16.EDUCATION(DEGREEANDSPECIALIZATION)TexasA&MUniversityBachelorofScienceofLandscapeArchitecture,198317.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)LandscapeArchitect:Florida,LA000133018.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.}Affiliations:MemberofTheAmericanSocietyofLandscapeArchitects/Awards:ASLACertificateforExcellenceinthestudyofLandscapeArchitecture19.RELEVANTPROJECTS(1)TITLEANOLOCATION(CityandState!HialeahCulturalParkHialeah,Florida(3)BRIEFDESCRIPTION(Briefscope,size,cost,etcJPNDSPECIFICROLECheckifprojectperformedwithcurrentfirm(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2013-20152015HialeahCulturalParkisenvisionedtobealushtropicalparktuckedintoaquieturbancommunity.Theneighborhoodhaslittletonoexistingpublicspaceamenities,sotheCityofHialeahworkingwithFPLfoundacreativewaytoprovidemuchneededgreenspace.Theland,donatedbyFPL,isanexistingFPLtransmissionright-of-waycurrentlynotaccessibletothepublic.FPLcollaboratedwithourdesignteamtocreateaparkwhichfitsthefunctionalrequirementsofatransmissionright-of-waywhileprovidingameanderingpaththroughrichvegetationforpeopletostrollandlearnabouttherichhistoryofHialeah.TheC+RteamdesignedelementsintotheparkplazastoenhancethestoryofHialeahfromitsrootsintheNativeAmericanswhonamedHialeah(meaning“HighPrairie")totheHialeahParkRacetracktodayandthroughthefuture.Thelandscapewithintheplazaswillserveasabackdropforlocalartists'interpretiveworkthroughoutthepark.Cost$2,000,000(1)TITLEANDLOCATION(CityandState)BenjaminP.GroganandJerryL.DoveFederalBuildingMiramar,Florida(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)POOSPECIFICROLE(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)201020158NCheckifprojectperformedwithcurrentfirmCurtis+Rogersispleasedtohaveconceivedthe“EvergladesLandscape”conceptfortheGSA-FederalOfficeBuildinginMiramarFloridawhichwasdevelopedduringthealternativeconceptphaseoftheproject.TheapproachwillnotonlygreatlyassistinsuccessfullyachievingcreditsforthesustainablesitesinitiativebutwillcreateauniqueandexcitingapproachtolandscapedesigninSouthFlorida.ThefollowingGSADesignReviewCommentsspeaktotheirenthusiasticendorsementoftheconceptandtheirdesiretoseeitssuccessfulimplementation.Cost:$194million(1)TITLEANDLOCATION(CityandSfate)(2)YEARCOMPLETEDCoconutGroveStreetscapesImprovementsCoconutGrove,FloridaPROFESSIONALSERVICES2010-2013CONSTRUCTION(Ifapplicable)2020(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)POOSPECIFICROLECheckifprojectperformedwithcurrentfirmTheCityofMiami,hiredCurtis+RogerstoprovidedesignservicesrelatedtostreetscaperenovationsintheCoconutGroveCentralBusinessDistrict.Thegoaloftheprojectwastoreviewtheexistingproblemswithbrickliftingandrootintrusionsinthesidewalksandevaluateexistingtreeconditions,whilemaintainingtheexistingwonderfulcharacterofCoconutGrove.Acombinationofsolutionshavebeenproposedandincludenewtreesplantedinconditionsoptimalforfuturegrowth,maintainingexistingtreeswhileimprovingtheirimmediategrowingenvironmentandreplacementofbrickssetinamoresuitablebasematerial.TheCurtis+Rogersteamincludedlandscapearchitects,urbanarboristsandhorticulturistsallworkingtogethertodevelopcreativesolutionstothechallengingconditions.ExtensivemeetingswereheldwithmembersoftheCoconutGroveBusinessDistrict,businessesintheareaandthepublictoseekinputandideasfortheproject.(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)andSPECIFICROLECheckifprojectperformedwithcurrentfirmd.(1)TITLEANDLOCATION(CityandState)FlaglerStreetscapesMiami,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICES2012-2022CONSTRUCTION(Ifapplicable)2022-2024TheprojectgoalistoreconfiguretheFlaglerStreetfromNW2™*AvetoBiscayneBlvd,toprovidewidersidewalks,selectiveparallelparking/loadingareas,grading/drainageimprovements,andlandscapeandhardscapeenhancementscommensuratewithavibrantdowntowncommercialarea.Thegoalfortheseimprovementsistoprovideareasforoutdoorcafes,togetherwithunifiedfurnishings,lightingandlandscapetoenhancethevisitorexperienceofthearea.Flagler’slonghistoricsignificancehasbeentakenintoconsiderationintheplanninganddesignoftheseimprovements.GiventhatFlagleristheconsideredtheCityofMiami's“mainstreet",manypartiesareinvolvedintheplanningandimplementationoftheproject.TheprojectisbeingmanagedbytheCityofMiami'sCapitalImprovementsDivision(ClP),workinginconjunctionwiththeDowntownDevelopmentAuthority(DDA),specificallywiththeFlaglerStreetSteeringCommittee.Cost:$27,000,000TheCorradinoGroupPage89of19848 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1(1)TITLEANDLOCATION(CityandState)MIC-CentralStationMiami,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICES2012CONSTRUCTION(ifapplicable)2018(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)WOSPECIFICROLECheckifprojectperformedwithcurrentfirmTheCentralStationattheMiamiIntermodalCenter(MIC)isafacilitycombiningastationforAmtrakandanotheroneforbuses.Itisadjacentto,andintegratedwith,theMICstationoftheproposedMICEarlingtonextensionofMetrorail,theproposedlightrailconnectiontoMiamiInternationalAirportandMiamiInternationalAirport'sConsolidatedRentalCarFacility.Inadditiontotherailstationandbusstationtheprojectprovidesamajorpedestriansystemofwalkwaysconnectingalltherelatedfacilitiesandapublicplazaforpatronsofthemultiplefacilities.Cost:$80,000,000TheCorradinoGroupPage90of19849 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12NAME13ROLEINTHISCONTRACT14YEARSEXPERIENCEJennieRogers-PomavilleLandscapeDesigneraTOTAL18bWITHCURRENTFIRM1815.FIRMNAMEANDLOCATION(CityandState)Curtis+RogersDesignStudio,Inc.,SouthMiami,Florida(16.EDUCATION(DEGREEANDSPECIALIZATION)FIU-MastersofLandscapeArchitecture,200717CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)V7LA0001721-Florida-LandscapeArchitecture18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Member-TheAmericanSocietyofLandscapeArchitects,CertifiedArborist,ISATRAPCertified,19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)PlantationKeyCourthouseandDetentionFacilityTavernier,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)2021(3)briefDESCRIPTION(Briefscope,size,cost,etc.)andspecificROLECheckifprojectperformedwithcurrentfirmC+RwasresponsiblefortheLandscapeDesign.TreeDispositionPlanandIrrigationDesignforthisCountyCourthousefacilitylocatedintheVillageofIslamorada.Thelandscapewasinspiredbythemaritimeforeststhatoncegracedtheseislands.ThenewbuildingswillappearasiftheyemergedfromwithinahammockwhileshowcasingacastofnativeplantswithsporadicoutcropsofthepreciousKeyLargoLimestone.Withinthesitearemnantfragmentofahammockisbeingpreserved.Withinthebuildingaclimate-controlledinteriorcourtyardfeaturesanon-nativetropicalsplendorofcolorandtexturesthatemulatetheuniquenessandvibrancyofthepeopleoftheKeys.Ultimately,thelandscapedesignstrivestopreserve,restore,andshowcaseamodestyetvitallandscapethatisoftenoverlookedwhileembossingitsidentityandplace.Cost:$580,000b.(1)TITLEANDLOCATION(CityandState)BrowardCountyCourthouseFt.Lauderdale,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICES2009CONSTRUCTION(Ifapplicable)On-going(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE|XICheckifprojectperformedwithcurrentfirm.Curtis+RogerswasapartoftheMaslerPlanprocessfortheBrov/ardCourthouseComplexindowntownFortLauderdale.Phase1ofthatMasterPlan,whichinvolvedanewCourthouseBuildingfrontingSE6thStreet,wascompletedin2019.ThePlazainPhaseII,currentlyunderconstruction,hasbeendesignedtofunctionasapublicspaceforlargeandsmallcivicgatherings,andforthegroupsthattypicallygatherinfrontofacourthouse,includingvendorsandfamilieswilhchildren.ShadeisprovidedbyagroveofOaktreesonthewestsideofthewalkwaythatthenopensandclimbsadoublesetofstairstotheCourthousePlaza.Withinthegatheringspaceisasmallsimplestructuralspaceforchildrentoplayinandshadedseatingforparents.Theplazaalsoincludesasmallerscale,shadedspaceIoproviderefugefromtheactivityinfrontofthecourthouseandserveshandicapaccesstothebuilding.TheoveralldesignoftheplazacentersontheconceptofcreatingashadedinclinedpathIhatleadsvisitorstothefrontdoorofthecourthouse.Lightingandhardscapeelementsprovideafurtherframingofthispathway.Cost:$4,000,000(Landscapeportion)c.(1)TITLEANDLOCATION(CityandState)Fisherman'sCommunityHospitalMarathon,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICES2018CONSTRUCTION(Ifapplicable)2021(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANOSPECIFICROLECheckifprojectperformedwithcurrentfirmIn2017HurricaneIrmahittheFloridaKeysandtheonlymajorhospitalintheMiddleKeyswasdamagedbeyondrepair.Curtis+RogersworkedwithNelsonArchitectsandBaptistHealthtodesignanewfacilitytoservetheKeyswellintothefuture.Temporaryfacilitieswereerected,andtheprojectwascompletedinphasessothatthecommunityhadmedicalservicesasIheprojectwasfast-tracked.ThenewhospitalbackstoamangrovepreserveontheeastandUS1onthewestandincludesahelipadforemergencies.Thehospital'snewlandscapeisprimarilynativeandsaltanddroughttoleranttomakeilaresilientfacilityforthefuture.Nativetreeswerepreservedwherepossibleandnativethatchandcabbagepalmswererelocatedonsite.Curtis+RogersprovideddesignservicesforTreeDisposition,Planting,IrrigationandConstructionAdministrationCost:$37,750(C+RPortion)d.(1)TITLEANDLOCATION(CityandState)BrowardCountyChildren'sMuseumMiami,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICES2009CONSTRUCTION(Ifapplicable)2011(3)BRIEFDESCRIPTION(Briefscope,size,cost,ercjANDspecificROLE0CheckifprojectperformedwithcurrentfirmTheBrowardCountyChildren'sReadingCenterandMuseumiscomprisedofaworld-classChildren'sMuseumadministeredbyYoungatArt,anorganizationthathasbeenencouragingandteachingchildrenaboutartfor23years,andastate-of-the-artReadingCenterforchildrenrunbytheBrowardCountyPublicLibrarySystem.Curtis+Rogersprovidedthelandscapeandirrigationdesignservicesforthisproject,aswellastheLEEDdocumentationforrelevantcredits.Thelandscapedesignincludesunusualcircularberms,andanextensiveselectionofunusualandexotictreestostimulateandeducatethechildren.Curtis+Rogersdevelopededucationalflyersforthevisitorstothemuseumthattakethemonatreasurehunttofindthetreesandidentifytheiruniguequalities.Thelandscapeandirrigationwerealsodesignedtoreducewateruseby59%,and70%oftheplantsarenativeanddroughttolerant,helpingtoachievetheLEEDGoldstatusCost:$13,000,000e.(1)TITLEANDLOCATION(CityandState)(2)YEARCOMPLETEDFortLauderdaleFireStation#54PalmBeach,FloridaPROFESSIONALSERVICES2017CONSTRUCTION(Ifapplicable)2019(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmAnew10,000sq.ft.FireStationinFortLauderdalealsoincludesanewbuiltroadinfrontoftheFireStation.TheFireStation54landscapewasdesignedtofeatureFloridafriendlyfloraandachievedFGBCFloridafriendlyhabitatcertification.ThisenergyfriendlyFireStationiscapableofwithstandingacategory5hurricane.Cost:$16,395(Landscapeportion)TheCorradinoGroupPage91of19850 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT15.FIRMNAMEANDLOCATION(CityandSlate)rtertokProfessionalServiceIndustries,Inc.-PalmBeachGardens,Florida12.NAME13ROLEINTHISCONTRACT14.YEARSEXPERIENCEaTOTALbWITHCURRENTFIRMJoseGomez,PE,MSc,D.GE,F.ASCEChiefGeotechnicalEngineer42318.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations.Training,Awards,etc.)16.EDUCATION(DEGREEANDSPECIALIZATION)MasterofScienceinCivilEngineering(GeotechnicalEmphasis),GeorgiaInstituteofTechnology,1983BachelorofScienceinCivilEngineering,PontificiaUniversidadJaveriana,1979(PontificalXavierianUniversity)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)ProfessionalEngineer(USA):FL#78289,2014;PR#28042,2020,GA#045437,2020;NC#039299,2012;andVA#045683,2009AmericanSocietyofCivilEngineers(ASCE)-F.ASCEAcademyofGeoProfessionals(AGPofASCE)DiplomateGeotechnicalEngineer(D.GE)Nat’lArchitects&EngineeringCouncilLicense(Colombia,SA)|AmericanSocietyofHighwayEngineers(ASHE),GoldCoastSecretary,VicePresident|GeoInstitute(Gl)ofASCE(ChairofVAGeoConference)|NationalSocietyofProfessionalEngineers(NSPE)|FloridaEngineersSociety(FES),PalmBeachChapterSecretary|InternationalSocietyofSoilMechanicsandFoundationEngineering|UnitedStatesSocietyonDams(USSD)|ColombianGeotechnicalSociety(SCGasperSpanish)|ColombianSocietyofEngineers(SCIasperSpanish)19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)CentralDistrictWastewaterTreatmentPlant-NewMaterialsWarehouse,VirginiaKey,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(ifapplicable)n/a(3)BRIEFDESCRIPTION(Briefscopesizecost,etc)ANDSPECIFICROLEGeotechnicalEngineerofRecord.PSIhasbeencontractedtoevalandconstructionofawarehousestructure,newcanopystructuresanpurposeofourinvestigationwastoobtainthenecessaryengineeringfoundationdesignandconstructionrecommendationsfortheproposeMiami-DadeCountyWater&SewerDepartmentunderEDP-WS-369ElCheckifprojectperformedwithcurrentfirmuatethesubsurfaceconditionsforthedesigndassociateddrainageimprovements.Thepropertiesofthein-situsoilsandprovidedstructures.ServiceswereperformedforthePSIFees:$42,613b.(1)TITLEANDLOCATION(CityandState)JohnPrestonWTPBulkSodiumHypochloriteStorageFacility,Hialeah,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(ifapplicable)n/a(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc)ANDSPECIFICROLEGeotechnicalEngineerofRecord.TheprojectincludedasubsurfacgeotechnicalengineeringrecommendationsfordesignandconstructkFacilityprojectlocatedwithintheJohnPrestonWaterTreatmentPlanapproximately46feetwide,139feetlongvacantareawhereaconcrediametertankstobeconstructed.PSIcompletedthegeotechnicalentourexistingNon-ExclusiveProfessionalServicesAgreementE15-WAandSewerDepartment(MDWASD)(W.O.171).PSIFees:$12,000ElCheckifprojectperformedwithcurrentfirmeevaluation,laboratorytestingprogramandanofaproposedBulkHypochloriteStoraget.Theprojectareaconsistsofantepadtosupport(16)sixteen,13.5-footSneeringstudyingeneralaccordancewithSD-13withtheMiami-DadeCountyWaterc.(1)TITLEANDLOCATION(CityandState)MiamiWorldCenterBlockA-Proposed47-StoryStructure1001NE1stAvenue,Miami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(ifapplicable)n/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEGeotechnicalEngineerofRecord.Theproposedstructureisa47unitstotal).Thepurposeofourstudywastoevaluatethesubsurfacecengineeringrecommendationsandguidelinesforuseinpreparincdocumentsfortheproposedproject.Thescopeofservicesincludeddriandpreparingadetailedgeotechnicalengineeringreport.PSIFees:!ElCheckifprojectperformedwithcurrentfirm-storyhigh(498.5feet)residentialtower(530onditionsatthesiteanddevelopgeotechnicalthedesignandotherrelatedconstructionlingsoilborings,performinglaboratorytesting,>21,850d.(1)TITLEANDLOCATION(CityandState)DoralCentralParkGeotechnicalStudyCityofDoral,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(ifapplicable)n/a(3)BRIEFDESCRIPTION(Bnefscope,size,cost,etc.)ANDSPECIFICROLEGeotechnicalEngineeringofRecord.TheprojectsiteissituatedlargestparkintheCity,andoneofthelargestintheregion.Theparkaquaticsvenuewithacompetitionpool,learntoswimpool,splashparmeanderingwalkingpaths,tenniscourts,basketballcourts,baseball/spumptrackandsensoryplayscapearea.PSIprovidedDesignGe$114,995ElCheckifprojectperformedwithcurrentfirm?n82acresofwhich25arealake.Itwillbewillincludeanindoorrecreationalfacilityand<andlazyriver.Outdooramenitieswillincludeoftballdiamonds,picnicareas,skatespotandotechnicalEngineeringServices.PSIFees:TheCorradinoGroupPage92of19851 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT15.FIRMNAMEANDLOCATION(CityandState)ProfessionalServiceIndustries,Inc.-Miami,Florida12.NAMECamiloMonroy13ROLEINTHISCONTRACTContractManagerforGeotechnicalandMaterialsTesting&Inspections14.YEARSEXPERIENCEa.TOTAL19b.WITHCURRENTFIRM1818.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc)16.EDUCATION(DEGREEANDSPECIALIZATION)MasterofScienceinConstructionManagement,FloridaInternationalUniversity,2008BachelorofScienceinCivilEngineering,UniversityofMiami,200317CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)ProjectManager,PSI,2003;RadiationSafety,DensityGaugeOperator,PSI,200319.RELEVANTPROJECTS(1)TITLEANDLOCATION(CityandState)GeotechnicalServices,SpecialInspections,StructuralAssessment,Soils,Foundations,andMaterialsTestingServicesforWaterandSewerDepartmentCapitalImprovementProjects,(ContractE15-WASD-13)MiamiDadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2016-2026CONSTRUCTION(Ifapplicablen/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirma.ContractManagerresponsiblefor$1.5M+contracttoprovidegeotechnicalengineeringandtestingservicesforconstructioninspectionandtestingservicesunderMiamiDadeCountyContractE15-WASD-13.ServicesperformedforthelargestwaterandsewerutilityinthesoutheasternUnitedStates,arerelatedtotheImprovement,Upgrades,andExpansionsofWater,WastewaterTreatmentPlants,PumpStations,Collection,DistributionandTransmissionPipingandallRelatedFacilitiesasNecessarytoEnsureQualityControl/AssuranceforWaterandSewerDepartmentCapitalImprovementProjects.Thisprogramprovidesenhanceandupgradethewaterandsewerinfrastructurebyupgrading,replacing,thousandsofmilesofpipes,pumpstationsandwaterandwastewatertreatmentplants.(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0Checkifprojectperformedwithcurrentfirm(1)TITLEANDLOCATION(CityandState)(2)YEARCOMPLETEDDowntownDoralDevelopmentDoral,FLPROFESSIONALSERVICES2014-2020CONSTRUCTION(Ifapplicablen/aSeniorContractManagementSupport.This250-acremixed-usedevelopmentfeaturesTheShopsatDowntownDoral,70trendyshopsandrestaurants;TheOfficesatDowntownDoral,abustlingbusinessdistrictwithalmost1millionsquarefeetofClass-Aofficespace;and5,000luxuriousresidentialunitsincluding5350ParkcondotowerandCanariasinTheResidencesatDowntownDoral;DowntownDoralCharterElementarySchool-atop-ratedbilingualcharterelementaryschool;amiddleandhighschool;DoralGovernmentCenter-aLEED-certifiedcityhall;andpublicgreenspacesadornedwithworld-classartpieces.PSIProvidedmaterialstestingandinspectionservicesonmultiplephasesofthedevelopmentproject.PSIFees:$700k+(1)TITLEANDLOCATION(CityandState)DoralCityPlaceDoral,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015-2017CONSTRUCTION(Ifapplicablen/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmSeniorContractManager.Thedevelopmentconsistsofsixnewstructures:five6-storymid-risestructuresandac.450spacefivestoryparkinggaragelocatedat8431NW33rdSt,Doral,FL.Theprojectincludesinfinitypool,spa,sundeckareas,fitnesscenter,cybercafe,clubroomandeventmeeting/diningroom.MasterinfrastructureincludingPublicroads,newwaterandelectricallinesforthecityofDoralisalsopartofthisdevelopment.PSIperformedgeotechnicalinvestigations,monitoredtheremovalofunsuitablematerialunderneaththebuildingfootprint,providedgeneralmaterialstestingservices(grout,concrete,soils,andfireproofing)andworkedwiththeownerinimplementingthewaterproofingdesignandtestingforthepre-castparkingandresidentialbuildings.PSIFees:$225k+(1)TITLEANDLOCATION(CityandState)MiamiDadeCountyPublicWorksandWasteManagement/DTPWProfessionalServicesAgreementstoProvideSoils,Foundations,andMaterialsTestingServices(2)YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicablen/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmContractManagerresponsibleforgeotechnicalandmaterialstestingandinspectionsservicesforseveralhundredprojectsundertheMiamiDadeCountyPublicWorksandWasteManagement/DTPWProfessionalServicesAgreementstoProvideSoils,Foundations,andMaterialsTestingServices.TheCorradinoGroupPage93of19852 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT12.NAME13.ROLEINTHISCONTRACT14YEARSEXPERIENCEJuanD.Villegas,PEPSIExecutive-in-Charge/CorporateSupportaTOTAL26bWITHCURRENTFIRM2015FIRMNAMEANDLOCATION(CityandState)ProfessionalServiceIndustries,Inc.(Intertek-PSI),Miami,Florida16.EDUCATION(DEGREEANDSPECIALIZATION)MasterofScienceinGeotechnicalEngineeringandConstructionManagement,UniversityofFlorida,2001BachelorofScienceinCivilEngineering,NationalUniversityofColombia,199617.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FLPE#60745,2004ASCEAssociateMemberFDOTCertifiedQualityControlManager#4224247418.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training.Awards,etc.)AmericanConcreteInstitute(ACI)AmericanSocietyofCivilEngineers(ASCE),Miami-DadeCountyChapterDirector2010FloridaEngineeringSociety(FES)19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)GeotechnicalServices,SpecialInspections,StructuralAssessment,Soils,Foundations,andMaterialsTestingServicesforWaterandSewerDepartmentCapitalImprovementProjects,(ContractE15-WASD-13)MiamiDadeCounty,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2016-ongoingCONSTRUCTION(Ifapplicable)n/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmExecutive-in-Chargeresponsiblefor$1,5M(NTE)contracttoprovidegeotechnicalengineeringandtestingservicesforconstructioninspectionandtestingservicesunderMiamiDadeCountyContractE15-WASD-13.ServicesperformedarerelatedtotheImprovement,Upgrades,andExpansionsofWater,WastewaterTreatmentPlants,PumpStations,Collection,DistributionandTransmissionPipingandallRelatedFacilitiesasNecessarytoEnsureQualityControl/AssuranceforWaterandSewerDepartmentCapitalImprovementProjects.b.(1)TITLEANDLOCATION(CityandState)FDOTD4/D6:Districtwide(D/W)MaterialsLabGeotechnicalServicesConsultant(FDOTContractC9L13)IndianRiver,St.Lucie,Martin,PalmBeach,andBrowardCounties,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2015-2020CONSTRUCTION(Ifapplicable)n/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmExecutive-in-ChargeworkingalongsidetheFDOTDistrictMaterialsOffice(IVandVI)since2003.Mr.Villegashasbeeninvolvedwithover300taskworkorder's(TWO)coveringawidearrayofgeotechnicalengineeringactivities.Theseactivitiesincludefield,laboratoryandengineeringassignmentsrelatingtobridges,miscellaneousstructures,roadway,evaluationofdistress,drainagestudiesandprovidingin-housestaffsupporttotheDistrictMaterialsOffice.c.(1)TITLEANDLOCATION(CityandState)Miami-DadeCountyContinuingServicesPSAs(2)YEARCOMPLETEDPROFESSIONALSERVICES2009-ongoingCONSTRUCTION(Ifapplicable)n/a(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmExecutive-in-Charge.Since2009,PSIhasprovidedgeotechnical,environmental,andmaterialstestingandinspectionsservicestonumerousMiami-DadeCountyDepartmentsunderourcontinuingProfessionalServiceAgreements(PSA).Wehaveprovidedourvastarrayofservicesonthousandsofhorizontalandverticalprojectsthroughoutoneofthemostpopulouscountiesinthenation.Miami-DadeCountyMiscellaneousPSAstoProvideGeotechnical,Soils,Foundations,andMaterialsTestingServicesandPSAstoProvideEnvironmentalMaterialsTestingTesting/Consulting/TrainingServices.Contracts:E09-PWWM-08andE09-PWWM-09,2009-2012;Contracts:E12-PWWM-08andE12-PWWM-09,2013-2016;Contracts:E15-PWWM-02;E15-PWWM-03,2017-ongoing.d.(1)TITLEANDLOCATION(CityandState)FDOTDistrictwideMaterialsTestingandConstructionSupport(D4/D6)FDOTContract(18448)42490896201,IndianRiver,St.Lucie,Martin,PalmBeach,Broward,MiamiDade,andMonroeCounties,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2016-2019CONSTRUCTION(Ifapplicable)n/a(3)BRIEFDESCRIPTION(Bnefscope,size,cost,etc)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmExecutive-in-Charge.PSI,underthedirectionofMr,Villegas,isprovidinglaboratoryandfieldtestingofbituminousmaterial,concrete,soils,aggregatematerials,water,steel,prestressconcrete,andprecastconcretealongmultipleroadwaysinFDOT'sDistrict4andDistrict6locatedinIndianRiver,St.Lucie,Martin,PalmBeach,Broward,MiamiDade,andMonroeCounties,Florida.Additionally,fieldandlaboratorytestingisperformedbyPSI’spersonnelatoffsitematerialproducerlocations,includingallPortlandcementconcreteplants,hot-mixasphalt,concreteplantsandaggregatesuppliers.TheCorradinoGroupPage94of19853 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12NAME13ROLEINTHISCONTRACT14.YEARSEXPERIENCEJorgeACanales.PESeniorStructuralEngineeraTOTALb.WITHCURRENTFIRM49415.FIRMNAMEANDLOCATION(CityandState)ChromeEngineering,Inc.,Miami,Florida16.EDUCATION(DEGREEANDSPECIALIZATION)BSCivilEngineering,UniversityofMissouri,1978BSBuildingEngineering,LincolnUniversity,196855117.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FloridaProfessionalEngineerLicense#60444(2003)18.OTHERPROFESSIONALQUALIFICATIONS(Publications.Orqanizations.Traininq,Awards,etc.)Mr.Canales’s49+yearsofstructuralengineeringexperienceincludeshorizontalstructures,includingsteelandconcretebuildings,reinforcedmasonry,timber,aluminumdesigns.Hisexperienceincludesmultiplebuildingrehabilitationprojectswithstructuralremediation.Mr.CanalesisaMiamiDadeCountyB.O.R.Aregisteredstructuralplansexaminer.19.RELEVANTPROJECTS(1)TITLEANDLOCATION(CityandStale)(2)YEARCOMPLETED311&911SupportAreaRenovation,Doral,Floridaprofessionalservicesconstruction(ifapplicable)20192023(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEIXICheckifprojectperformedwithcurrentfirma.StructuralEngineerinchargeoftheQA/QCofstructuralplansandcalculationsfortheconstructionofatwolevel8,500squarefootareaattheLightspeedFacilityin11500NW25lhStreet.Miami-DadeCounty.Florida.Thetwo-levelstructurewillbebuiltwithinanexistingbuildingandisdesignedtosupportmechanicalequipmentatthemezzaninelevelandtoprovideaccommodationforthestaffrespondingto311and911calls.Theproposedsupportingframeincludessteelcolumnsandbeamssupportedonconcretefoundations.Theroofissupportedbysteeljoists.Contact:Mr.BurtonH.Hersh,AIA,305-446-4877Ext.701ChromeFee:$24K(1)TITLEANDLOCATION(CityandStale)TownofSurfsideStructuralPlansReviewer,TownofSurfside,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)08/2021-Presentn/a(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEIXlCheckifprojectperformedwithcurrentfirmb.StructuralPlansExaminerinchargeofthereviewofbuildingpermitsforavariedrangeofconstructionprojectsintheTownofSurfsideforNewResidentialHomes,NewCommercialBuildingsandHotels,NewSeawalls,SeawallRepairs,Additions,Pools,canopies,andbuildingrepairprojects.Mr.CanalesisextremelyfamiliarwithChapter16thofthe2020,7lhEditionFloridaBuildingCodeaswellaswiththeASCE7-16winddesignrequirements.Mr.CanaleshandlesmultipleconcurrentreviewsonatimelymannerfortheTown.Contact:Mr.JamesMcGuinness,EI,CBO,CFM,MCP,LEEDAPBD+C(305)777+21-64Ext.231.ApproxYearFee:S20Kc.(1)TITLEANDLOCATION(CityandStale)DB19-DTPW-01-Contractor:OHL,MiamiDadeSouthCorridor-DesignBuild,Miami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESIcONSTRUCTION(Ifapplicable)20192023-2024(3)BRIEFDESCRIPTION(Briefscope,sizecostetc.)ANDSPECIFICROLEIXICheckifprotectperformedwithcurrentfirmStructuralEngineerinchargeoftheQA/QCofthestructuralpeerreviewforthestationcanopydesignrequiredat14newbuswaystations.Thisfast-pacedDBcontractiscurrentlyimprovingtheBuswaySouthCorridorwhichrunsparalleltoUS-1fromDatranDrive(JustsouthofSW88lhStreet)toSW336thStreet.Theproposedstationsarecomposedofsteelarchesspanningthebuswaysupportedonconcretefoundations.Incidentalreviewsincludedtheproposedstructuralsteelframingfortheproposedstationvestibules.Contact:Mr.FrancisListon.P.E.,727-201-7336.ChromeFee:S50K.(1)TITLEANDLOCATION(CitvandStale)G-72EControlStructure,HialeahGardens,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)20192023(3)BRIEFDESCRIPTION(Briefscope,sizecostetcJANDSPECIFICROLE|XICheckifprotectperformedwithcurrentfirmd.StructuralEngineerinchargeofthequalitycontrolforcalculationsandplansforaSouthFloridaWaterManagementDistrictControlStructurewithintheC-7canalinMiami-DadeCounty.Servicesincludethedesignofa50'castinplaceconcretetwinboxculvert(7’Wx7’H),anchoredsheetpilewalls,castinplacewingwallsandspillingwellsteelplatforms.ThedesignsfollowedAASHTOLRFDSpecificationsforBridgeconstructionfortheculvertandsheetpilesaswellastheFloridaBuildingCodeforthespillingwellplatforms.Contact:Mr.JoanDeLaRosa,P.E.,(305)431-1721.ChromeFee:S80K.(1)TITLEANDLOCATION(CityandState)(21YEARCOMPLETEDHardRockStadiumPedestrianBridgesandTunnels,MiamiGardens,Floridaprofessionalservicesconstruction(ifapplicable)20192019(3)BRIEFDESCRIPTION(Briefscope,sizecostetc)ANDSPECIFICROLEIIcheckiforoiectperformedwithcurrentfirme.StructuralEngineerinchargeoftheverificationofshopdrawingsanddesigncalculationsfor2prefabricatedtrussbridgesand2precastconcretearchtunnelsconstructedattheHardRockStadiuminMiamiGardens,Florida.Designelementsincludedsteeldesign,steelsheetpiling,MSEWallcontroldrawings,joints,bearingplatesandwaterproofingsystemamongothers.ResponsibilitiesalsoincludedassistingtheConstructionEngineeringInspections(CEI)teamwithstructuralrelatedRFI’s.Contact:Mr.ErikSibila,P.E.,(305)238-9816.ConstructionCost:S50M.ChromeFee:817K.TheCorradinoGroupPage95of19854 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12NAMEOscarJ.Cruz,PE13ROLEINTHISCONTRACTSeniorStructuralEngineer14YEARSEXPERIENCEaTOTALbWITHCURRENTFIRM22515.FIRMNAMEANDLOCATION(CityandSlate)ChromeEngineering,Inc.,Miami,Florida0?-C16EDUCATION(DEGREEANDSPECIALIZATION)BSCivilEngineering,FloridaInternationalUniversity,Dec.2020MSStructuralEngineeringCourses,FIU200617.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FloridaProfessionalEngineerLicense#63889(2006)18OTHERPROFESSIONALQUALIFICATIONS(PublicationsOrganizations,TrainingAwards,etc)Mr.Cruz’s22yearsofstructuralengineeringexperienceincludeshorizontalstructures,includingsteelandconcretebuildings,reinforcedmasonry,timber,aluminumdesigns.Hisexperienceincludesmultiplebuildingrehabilitationprojectswithstructuralremediation.Mr.Cruzisfamiliarwiththerequirementsofthe20207lhEditionFloridaBuildingCodeandASCE7-16.FESMember(2006)19.RELEVANTPROJECTS(1)TITLEANOLOCATION(CilvandState)(2)YEARCOMPLETED311&911SupportAreaRenovation,Doral,Floridaprofessionalservicesconstruction(ifapplicable)20192023(3)BRIEFDESCRIPTION(Briefscope,size,cost.efcMNDSPECIFICROLEIXICheckifproiectperformedwithcurrentfirma.StructuralEORinchargeofthestructuralplansandcalculationsfortheconstructionofatwolevel8,500squarefootareaattheLightspeedFacilityin11500NW25'1'Street,Miami-DadeCounty.Florida.Thetwo-levelstructurewillbebuiltwithinanexistingbuildingandisdesignedtosupportmechanicalequipmentatthemezzaninelevelandtoprovideaccommodationforthestaffrespondingto311and911calls.Theproposedsupportingframeincludessteelcolumnsandbeamssupportedonconcretefoundations.Theroofissupportedbysteeljoists.Contact:Mr.BurtonH.Hersh,AIA,305-446-4877Ext.701ChromeFee:S24K(1)TITLEANDLOCATION(CityandSlate)VillaFloriniCondominiumAssociation,CityofCoralGables,Florida(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)20222023b.(3)BRIEFDESCRIPTION(Briefscope,size,cost,ere)ANDSPECIFICROLE[XICheckifprpiectperfprmedwithcurrentfirmStructuralEORinchargeofthestructuralplansandprojectspecificationsfortheconcreterepairs,includingconcretedeck,planters,expansionjointsrequiredat101SidoniaAvenue.CoralGables,Florida33154toaddresswaterintrusion,concretespalls,andconcretecracks.Activitiesincludedthepreparationandsubmittalofpermitdocumentsaswellasinspectionsduringconstructiontooverviewthesuccessfulcompletionofanticipatedrepairs.Contact:Mr.GerardoNorona,PE(305)439-1749.ChromeFee:$7.5Kc.(1>TITLEANOLOCATION(CityandState)DB19-DTPW-01-Contractor:OHL,MiamiDadeSouthCorridor-DesignBuild,Miami,FL(2>YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IIapplicable)20192023-2024(3)BRIEFDESCRIPTION(Briefscope,size.cost,etcJANDSPECIFICROLE[XjcheckifproiectperformedwithcurrentfirmStructuralEORinchargeoftheStructuralpeerreviewforthestationcanopydesignrequiredat14newbuswaystations.Thisfast-pacedDBcontractiscurrentlyimprovingtheBuswaySouthCorridorwhichrunsparalleltoUS-1fromDatranDrive(JustsouthofSW88lhStreet)toSW336lhStreet.Theproposedstationsarecomposedofsteelarchesspanningthebuswaysupportedonconcretefoundations.Incidentalreviewsincludedtheproposedstructuralsteelframingfortheproposedstationvestibules.Contact:Mr.FrancisListon,P.E.,(727)201-7336.ChromeFee:$260k.(1)TITLEANDLOCATION(CityandState)PedestrianBridgeRehabilitationPlan;CityofMiamiBeach,FL12)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2021-PresentPresent(3)BRIEFDESCRIPTION(Briefscope,size.cost,efc)ANDSPECIFICROLE|XICheckifprojectperformedwithcurrentfirmdPMandStructuralEORinchargeofplanspreparationforsixpedestrianbridgesintheCityofMiamiBeach.Fiveofthesestructuresaredecorativeconcretebridgesapproximately10’widewithlengthsrangingfrom84'to215'.ThesixthbridgeisasteeltrusswithtimberdeckingcrossingtheCollinsCanal.Mr.CruzoverseesthebridgerehabilitationprogramforthesestructuresincludingdevelopingBridgeInspectionReportsandconstructiondocumentsforrepairingconcretebeams,deck,andrailings.RepairsincludeCFRPwrapsandFRPreinforcingbars.Contact:Mr.AaronOsborne,CivilEngineerI,305-673-7080x6110.ChromeFee:$170k.(1)TITLEANDLOCATION(CityandState)(2)YEARCOMPLETEDBridgeRehabilitationContract;CityofCoralGables,FLprofessionalservicesconstruction(itapplicable)2021-Present2021-Present(3)BRIEFDESCRIPTIONFBriefscopesize,costefcMNDSPECIFICROLEIXIcheckifproiectperformedwithcurrentfirme.PMandStructuralEORinchargeofplanspreparationforonepedestrianbridgeaswellasthreesonovoidbridges875303,875307and875309withintheCityofCoralGables.Plansincludeconcretespallsandcrackrepairstothebeamundersidesaswellasaretrofitlongitudinalconnectionbetweenbeamstomitigatedeficienciesoftheexistingtransverseposttensioningsystem.Additionalrepairdetailshavebeenpreparedforbarrierimpactsonbridge870300aswellasconcretespallrepairsandpilejacketdetailsforbridge875301overtheCoralGables.Canal.Contact:Mr.JeanSolari,MBA,ProjectManager,305-460-5053.ChromeFee:$60k.THECORRADINOGROUPPage96of19855 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1plusurbia18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,TrainingAwardsetc)19.RELEVANTPROJECTS15.FIRMNAMEANDLOCATION(CityandState)PlusUrbia,LLCd/b/aPlusurbiaDesign(Miami,FL)E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEDylanGehringa.TOTAL6b.WITHCURRENTFIRM216.EDUCATION(DegreeandSpecialization)17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)ClemsonUniversityMasterofCity+RegionalPlanningBallStateUniversityBachelorofUrbanPlanning+Developmentn/aa.(1)TITLEANDLOCATION(CityandState)EastGatewayDistrict-Greenville(Greenville,SC)(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmLocatedinoneofthenation'sfastest-growingcities,thisCommunityVisionPlanembracestheassestsofGreenville’sGatewayDistrictandintroducesstrategiestoweavethebuiltenvironmentbacktogether,betterestablishingphysicalandpsychologicalconnectionstotheadjacentdowntown.b.(1)TITLEANDLOCATION(CityandState)CityTerraceCDC(Opa-Locka,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANOSPECIFICROLECheckjfprojectperformedwjthcurrentfirmGeneralPlanningandEconomicDevelopmentStrategyServicestoprovideaholisticredevelopmentvisionandrecommendationsforthefutureoftheOpa-LockaCDC'spropertiesaspartofalargerspecialdistrict.Theparcelswerereimaginedascatalyticsitestorebuildthecity'sdowntown.PlusurbiahascontinuedtoassisttheCDCperidoicallythroughoutimplementation.c.(1)TITLEANDLOCATION(CityandSlate)OvertownRevitalizationMasterPlan(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLEgjCheckifprojectperformedwi,hcurren,firmAnoverviewandplethoraofstrategiesforinclusiverevitalizationinMiami’sreveredhistoricBlackneighborhood,whichhasexperiencedgrowingpainsunderthestressofgentrification.d.(1)TITLEANDLOCATION(CityandState)BorinquenTrail(PuertoRico)(2)YEARCOMPLETEDPROFESSIONALSERVICESongoingCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEgjCheckifprojectperformedwithcurrentfirmAvisionaryprobonoproject,theBorinquenTrailisaproposed595-milerailtrailencirclingallofPuertoRicothat,atfullbuild-out,couldproduceupto$673Mineconomicimpactannually.e.(1)TITLEANDLOCATION(CityandState)DoralBoulevardMasterPlan(Doral,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICESongoingCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscopesizecostetc)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmRe-envisioningasuburbanSouthFloridacorridorasamultimodal-friendly,activated,andbeautifiedmainstreetthroughdeepanalysisandcreativeplacemakingrecommendationsTheCorradinoGroupPage97of19856 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEDavidSotoPadin13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEa.TOTAL11b.WITHCURRENTFIRM415.FIRMNAMEANDLOCATION(CityandSlate)PlusUrbia,LLCd/b/aPlusurbiaDesign(Miami,FL)plUSUFOIG.16.EDUCATION(DegreeandSpecialization)UniversidaddePuertoRicoBScincivi|EngineeringRecintoUniversitariodeMayaguezPortlandStateUniversityMSCEinTransportationEngineering17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)n/a18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,TrainingAwardsetc.)InstituteofTransportationEngineers(Member)19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandStale)DolphinStationTOD(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLE[^CheckifprojectperformedwithcurrentfirmUrbandesignandlanduseplanningforTransitOrientedDevelopmenttohelpfundresourcesforandencourageaccessibilitytorapidtransitb.(1)TITLEANDLOCATION(CityandState)HARTTODsPilotProject(Hillsborough,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLECheckifprojectperforme(JcurrentfirmCreationofaform-basedcodetemplatefortheTODareasalongcorridorsinthemetropolitanregionofTampa.Thiswillseektoupgradedensities,mixed-use,thequalityoffrontages,andthepublicrealminthestations’pedestrianshedsc.(1)TITLEANDLOCATION(CityandState)BorinquenTrail(PuertoRico)(2)YEARCOMPLETEDPROFESSIONALSERVICESongoingCONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmDevelopedmasterplanforintegrationofanurbanrail-trailintoPlayadePonce’sdevelopmentplan.Thisvisionreportwasdevelopedinconjunctionwithcommunityleaders,non-profit,andgovernmentstakeholdersinPlayadePonce.d.(1)TITLEANDLOCATION(CityandStale)LasOlasBoulevardVisioning(FortLauderdale,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLE0CheckifprojectperformedwithcurrentfirmMobilityandDesignSupportforconceptualdesignofmultimodalcorridor.Thisprojectworkstocreatenewregulationstodevelopawalkable,accessible,world-class,urbandestination.e.(1)TITLEANDLOCATION(CityandSlate)UnderlineSpecialDistrict(Miami-DadeCounty,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE|V|CheckifprojectperformedwithcurrentfirmRecommendationstoensurecompatiblelanduses,developmentpatterns,qualityurbandesignandconnectivityalongthe10+milecorridoridentifyingspecificvaluecapturemecha-nismsandinclusiveoutreachstrategies.ThecorradinoGroup57Page98of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEJuanMulleratLeadUrbanDesignera.TOTAL25b.WITHCURRENTFIRM1315.FIRMNAMEANDLOCATION(CityandState)PlusUrbia,LLCd/b/aPlusurbiaDesign(Miami,FL)plusurbia.16.EDUCATION(DegreeandSpecialization)UniversityofMiami:MasterofArchitecture,2004MasterofUrbanDesign,2004BachelorofArtsinUrbanStudies,2000UniversityofNorthBacheloreofArtsinArchitecture,1999CarolinasCharlotte:17CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)n/a18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,TrainingAwardsetc.)AmericanPlanningAssociation.MemberAPANa,ionalE“"°micDevelopmentPlanAward:WynwoodNeighborhoodNationalCharretteInstitute(NCI).MemberRevitalizationAPAFlorida-GoldCoast2022AwardofExcellenceBestReport,PlanorStudy"a.(1)TITLEANDLOCATION(CityandState)WestGroveAffordableHousing(Hialeah,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2022(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmBlueprinttomakepolicyandlegislativemodificationstothecurrentconditionsintheWestGroveneighborhoodtoincentivizeanAffordableHousingcomponent."APAFlorida-GoldCoast2022AwardofExcellenceBestReport,PlanorStudy"(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLEg]Checkifprojectperformedwithcurrentfirm(1)TITLEANDLOCATION(CityandStale)(2)YEARCOMPLETEDElPortal(ElPortal,FL)PROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)2023CreationofnewmunicipalzoningordinanceandComprehensivePlanamendments.Recommendationsfocusonmixed-useTownCenterandcorridorlegislationthatgenerateneweconomicsourcesandprovideadestinationfortheVillageinproximitytoafuturetransitstation.(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirm(1)TITLEANDLOCATION(CityandSlate)WynwoodNorteMP-CommunityVisionPlan(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)Community-drivenvisionplanfortheneighborhoodnorthofWynwoodthatworkedtocraftrecommendationsandproposedesignsolutionsfortheneighborhoodbasedonthecommunity'sfeedback,withanemphasisonmobility,accessibility,andsafety.(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmCreationofaform-basedcodetemplatefortheTODareasalongcorridorsinthemetropolitanregionofTampa.Thiswillseektoupgradedensities,mixed-use,thequalityoffrontages,andthepublicrealminthestations'pedestriansheds.(1)TITLEANDLOCATION(CityandStale)HARTTODsPilotProject(HillsboroughCounty,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLE|^|CheckifprojectperformedwithcurrentfirmThegoalwastocreateamixed-use,connectedwalkableresidentialdevelopmentintheareaofHialeahHeights.Theplanaimstocreateacompatibleandresilientresidentialdevelopment.(1)TITLEANDLOCATION(CityandStale)HialeahHeights-N138District(Hialeah,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)TheCorradinoGroupPage99of19858 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEManuelDeLemos13.ROLEINTHISCONTRACT14YEARSEXPERIENCEa.TOTAL20bWITHCURRENTFIRM715.FIRMNAMEANDLOCATION(CityandState)PlusUrbia,LLCd/b/aPlusurbiaDesign(Miami,FL)plusurbia.16.EDUCATION(DegreeandSpecialization)17CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)UniversityofMiami:BachelorofArchitecturen/a18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,TrainingAwardsetc.)UrbanLandInstitute(ULI):MemberCollegeofArchitectsandLandscapeArchitectsofPuertoRico(CAAPPR):MemberAppraisalInstitute(Al):Member19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandState)DowntownRockledgeMasterPlan(Rocklege,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)MIDSPECIFICROLECheckifprojectperformedwithcurrentfirmIncollaborationwithBusinessFlare,thevisionanddesignofavibrant,mixed-usedowntown,whilepreservingtheexistingneighborhoodcharacter,toencourageinvestmentinland,development,andinfrastructure.ThemasterplanincludesagatewayandtheconnectionstoandfromtheCivicHub(CentralPlaza)andLakeBetsirecreationareatoenhanceconnectivity,entrepreneurialandrecreationalopportunities.b.(1)TITLEANDLOCATION(CityandState)WynwoodNorteMP-CommunityVisionPlan(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmCommunity-drivenvisionplanfortheneighborhoodnorthofWynwoodthatworkedtocraftrecommendationsandproposedesignsolutionsfortheneighborhoodbasedonthecommunity'sfeedback,withanemphasisonmobility,accessibility,andsafety.c.(1)TITLEANDLOCATION(CityandState)LittleHavanaRevitalization(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etcjandspecificROLECheckifprojectperformedwithcurrentfirmInpartnershipwiththeNationalTrustforHistoricPreservation,planeffortsworkedtopreservetheauthenticityofLittleHavanaandprovidenewpolicyrecommendationsthatincentivizepreservation,adaptivere-useandurbaninfill.d.(1)TITLEANDLOCATION(CityandState)BrandonTownCenterMasterPlan(FortLauderdale,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANOSPECIFICROLECheckifprojectperformedwithcurrentfirmCreatesawalkablecommunitywithavibrantlive,work,andplayenvironment.Focusesonthecity’sgoalsofbeingbothanurbancenterandamajorvacationdestinationsustainedbyanaccessible,resilientandconnectedcommunity.e.(1)TITLEANDLOCATION(CityandState)DistrictWynwood-WynwoodNRD(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2015CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmCraftedanationalmodelforurbanzoningcodestosupportcreativeindustries,mixed-use,transit-supportivedevelopment,properurbanscaleandgreenspace.TheCorradinoGroupPage100of19859 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState).PlusUrbia,LLCd/b/aPlusurbiaDesign(Miami,FL)piUSUrblQ.12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEMeganMcLaughlinLeadMultimodalDesignera.TOTAL17b.WITHCURRENTFIRM6.516.EDUCATION(DegreeandSpecialization)17.CURRENTPROFESSIONALREGISTRATION(StateandDiscipline)UniversityofMiami:MasterofArchitectureAICPCollegeofWilliamandMary:BachelorofArtsHistory18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,TrainingAwardsetc)AmericanInstituteofCertifiedPlanners(CertifiedPlanner)Miami-DadeCounty(HistoricPreservationBoard)DadeHeritageTrust(Advisor)19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandStale)WynwoodNorteMP-CommunityVisionPlan(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEgjCheckifprojectperformedwithcurrentfirmCommunity-drivenvisionplanfortheneighborhoodnorthofWynwoodthatworkedtocraftrecommendationsandproposedesignsolutionsfortheneighborhoodbasedonthecommunity'sfeedback,withanemphasisonmobility,accessibility,andsafety.b.(1)TITLEANDLOCATION(CityandSlate)WestGroveAffordableHousing(Hialeah,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLEQCheckjfprojectperformedwithcurrentfirmBlueprinttomakepolicyandlegislativemodificationstothecurrentconditionsintheWestGroveneighborhoodtoincentivizeanAffordableHousingcomponent."APAFlorida-GoldCoast2022AwardofExcellenceBestReport,PlanorStudy"c.(1)TITLEANDLOCATION(CityandStale)OmniCRA-EntretainmentMP(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2017CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLEgjCheckifprojectperformedwithcurrentfirmAMasterPlanning/VisioningDesignandFeasibilityStudytocreateanEntertainmentDistrictwithintheOMNICRAboundariesd.(1)TITLEANDLOCATION(CityandStale)LittleHavanaRevitalization(Miami,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLECheckifprojectperformedwithcurrentfirmInpartnershipwiththeNationalTrustforHistoricPreservation,planeffortsworkedtopreservetheauthenticityofLittleHavanaandprovidenewpolicyrecommendationsthatincentivizepreservation,adaptivere-useandurbaninfill.e.(1)TITLEANDLOCATION(CityandState)HialeahTOD-MarketStation(hialeah,FL)(2)YEARCOMPLETEDPROFESSIONALSERVICES2016CONSTRUCTION(Ifapplicable)(3)BRIEFDESCRIPTION(Briefscope,sizecost,etc.)ANDSPECIFICROLE|CheckifprojectperformedwithcurrentfirmMasterplanandland-usepolicyforTODaroundthecity'sMarketDistrictandTransferrailstations.Supportscompact,mixed-usedevelopmentanchoredbycommuterrail.TheCorradinoGroupPage101of19860 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC119.RELEVANTPROJECTSTheCorradinoGroup6'Page102of19818.OTHERPROFESSIONALQUALIFICATIONS(Publications.Organizations,Training,Awards,etc)Mr.JuncalisaLandscapeArchitectandCertifiedArboristfocusedonavarietyofpublicandprivatelandscapearchitectureprojectsincludingroadwaylandscapingandirrigation,activeandpassiveparklandscapedesign,highereducationalfacilitiesaswellasresidentialandcommercialprojects.CertifiedArboristservicesinclude:treespeciesidentificationandinventories,treesurveysandcanopymapping,destroyed/damagedtreeassessments,treevalueestimates,treegrading,treespeciesselectionforplanting,mangrovetrimmingoversightandtreepermitting.E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEMiguelJuncal,RLA,CAProjectLandscapeArchitectaTOTALI9bWITHCURRENTFIRMI415.FIRMNAMEANDLOCATION(CityandStale)MillerLegg,Miami,FLMILLERLEGG16.EDUCATION(DEGREEANDSPECIALIZATION)BachelorofLandscapeArchitecture,MinorinEnvironmentalSciences17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FLRegisteredLandscapeArchitectFLCertifiedArboristFLFOOTIntermediateMaintenanceofTraffica.(1)TITLEANDLOCATION(CityandState)CityofSouthMiamiSunsetDriveRoadwayandBeautificationImprovementsSouthMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectManager:Forthisi/4-mileroadwayandbeautificationprojectalongSunsetDrive/SW72ndStreetfromUSItoSW57thAvenue,MillerLeggprovidedlandscapearchitecture,arborist,irrigationandconstructionobservationservices.TheprojectscopeconsistedofroadwayandbeautificationimprovementswhichincludedproposedtypeTcurbandgutters,thereplacementofsidewalks,andnewtreesandplantsandspecifiedlocationsthroughouttheprojectsite.Specificservicesincludedtreeremovalanddisposition,irrigationfieldinvestigation,hardscapedesign,landscapedesignandconstructionobservationservices.b.(1)TITLEANDLOCATION(CityandState)CityofMiamiBeachChaseAvenueand34thStreetSharedPathMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectManager:MillerLeggwasretainedtoprovidesurveying,civilengineeringandlandscapearchitectureservicesrelatedtothenewChaseAvenueand34thStreetsharedpathandroadwayimprovementsproject.Thescopeofservicesincludestopographicsurveying,treeinventory,dispositionandpermining;irrigation,landscape,hardscapeandamenitiesdesign,sitecivildesigndevelopmentpermittingcoordination,biddingassistance/contractadministrationandconstructionphasetasksincludingconstructionobservation.c.(1)TITLEANDLOCATION(CityandStale)CityofMiamiLaPastoritaNeighborhoodRoadwayImprovementsStudyMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectManager:ThisneighborhoodimprovementprojectisintheLaPastoritaneighborhood,boundedbySW11thStreettothenorth.SW16thStreettothesouth,SW34thAvenuetotheeastandSW37thAvenuetothewest.Thegoaloftheprojectwaslopromotepedestrianfriendlyroadwaysandneighborhoodbeautification.MillerLeggprovidedlandscapearchitectureandCertifiedArboristservices.Specificservicesincludedtreeinventoryandassessment,treemasterplancoordination,conceptualplan/colorrenderingfortheLaPastoritaNeighborhoodRoadwayImprovementsPhaseI.Otheractivitiesincludedpublicoutreachandfutureconstructionprogramanalysis.d.(1)TITLEANDLOCATION(CityandStale)Miami-DadeCountyRoadwayImprovementsalongSW127thAvenuefromSW144StreettoSW136Street,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectManager:MillerLeggprovidedlandscapearchitecturalservicesforroadwayimprovementstothiscorridoralongSWI27thAvenueinMiami-DadeCounty.Specificlandscapearchitecturalservicesincludedinventoryandanalysisofthelandscape,preparationofaLandscapeOpportunityPlanandmisc.coordinationandprojectteammeetings.MillerLeggprovidedtheselandscapearchitecturalservicesasasubconsultanttoBCCEngineeringundertheirEI9-DTPW-12HighwayEngineeringServicescontracte.(1)TITLEANDLOCATION(CityandStale)CityofTamaracCommercialBlvdLandscapingImprovementsTamarac,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectLandscapeArchitect:TheCityofTamaracengagedMillerLeggtoprovidelandscapearchitectural,acertifiedarboristreportandsurveyservicesfortheexistingmediansalongI.70milesofWestCommercialBlvdinBrowardCountybetweenNorthPineIslandRoadandSawgrassExpressway.Inadditiontolandscapearchitectureandsurveyservices,theMillerLeggteamalsoprovidedlightingandelectricalservices,irrigationdesign,permitting,andconstructionadministrativeservices. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC119.RELEVANTPROJECTSTheCorradinoGroup62Page103of19818.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training.Awards,etcJMr.PeredaisaLandscapeDesignerresponsible(orpublicandprivatelandscapearchitecturaldesignprojectsincludingactiveandpassiveparklandscapedesignandroadwaylandscapingandirrigationprojects.PnortojoiningMillerLegg,hewaswithalocallandscapearchitecturalfirm(oroneyearasaLandscapeDesigner.15.FIRMNAMEANDLOCATION(CityandState)MillerLegg,Ft.Lauderdale,FLMILLERLEGGE.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEAndrewPereda,MLALandscape/IrrigationDesigneraTOTAL8bWITHCURRENTFIRM716.EDUCATION(DEGREEANDSPECIALIZATION)MasterofLandscapeArchitectureAssociateinArts17CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FL,FDOTIntermediateMaintenanceofTraffica.(1)TITLEANDLOCATION(CityandState)CityofMiamiBeach20thStreet&SunsetDrivePocketParkMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2020CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmLandscapeDesigner:UnderourContinuingServicesContract,MillerLeggprovidedsurvey,civil,geotechnical,electrical,structuralengineeringandlandscapearchitectureservicesforthedesign,permittingandconstructionofanewADA-accessible33-acrepocketparkat20thStreetandSunsetDrive.Thefirmpreparedaboundaryandtopographicsurvey,assistedwiththeplanningofkeyprogramelementsandperformedschematicdesign,designdevelopment,constructiondocumentbiddingandconstructiontasks.b.(1)TITLEANDLOCATION(CityandSlate)CityofMiamiBeach19thStreetStormwaterPumpStation&BotanicalGardensMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2019CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmLandscapeDesigner:ConstructionofthispumpstationwaspartoftheoverallplanfortheCitywidestormwaterimprovementsystemtoreducefloodingforresidentsoftheWashingtonAvenueandConventionCenterDriveneighborhood.MillerLeggprovidedtopographicsurveyingservices,asurveyofutilitydesignationmarkings,andanas-builtsurveyofconstructedimprovementsonthe19thStreetpumpstation,theassociatedparkingareaandthere-cappingareasoftheseawall.Also,MillerLeggprovidedtreeinventoryandanalysis,hardscape,landscapeandirrigationdesign.c.(1)TITLEANDLOCATION(CityandSlate)CityofMiamiLaPastoritaNeighborhoodRoadwayImprovementsStudyMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2022CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X)CheckifprojectperformedwithcurrentfirmLandscapeDesigner:ThisneighborhoodimprovementprojectwaslocatedintheLaPastoritaneighborhood,boundedbySWIIthStreettothenorth,SW16thStreettothesouth,SW34thAvenuetotheeastandSW37thAvenuetothewest.Thegoaloftheprojectwastopromotepedestrianfriendlyroadwaysandneighborhoodbeautification.MillerLeggprovidedlandscapearchitectureandCertifiedArboristservices.Specificservicesincludedtreeinventoryandassessment,treemasterplancoordination,conceptualplan/colorrenderingfortheLaPastoritaNeighborhoodRoadwayImprovementsPhaseI.Otheractivitiesincludedpublicoutreachandfutureconstructionprogramanalysis.MillerLeggwasasubconsultanttoTheCorradinoGroup.d.(1)TITLEANDLOCATION(CityandState)CityofDaniaBeachSoutheastDrainageImprovementsPhase2DaniaBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmLandscapeDesignerMillerLeggisprovidingcivilengineering,permittingandlandscapearchitectureservicesforthisdrainageimprovementprojecttoimprovecurrentfloodingissuesattheIO3-acreneighborhoodboundedbySE3rdStreettotheNorth,SE2AvetotheWest,SE7StreettotheSouthandSESthAvenuetotheEast.Drainagesolutionsincludepumpstations,drainagewells,exfiltrationtrenches,etc.toreduceflooding,includingdurationandseverity,reduceneighborhoodimpactsandmitigateprojectcosts.MillerLeggisasubconsultanttoWSPUSA.e.(1)TITLEANDLOCATION(CityandState)CityofMiamiArmbristerParkCommunityCenterCoconutGrove,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmLandscapeDesigner:Replacementoftheexistingcommunitycenterbuildingwithanew10,000SF2-storyfacilityandoutdoorpavilion.Providingsitecivilandutilityinfrastructureresearchofutilitymaps,as-builtsandexistingsiteconditionsfollowedbypreparationofcivil,landscapearchitectureandirrigationconstructiondocuments,governmentagencypermittingcoordination,biddingassistance,contractadministrationandconstructionadministration. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCEMartinRossi,PSMProjectSurveyoraTOTAL44bWITHCURRENTFIRM3815.FIRMNAMEANDLOCATION(CilyandState)MillerLegg,Sunrise,FLMILLERLEGG16.EDUCATION(DEGREEANDSPECIALIZATION)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FL/RegisteredProfessionalSurveyor&Mapper18.OTHERPROFESSIONALQUALIFICATIONS(Publications.Organizations.Training,Awards,etc.)SeniorProjectSurveyorwithmorethanfourdecadesofsurveyingandsubsurfaceutilityengineering(SUE)experience.Hisprincipalareasofexperienceincludesurveyssuchasboundary,topographic,ALTA/ACSMlandtitlesurveys,quantity,environmentalandwetland,condominium,constructionlayout,as-built,right-of-way,specificpurposeandsubdivisionsandplatting,aswellassubsurfaceutilityengineering(SUE).HecurrentlymanagestheSouthFloridasurveydepartmentandfieldcrews.19.RELEVANTPROJECTS(1)TITLEANDLOCATION(CilyandState)CityofMiamiBeachChaseAvenueand34thStreetSharedPathMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE[X]Checkifprojectperformedwithcurrentfirma.ProjectSurveyor:Providedsurveying,civilengineeringandlandscapearchitectureservicesrelatedtothenewChaseAvenueand34thStreetsharedpathandroadwayimprovementsproject.Thescopeofservicesincludedtopographicsurveying,treeinventory,dispositionandpermitting;irrigation,landscape,hardscapeandamenitiesdesign,sitecivildesigndevelopment,permittingcoordination,biddingassistance/contractadministrationandconstructionphasetasksincludingconstructionobservation.(1)TITLEANDLOCATION(CityamiState)(2)YEARCOMPLETEDCityofMiamiBeach19thStreetStormwaterPumpStation&BotanicalGardensMiamiBeach,FLPROFESSIONALSERVICES2019CONSTRUCTION(IfApplicable)(3)briefDESCRIPTION(Brierscope,size,cost,etc)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectSurveyor:ConstructionofthispumpstationwaspartoftheoverallplanfortheCitywidestormwaterimprovementsystemtoreducefloodingforresidentsoftheWashingtonAvenueandConventionCenterDriveneighborhood.MillerLeggprovidedtopographicsurveyingservices,asurveyofutilitydesignationmarkings,andanas-builtsurveyofconstructedimprovementsonthe19thStreetpumpstation,theassociatedparkingareaandthere-cappingareasoftheseawall.Also,MillerLeggprovidedtreeinventoryandanalysis,hardscape,landscapeandirrigationdesign.(1)TITLEANDLOCATION(CityandStale)CityofTamaracCommercialBoulevardLandscapingImprovementsTamarac,FL(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc)ANDSPECIFICROLE(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)2022[X]CheckifprojectperformedwithcurrentfirmProjectSurveyor;Providedlandscapearchitectural,acertifiedarboristreportandsurveyservicesfortheexistingmediansalong1.70milesofWestCommercialBoulevardbetweenNorthPineIslandRoadandSawgrassExpressway.Inadditiontolandscapearchitectureandsurveyservices,alsoprovidedlightingandelectricalservices,irrigationdesign,permitting,andconstructionadministrativeservices.(1)TITLEANDLOCATION(CilyandSlate)CityofMiamiFairlawnCommunityParkMiami,FL(3)BRIEFDESCRIPTION(Briefscope,size.cost,etc)ANDSPECIFICROLE(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)[X]CheckifprojectperformedwithcurrentfirmProjectSurveyor:Underourcontinuingservicescontract,MillerLeggwasawardedthedevelopmentofprogramming,pre-design/concept,constructiondocumentpreparationandconstructionphaseservicesforanewI-acreparkonSW63rdAvenue.Thescopeincludesplanning,civilengineering,landscapearchitecture,surveyingandSUE,structural,electricalandgeotechnicalengineeringaswellaspermitting,opinionofprobablecostandlimitedconstructionadministration.(1)TITLEANDLOCATION(CilyandStale)CityofMiamiGardensRollingOaksRegionalParkMiamiGardens,FL(3)BRIEFDESCRIPTION(Briefscope,size,cost,etc.)ANDSPECIFICROLE(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IIApplicable)[X]CheckifprojectperformedwithcurrentfirmProjectSurveyor:RenovationsofRollingOaksRegionalParkincludeconstructionofanewone-story4,000SFrecreationbuilding,renovatedrestroomfacilities,expansionofwalkingtrailwithlighting,distancemarker,andexercisestations,newpavilions,newparkinglot,refurbishedbasketballandtenniscourts,newfencing,newshadedplaygrounds,newlandscapingandirrigation,additionofhorseshoepits,sandvolleyball,minigolfandsplashpad,andvideosystemandWIFI.MillerLeggisprovidingcivilengineering,landscapearchitecture,surveyingandSUEservicesforthis40-acreparkasasubconsultanttoSynalovski,RomanikandSayeArchitects.Thecivilscopeincludesdesignofaliftstationandon-siteforcemainextensiontoservicetheproposedWelcomeCenter.Anarboristassessmentofexistingtreesandpalmswascarriedoutaspartofthelandscapearchitectureservices.TheCorradinoGroupPage104of19863 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMESandroElvir,CSTI13ROLEINTHISCONTRACTSeniorCADTechnician14.YEARSEXPERIENCEaTOTALb.WITHCURRENTFIRM26415.FIRMNAMEANDLOCATION(Cityandstale)MillerLegg,Sunrise,FLMILLERLEGG16.EDUCATION(DEGREEANDSPECIALIZATION)AssociateofScience/Drafting/CAD17CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FL/RemotePilotCertificationFL/CertifiedSurveyTechnicianLevelI18.OTHERPROFESSIONALQUALIFICATIONS(PublicationsOrganizationsTraining,Awards,etc)Sandrohasmorethan22yearsofprofessionalsurveyingexperiencerangingfromafieldcrewchieftosurveymanageroverseeingsurveycrews.Hisareasofexpertiseincludelandsurveying,boundary,topographic,ALTA,controlsurveys,utilitysurveys,3DRadarTomography,GPS,routesurveys,legaldescriptions,laserscanning,andconstructionlayoutcalculations.HeisexperiencedinAutoCAD,Civil3D,CycloneandCloudWorx,andTrimbleGeomaticsOffice.PriortojoiningMillerLegg,SandrowasSurveyCoordinatorManagerwithanotherSouthFloridasurveyingfirmfor15years.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandStale)CityofMiamiGardensRollingOaksRegionalParkMiamiGardens,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope.sizecostetcIANDSPECIFICROLESeniorCADTechnician:UnderourcontinuingservicescontractMillerLeggwadesign/concept,constructiondocumentpreparationandconstructionphasesen[X]Checkifprojectperformedwithcurrentfirmsawardedthedevelopmentofprogramming,pre¬vicesforanewI-acreparkonSW63rdAvenue.Thescopeincludesplanning,civilengineering,landscapearchitecture,surveyingandSUE,structural,electricalandgeotechnicalengineeringaswellaspermitting,opinionofprobablecostandlimitedconstructionadministration.(1)TITLEANDLOCATION(CityandState)CityofMiamiArmbristerParkCommunityCenterCoralGables,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,sizecostelc)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmSeniorCADTechnician:Replacementoftheexistingcommunitycenterbuildingwithanew10,000SF2-storyfacilityandoutdoorpavilion.Providingsitecivilandutilityinfrastructureresearchofutilitymaps,as-builtsandexistingsiteconditionsfollowedbypreparationofcivil,landscapearchitectureandirrigationconstructiondocuments,governmentagencypermittingcoordination,biddingassistance,contractadministrationandconstructionadministration.SeniorCADTechnician:Underourcontinuingservicescontract.MillerLeggwasawardedthedevelopmentofprogramming,pre-(1)TITLEANDLOCATION(CityandSlate)CityofMiamiFairlawnCommunityParkMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,sizecostetc)ANDSPECIFICROLE[X]Checkifprojectperformedwithcurrentfirmdesign/concept,constructiondocumentpreparationandconstructionphaseservicesforanewI-acreparkonSW63rdAvenue.Thescopeincludesplanning,civilengineering,landscapearchitecture,surveyingandSUE,structural,electricalandgeotechnicalengineeringaswellaspermitting,opinionofprobablecostandlimitedconstructionadministration.(1)TITLEANDLOCATION(CityandState)CityofMiamiBeachChaseAvenueand34thStreetSharedPathMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,size,costelc)ANDSPECIFICROLESeniorCADTechnician:Providedsurveying,civilengineeringandlandscapearcl34thStreetsharedpathandroadwayimprovementsproject.Thescopeofservidispositionandpermitting;irrigation,landscape,hardscapeandamenitiesdesignbiddingassistance/contractadministrationandconstructionphasetasksincludin[X]CheckifprojectperformedwithcurrentfirmitectureservicesrelatedtothenewChaseAvenueandcesincludedtopographicsurveying,treeinventory,sitecivildesigndevelopment,permittingcoordination,constructionobservation.(1)TITLEANDLOCATION(CityandSlate)CityofMiamiBeach20thStreet&SunsetDrivePocketParkMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)20202020e.(3)briefdescription(Briefscopesizecostetc.)andspecificrole[x]CheckifprojectperformedwithcurrentfirmSeniorCADTechnician:UnderourContinuingServicesContract,MillerLeggprovidedsurvey,civil,geotechnical,electrical,structuralengineeringandlandscapearchitectureservicesforthedesign,permittingandconstructionofanewADA-accessible.33-acrepocketparkat20thStreetandSunsetDrive.ExtensivepublicinvolvementwaskeytothePark'sdesignandintegratinganartsthemeintothesiteandplayelements.Thefirmpreparedaboundaryandtopographicsurvey,assistedwiththeplanningofkeyprogramelementsandperformedschematicdesign,designdevelopment,constructiondocument,biddingandconstructiontasks.TheCorradinoGroup64Page105of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC116.EDUCATION(DEGREEANDSPECIALIZATION)BachelorofScience/CivilEngineering17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)FL/RegisteredProfessionalEngineerE.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)12.NAMEJoaquinMojica,PE13.ROLEINTHISCONTRACTDrainageEngineer14.YEARSEXPERIENCEaTOTAL24bWITHCURRENTFIRM715.FIRMNAMEANDLOCATION(CityandState)MILLERLEGGMillerLegg,Sunrise,FL18.OTHERPROFESSIONALQUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)Mr.Mojicahasextensiveprojectmanagement,designandpermittingexperienceinFloridaandtheCaribbean.Hehasprovidedcivilengineeringdesignandmanagementservicestobothprivateandpublicsectorclients.AsRegionalEngineeringManager,Mr.Mojica'sresponsibilitiesincludepreparationofproposals,negotiationofengineeringcontracts,clientrelations,projectreporting,scheduling,budgeting,managementoftechnicalstaffandsubconsultants,design,andpermitting.HeishighlyskilledinCAD/Civil3D,ICPRandPONDSsoftware.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandSlate)CityofMiamiBeachChaseAvenueand34thStreetSharedPathMiamiBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(ifApplicable)(3)BRIEFDESCRIPTION(Brielscope,size.cost,etc.)ANDSPECIFICROLEProjectEngineer:Providedsurveying,civilengineeringandlandscapearchitecturStreetsharedpathandroadwayimprovementsproject.Thescopeofservicesirandpermitting;irrigation,landscape,hardscapeandamenitiesdesign,sitecivild<assistance/contractadministrationandconstructionphasetasksincludingconstr[X]CheckifprojectperformedwithcurrentfirmeservicesrelatedtothenewChaseAvenueand34thicludedtopographicsurveying,treeinventory,disposition“signdevelopment,permittingcoordination,biddinguctionobservation.b.(1)TITLEANDLOCATION(CityandStale)CityofMiamiE.G.SewellParkMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Brielscopesizecostetc)ANDSPECIFICROLEProjectEngineer:UndercontractwiththeCityofMiamiforprogramdevelopmworkshops,constructiondocumentsandconstructionadministrationservicesf<servicesincludeslandscapearchitecture,civilengineering,topographicalsurveyiengineering,geotechnicalengineering,archeological,permitting,biddingassistan[X]Checkifprojectperformedwithcurrentfirment,pre-design,masterplanningdesign,publicinvolvement>rSewellParkasanopenpassivepark.Thescopeofig,SUE,arborist,structuralengineering,electrical:eandlimitedconstructionadministration.c.(1)TITLEANDLOCATION(CityandSlate)CityofDaniaBeachSoutheastDrainageImprovementsPhase2DaniaBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Brielscope,sizecostetc)ANDSPECIFICROLEProjectEngineer:Providedcivilengineering,permittingandlandscapearchitectuaddressedfloodingissuesattheIO3-acreneighborhoodboundedbySE3StreetSouthandSE5AvenuetotheEast.Drainagesolutionsincludedpumpstations,includingdurationandseverity,reduceneighborhoodimpactsandmitigateprojs[X]CheckifprojectperformedwithcurrentfirmreservicesforthisdrainageimprovementprojectwhichtotheNorth,SE2AvetotheWest,SE7Streettothedrainagewells,andexfiltrationtrenchestoreduceflooding,>ctcosts.d.(1)TITLEANDLOCATION(CityandStale)CityofHomesteadCybrariumStormDamageOverflowHomestead,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Brielscope,sizecost,etc.)ANDSPECIFICROLEProjectEngineer:Providedengineeringservicestothe23,000SFcyberlibrary,sremediationdesignfortheroofdrainconnectionandtheoverflowingfloordraiduediligenceevaluation,constructiondocumentsandconstructionphaseservic[X]CheckifprojectperformedwithcurrentfirmaecificallytoresolvefloodingissuesrelatedtodrainagetintheLoadingArea.Thescopeofservicesincludessitees.e.(1)TITLEANDLOCATION(CityandState)CityofOaklandParkNE13thAvenueImprovementsOaklandPark,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Brielscope,sizecostetc)ANDSPECIFICROLEProjectEngineer!UnderourContinuingServicesContractprovidingsurveyandcivmanagementandsidewalkimprovementsalongtheNE13thAvenue3-milecorridoconnectionsandstormwatersystemimprovementstoconnectthevariousstreetsedrainagepipelineinNE13thAvenue.[X]Checkifprojectperformedwithcurrentfirm1engineeringservicesfortheproposedstormwaterwhichentailsprovidingsidewalks,newdrivewayastandwestofNE13thAvenuetotheexisting72-inchTheCorradinoGroupPage106of19865 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1E.RESUMESOFKEYPERSONNELPROPOSEDFORTHISCONTRACT(CompleteoneSectionEforeachkeyperson.)15.FIRMNAMEANDLOCATION(CityandState)MillerLegg,Sunrise,FLMILLERLEGG12NAME13.ROLEINTHISCONTRACT14.YEARSEXPERIENCECarlosVazquez,ElDrainageEngineeraTOTAL7bWITHCURRENTFIRMI16.EDUCATION(DEGREEANDSPECIALIZATION)17.CURRENTPROFESSIONALREGISTRATION(STATEANDDISCIPLINE)BachelorofScience/CivilEngineeringFL/EngineerIntern18.OTHERPROFESSIONALQUALIFICATIONS(Publications,OrganizationsTrainingAv/ardsetc)Mr.VasquezisaProjectEngineerwithabackgroundincivilengineeringdesign.Hehasworkedonpublicandprivatesectorprojectsinvolvingavarietyofelementssuchassitedevelopment,road,intersectionandinterchangedesign,utilitydesign,feasibilitystudies,environmentalimpactassessmentsanderosioncontrol.19.RELEVANTPROJECTSa.(1)TITLEANDLOCATION(CityandStale)Miami-DadeCountyParks,Recreation&OpenSpaces(PROS)BiscayneEvergladesGreenwayTrailSegmentDPhase2,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscope,sizecostetc)ANDSPECIFICROLEProjectEngineer:Providingcivilandtrafficengineering,surveying,SUE,environpavedbicycle/pedestriantrailandroadwayoftheBiscayneTrailproject,whichvRecreationandOpenSpacesDepartment.MillerLeggpreviouslyprovidedthisBiscayne-EvergladesGreenwayTrailfortheCityofHomestead.[X]Checkifprojectperformedwithcurrentfirmmentalandpermittingservicesforthe2.5-miIeSegmentDvillbemaintainedbytheMiami-DadeCountyParks,overallscopeofservicesforanothersegmentoftheb.(1)TITLEANDLOCATION(CityandSlate)CityofDaniaBeachSoutheastDrainageImprovementsPhase2DaniaBeach,FL(2)YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscopesizecostetc)ANDSPECIFICROLEProjectEngineer:Providedcivilengineering,permittingandlandscapearchitectuaddressedfloodingissuesatthe103-acreneighborhoodboundedbySE3StreetSouthandSE5AvenuetotheEast.Drainagesolutionsincludedpumpstations,includingdurationandseverity,reduceneighborhoodimpactsandmitigateproje[X]CheckifprojectperformedwithcurrentfirmreservicesforthisdrainageimprovementprojectwhichtotheNorth,SE2AvetotheWest,SE7Streettothedrainagewells,andexfiltrationtrenchestoreduceflooding,ctcosts.C.(1)TITLEANDLOCATION(CityandSlate)CityofOaklandParkNE13thAvenueImprovementsOaklandPark,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)(3)BRIEFDESCRIPTION(Briefscopesizecostetc.)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectEngineer:UnderourContinuingServicesContractprovidingsurveyandcivilengineeringservicesfortheproposedstormwatermanagementandsidewalkimprovementsalongtheNE13thAvenue3-milecorridorwhichentailsprovidingsidewalks,newdrivewayconnectionsandstormwatersystemimprovementstoconnectthevariousstreetseastandwestofNEI3thAvenuetotheexisting72-inchdrainagepipelineinNE13thAvenue.(1)TITLEANDLOCATION(CityandStale)CityofHomesteadCybrariumStormDamageOverflowHomestead,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)2023(3)BRIEFDESCRIPTION(Briefscopesizecostetc)ANDSPECIFICROLE[X]CheckifprojectperformedwithcurrentfirmProjectEngineer:Providedengineeringservicestothe23,000SFcyberlibrary,specificallytoresolvefloodingissuesrelatedtodrainageremediationdesignfortheroofdrainconnectionandtheoverflowingfloordrainintheLoadingArea.Thescopeofservicesincludessiteduediligenceevaluation,constructiondocumentsandconstructionphaseservices.(1)TITLEANDLOCATION(CityandSlate)MiamiDadeCollege(MDC)NorthCampusPerimeterRoadwayAssessmentMiami,FL(2)YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(ifApplicable)2022(3)briefdescription(Briefscopesizecostetc)andspecificrole[X]CheckifprojectperformedwithcurrentfirmProjectEngineer:MillerLeggprovidedsurveyingandengineeringconsultingservicestoassessexistingperimeterroadwayconditionsandstormwaterpondingissuesattheMiamiDadeCollegeNorthCampus.Engineeringservicesincludedroadwayanddrainagefieldconditionassessmentandreport,includingrecommendationsforpavement,curbing,drainageflow,trafficcirculationandlandscapingissues.LIDARscanningequipmentwasusedtopreparethetopographicsurveytoprovidemoreroadwayelevationsforabetterassessment.TheCorradinoGroup66Page107of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)23.PROJECTOWNER'SINFORMATION21.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDCityOfHomesteadGeneralPlanningServicesPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)Homestead,FL2007Ongoing24.BRIEFDESCRIPTIONOFPROJECTANORELEVANCETOTHISCONTRACT(Includescope,size,andcost)A.PROJECTOWNERCityofHomesteadB.POINTOFCONTACTNAMEJerryEstrada,CityManagerC.POINTOFCONTACTTELEPHONENUMBERPhone:305.224.4403E-mail:jestrada@cityofhomestead.com20.EXAMPLEPROJECTKEYNUMBER1In2014,CorradinowastaskedwithcompletingComprehensivePlanFutureLandUsePlanMapamendments,therezoningofCity-ownedpropertiesinDowntownHomesteadand,amendingthezoningcodetoallowforcertainpublicandretail/entertainmentfacilities.Additionally,CorradinohasworkedfortheCityofHomesteadsincethemid1990’shavingcompletedseveralplanningandengineeringstudiesinandaroundtheCityincludingacity-widegatewaysignageproject,theTransportationElementtotheComprehensivePlanandthedesignoftheCampbellDrive/Florida'sTurnpikeinterchange.In2007,thefirmwashiredtoitscurrentGeneralPlanningServicesContract.InthiscontractCorradinoservesinseveralcapacities.JosephM.Corradino,AICPhasservedsince2011astheCity'sDevelopmentServicesDirector.Inthisposition,heoverseestheBusinessLicensingDivision,thePlanningandZoningDivisionandtheBuildingDivision.ThisDepartmenthasacombinedbudgetofnearly$2million.Thisyearitissuednearly5,000permits,andover13,000inspections,generatingnearly$4millioninrevenue.TheDepartmentrenewsnearly2,500businesslicensesandprocessesnearly80publicoradministrativehearingsannually.CorradinoprovidesplannerstoreviewpublichearingapplicationsaspartoftheCity’scostrecoveryprocess.Inthiscapacity,Corradino'sPlannersreviewallmannerofapplicationsincludingsiteplans,variances,certificatesofuse,specialexceptions,plannedunitdevelopmentsandtrafficimpactanalyses.Corradinohandlesspecialprojectsthathaveincludedannexationanalyses,zoningcodechapterrevisions,apublicartmasterplan,comprehensiveplanamendments,andzoningandlandusemapchanges.CorradinoalsoassistedwiththeupdatedoftheTransportationElementoftheHomesteadComprehensiveDevelopmentMasterPlan.Thisupdateincludeddevelopmentofaplanforanintegratedmultimodaltransportationsystemprovidingforthecirculationofmotorizedandnon-motorizedtrafficintheCity.ThistaskworkorderaddressedallaspectsoftransportationintheCityofHomesteadincludingtheroadsystem,thepublictransitsystem,bicycles,pedestrians,freightraillines,andIntermodalfacilitiesandtheiraccess.25.FIRMSFROMSECTIONCINVOLVEWITHTHISPROJECTa.(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeTHECORRADINOGROUP67Page108of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)21.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDNorthMiamiBeachGeneralEngineering&PlanningServicesPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)Miami,FL2015Ongoing20.EXAMPLEPROJECTKEYNUMBER223.PROJECTOWNER'SINFORMATIONA.PROJECTOWNERCityofNorthMiamiBeachB.POINTOFCONTACTNAMEDavidScott,DeputyCityManagerC.POINTOFCONTACTTELEPHONENUMBERPhone:305.948.2901E-mail:david.scott@citynmb.com24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)TheCorradinoGroup(Corradino)providedgeneralplanningandengineeringservices,aswellastransportationplanningasneeded.Corradinostaffservedasinhouse-stafffortheCommunityServicesdepartmentandattendedTRADmeetingsfordevelopmentreviewasneeded.Additionally,Corradinoservesasapeerreviewerfortrafficimpactanalyses,andtheCityalsocallsuponCorradinostafftoassistwithotherstudiessuchasADAreviews,toserveonstudyadvisorycommitteessuchasfortheCity'stransportationmasterplanandparkinganalyses.Corradinohasprovided,throughthiscontract,ComprehensivePlanamendments,includingwatersupplyplanpolicies,andrecommendationsforfurtherchanges.Wehavealsoprovidedrevisionsforthelanddevelopmentcode,suchasforfences,onotheritems.CorradinohasalsodonetheComprehensiveOperationalAnalysisfortheCityofNorthMiamiBeach'stransitsystem.Weevaluatedtheirtransitsystemandintroducedaplanthatincorporatednewtransitlines.AnalysisincludedinvestigatingconnectionswithSunnyIslesBeach'scirculator.Theprojectreviewedthesystem’sfinancialstructureandprojecteddemandsforthecirculatortodeterminefundingforthesystem.Threenewrouteswererecommendedtoexpandservicetounderservedneighborhoodswithinthecity.Aftertheadoptionofthereport,assistedwithPhase2implementationoftwoofthenewroutestotakeplacein2017.Implementationresultedinanincreaseinlocalridershipfrom17,000to85,000inthefirstyear,to185,000unthesecondyear,andto223,000inthethirdyear.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECT(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeTheCorradinoGroupPage109of19868 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER321.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDTownofCutlerBayGeneralPlanningServicesCutlerBay,FLPROFESSIONALSERVICES2007CONSTRUCTION(Ifapplicable)N/A23.PROJECTOWNER'SINFORMATIONA.PROJECTOWNERB.POINTOFCONTACTNAMETownofCutlerBayRafaelG.Casals,TownManager24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)C.POINTOFCONTACTTELEPHONENUMBERPhone:305.234.4262E-mail:rcasals@cutlerbay-fl.govTheCorradinoGroupprovidesavarietyoftransportation,planning,andgeneralservicesfortheTownofCutlerBaythatinclude:SitePlanReviewsLandDevelopmentRegulationReviewandAmendmentsComprehensivePlanningPublicInvolvementandConsensusBuildingDataCollectionLevelofServiceDeterminationTravelDemandForecastingAlternativesAnalysisandEvaluationPreparationofMaps,Reports,andPresentationsSinceitsincorporationin2005,Corradinohasactedasthetown’sinitialPlanningDirector,PlanningStaff,andTransportationConsultant.CorradinodevelopedtheTownofCutlerBayComprehensivePlan,LandDevelopmentRegulations,BicycleandPedestrianMasterPlan,TransportationMasterPlan,andCompleteStreetsCorridorAnalysis,amongotherstudies.Throughaseriesofdetailedandhighlygraphicreportsandpresentations,Corradinohasbuiltconsensusonalistofprojectsforinclusionintothetown’sCapitalImprovementProgram.Wecontinuetoserveasthetown'sGeneralPlanningConsultantassistingwithvarioustasks.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeTheCorradinoGroupPage110of19869 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER421.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDVillageofKeyBiscayneGeneralPlanningandTrafficEngineeringServicesKeyBiscayne,FLPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A23.PROJECTOWNER'SINFORMATIONA.PROJECTOWNERVillageofKeyBiscayneB.POINTOFCONTACTNAMEStevenC.Williamson,VillageManagerC.POINTOFCONTACTTELEPHONENUMBERPhone:305.365.5514E-mail:swilliamson@keybiscayne.fl.gov24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)Provideplanningreviewservices.Undertaketrafficimpactanalysisasneeded.ProvidePresentationstoPlanningandZoningBoardandCityCouncil.Providetransportationmasterplans,trafficcalming,transitanalysis,parkingstudies,bicycleandpedestriananalysis,completestreets,andsaferoutestoschoolanalysis.Corradino,throughitsservices,wrotetheVillage’sSafeRoutestoSchoolPlanandgrantapplication,whichresultedina$837,000granttotheVillage;theVillage’sTransportationMasterPlan;trafficcalmingstudiesforvariousareasoftheVillage;ADATransitionPlan;recentlycompleteditsEvaluationandAppraisalReportwithassociatedComprehensivePlanamendments,improveditstrafficcamerasystem,andprovidesotheron-callservicesasneeded.CorradinowasalsohiredtoreevaluatetheentiretyofthemobilitysystemofKeyBiscayne,primarilyalongtheCrandonBoulevardcorridorwhichservesasKeyBiscayne'ssolerouteofftheislandandthemaincommercialarea.Inthefuture,theareaneedstofunctionwithanintegratedmultimodaltransportationsystemiftrafficcongestionandassociatedtraveltimedelaysaregoingtobetolerable.Corradinoassessedtheexistingsystem,thenplannedandimplementedsafewalkingandcyclingroutesfrommajororiginsanddestinationsintheVillage.Theseroutesincludedsafecrossingsatthemajorvehicularcorridors,aswellasreclaimingsomeofthevehicularcapacityonthosecorridorsforalternativemodes.Transitroutingwasreexamined,andmorelocallysuitabletransitalternativeweresuggested.Vehiculartravelwasenhancedthroughtechnologicalandoperationalimprovementsalongtheroadways.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeTheCorradinoGroupPage111of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC123.PROJECTOWNER'SINFORMATIONF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachprotect.)20.EXAMPLEPROJECTKEYNUMBER521.TITLEANDLOCATION(CityandStale)22.YEARCOMPLETEDPlanReviewandInspectionServices,Aventura,FloridaPROFESSIONALSERVICES1995-OngoingCONSTRUCTION(Ifapplicable)N/A24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)a.PROJECTOWNERCityofAventurab.POINTOFCONTACTNAMEMr.RonaldJ.Wasson,CityManagerc.POINTOFCONTACTTELEPHONENUMBERWasso39^cftyo?aventura.comScopeconsistsofthefollowing:TheCityofAventurahascontractedwithCAPcontinuouslyformorethantwenty-eight(28)yearstoprovidefullBuildingDepartmentoutsourcing.CAPprovidestheBuildingOfficial,plansreviewofbuilding,structural,electrical,mechanicalandplumbing.CAPperformsinspectionsofbuildings,accessibility,roofing,electrical,mechanical,gasandplumbingascontainedintheFloridaBuildingCode,includinganyMiami-DadeCountyHigh-VelocityZoneandCityamendments.CAPprovidesPermitTechniciansandstafftosupportDocumentControl.Size:CAPprovidesFullServicesBuildingDepartmentservicesfortheCityofAventura.Aventuraoccupiesthreandahalf(3.5)squaremiles.Cost:$2.5M-$3Minrevenue.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMEC.A.P.Government,Inc.(2)FIRMLOCATION(CityandState)CoralGables,Florida(3)ROLEPlanReviewandInspectionsb.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandSlate)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLETheCorradinoGroup71Page112of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC123.PROJECTOWNER'SINFORMATIONF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER621.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDCityofDaniaBeachLandscape&EnvironmentalServicesPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)(DaniaBeach,FL)Begin:2016-ongoingVariesdependingonTWO24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost.)a.PROJECTOWNERCityofDaniaBeachb.POINTOFCONTACTNAMECorinneLajoie,PrincipalPlannerc.POINTOFCONTACTTELEPHONENUMBER(954)924-6805clajoie@daniabeachfl.govMetrichasrecentlycompletedathirdconsecutiveCSCadministeringtheCity'slandscapingandtreepreservationprogramsunderthesupervisionoftheplanningandzoningdepartment.Responsibilitiesinthisrolearevariedbutincludes;1)servingasamemberoftheCity'sDevelopmentReviewCommitteeforsiteplanreviewandprovidingcommentsinresponsetoapplicants'submittedland-scapeplansfornewandmodifieddevelopments,2)administeringtheCity'streeremovalpermittingprogramforallpropertiesrang-ingfromlargeindustrialsitestosmallsinglefamilyproperties,3)providinglandscape/treepreservationreviewsandsupportforallrelatedbuildingdepartmentpermitssuchasthoserequestingsitework,clear/grub,irrigation,andrelatedground-disturbingap-provals,4)providingtechnicalsupporttotheCodeComplianceUnitforviolationsoftheCity'sTreeProtectioncodeorrelatedordi-nances,5)providingexpertwitnesstestimonyinenforcementhearings,6)providinginterimlandscape/treepreservationcomplianceinspectionsandsitereviews,7)conductingfinalinspectionstocloseoutCitylandscapeandtreeremovalpermits,8)identifyinghazardoustrees,and9)coordinatingtreemaintenanceactivitieswithPublicServices.Specialenvironmentalprojectsconductedthroughthiscontractroleincludegrantapplication/acquisitionsupport,phaseIsiteas-sessments,designingandpermittingbeachdunerestoration,post-hurricanelandscapedamageassessments,roadwaycorridortreesurveys,andauthoringupdatestotheCity'scodeincludinganewseaturtleconservationlightingsectionandmostrecentlyatreepreservationoverlayordinancefortheCity'smostimperilednativetreehammock.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMEMetricEngineering,Inc.(2)FIRMLOCATION(CityandState)FortLauderdaleandMiamiOffices,Florida(3)ROLEEnvironmentalServicesb.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLETheCorradinoGroup72Page113of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC122.YEARCOMPLETED20.EXAMPLEPROJECTKEYNUMBER7F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)21.TITLEANDLOCATION(CityandState)FlaglerStreetscapesMiami,FloridaPROFESSIONALSERVICES2012-2018CONSTRUCTION(Ifapplicable)2013-202423.PROJECTOWNER'SINFORMATIONaPROJECTOWNERCityofMiamiCapitalImprovementsProgram444S.W.2ndAvenue,8thFloorMiami,Florida33130b.POINTOFCONTACTNAMEMr.HectorBadia.c.POINTOFCONTACTTELEPHONENUMBER(305)416-1280hbadia@miamigov.com24BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)TheprojectgoalistoreconfiguretheFlaglerStreetfromNW2ndAvetoBiscayneBlvd,toprovidewidersidewalks,selectiveparallelparking/loadingareas,grading/drainageimprovements,andlandscapeandhardscapeenhancementscommensuratewithavibrantdowntowncommercialarea.Thegoalfortheseimprovementsistoprovideareasforoutdoorcafes,togetherwithunifiedfurnishings,lightingandlandscapetoenhancethevisitorexperienceofthearea.Flagler'slonghistoricsignificancehasbeentakenintoconsiderationintheplanninganddesignoftheseimprovements.GiventhatFlagleristheconsideredtheCityofMiami's"mainstreet”,manypartiesareinvolvedintheplanningandimplementationoftheproject.TheprojectisbeingmanagedbytheCityofMiami’sCapitalImprovementsDivision(CIP),workinginconjunctionwiththeDowntownDevelopmentAuthority(DDA),specificallywiththeFlaglerStreetSteeringCommittee.Cost:$5,250,000.Thisprojectiscurrentlyundergoingre-designafterchangingcontractors.C+Rwillbeworkingonthere-designwhichwillincorporateafestivalstreetforthecentraltwoblocks.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMECurtis+RogersDesignStudio,Inc.(2)FIRMLOCATION(CityandState)Miami,Florida(3)ROLELandscapeArchitectTHECORRADINOGROUP73Page114of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER821TITLEANDLOCATION(CityandState)22.YEARCOMPLETED311&911SupportAreaRenovation,Doral,FloridaPROFESSIONALSERVICES2020CONSTRUCTION(Ifapplicable)202323.PROJECTOWNER'SINFORMATIONaPROJECTOWNERMiamiDadeCountyISDbPOINTOFCONTACTNAMEMr.BurtonHersh,AIAcPOINTOFCONTACTTELEPHONENUMBER(305)446-8777bhersh@burtonhersh.com24BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope.size,andcost)ChromeEngineering,Inc.,preparedstructuralplans,andcalculationsfortheconstructionofatwolevel8,500squarefootareaattheLightspeedFacilityinMiami-DadeCounty,Florida.Thetwo-levelstructurewillbebuiltwithinanexistingbuildingandisdesignedtosupportmechanicalequipmentatthemezzaninelevelandtoprovideaccommodationforthestaffrespondingto311and911calls.Theproposedsupportingframeincludessteelcolumnsandbeamssupportedonconcretefoundations.Theroofissupportedbysteeljoists.ChromeEngineeringalsopreparedthestructuralsectionoftheprojectspecificationsmanual.Thedesignforthisenhancementfacilityisbasedonthe2017FloridaBuildingCode(6thEdition).ChromeEngineering,Inc.wasalsoresponsibleforprovidingshopdrawingreviewsandresponsestoContractorGeneratedRequestsforInformation(RFI’s).ConstructionFee:$5M.StructuralFeefromChromeEngineering,Inc.:$24K.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTTheCorradinoGroup74Page115of198a.(1)FIRMNAMEChromeEngineering,Inc.(2)FIRMLOCATION(CityandState)16650SW88thStreet,Suite205Miami,Florida33196(3)ROLEStructuralEngineersb.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandSlate)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandSlate)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandSlate)(3)ROLE DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER921.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDVillageofElPortalHistoricVillageForm-BasedCode(ElPortal,FL)PROFESSIONALSERVICES2017CONSTRUCTION(Ifapplicable)N/A23.PROJECTOWNER'SINFORMATIONa.PROJECTOWNERb.POINTOFCONTACTNAMEVillageofElPortalDavidRosemond24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost):.POINTOFCONTACTTELEPHONENUMBER305.795.7880drosemond@villageotelportal.orgThehistoricVillageofElPortalunanimouslyadoptedavisualanduser-friendlyform-basedcode.ThezoningcodewillpreserveElPortal’spicturesqueresidentialenclavewhilecreatingroomforeconomicdevelopmentonlandannexedtotheVillage.Thedevelopmentsite,eastoftheFECrailroadtracksnearBiscayneBoulevard,isslatedforproperly-scaledmixed-usedevelopmentthatwillcreatejobs,servicesandtaxbase.Plusllrbia,whichalsoservesastheVillage’sconsultantforplanningandzoning,iscreatingstandardsthatwillmaketheNE2ndAvenuecorridormorewalkablewithincrementalmixed-useredevelopment.Thetoppriorityistoencouragemoderategrowthwhileprotectingthepeacefulresidentialneighborhoodsoneithersideofthecorridor.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMEPlusurbia,LLC(2)FIRMLOCATION(CityandState)MiamiFL,33145(3)ROLELandUseandZoning/CivilSitePlanningb.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandSlate)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandStale)(3)ROLETHECORRADINOGROUP75Page116of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1F.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM’SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,Ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER1021.TITLEANDLOCATION(CityandSlate)22.YEARCOMPLETEDCityofDaniaBeachSoutheastDrainageImprovementsPhase2DaniaBeach,FLPROFESSIONALSERVICES2023CONSTRUCTION(ifApplicable)N/A23.PROJECTOWNER'SINFORMATIONa.PROJECTOWNERb.POINTOFCONTACTNAME.CPOINTOFCONTACTTELEPHONENUMBERWSP(formerlyParsonsBrinckerhoff)WernerReinefeld(786)763-9829wreinefeld@wsp.com24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescopesize,andcost)MillerLeggprovidedcivilengineering,permittingandlandscapearchitectureservicesforthisdrainageimprovementprojectwhichaddressedfloodingissuesatthe103-acreneighborhoodboundedbySE3rdStreettotheNorth,SE2AvetotheWest,SE7StreettotheSouthandSE5thAvenuetotheEast.Drainagesolutionsincludedpumpstations,drainagewells,andexfiltrationtrenchestoreduceflooding,includingdurationandseverity,reduceneighborhoodimpactsandmitigateprojectcosts.MillerLeggwasasubconsultanttoWSPUSA.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMEMillerLegg(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLELandscapeDesignb.(1)FIRMNAMEMillerLegg(2)FIRMLOCATION(CityandState)Sunrise,FL(3)ROLELandscapeDesignc.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLETheCorradinoGroup76Page117of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1G.KEYPERSONNELPARTICIPATIONINEXAMPLEPROJECTS29.EXAMPLEPROJECTSKEY26.NAMESOFKEYPERSONNEL(FROMSECTIONE,BLOCK12)27.ROLEINTHISCONTRACT(FROMSECTIONE,BLOCK13)28.EXAMPLEPROJECTSLISTEDINSECTIONF(Fillin"ExampleProjectsKey"sectionbelowbeforecompletingtable.Place"X"underprojectkeynumberforparticipationinsameorsimilarrole.)12345678910JosephM.Corradino,AICPProjectManagerXXXXEdwardNg,MPP,MPL,AICPPlanning/LandUseandZoningXXXXEricCzerniejewski,PE,ENVSPTrafficEngineeringXXXMarkAlvarezTransportationPlanningXXKathrynR.Lyon,MBA,AICP,CFMPlanning/LandUseandZoningXXXScarletHammons,AICPCTPPlanning/LandUseandZoningXXXXMarvinGuillenRoadwayandDrainageDesignXXXAndresGonzalez,PEElectricalEngineerPlansExaminer&InspectorXOscarAlvarez,PX,BNMechanical&PlumbingPlansExaminer&InspectorXRobertoVich,RARegisteredArchitectPlansExaminer&InspectorXRyanSt.George,MSSeniorEnvironmentalScientistXAidaM.Curtis,RLA,ASLALandscapeDesignXJorgeACanales,PEBuildingRemodeling/NewConstructionXOscarJ.Cruz,PEBuildingRemodeling/NewConstructionXJuanMulleratLandUseandZoningXMeganMcLaughlin,AICPPlanningDesign/LandUseXJoaquinMojica,PEDrainageEngineerXCarlosVazquez,ElDrainageEngineerXNoTITLEOFEXAMPLEPROJECT(FromSectionF)NoTITLEOFEXAMPLEPROJECT(FromSectionF)1CityofHomesteadGeneralPlanningServices6CityofDaniaBeachLandscape&EnvironmentalServices2NorthMiamiBeachGeneralEngineering&PlanningServices7CityofMiamiFlaglerStreetscapes3TownofCutlerBayGeneralPlanningServices8MiamiDadeCounty311&911SupportAreaRenovation4VillageofKeyBiscayneGeneralPlanningandTrafficEngineeringServices9VillageofElPortalHistoricVillageForm-BasedCode5CityofAventuraPlanReviewandInspectionServices10CityofDaniaBeachSoutheastDrainageImprovementsPhase2TheCorradinoGroupPage118of19877 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ202308GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)TownofSurfsideGeneralTrafficandTransportationEngineeringServicesSurfside,FL22.YEARCOMPLETEDPROFESSIONALSERVICESOngoingCONSTRUCTION(Ifapplicable)N/A23.PROJECTOWNER'SINFORMATIONA.PROJECTOWNERTownofSurfsideB.POINTOFCONTACTNAMEHectorGomez,TownManager24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)C.POINTOFCONTACTTELEPHONENUMBERPhone:305.861.4863E-mail:hgomez@townofsurfsidefl.govConsultantontheContinuingServicesContractservingasEngineerofRecordfortrafficandtransportationengineeringtaskworkorders.ProvidedavarietyoftrafficandtransportationengineeringservicesincludingDRCtrafficengineeringreview,intersectionanalysis,signalizationanalysisanddesign,roundaboutanalysisanddesign,roadwaylevelofserviceanalysis,schooltrafficoperationalanalysis,city-widetrafficmodeling,city-widetrafficcountdatabasemaintenance,corridorsignaltimingprogressionanalysis,trafficcalmingandneighborhoodtrafficmitigation,respondedtocitizeninquiriesandcoordinatedtheinterestsoftheTownwiththeMiamiDadeCountyDepartmentofTransportationandPublicWorks,FDOTDistrictVIandotherkeystakeholdergovernmentagencies.TheConsultantcompletedavarietyoftrafficandtransportationengineeringandtransportationplanningservicesincludingthefollowingtaskworkorderassignments:•TownwideTrafficStudy•SRA1ACollinsAvenueTrafficSignalWarrantAnalysis•One-WayPilotProgram•Speed/VolumeTrafficStudy•88thStreetCorridorStudy•SurfsideTennisCenterImprovements88'"STREETCORRIDORSTUDYTheCorradinoGroupWARCPnil25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECT(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeTheCorradinoGroup78Page119of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)TownofPalmBeachCommercialAreasTrafficAnalysisPalmBeach,FL22.YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)N/A23.PROJECTOWNER'SINFORMATIONA.PROJECTOWNERTownofPalmBeachB.POINTOFCONTACTNAMEWayneBergman,MCP,LEEPAP-DirectorofPlanning,Zoning&BuildingC.POINTOFCONTACTTELEPHONENUMBERPhone:561.227.6426E-mail:wbergman@townofpalmbeach.com24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)TheConsultantprovidedtrafficengineeringreviewservicesrelatedtoareviewofthetrafficimpactoftheexistingrestaurantsinthecommercialareas,evaluationoftheexistingparkingsupplyinthecommercialareasandareviewoftheoriginanddestinationofthetraffictravelingintothecommercialareadaily.TheConsultantcollectedmorningandafternoonpeakhourturningmovementcountsonatypicalweekday(duringschool)at24intersectionswithintheprojectradiusofinfluence.TheConsultantutilizedBigDataviaStreetlightInSightplatformtomeasuremultimodalvehicletravelmovementsandpatternsbetweenzones.TheConsultantperformedanIntersectioncapacityanalysisforthesubjectintersectionsusingsoftwarebasedontheHighwayCapacityManual(HCM)methodology.TheanalysiswasperformedformorningandafternoonpeakhourconditionsusingSynchro11software.Theanalysisscenariosincludedtheexistingyear(2022)andthefutureyear(2027)withalternativecommercialuses.TheConsultantevaluatedthetraveltimeanddelayoftheintersectionnetworkusingSynchro11software.TheIntersectioncapacityanalysisincludedaqueueingevaluationofthebridgeopeningsovertheLakeWorthLagoonattheSouthernBlvdBridge,RoyalPalmWayBridgeandRoyalPoincianaWayBridge.ThequeueingevaluationdeterminedifthereisanimpacttothenearestsignalizedintersectiontotheeastofeachbridgecrossingintheTownofPalmBeach.CoordinationwithPalmBeachCountyandtheFloridaDepartmentofTransportationoccurredregardingsignaltiming,coordinationattheRoyalPalmWayBridgeandadjacenttrafficsignalsbothintheTownofPalmBeachandtheCityofWestPalmBeach.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeThecorradinoGroup79Page120of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)US-1/SR-5/FederalHighwayatSWPalmCityRoadMultimodalIntersectionImprovementFeasibilityStudyStuart,FL22.YEARCOMPLETEDPROFESSIONALSERVICES2023CONSTRUCTION(Ifapplicable)N/A23.PROJECTOWNER'SINFORMATIONA.PROJECTOWNERMartinCountyMPOB.POINTOFCONTACTNAMETracyPuerta,PlannerC.POINTOFCONTACTTELEPHONENUMBERPhone:772.320.3015E-mail:jpuerta@martin.fl.us24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)TheintersectionofUS1/SR5/FederalHighwayandSWPalmCityRoadinStuart,FLfacilitateshighspeedrightturnsfromsouthboundUS1ontosouthboundSWPalmCityRoad.SWPalmCityRoadisanattractivealternativeparallelroutetoSR76/KannerHighway;however,becauseofitsprimarilyresidentiallanduse,lowertrafficspeedsareappropriate.TohelpmanagespeedsalongSWPalmCityRoadandimprovesafetyandmobilityforallmodesatthesubjectintersection,theMartinMPOissuedthistaskworkordertoevaluateconceptualdesignalternativesandgatherinputfromthepublicandrelevantstakeholderstoselectarecommendedalternativetoeliminatethefreeflowrightandreplaceitwithahardrightturnlaneatthesignalizedintersection.Thescopeofworkincludedtrafficdatacollection(intersectionmanualturningmovementcounts,speedvolumetubecounts),fieldreview,multimodalevaluation,trafficoperationalanalysis,alternativesevaluationandconceptdevelopment.Thefollowingarethekeyprojectphases:•ExistingConditionsEvaluation•AlternativeDevelopmentandEvaluation•ConceptualLayoutandCostEstimating•FinalReportUS1ATSWPALMCITYROADFEASIBILITYSTUDYEXISTINGCONDITIONS25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMETheCorradinoGroup,Inc.(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEPrimeTHECORRADINOGROUP80Page121of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTS2.RFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)ContinuingEngineeringServicesforTraffic,RoadwayandCivilEngineeringServices(2015-2020)(2020-2025)(BrowardCounty,FL)22.YEARCOMPLETEDPROFESSIONALSERVICESBegin:2015-End:2020Start:2020-End:2025CONSTRUCTION(Ifapplicable)VariesdependingonTWO24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost.)23.PROJECTOWNER'SINFORMATIONa.PROJECTOWNERBrowardCountyb.POINTOFCONTACTNAMEMichaelS.Cleary,PEc.POINTOFCONTACTTELEPHONENUMBER(954)357-5838mcleary@broward.orgThisprojectentailsawiderangeofcontinuingdesignandpost-designservicesincludingplanpreparation,implementation,andconstructionengineeringandinspectionsofvarioustypesofconstructionimprovementprojects.Workincludestrafficsignalizationintersectionimprovements,trafficsignalconversions,andotherimprovementsinvolvingATMS,ITS,vehicledetectioncamerasystemsandCompleteStreets.Otherservicesincludetrafficsignalengineeringandcommunicationssystemtechnologyimprovementssuchasinstallationoffiberopticcableandconduit.Roadwayimprovementsincludewidening,pavement,pedestrianfacilities,bicyclefacilities,drainage,waterandsewer,lighting,andmore.Metric'sEnvironmentalServicesstaffareprovidingenvironmentalandright-of-waypermittingsupportfortheseITS/TMS/Trafficupgradesorroadwayimprovementprojectsunderthetrafficcapitalimprovementprogram.Environmentalworkincludeswetlandandsurfacewaterdelineation,wildlifeconflictevaluations,LAPdocumentationsupport,agencycoordination,permitdocumentationpreparation,GISdatacollection,andotherrelatedtasks.PermitsobtainedincludeSFWMDERP&ROW,BrowardCountyERL&GL,localdrainagedistrictpermits,FDEPexemptionverifications,andUSACESec.408approvalsaswellasCityengineeringpermitcoordinationforallworklocatedoutsideCountyroadways.SampleEnvironmentalTaskWorkOrderincludes:04.2272.01-EnvironmentalSupportforDavieRoadExtension:ThisprojectconsistedofenvironmentalassessmentsandreportingrequiredtocompletetheNEPAdocumentationfortheproposedwideningofanexistingtypicalsectionoftheDavieRoadExtension.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECT(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEa.MetricEngineering,Inc.Miami,FLPrimeConsultant;Services:Environmental,CEI,TrafficStudies&Improvements,Roadway,etc.b.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLETheCorradinoGroupPage122of19881 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM’SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDKennedyCausewayBeautificationPROFESSIONALSERVICESCONSTRUCTION(Ifapplicable)NorthBayVillage,Florida02/2022-09/2023202323.PROJECTOWNER'SINFORMATION24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,aa.PROJECTOWNERNorthBayVillage1666KennedyCausewaySte300NorthBayVillage,FL33141b.POINTOFCONTACTNAMEDelroyPetersc.POINTOFCONTACTTELEPHONENUMBER305756-7171dpeters@nbvillage.comC+RworkedwithNorthBayVillage(NBV)andtheFloridaDepartmentofTransportation(FDOT)toobtainabeautificationgrantandproduceconstructiondocumentstoenhanceandbeautifythemediansalongthe79thStreet/JohnF.KennedyCauseway(SR934),theVillage’smainthoroughfare.TheLandscapedesignfollowedFDOTDesignCriteriawhilemaintainingasenseoflocalidentityandecology.Thevisibilityofcommunityaestheticfeaturesandhighwaysignagewereconsideredaswell.DuetotheuniqueenvironmentatNorthBayVillage,theplantmaterialwascarefullyselectedtomeetresilientandsustainableparameters.Theseincludehightomoderatesaltanddroughttolerance,abilitytosequestercarbonandenhanceairandwaterquality.ThisprojectsuccessfullyimprovedtheNBVstreetscape,community,andenvironment.ProjectLength:.9milesProjectCost:$200,00025.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMECurtis+RogersDesignStudio,Inc.(2)FIRMLOCATION(CityandState)Miami,Florida(3)ROLELandscapeArchitectTheCorradinoGroupPage123of19882 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,Ifnotspecified.CompleteoneSectionFforeachproject.)20EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)22YEARCOMPLETEDSouthCorridor(DesignBuild)Miami,FloridaPROFESSIONALSERVICES2021thruPresentCONSTRUCTION(Ifapplicable)2023thruPresent23.PROJECTOWNER'SINFORMATIONa.PROJECTOWNERbPOINTOFCONTACTNAMEcPOINTOFCONTACTTELEPHONENUMBERCityofMiamiBeachMr.AaronOsborne,CivilEngineerI305-673-7080x6110aaronosbome@miamibeachfl.gov24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,sizeandcost)ChromeEngineering,Inc.,iscurrentlypreparingrehabilitationplansandspecificationsforsixpedestrianbridgeswithintheCityofMiamiBeach.Fiveofthesestructuresaredecorativeconcretebridgesapproximately10’widewithlengthsrangingfrom84’to215’.ThesixthbridgeisasteeltrusswithtimberdeckingcrossingtheCollinsCanal.ChromeEngineering,Inc.overseesthedevelopingabridgerehabilitationprogramforthestructuresincludingdevelopingBridgeInspectionReportsaswellasconstructiondocumentsfortherehabilitationoftheexistingconcretebeams,deck,railingsandelectricalcomponentsamongothers.Repairdetailsforexistingabutmentsarcalsorequired.TheproposedrepairsincludetheuseofCFRPwrapsaswellastheuseofFRPreinforcingbarstomitigatefuturecorrosioninthisextremelyaggressivemarineenvironment.Scopeofservicesincludesassistanceduringbiddingaswellasduringconstruction,includingresponsestoRFI’s,shopdrawingreviewsandconstructionobservationinspections.ConstructionFee:S2.0M.StructuralFeeforChromeEngineering,Inc.:S170K.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa(1)FIRMNAMEChromeEngineering.Inc.(2)FIRMLOCATION(CityandSlate)16650SW88lhStreet,Suite205Miami,Florida33196(3)ROLEStructuralEngineersb(1)FIRMNAME(2)FIRMLOCATION(CityandStale)(3)ROLEc(1)FIRMNAME(2)FIRMLOCATION(CityandStale)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandSlate)(3)ROLETheCorradinoGroupPage124of19883 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORAL23.PROJECTOWNER’SINFORMATIONF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachprotect.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)22.YEARCOMPLETEDHialeahCompleteStreetsDesignGuidelines(Hialeah,FL)PROFESSIONALSERVICES2016CONSTRUCTION(Ifapplicable)N/A24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)a.PROJECTOWNERb.POINTOFCONTACTNAME(.POINTOFCONTACTTELEPHONENUMBERCityofHialeahDeboraStorch305-492-2012d.storch@hialeahfl.govWhilecreatingtwotransitorienteddevelopmentdistrictscovering313acresfortheCityofHialeah,PlusUrbiaworkedtoensurethatthesedense,mixed-usedistrictswillbeservedbymultimodalmobility.ACompleteStreetsPlanwascreatedtoensurerailtransitisconnectedtowidesidewalks,safestreetcrossings,bikelanesandpublictransit.Theguidelines,tosewalltheurbanfabrictogetherwithaseamlesssystem,canbeusedcitywide.Plusllrbia’splancreatesholisticconnectivitythroughahierarchyofthoroughfares.TheplanforHialeahsupportstheconceptofCompleteDistricts,withaproperdesignhierarchytodelivercompletecontextualconnectivity.InaCompleteDistrictapersoncanbikefromhometoworkalongasafededicatedroute,andswitchontoabuswithinthetotalnetwork.Usingalogicalhierarchy,theconceptprovidestotalmultimodalconnectivityinthemostefficientandsafeway25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMEPlusurbia,LLC(2)FIRMLOCATION(CityandSlate)Miami,FL(3)ROLELandUseandZoning,CivilSitePlanningb.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLETheCorradinoGroup84Page125of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTS.RiRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM’SQUALIFICATIONSFORTHISCONTRACT20EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)CityofMiamiBeachChaseAvenueand34thStreetSharedPathMiamiBeach,FL22YEARCOMPLETEDPROFESSIONALSERVICESCONSTRUCTION(IfApplicable)OngoingN/A23.PROJECTOWNER’SINFORMATIONa.PROJECTOWNERFTPOINTOFCONTACTNAMECityofMiamiBeachColetteSatchell24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACTUnderitscontinuingservicesagreementwiththeCityofMiamiBeach,MillerLeggwasretainedtoprovidesurveying,civilengineeringandlandscapearchitectureservicesrelatedtothenewChaseAvenueand34thStreetsharedpathandroadwayimprovementsproject.The1O-ftsharedusepathwillsupporttheuseofsimultaneouspedestrianandbicycleactivity.Thescopeofservicesincludestopographicsurveying,treeinventory,dispositionandpermitting;irrigation,landscape,hardscapeandamenitiesdesign,sitecivildesigndevelopmentforclearing/demolition,signageandmarking,paving,grading,drainageanderosioncontrol/pollutionprevention.Teamsubconsultantsareperforminggeotechnicaltasks(soiltestboringsandSFWMDexfiltrationtests)andelectricalengineering/sitelighting.MillerLeggisalsoresponsibleforpermittingcoordinationwiththeCityandMiami-DadeDERM,aswellasbiddingassistance/contractadministrationandconstructionphasetasksincludingconstructionobservation.c.POINTOFCONTACTTELEPHONENUMBER(305)673-7071x6401progress@miamibeachflgov25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMEMillerLegg(2)FIRMLOCATIONMiami,FL(3)ROLEPrimeb.(1)FIRMNAMEMillerLegg(2)FIRMLOCATIONSunrise,FL(3)ROLEPrimec.(1)FIRMNAME(2)FIRMLOCATION(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(3)ROLETheCorradinoGroupPage126of19885 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM’SQUALIFICATIONSFORTHISCONTRACT20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)Miami-DadeCountyWaterandSewerDepartmentContinuingContract(E15-WASD-13),Miami-DadeCounty,FL22.YEARCOMPLETEDPROFESSIONALSERVICES2021CONSTRUCTION(Ifapplicable)n/a23.PROJECTOWNERSINFORMATIONa.CLIENTNAMEMiami-DadeCountyWaterandSewerDepartmentc.POINTOFCONTACTNAMEEduardoM.Luisc.POINTOFCONTACTTELEPHONENUMBER786-552-8837emlui01@miamidade.gov24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)Ranked#1,ProfessionalServiceIndustries,Inc.(PSI)wasselectedbytheMiami-DadeCountyWaterandSewerDepartmentfora10-yearcontinuingservicescontracttoprovideGeotechnicalServices,SpecialInspections,StructuralAssessments,Soils,FoundationsAndMaterialsTestingServicesRelatedToTheImprovement,UpgradesAndExpansionsOfWaterAndWastewaterTreatmentPlants,PumpStations,Collection,DistributionAndTransmissionPiping,AndAllRelatedFacilitiesAsNecessaryToEnsureQualityControl/AssuranceForWASD'S$13.5BillionCAPITALIMPROVEMENTPROJECTSMiami-DadeCountyhasmorethan7,700milesofundergroundwaterlines,theequivalentofaone-waytripfromMiamitoBeijing,ChinaOnthewastewaterside,thereareabout6,200mitesofsewerlines.That’slongerthanaroundtripfromMiamitoSeattle.WaterInfrastructure:TheCountymaintainsthreelargeregionalwatertreatmentplants,fivesmallwatertreatmentplants,100watersupplywells,7,940milesofpipes,39,000firehydrants,127,000valves,455,000watermeters.WastewaterInfrastructure:Threewastewatertreatmentplants,twooceanoutfalls,twenty-onedeepinjectionwells,6,277milesofpipes,1042sewerpumpstations,eleventreatedwaterstoragetanksPROJECTS:PSIhasperformedonover180workorders/projectsfortheWASDsince2016.Outof69internalevaluationssubmitted,PSIscored3.87/4.Thistypeoffeedbackisexactlywhatwelookforwhenworkingwithourpremiereclients!Thisgivesustheassurancethatwewereabletodeliveronourcommitmentswithqualityandgreatcustomerservice.ProjectsincludePumpStations(UpgradeSewageStations)No’s.0836,0105,0560,0870,0502andForceMains:0065,0592,andtheprojectslistedbelow,tonamejustafew.CentralDistrictWastewaterTreatmentPlantCo-GenFacilityandElectricalImprovements,KeyBiscayne,FL(2017)PSIprovidedtestingandinspectionsofPiling,Soils,Asphalt,Concrete,Steel,Roofing.PSIFees:$370kest.Contact:StephenCross,WWTPAreaConstructionManager|Stephen.Cross@miamidade.gov_|_Cell:786-858-3210OceanOutfallLegislationProgram:ProjectSL-2.2-SP-1TransmissionForceMainPhase4(2018-current)Theprojectwillconsistofconstructinga60-inchforcemain.TheforcemainwillproceedfromtheterminationpointofprojectSL-2.1tothebeginningpointofSL-1.B-1andextendsouthandeastapproximately15,000feet.Basedonourexperienceintheareaandreviewofavailablesubsurfaceinformation,thesubsurfacesoilsbeneaththeroadwaysectionshouldconsistprimarilyofsandysoilsoverlyinglimestonestrata.Thelimestonemaycontainintermittentsandlayersandpockets.Mostofthelinewillbeconstructedinopentrenches,however,thesectionofthelinethatcrossesbeneathDixieHighwaywillbeconstructedwithtrenchlesstechnology.PSIisprovidingGeotechnicalFieldInvestigationtoinclude1,200LFofsoilborings,LaboratoryTesting,andGeotechnicalDataReport,GeoMemorandumfortheDesignReport,GeoBaselineReport,AdditionalInvestigationsasneeded.PSIFees:$214,716Selectedwitharankof#1againin2021,PSIcontinuestoprovideservicesundercontinuingcontractfortheWASD.Contacts:EduardoM.Luis,Engineers-CapitalProgramManagement|Eduardo.Luis@miamidade.gov|786-552-8837|JuanA.Curiel,P.E.,CapitalProjects|Juan.Curiel@miamidade.gov|305-310-0472GoverningContract:ISPE15-WASD-13|Agreement16PSII001|Date:2016-2026|Fees-to-date:$1.8M+25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.intertek(hFIRMnamejiProfessionalService^^1!Industries,Inc.(2)FIRMLOCATIONMiami,FL(3)ROLEGeotechnicalServices,SpecialInspections,StructuralAssessments,Soils,FoundationsandMaterialsTestingTHECORRADINOGROUP86Page127of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5SUPPLEMENTALPROJECTSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORAL23.PROJECTOWNER'SINFORMATIONF.EXAMPLEPROJECTSWHICHBESTILLUSTRATEPROPOSEDTEAM'SQUALIFICATIONSFORTHISCONTRACT(Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspecified.CompleteoneSectionFforeachproject.)20.EXAMPLEPROJECTKEYNUMBER21.TITLEANDLOCATION(CityandState)CityofHallandaleBeachCitywideEconomicDevelopmentStrategy(HallandaleBeach,FL)22.YEARCOMPLETEDPROFESSIONALSERVICESCurrentCONSTRUCTION(Ifapplicable)24.BRIEFDESCRIPTIONOFPROJECTANDRELEVANCETOTHISCONTRACT(Includescope,size,andcost)a.PROJECTOWNERCityofHallandaleBeachb.POINTOFCONTACTNAMEFaithPhinn,Exec.DeputyDirector,CRAc.POINTOFCONTACTTELEPHONENUMBER(954)457-2228fphinn@cohb.orgLambertAdvisoryinitiallycompletedacity-wideeconomicdevelopmentstrategyfortheCityofHallandaleBeachin2012andwasreengagedintocompleteancomprehensiveupdatein2023.TheprimaryfocusaimsatdelineatingwhattheCitycanandneedstodowithinitsbudgetconstraintstoattract,support,andcementthelargescaleprivateinvestmentnecessarytocreatejobsandfutureopportunities.Theresearchandanalysisincludesacomprehensiveoverviewofdemographictrendsandforecast(atthecensustractlevel),aswellasadetailedsupplyanddemandanalysisforhousing(rentalandfor-sale),office,retail,entertainment,industrialandhotelusesthatwillbetargetedtosupportpotentialpublic/privatejointredevelopmentopportunities.ThereportalsoprovidesrecommendationswithregardtotheCity/CRA'sroleasitrelatestoeconomicdevelopment.BeyondtheresearcheffortsassociatedwiththeHallandaleBeachmarketopportunities,LambertmetwithnumerousstakeholdersinthecommunityandCitystafftoreceivetheirinputrelatedtothiseffortandcontinuestoprovideongoingservicestotheCity.25.FIRMSFROMSECTIONCINVOLVEDWITHTHISPROJECTa.(1)FIRMNAMELambertAdvisory,LLC(2)FIRMLOCATION(CityandState)Miami,FL(3)ROLEEconomicDevelopmentStudiesb.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEc.(1)FIRMNAME(2)FIRMLOCATION(CityandStale)(3)ROLEd.(1)FIRMNAME(2)FIRMLOCATION(CilyandState)(3)ROLEe.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEf.(1)FIRMNAME(2)FIRMLOCATION(CityandState)(3)ROLEThecorradinoGroupPage128of19887 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1H.ADDITIONALINFORMATION30.PROVIDEANYADDITIONALINFORMATIONREQUESTEDBYTHEAGENCY.ATTACHADDITIONALSHEETSASNEEDED.N/A33.NAMEANDT|/l£JosephM.Corradino,AICP-PresidentI.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.31.SIGNATURE,,/'32.DATE11/01/2023TheCorradinoGroup88Page129of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECTENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)2023-085.OWNERSHIP9.EMPLOYEESBYDISCIPLINEPROFESSIONALSERVICESREVENUEINDEXNUMBER1.2.3.4.5.6.$2milliontolessthan$5million7.$5milliontolessthan$10million8.$10milliontolessthan$25million9,$25milliontolessthan$50million10.$50millionorgreater10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSLessthan$100,000$100,000tolessthan$250,000$250,000tolessthan$500,000$500,000tolessthan$1million$1milliontolessthan$2million6a.POINTOFCONTACTNAMEANDTITLEJosephC.Corradino,PE,CEO12.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.2b.STREET4055NW97thAvenue,Suite200b.SMALLBUSINESSSTATUSN/AC.NAMEANDTintJoeM.Corradino,AICP-President11.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)7.NAMEOFFIRM(IfBlock2aisaBranchOffice)N/Aa.TYPECorporationPARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(orBranchOffice)NAME3.YEARESTABLISHED4.UNIQUEENTITYIDENTIFIERTheCorradinoGroup,Inc.19700199263102c.CITY2d.STATE2e.ZIPCODEDoralFL331786b.TELEPHONENUMBER305.594.07356c.E-MAILADDRESSjccorradino@corradino.com8a.FORMERFIRMNAME(S)(Ifany)8b.YEARESTABLISHED8c.UNIQUEENTITYIDENTIFIERSchimpeler*Schuette*Corradino,PSC1971N/Aa.FunctionCodeb.Disciplinec.NumberofEmployeesa.ProfileCodeb.Experiencec.RevenueIndexNumber(seebelow)(1)FIRM(2)BRANCH02Administrative4637A05Airports:NavAids;Lighting;Fueling106Architects11A06Airports:Terminals;Hangars;Freight608CADDTechnician40B02Bridges112CivilEngineer239C15ConstructionManagement415ConstructionInspector6945E09EnvironmentalImpactStudies316ConstructionManager2218E11EnvironmentalPlanning124EnvironmentalScientist10H07Highways;Street;AirfieldPaving129GIS10P05Planning(RegionalandState)447Planners99P14PavementDesign148ProjectManager1914R03Railroad;RapidTransit360TransportationEngineer151R13RoadwayDesign;General662WaterResourcesEngineer30S04SewerCollectionTreatmentDisposal2T02TestingandInspectionServices8T03Traffic&TransportationEngineering6W02WaterResources;Groundwater2Z01Zoning;LandUseStudies2OtherEmployees22Total215136a.FederalWork00b.Non-FederalWork10c.TotalWork10b.DATEa.SIGNATURE/^/10/19/2023TheCorradinoGroupPage130of19889 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)RFQ-2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(orBranchOffice)NAMEC.A.P.Government,Inc.3.YEARESTABLISHED19894.UNIQUEENTITYIDENTIFIERN/A2b.STREET343AlmeriaAvenue5.OWNERSHIPa.TYPECorporation2c.CITYCoralGables2d.STATEFL2e2IPCODE33134b.SMALLBUSINESSSTATUSN/A6a.POINTOFCONTACTNAMEANOTITLECarlosA.Penin,PE,President7.NAMEOFFIRM(IfBlock2aisaBranchOffice)N/A6b.TELEPHONENUMBER(305)448-17116c.EMAILADDRESScap@capfla.com8a.FORMERFIRMNAME(S)(Ifany)8b.YEARESTABLISHED8c.UNIQUEENTITYIDENTIFIERC.A.P.EngineeringConsultants,Inc.,CSASoutheast,Inc.1989-2000,2000-200665-01215949.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.DisciplinecNumberofEmployeesaProfileCodeb.ExperiencecRevenueIndexNumber(seebelow)(1)FIRM(2)BRANCH06Architect15C08Codes;Standards:Ordinances957StructuralEngineer7E02EducationalFacilities;Classrooms721ElectricalEngineer3F03FireProtection342MechanicalEngineer3001OfficeBuildings;IndustrialParks5P13PublicSafetyFacilities6R05RefrigerationPlants/Systems5R12Roofing5S09StructuralDesign;SpecialStructures7T02Testing&InspectionServices8OtherEmployeesTotal2811.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0006.$2milliontolessthan$5million2.$100,000tolessthan$250,0007.$5milliontolessthan$10million3.$250,000tolessthan$500,0008.$10milliontolessthan$25million4.$500,000tolessthan$1million9.$25milliontolessthan$50million5.$1milliontolessthan$2million10.$50millionorgreatera.FederalWorkb.Non-FederalWork9.c.TotalWork9_A/X/12.AUTHORIZEDREPRESENTATIVE(/.,Theforegoingisastatementoffacts.a.SIGNATURE"b.DATECarlosA.Penin,PE,President10/20/2023c.NAMEANDTITLETheCorradinoGroupPage131of19890 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC11.SOLICITATIONNUMBER(Ifany)2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(ORBRANCHOFFICE)NAMEMetricEngineering,Inc.3.YEARESTAB¬LISHED19764.UNIQUEENTITYIDEN¬TIFIERN4Q2KMLSAM942b.STREET13940SW136thStreet,Suite2005.OWNERSHIPa.TYPECorporation2c.CITYMiami2d.STATEFL2e.ZIPCODE33186b.SMALLBUSINESSSTATUSN/A6a.POINTOFCONTACTNAMEANDTITLEDaleW.Cody,PE,PTOE|ExecutiveVicePresidentofTrafficOperationsandITS7.NAMEOFFIRM(Ifblock2aisabranchoffice)N/A6b.TELEPHONENUMBER(305)235-50986c.E-MAILADDRESSdale.cody@metriceng.com8a.FORMERFIRMNAME(S)(Ifany)8b.YRESTAB¬LISHED8c.UNIQUEENTITYIDEN¬TIFIERN/AN/AN/A9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.No.ofEmployeesa.ProfileCodeb.Experiencec.RevenueIn¬dexNumber(seebelow)(1)FIRM(2)BRANCH02Administrative634415ConstructionManagement815ConstructionInspector6527Highways;Streets616ConstructionManager2715Planning624EnvironmentalScientist979StructuralDesign;Special529GISSpecialist203Traffic&TransportationEngineering735IndustrialEngineer0011Environmental547Planner:Urban/Regional1057StructuralEngineer1158Technician/Analyst1531160TransportationEngineer4214OtherEmployeesTotal3638011.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0006.$2milliontolessthan$5million2.$100,000tolessthan$250,0007.$5milliontolessthan$10million3.$250,000tolessthan$500,0008.$10milliontolessthan$25million4.$500,000tolessthan$1million9.$25milliontolessthan$50million5.$1milliontolessthan$2million10.$50millionorgreatera.FederalWork0b.Non-FederalWork9c.TotalWork9a.SIGNATURE12.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.c.NAMEANDTITLEDaleW.Cody,PE,PTOE|ExecutiveVicePresidentofTrafficOperationsandITSb.DATE02/24/2023TheCorradinoGroupPage132of19891 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1SOLICITATIONNUMBER(Ifany)2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2aFIRM(ORBRANCHOFFICE)NAMECurtis+RogersDesignStudio,Inc.3YEARESTABLISHED19914DUNSNUMBER8293846502bSTREET7520S.RedRoad,SuiteM5.OWNERSHIPaTYPECorporation2cCITYSouthMiami2dSTATEFL2eZIPCODE33143bSMALLBUSINESSSTATUSActive6aPOINTOFCONTACTNAMEANDTITLEAidaM.Curtis,President7NAMEOFFIRM(Ifblock2aisabranchoffice)6bTELEPHONENUMBER30544217746c.E-MAILADDRESSaida@curtisrogers.com8a.FORMERFIRMNAME(S)(Ifany)8bYRESTABLISHED8cDUNSNUMBER9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.No.ofEmployeesaProfileCodeb.Experiencec.RevenueIndexNumber(seebelovV)(1)FIRM(2)BRANCH02Administrative1A11Auditoriums&Theater106Architect4C06Churches;Chapels108CADDTechnician6H11Housing248ProjectManager1H09Hospitals&MedicalFacilities1J01Judicial&CourtroomFacilities1L04Libraries;Museums;Galleries1R04RecreationFacilities(Park,Marinas)2A06Airports1D04DesignBuilds2I06Irrigation1O01OfficeBuilding1T03Transportation2H07Highways;Streets;ParkingLots1C05ChildCare/DevelopmentFacilities2Total1211.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0006.$2milliontolessthan$5million2.$100,000tolessthan$250,0007.$5milliontolessthan$10million3.$250,000tolessthan$500,0008.$10milliontolessthan$25million4.$500,000tolessthan$1million9.$25milliontolessthan$50million5.$1milliontolessthan$2million10.$50millionorgreatera.FederalWork1b.Non-FederalWork5c.TotalWork512.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.aSIGNATUREbDATE09/20/2023CNAMEANDTITLEAidaM.Curtis,PresidentTheCorradinoGroupPage133of19892 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)RFQ2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(orBranchOffice)NAMEChromeEngineering,Inc,3.YEARESTABLISHED20184.UNIQUEENTITYIDENTIFIER0874658622b.STREET16650SW88thStreet,Suite2055.OWNERSHIPa.TYPESCorporation2c.CITYMiami2dSTATEFL2eZIPCODE33196b.SMALLBUSINESSSTATUSFDOTSBEandDBE6a.POINTOFCONTACTNAMEANDTITLEOscarJ.Cruz,P.E.,President7.NAMEOFFIRM(IfBlock2aisaBranchOffice)6b.TELEPHONENUMBER(305)432-68266c.EMAILADDRESSocruz@chromeeng.com8a.FORMERFIRMNAME(S)(Ifany)8b.YEARESTABLISHED8cUNIQUEENTITYIDENTIFIER9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.NumberofEmployeesaProfileCodebExperiencecRevenueIndexNumber(seebelow)(1)FIRM(2)BRANCH08CADDTechnician2B02Bridges257StructuralEngineer2R06Rehabilitation(Buildings;Structures;Facilites)3S09StructuralDesign;SpecialStructures3T06Tunnels&Subways1OtherEmployeesTotal411.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0006.$2milliontolessthan$5million2.$100,000tolessthan$250,0007.$5milliontolessthan$10million3.$250,000tolessthan$500,0008.$10milliontolessthan$25million4.$500,000tolessthan$1million9.$25milliontolessthan$50million5.$1milliontolessthan$2million10.$50millionorgreatera.FederalWork1b.Non-FederalWork4c.TotalWork412.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.a.SIGNATUREbDATE10/21/2023c.NAMEANDTITLEZOscarXCruz,P.E.PresidentTheCorradinoGroupPage134of19893 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)RFQNo.2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(orBranchOffice)NAMEPlusUrbia,LLCd/b/aPlusurbiaDesign3.YEARESTABLISHED20104.UNIQUEENTITYIDENTIFIER27-21636472b.STREET1385CoralWayPH4015.OWNERSHIPa.TYPECorporation-LimitedLiabilityCompany2c.CITYMiami2dSTATEFL2eZIPCODE33145b.SMALLBUSINESSSTATUSNofederal.SBE-Miami-DadeCounty6a.POINTOFCONTACTNAMEANDTITLEJuanMullerat,Principal7.NAMEOFFIRM(IfBlock2aIsaBranchOffice)n/a6b.TELEPHONENUMBER3052134410>c.EMAILADDRESSuan@plusurbia.com8a.FORMERFIRMNAME(S)(Ifany)8b.YEARESTABLISHED8c.UNIQUEENTITYIDENTIFIERn/an/an/a9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.NumberofEmployeesaProfileCodeb.Experiencec.RevenueIndexNumber(seebelow)(1)FIRM(2)BRANCH47Planner:Urban/Regional11P05Planning(Community,Regional,An2Z01Zoning;LandUseStudies2Z01Zoning;LandUseStudies1P05Planning(Community,Regional,An3P05Planning(Community,Regional,An1P05Planning(Community,Regional,An4P05Planning(Community.Regional,An1P05Planning(Community,Regional.An2Z01Zoning;LandUseStudies1U02UrbanRenewals;CommunityDevel1U02UrbanRenewals;CommunityDevel4U02UrbanRenewals;CommunityDevel1OtherEmployeesTotal11.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0006.$2milliontolessthan$5million2.$100,000tolessthan$250,0007.$5milliontolessthan$10million3.$250,000tolessthan$500,0008.$10milliontolessthan$25million4.$500,000tolessthan$1million9.$25milliontolessthan$50million5.$1milliontolessthan$2million10.$50millionorgreatera.FederalWork0b.Non-FederalWork4c.TotalWork412.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.b,DATE10262023TheCorradinoGroupPage135of19894 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)RFQNo.2023-008PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(ORBRANCHOFFICE)NAMEMillerLegg3.YEARESTABLISHED20064.DUNSNUMBER0387000352b.STREET1845NWII2Avenue,Suite2115.OWNERSHIPa.TYPECorporate2c.CITY2d.STATE2e.ZIPCODEMiamiFL33172b.SMALLBUSINESSSTATUSNo6a.POINTOFCONTACTNAMEANDTITLEMichaelKroll,RLA,FASLA,President7.NAMEOFFIRM(Ifblock2aisabranchoffice)MillerLegg6b.TELEPHONENUMBER6c.E-MAILADDRESS(954)628-3651mkroll@millerlegg.com8a.FORMERFIRMNAME(S)(Ifany)8b.YR.ESTABLISHED8c.DUNSNUMBER9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.No.of(1)FIRMEmployees(2)BRANCHaProfileCodeb.Experiencec.RevenueIndexNumber(seebelow)02Administrative60C02Cemeteries(Planning&Relocation)007Biologist30C06Churches:Chapels008CADDTechnician40C10CommercialBuilding:(lowrise):012CivilEngineers70C14ConservationandResource014ComputerProgrammer00E01Ecological&Archeological016ConstructionManager00E02EducationalFacilities;Classrooms419Ecologists10H07Highways;Streets;AirfieldPaving;321ElectricalEngineers00H09Hospitals&MedicalFacilities223EnvironmentalEngineer00H11Housing(Residential,Multifamily,050EnvironmentalRiskAssessor00I06Irrigation;Drainage024EnvironmentalScientist20L01Laboratories;MedicalResearch029GISSpecialist00L03LandscapeArchitecture039bIrrigationDesigner00P04Pipelines(Cross-country-Liquid&038LandSurveyor10P05Planning(Community;Regional;038aSurveyCrewMembers42P06Planning(Site,Installationand039LandscapeArchitects51R04RecreationalFacilities(Parks;039aLandscapeDesigners60S04SewageCollection,Treatment&047Planners:Urban/Regional00S13StormwaterHandling&Facilities051Safety/OccupationalHealth00S10Surveying;Platting;Mapping;Flood660TransportationEngineers00T03Traffic&TransportationEngineering0OtherEmployees10U02UrbanRenewals;Community0Total403W03WaterSupply;Treatmentand011.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)a.FederalWork4b.Non-FederalWork6c.TotalWork6PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0002.$100,000tolessthan$250,0003.$250,000tolessthan$500,0004.$500,000tolessthan$1million5.$1milliontolessthan$2million6.$2milliontolessthan$5million7.$5milliontolessthan$10million8.$10milliontolessthan$25million9.$25milliontolessthan$50million10.$50millionorgreater12.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.c.NAMEANDTITLEb.DATE10/6/2023MichaelKroll,RLA,FASLA,PresidentTheCorradinoGroupPage136of19895 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)RFQNo.2023-008PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(ORBRANCHOFFICE)NAMEMillerLegg3.YEARESTABLISHED19654.DUNSNUMBER0387000352b.STREET13680NW5thStreet,Suite2005.OWNERSHIPa.TYPECorporate2c.CITYSunrise2dSTATEFL2eZIPCODE33325b.SMALLBUSINESSSTATUSNo6a.POINTOFCONTACTNAMEANDTITLEMichaelKroll,RLA,FASLA,President7.NAMEOFFIRM(Ifblock2aisabranchoffice)6b.TELEPHONENUMBER(954)628-36516c.E-MAILADDRESSmkroll@millerlegg.com8a.FORMERFIRMNAME(S)(Ifany)8b.YR.ESTABLISHED8c.DUNSNUMBER9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM’SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.No.of(1)FIRMEmployees(2)BRANCHaProfileCodeb.Experiencec.RevenueIndexNumber(seebelow)02Administrative65C02Cemeteries(Planning&Relocation)507Biologist33C06Churches;Chapels208CADDTechnician44C10CommercialBuilding;(lowrise);212CivilEngineers76C14ConservationandResource414ComputerProgrammer00E01Ecological&Archeological416ConstructionManager00E02EducationalFacilities;Classrooms419Ecologists11H07Highways;Streets;AirfieldPaving;221ElectricalEngineers00H09Hospitals&MedicalFacilities323EnvironmentalEngineer00H11Housing(Residential,Multifamily,650EnvironmentalRiskAssessor00I06Irrigation;Drainage224EnvironmentalScientist22L01Laboratories;MedicalResearch229GISSpecialist00L03LandscapeArchitecture539bIrrigationDesigner00P04Pipelines(Cross-country-Liquid&238LandSurveyor11P05Planning(Community;Regional;338aSurveyCrewMembers42P06Planning(Site,Installationand339LandscapeArchitects54R04RecreationalFacilities(Parks;439aLandscapeDesigners66S04SewageCollection,Treatment&547Planners:Urban/Regional00S13StormwaterHandling&Facilities551Safety/OccupationalHealth00S10Surveying;Platting;Mapping;Flood260TransportationEngineers00T03Traffic&TransportationEngineering2OtherEmployees11U02UrbanRenewals;Community4Total4035W03WaterSupply;Treatmentand411.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMPROFESSIONALSERVICESREVENUEINDEXNUMBERFORLAST3YEARS(Insertrevenueindexnumbershownatright)1.Lessthan$106,0002.$100,000tolessthan$250,0006.$2milliontolessthan$5million7.$5milliontolessthan$10milliona.FederalWork43.$250,000tolessthan$500,0008.$10milliontolessthan$25millionb.Non-FederalWork64.$500,000tolessthan$1million9.$25milliontolessthan$50millionc.TotalWork65.$1milliontolessthan$2million10.$50millionorgreater12.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.cNAMEANDTITLEa^SIGNA^b.DATE10/6/2023MichaelKroll,RLA,FASLA,PresidentTheCorradinoGroupPage137of19896 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekinqwork.)2a.FIRM(ORBRANCHOFFICE)NAME3.YEARESTABLISHED4.UNIQUEENTITYIDENTIFIERrVwtxxhProfessionalServiceIndustries,Inc.(PSI)1983KV8KJD9DTKS42b.STREET5.OWNERSHIP7950NW64thStreeta.TYPECorporation2c.CITY2d.STATE2e.ZIPCODEMiamiFL33166-2722b.SMALLBUSINESSSTATUSNA6a.POINTOFCONTACTNAMEANDTITLE7.NAMEOFFIRM(IIblock2aisabranchoffice)CamiloMonroy,DepartmentManagerProfessionalServiceIndustries,Inc.(PSI)6b.TELEPHONENUMBER6c.E-MAILADDRESS305-471-7725camilo.monroy@intertek.com8a.FORMERFIRMNAME(S)(Ifany)8b.YRESTABLISHED8c.UNIQUEENTITYIDENTIFIERNANANA9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.No.ofEmployeesa.ProfileCodeb.Experiencec.RevenueIndexNumber(seebelow)(1)FIRM(2)BRANCH02Administrative1446T02Testing&InspectionServices612CivilEngineer1924S05Soils&GeologicStudies;Foundations616ConstructionManager1538A10AsbestosAbatement323EnvironmentalEngineer647E10EnvironmentalImpactStudies,AssessmentsorStatements324EnvironmentalScientist323E12EnvironmentalRemediation327Foundation/GeotechnicalEngineer667R12Roofing230Geologist84336IndustrialHygienist4642MechanicalEngineer548ProjectManager912155SoilsEngineer3057StructuralEngineer658Technician/Analyst92325RoofingConsultants20QAEngineeringSpecialist5Total1,8618411.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownalright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1Lessthan$100,0006.$2milliontolessthan$5million2$100.000tolessthan$250,0007.$5milliontolessthan$10milliona.FederalWork134.5$250,000tolessthan$500,000$500,000tolessthan$1million$1milliontolessthan$2million8.9.10.S10milliontolessthan$25million$25milliontolessthan$50million$50millionorgreaterb.Non-FederalWork6c.TotalWork612.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.a.SIGNATUREb.DATEOctober26,2023C.NAMEANDTITLECamiloMonroy,DepartmentManagerTheCorradinoGroupPage138of19897 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1ARCHITECT-ENGINEERQUALIFICATIONS1.SOLICITATIONNUMBER(Ifany)RFQNo.2023-08PARTII-GENERALQUALIFICATIONS(Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.)2a.FIRM(orBranchOffice)NAMELambertAdvisory,LLC3.YEARESTABLISHED19994.UNIQUEENTITYIDENTIFIERFEIN65-09520602b.STREET100BiscayneBoulevard,Suite25105.OWNERSHIPa.TYPEFLLimitedLiabilityCompany2c.CITYMiami2d.STATEFL2eZIPCODE33181b.SMALLBUSINESSSTATUSN/A6a.POINTOFCONTACTNAMEANDTITLEPaulLambert,ManagingPrincipal7.NAMEOFFIRM(IfBlock2aisaBranchOffice)N/A6b.TELEPHONENUMBER(305)503-4095c.EMAILADDRESSjlambert@lambertadvisory.com8a.FORMERFIRMNAME(S)(Ifany)8b.YEARESTABLISHED8c.UNIQUEENTITYIDENTIFIER9.EMPLOYEESBYDISCIPLINE10.PROFILEOFFIRM'SEXPERIENCEANDANNUALAVERAGEREVENUEFORLAST5YEARSa.FunctionCodeb.Disciplinec.NumberofEmployeesa.ProfileCodeb.ExperiencecRevenueIndexNumber(seebelow)(1)FIRM(2)BRANCH20Economic&RealEstate5U02UrbanRenewal4OtherEmployeesTotal511.ANNUALAVERAGEPROFESSIONALSERVICESREVENUESOFFIRMFORLAST3YEARS(Insertrevenueindexnumbershownatright)PROFESSIONALSERVICESREVENUEINDEXNUMBER1.Lessthan$100,0006.$2milliontolessthan$5million2.$100,000tolessthan$250,0007.$5milliontolessthan$10million3.$250,000tolessthan$500,0008.$10milliontolessthan$25million4.$500,000tolessthan$1million9.$25milliontolessthan$50million5.$1milliontolessthan$2million10.$50millionorgreatera.FederalWorkb.Non-FederalWork4c.TotalWork412.AUTHORIZEDREPRESENTATIVETheforegoingisastatementoffacts.a.SIGNATUREFrirIiffDigtatyMflnedbyEncluffLHLLIIIDate20231028120058-0400-bDATE3/26/2023c.NAMEANDTITLEEricLiff,PrincipalTheCorradinoGroupPage139of19898 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTheCorradinoGroupLicenseeName:Rank:PrimaryStatus:THECORRADINOGROUP,INC.RegistryCurrentLicenseNumber:7665LicenseExpirationDate:OriginalLicenseDate:03/07/1997RelatedLicenseInformationLicenseRelationshipRelation„.MStatusRelatedParty_rRankNumberrTypeEffectiveDateExpirationDate36146Current,PEREZDEMORALES,EDUARDORegistryActiveProfessional02/28/2025EngineerStateofFloridaDepartmentofStateIcertifyfromtherecordsofthisofficethatTHECORRADINOGROUP.INCisaKentuckycorporationauthorizedtotransactbusinessintheStateofFlorida,qualifiedonJanuary13,1997.ThedocumentnumberofthiscorporationisF97000000207.IfurthercertifythatsaidcorporationhaspaidallfeesduethisofficethroughDecember31,2023,thatitsmostrecentannualreportuniformbusinessreportwasfiledonJanuary3,2023.andthatitsstatusisactive.IfurthercertifythatsaidcorporationhasnotfiledaCertificateofWithdrawalGivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheThirddayofJanuary,202JTrackingNumber:IIWWKtToauthenticatethiscertificale.Miiitherotlowinglile.enicrthisnumber,andthenfollowtheinstructionsdisplaced.https:/fsenic«5.suahiz.orgrFilingVCertificatcOfSla1uVCerlificatcAuthenticalion2023-2024BROWARDCOUNTYLOCALBUSINESSTAXRECEIPT115SAndrewsAveRmA-100.FlLauderdaleFL33301-1895-954-357-4829VALIDOCTOBER1,2023THROUGHSEPTEMBER30,2024Receipt#:315-598BusinessName:CARRSMITHC0RRA31ti0BusinessType:(CCMS^LTinGc.'tGIMEERS)OwnerName:thzccrradincGRCVPk«cBusinessOpened:06/06/199-1BusinessLocation:5200NW33AVE203State/County/Cert/Reg:l3-45264FTLAUDERDALEExemptionCode:BusinessPhone:954-777-0044RoomsSeatsEmployee*MachinesProfessionals8SignatureForVendingQiainwrOntyNumberofMachines:VendingType:TaxAmountTransferFeeNSFFeePenatyPriorYearsCollectionCostTolaPaid31.50o.co0.000.000.000.00•75ReceiptfWWW-22-00271004Paid09/05/202337.50TheCorradinoGroupPage140of19899 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALFloridaDepartmentofTransportationRONDESANTIS605SuwanneeStreetJAREDwPERDUEPEgovernorTallahassee.FL32399-0450secretaryJune19.2023FrederickP'Pool,ChiefOperatingOfficerTHECORRADINOGROUP.INC.4055NW97*Avenue,Suite200Miami.Florida33178DearMr.P'Pool:TheFloridaDepartmentofTransportationhasreviewedyourapplicationforprequalificationpackageanddeterminedthatthedatasubmittedisadequatetotechnica'iyprequalifyyourfirmforthefollowingtypesofwork:Group2•ProjectDevelopmentandEnvironmental(PD&E)StudiesGroup3-HighwayDesign-Roadway3.1-MinorHighwayDesign3.2-MajorHighwayDesign3.3-ControlledAccessHighwayDesignGroup4-HighwayDesign-Bridges4.1.1•MiscellaneousStructures4.1.2-MinorBridgeDesignGroup6-TrafficEngineeringandOperationsStudies6.1-TrafficEngineeringStudies6.2-TrafficSignalTiming6.3.1-IntelligentTransportationSystemsAnalysisandDesign6.3.3-IntelligentTransportationTrafficEngineeringSystemsCommunicationsGroup7-TrafficOperationsDesign7.1-Signing,PavementMarkingandChannelization7.2-Lighting7.3-SignalizationGroup10-ConstructionEngineeringInspection10.1-RoadwayConstructionEngineeringInspection10.3-ConstructionMaterialsInspection10.4-MinorBridge&MiscellaneousStructuresCEI10.5.1-MajorBridgeCEI-Concrete10.5.2-MajorBridgeCEI-Steel10.5.3-MajorBridgeCEI-SegmentalGroup13-Planning13.3-PolicyPlanning13.4-SystemsPlanning13.5-Subarea/CorridorPlanning13.6-LandPlanning/EngineeringYourfirmisnowtechnicallyprequalifiedwiththeDepartmentforProfessionalServicesintheabovereferencedworktypes.Theoverheadaudithasbeenaccepted,andyourfirmmaypursueprojectsinthereferencedworktypeswithfeesofanydollaramount.ThisstatusshallbevaliduntilJune30,2024.forcontractingpurposes.ApprovedRatesHome/BranchOverheadFieldOverheadFacilitiesCapitalCostofMoneyPremiumOvertimeReimburseActualExpensesHomeDirectExpenseFieldDirectExpense154.89%117.63%0.118%ReimbursedNo1.31%6.59%*•Rentandutilitiesexcludedfromfieldofficerate.ThesecostswillbedirectlyreimbursedoncontractsthatrequiretheconsultanttoprovidefieldofficePerTitle23,U.S.Code112,therearerestrictionsonsharingIndirectcostrates.RefertoCodeforadditionalinformation.Shouldyouhaveanyquestions,pleasefeelfreetocontactmebyemailatcarliayn.kell@dot.state.fl.usorbyphoneat850-414-4597.Sincerely,CarliaynKellProfessionalServicesQualificationAdministratorThecorradinoGroupPage141of198100 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFO202308GENERALENGINEERINGANDARCHITECTURALSERVICESDORALSTATEOFFLORIDAMe***!HTSoVSTnoTMBOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALENGINEERHERONISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESCISCAR,MIGUELRAMON1659OSPREYSENDWESTONFL33327[LICENSENUMBER.PE43244EXPIRATIONDATE:FEBRUARY28.2025AlwaysverifylicenseeonlineatMyFloridaLkense.cofflDonotalterthisdocumentinanyform.Thisisyourlicense.ItisunlawfulforanyoneotherthanthelicenseetousethisdocumentThiscertificateherebyqualifiesEdwardWingKeungNg,AICPasamemberwithallthebenefitsotaCertifiedPlannerandacommitmenttotheAICPCodeofFthicsandProfessionalConduct.CcitilicdPlannerXumbei028927ExecutiveDirectorPresidentSTATEOFFLORIDAMeUry*$GvUfln.Secretary^k____AidPliuinhwiuoi**1•1BOARDOFPROFESSIONALENGINEERS<■THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE.wwPROVISIONSOFCHAPTER471.FLORIDASTATUTESCHARPENTIER,GORKYF.4055NW97AVESUITE200DORALFL33178X./Ci1ILICENSENUMBER.PE47S23|EXPIRATIONDATE:FEBRUARY28.2025AlwaysverifylicensesonlineatMyRoridalkense.comDonotalterthisdocumentinanyformThisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.BOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESPEREZDEMORALES,EDUARDO2570JARDINPLACEWESTONFL33327LICENSENUMBER:PE36146EXPIRATIONDATE:FEBRUARY28.2025AlwaysverifylicensesonlineatMyFloridaLkensccomDonotalterthisdocumentmanyformThisisyourlicenseItisunlawfulforanyoneotherthanthelicenseetousethisdocument.ThiscertificateherebyqualifiesJosephMichaelCorradino,AICPasamemberwithallthebenefitsofaCertifiedPlannerandacommitmenttotheAICPCodeofEthicsandProfessionalConduct.CertifiedPlannerNumber0?Pau!Farmer,hu>ChiefExecutiveOfficerIeeBrown»«1C»President1fe*r-<r^ar>FiantonAwcc««xi'srrofcsvcnaiiwx-eAmericanInstituteotCertifiedHannersWp/GwCcrr/nanloRonDeSantis.GovernorSTATEOFFLORIDAMeUnleSGnfAn.Se<retar,^k—.___.jAkrortBOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESLEON,FRANCISCOJOSE2801N34THAVENUEAPTDHOLLYWOODFL33021n....oLICENSENUMBER.PE65502EXPIRATIONDATE:FEBRUARY28,2025AlwaysverifylicensesonlineatMyFloridaLkensecomDonotalterthisdocumentinanyform.Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.TheCorradinoGroup101Page142of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALLICENSEESEARCHOPTIONS7:55:23AM6/22/2023DataContainedInSearchResultsIsCurrentAsOf06/21/202306:25PM.SearchResults-2RecordsPleaseseeourglossaryoftermsforanexplanationofthelicensestatusshowninthesesearchresults.Foradditionalinformation,includinganycomplaintsordiscipline,clickonthename.LicenseTypeNameNameTypeLicenseNumber/RankStatus/ExpiresProfessionalEngineerWILLS,MICHAELWILLIAMPrimary96596ProfEngineerCurrent,Active02/28/2025MainAddress*:351W35THSTREETHIALEAHFL33012STATEOFFLORIDABOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471,FLORIDASTATUTESCZERNIEJEWSKI,ERICS.2201SW18OTHAVENUEMIRAMARFL33029|LICENSENUMBERPE5B002~|EXPIRATIONDATE:FEBRUARY28.2O2SAlwaysverifyLcensesor.’«neatMyDondaLkensecomDonotalterthisdocumentnanyformThisisyourlicense(tisunlawfulforanyoneotherthanthelicenseetousethisdocument.BOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALENGINEERHEREINISUCENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESBOLDEN,GERALDGLENN5002BLARNEYCOURTSPRINGHI11TN37174|UCENSENUMBER:PEB8930|EXPIRATIONDATE:FEBRUARY28.2025AlwaysverifylicensesonlineatMyAoridalxensecomDonotalterthisdocumentinanyformThisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.(BcualilQilcnniliiilbcnnwinm//iftt/wr//7///.f/PROFESSION\lTRAFFICOPERATIONSENGINEER''./.nttf/tdf//•*-(<flninfiiiitl.i:'?•<//»'//>ttr-r&/t<u/f•tt’ut/r//MtAittff/tH/ltM/tt:ty/<i:'/:■//(BOARDOFPROFESSIONALENGINEERSA1</iTHEPROFESSIONALENGINEERHER0NISUCENSEDUNDERTHEPROVISIONSOFCHAPTER471,FLORIDASTATUTESZSPATAFORA,VANESSA13885SW42NDSTREETDAVIEFL33330ILICENSENUMBER:PE77741|EXPIRATIONDATE:FEBRUARY28.2025AlwaysverifylicensesonlineatMyFloridaLkense.comDonotalterthisdocumentinanyform.Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.TheCorradinoGroupPage143of198102 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALIhi-unith'.itclutcbtqinlilh*KathrynLyon,AICP>*.)DicmlxrwilialliluKmin->»lj(AiKlioll*l.»nmiHtJ.1i<>ii>mmmnt{<■the\KPC«>ifeullthn.uulPnilrwiim.il(<m.li»i(.milkdPl.inturXluilxrIAawKantnsbluteofCertifiedMannersSTATEOFFLORIDAniain*)vniMBOARDOFPROFESSIONALENGINEERS3953SW135AVEDAVIEFL33330LICENSENUMBER:PE40941THEPROFESSIONALENGINEERHERONISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESEXPIRATIONDATE:FEBRUARY28,2025Alwaysverfylicense*onlineatMyRoridalkensecomCROFT.MARKA1A>—•_A>¥,-•Donotalterthisdocumentinanyform.ThisisyourlicenseItisunlawfulforanyoneotherthanthelicenseetousethisdocumentThiscertificateacknowledgesScarletR.Hammons,aicpctpCertifiedTransportationPlannerExecutiveDirectorhavingcompliedwithallrequirementsoftheAmericanInstituteofCertifiedPlanners,theAmericanPlanningAssociation’sprofessionalinstitute,providingrecognizedleadershipnationwideinthecertificationofprofessionalplannersandtheethics,professionaldevelopment,planningeducationandstandardsofplanningpractice,isherebyprovidedthiscertificateasevidenceofcertificationofexpertiseinthefieldoftransportationplanningandisherebydeclaredtobeaCTPCertifiedTransportatonPlannerGlennE.Ltrsoc,aicpPresidentBOARDOFPROFESSIONALENGINEERSMiTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESCAVENDISH,SCOTTSTEGURA3033CAROLINAAVELAKELANDFL33803[_LICENSENUMBER:PE5693OEXPIRATIONDATE:FEBRUARY28,2025AlwaysverifylicensesonlineatMynoridalkense.comDonotalterthisdocumentmanyform.Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.STATEOFFLORIDAMdin*eS.Gnmn.S«r«U^^kBOARDOFPROFESSIONALENGINEERS7sTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471,FLORIDASTATUTES•'i*T£PATINOJOSEJ10361SW1STHSTREETPEMBROKEPINESFL33025~———--—.._LICENSENUMBER:PE74247EXPIRATIONDATEFEBRUARY28.2025AlwaysverifycensesorfneatMyFloridalicense.comDonotalterthisdocumentmanyformThisisyourlicenseftisunlawfulforanyoneotherthanthelicenseetousethisdocumentTheCorradinoGroupPage144of198103 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALcapgovernmentLICENSEEDETAILS2:03:01PM10/3/2022LicenseeInformationName:C.A.P.GOVERNMENT,INC.(PrimaryName)MainAddress:343ALMERIAAVENUECORALGABLESFlorida33134County:DADELicenseInformationLicenseType:RegistryRank:RegistryLicenseNumber:5344Status:CurrentLicensureDate:07/06/1989Expires:StateofFloridaDepartmentofStateIcertifyfromtherecordsofthisofficethatC.A.P.GOVERNMENT,INC.isacorporationorganizedunderthelawsoftheStateofFlorida,filedonApril10.1989.ThedocumentnumberofthiscorporationisK80212.IfurthercertifythatsaidcorporationhaspaidallfeesduethisofficethroughDecember31,2023,thatitsmostrecentannualreport/unifonnbusinessreportwasfiledonMarch6,2023,andthatitsstatusisactive.IfurthercertifythatsaidcorporationhasnotfiledArticlesofDissolution.GivenundermyhandandtheGreatSealoftheStateofFloridaalTallahassee,theCapital,thistheSixthdayofMarch,2023Racking\umber:60528I9205CCToauthenticatethiscertificate,*hitthefolio**Ingsit(.enterthisnumber,andthenfolio**theinstruction*displayed.https:'/seniees.sunbi/.org/l-'ilingVCerlificateOfStatus/CertideateAuthenticationLocalBusinessTaxReceiptMiami-DadeCounty,StateofFlorida-THSISNOTABILL-DONOTPAY2252898BUSINESSNAME/LOCATIONCAPGOVERNMENTINC343ALMERIAAVECORALGABLES.FL33134-5811RECEIPTNO.RENEWAL2369544EXPIRESSEPTEMBER30,2024MustbedisplayedatplaceofbutnettPursuanttoCountyCodeChapter8A-Art9&10OWNERCAPGOVERNMENTINCSEC.TYPEOFBUSINESS212PA/CORP/PARTNERSHIPAYMENTRECEIVEDBYTAXCOLLECTORP/FIRM2475008/29/2023Employee^)EB5344INT-23-435378TbitLocalBosinassTaxReceiptonlyconfirmspaymentofthelocalBusiaassTax.TheReceiptisnotalicense,pennitoracenificaMnoftheholder'squalifcations,todobusiness.Holdermostcomplywithanygovernmentalornongovernmentalregulatorylawsandrequirementswhichapplytothebadness.TheRECCIPTNO.abovemustbedisplayedoaallcoaunorcialvehicles-Miami-OadaCodeSecBa-276.formoreinformation,visitwwwjniamidade.govAaxconactorTheCorradinoGroupPage145of198104 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALLICENSEEDETAILSLicenseeInformation5:19:53PM3/232023Name:GONZALEZ,ANDRES(PrimaryName)MainAddress:5800W.14THAVENUEHIALEAHFlorida33012County:DADELicenseInformationLicenseType:ProfessionalEngineerRank:ProfEngineerLicenseNumber:59336Status:Current,ActiveLicensureDate:01/14/2003Expires:02/28/2025LICENSEEDETAILS10:28:09AM8/29/2023LicenseeInformationName:MainAddress:ALVAREZ,OSCAR(PrimaryName)•PrivateAddress*'PrivateAddress*'PrivateAddress'•PrivateAddress*‘PrivateAddress'LicenseInformationLicenseType-StandardPlansExaminerRank:PlansExaminerLicenseNumber:PX3324Status:Current,ActiveLicensureDate:05/20/2010Expires:11/30/2025LICENSEEDETAILS5.1202PM2/3/2023LicenseeInformationName:VICH,ROBERTOS(PrimaryName)MainAddress:2850SW139THAVEMIAMIFlorida331756512County:DADELicenseInformationLicenseType:ArchitectRank:ArchitectLicenseNumber:AR0006693Status:Current,ActiveLicensureDate09/24/1974Expires:02/28/2025LICENSEEDETAILS9:54.21am4/18/2023LicenseeInformationName:PEREZ,LUISR(PrimaryName)MainAddress:16944SW80THCOURTPALMETTOBAYFlorida33157-4739County:DADELicenseMailing:16944SW80THCOURTPALMETTOBAYFL331574739County:DADELicenseInformationLicenseType:ProfessionalEngineerRank:ProfEngineerLicenseNumber:36145Status:Current,ActiveLicensureDate:08/02/1985Expires02/28/2025LICENSEEDETAILS14626PM12/8/2021LicenseeInformationName:ALVAREZ,OSCAR{PrimaryName)MamAddress:'PrivateAddress''PrivateAddress''PrivateAddress*‘PrivateAddress*‘PrivateAddress*LicenseLocation:•PrivateAddress*‘PrivateAddress*•PrivateAddress*•PrivateAddress*‘PrivateAddress*LicenseInformationLicenseType:StandardInspectorRank:InspectorLicenseNumber:BN6191Status:Current,ActiveLicensureDate:10/07/2008Expires:11/30/2023TheCorradinoGroupPage146of198105 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORAL///metricLICENSEEDETAILSLicenseeInformation105303AM3/10/2023Name:MainAddress:County:METRICENGINEERING,INC.(PrimaryName)13940S.W.136THSTREETSUITE200MIAMIFlorida33186DADELicenseInformationLicenseType:Rank:LicenseNumber:Status:LicensureDate:Expires:EngineeringBusinessRegistryRegistry2294Current05/10/1977SpecialQualificationsQualificationEffectiveStateofFloridaDepartmentofStateIcertifyfromtherecordsof(hisofficethatMETRICENGINEERINGINC.isacorporationorganizedunderthelawsoftheStateofFlorida,filedonJuly27,1976.Thedocumentnumberof(hiscorporationis509621.1furthercertifythatsaidcorporationhaspaidallfeesduethisofficethroughDecember31,2023,thatitsmostrecentannualreport/uniformbusinessreportwasfiledonJanuary3,2023,andthatitsstatusisactive.IfurthercertifythatsaidcorporationhasnotfiledArticlesofDissolution.GivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee.theCapital,thistheThirddayofJanuary,2023TrackingNumber:9429350284CCToauthenticatethiscertificatc.visitthefollowingsite,enterthisnumber,andthenfollowtheinstructionsdisplayed.https://scrviccs.sunbiz.org/Filings/CenificateOfStatus/CcrtificatcAuthenticationTheCorradinoGroupPage147of198106 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTheInternationalSocietyofArboricultureHerebyAnnouncesThatCaitlin^illIlasFamed(heCredentialISACertifiedArborist®BysuccessfullymeetingISrXCertifiedArboristcertificationrequirementsthroughdemonstratedattainmentofrelevantcompetenciesassupportedbytheISACredentialingCouncilADMINISTRATORwvVIiUNITEDSTATESOFAMERICAos’ARnerroFnuMratTAnoNfbkralaumwnmmWHASECATTUNBROGANHILLVADDRESS1127COTORROAVECORALGABLESFL3314M2MV)NAUOHAUTYUSASEXHBGHTWBGHTMMRNaSM.8MAY1B8SF84150BLONDaH»sBSB<Fou®ToaBrea>ea.Ycu«L*B>TOEXBiasETWH»vt«raw,IREMOTEPILOTaCERTIFICATENUMBER3964676XDATEOFISSUE4FEB2017CAITLINHILLDiverNo0608050410Birthdate08MAY1989CertDate06AUG2006InstrNoMSDT-167016THOMASL.JOHNSONrhisdiverhasvjt*f.KXx4,metstjVxlaiiBforthiscmthcation“cvoia*setforthbyPALiSMMMIsn-MSteetRSMC*NHM.‘1?t•va-iacomeanxdiverCAIILINIlliICertH.hill05lWA:iiie<iCenDale8/2l/2<K>'<RICKRIERAGOMEZIWUNIVERSITYOEMIAMIRsMXSTheCorradinoGroupPage148of198107 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFC2023-08GENERALENGINEERINGAHOARCHITECTURAlSERVICESDORALCTQPTrainingHistoryReportReportfor:FrancesGrantTIN:G6532525OReportDate:10/20/2023ValidQualificationsQualificationNameCertificateNumberValidfromExpiresonAsphaltPaving-Level1301713112/27/202212/27/2027AsphaltPaving-Level2301713012/27/202212/27/2027ConcreteFieldInspector-Lexel2302349912/06/202304/13/2026ConcreteFieldInspector-Level2200187101/10/202012/06/2023ConcreteFieldTechnician-Level1302349812/06/202312/07/2024ConcreteFieldTechnician-Level1200217712/07/201912/06/2023DrilledShaftInspectionN/A03/01/201903/28/2024EarthworkConstructionInspection-Level1302411412/06/202312/06/2028EarthworkConstructionInspection-Level1N/A12/06/201812/06/2023EarthworkConstructionInspection-Level2302412310/23/202310/23/2028EarthworkConstructionInspection-Level2N/A10/23/201810/23/2023FinalEstimates-Level1302028705/18/202305/18/2028FinalEstimates-Level2302028605/18/202305/18/2028PileDrivingInspectionN/A03/15/201904/11/2024QCManagerN/A02/05/200801/01/2099CTQPTrainingHistoryReportReportfor:LuisReyesTIN:R21653398ReportDate:10/20/2023ValidQualificationsNoMatchingValidQualificationRecordsFoundExpiredQualificationsNoMatchingExpiredQualificationRecordsFoundPendingQualificationsNoMatchingPendingQualificationRecordsFoundRequirementsRequirementNameResultValidfromExpiredonFinalEstimates-Level1-WrittenExamRequirementPASS08/25/202308/25/2028|RequirementsRequirementNameResultValidfromExpiredon30DaysExperienceonaConstructionProjectInvohingEarthworkOperationsMET01/01/190001/01/209990DaysExperienceAsphaltPavingOperationsorAsphaltRoadwayTestingMET01/01/190001/01/2099ACIAggregateBaseTestingTechnicianCertificateMET01/01/190001A)1/2099ACIConcreteFieldTestingTechnicianCertificateMET01/01/190001A)1/2099ACIConcreteFieldTestingTechnicianCertificateMET12/07/201912A17/2O24ACIConcreteTransportationConstructionInspectorCertificateMET01/01/190001/01/2099ACIConcreteTranspoliationConstructionInspectorCertificateMET04/14/202104/13/2026AsphaltPaving-Level1-ProficiencjExamMET10/23/200710/23/2012AsphaltPaving-Level1-ProficiencyExamMFT11/05/200211/05/2007AsphaltPaving-LevelI-WrittenExamRequirementPASS10/23/200710/23/2012AsphaltPaving-Level1-WrittenExamRequirementPASS11/O5/2OO211A)5/2007AsphaltPaving•Level2-WrittenExamRequirementPASS12/16/202212/16/2027AsphaltPaving-Level2-WrittenExamRequirementFAIL12/07/202212A17/2O27AsphaltPaving-Level2-WrittenExamRequirementPASS10/19/201710/19/2022AsphaltPaving-Level2-WrittenExamRequirementPASS12/27/201212/27/2017AsphaltPaving-Level2-WrittenExamRequirementPASS12/05/200712AJ5/2OI2AsphaltPaving-Level2-WrittenExamRequirementPASS12/11/200212/11/2007DrilledShaftInspection-WrittenExamRequirementPASS03/01/201903A)1/2024DrilledShafiInspection-WrittenExamRequirementPASS03/28/201403/28/2019DrilledShaftInspection-WrittenExamRequirementPASS04/25/200904/25/2014DrilledShaftInspection-WrittenExamRequirementPASS11/29/200111/29/2006EarthworkConstructionInspection-Ixvel1-ProficiencyExamMET12/06/201812/06/2023EarthworkConstructionInspection-Level1-WrittenExamRequirementPASS09/12/202309/12/2028EarthworkConstructionInspection-Level1-WrittenExamRequirementPASS10/23/201810/23/2023EarthworkConstructionInspection-Level1-WrittenExamRequirementPASS11/05/201211/05/2017EarthworkConstructionInspection-Level2-WrittenExamRequirementPASS09/13/202309/13/2028EarthworkConstructionInspection-Level2-WrittenExamRequirementPASS10/23/201810/23/2023FOOTConcreteFieldInspectorSpecification-WrittenExamRequirementPASS08/17/202312/06/2028FDOTConcreteFieldInspectorSpecification-WrittenExamRequirementPASS12/06/201812/06/2023FDOTConcreteFieldInspectorSpecification-WrittenExamRequirementPASS03/24/201403/24/2019FDOTConcreteFieldInspectorSpecification-WrittenExamRequirementPASS04/22/200904/22/2014FinalEstimates•Level1-WrittenExamRequirementPASS09/20/201709/20/2022FinalEstimates-Level1-WrittenExamRequirementPASS04/28/200504/28/2010FinalEstimates-Level2-WrittenExamRequirementPASS04/20/202304/20/2028FinalEstimates-Level2-WrittenExamRequirementPASS05/18/201805/18/2023FinalEstimates-Level2-WrittenExamRequirementPASS06/05/2012O6A35/2O17FinalEstimates-Level2-WrittenExamRequirementPASS07/20/200707/20/2012LBRTechnician-WrittenExamRequirementPASS06/02/200006/02/2005Monitored10DrilledShafis,atleast5ShaftsconstructedwithWetMethodMET01/01/190001/01/2099Monitored15DrivenPiles,atleast10PilesdrivenwithOpenDieselHammersMET01/01/190001/01/2099NuclearRadiationSafetyCertificateMET01/01/190001/01/2099PileDrivingInspection-WrittenExamRequirementPASS03/15/201903/15/2024PileDrivingInspection-WrittenExamRequirementPASS04/11/201404/11/2019PileDrivingInspection-WrittenExamRequirementPASS04/11/200904/11/2014PileDrivingInspection-WrittenExamRequirementPASS04/22/200404/22/2009QualityControlManager-WrittenExamRequirementPASS02/05/200801/01/2099QualityControl.Manager-WrittenExamRequirementPASS02/12/200301/01/2099TheCorradinoGroup108Page149of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTheInternationalSocietyofArboricultureHervbyAnnouncesThalK«Lamed(heCredentialISATreeRiskAssessmentQualification®BymkCcmIuH>nkxiingISAlewRr-kAtxMiwiilQualiOcatHKivenifiMliunrequirementsthroughdenwnuratedanainaicmofrcktanicompetenciesatsupportedbytheISACredentblingCouncilSocietyofWetlandScientistsProfessionalCertificationProgram,Increnew*ttedcsignatoiiProfessionalWetlandScientistForRyanB.St.GeorgeInivcogndionotallUn.pioiussiontnruquuemviikdppitucdbytt>uSocietyofWeUondSdcnlhbCutWruiUonRcuow.i*Proytain,andverHiedbytheSoGrity'*CertifnationRenewalRi?v*n*PanelPioh^MOitalWullAmlScientistNumber199«Issuedon3/22/2010dn<1ncerhfhnlon5/12/2020.Our-torecertifyA9AUtbyV22l262bF»HUrWSimi'iratTn*nir»4'ChrrTheInternationalSocietyofArboricultureHerebyAnnouncerTHilXymQ.QeowIksIamedtheCraknlulISACertifiedArborist’BysuccessfullymeeuagISACertifiedAtbwt>irenificuayirequirementsthroughdmiiutHfJr.Limmcraofrelevantc»<np<ierK>e»a*supportedbytheISACrcdettnlrgCuukiJCto*o"w*.in&yFL"s-'^'s7/.Imnecfor\umberJSO2!..QUALIFIEDSTORMWATERMANAGEMENTINSPECTORTheundersignedherebvacknowledge*fh.nRyanSt.Georgeh.i*successfullymet.illrequirementsnccess.mtohefulKqualifiedthroughtheFL»rtdaDepartmentotIminmm*maIProtectionStormwaterF.r*»<ionandSedimentationControlInspectorFrliningProgram.Wai24.2016?*i*-*-*STORMWA.TEKMANAGEMENT«<INSTRUCTOR«913%k.isijxion>llatlonk.Ian\fordDEPblntewidcTrainingCoordinatorRyanSt.GeorgehassucccsstullsmetallrequirementsnecessantobeanInstmctorlortheFloridaStormwater.Erosion,andSedimentationControlInspector(rainingProgram.STORMWATERmanagement#•ISSTRLCTOR«913<AlGtST21.2017HaltonK.IunsfordDEPStatewideIraining<oordinntorRyanSt.GeorgehassuccessfullsmetallrequirementsnecessantobeonInstructorfortlieFloridaStormwater.Erosion,andSedimentationControlInspectorTrainingProgram.109TheCorradinoGroupPage150of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALGEORGE021208262901NOV197708DEC2002MI-41403ROBINSONRYANB.STDiverNo.BirthdateCert.DateInstr.No.LANCELThsdrvarhassalsrJailcciymm:neslancarostorthsoerflcationlevelasmiforthbyPADI.30151TomasSuaei,RSM,CA02888-P125wwwpad।comRYANB.STGEORGEDiverNo.0212085572Birthdate01NOV1977CertDate24NOV2002InstrNoMI-41403LANCEL.ROBINSONirwBdiverhasssl>siaclOf<rymv,*Jwsienda-dBlorthiscemcaltonlavaassatkrlhbyPAO.30IS1TomasSvae.RSM.CAepfia^2126*wwpadicomRYANB.STDiverNoBirthdateCertDateInstrNoKRISTIA.GEORGE031100944701NOV197716NOV2003MSDT-99142FOSTER20346SOUTHEASTOCEANICSERVICESDANIABEACH,FLThisdiverhassarstedortlymetiheslmdardsforirtscwliicalonlevelasss'kxthoyPACI.151Tomasfelteel.RSMCA02868-2125wwwpeotcomTHECORRADINOGROUPPage151of198110 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALStateofFloridaDepartmentofStateIcertifyfromtherecordsofthisofficethatCURTIS&ROGERSDESIGNSTUDIO,INC.isacorporationorganizedunderthelawsoftheStateofFlorida,filedonOctober23,1991.ThedocumentnumberofthiscorporationisS89127.IfurthercertifythatsaidcorporationhaspaidallfeesduethisofficethroughDecember31,2023.thatitsmostrecentannualreportuniformbusinessreportwasfiledonJanuary23,2023,andthatitsstatusisactive.1furthercertifythatsaidcorporationhasnotfiledArticlesofDissolution.GivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheTwenty-thirddayofJanuary,2023SecretaryofStateTrackingNumber:4947475868CCToauthenticatethisccrtiHcatc.visitthefollowingsitc.cntcrthisnumber,andthenfollowtheinstructionsdisplayed.https://scniccs.sunbiz.org/Filings/Ccr1incatcOiStatus/CertificateAufhcntication111TheCorradinoGroupPage152of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALRonDeSantis.GovernorSTATEOFFLORIDADEPARTMENTOFBUSINESSANDPROFESSIONALREGULATIONMet.Brown.SecretarydbprBOARDOFLANDSCAPEARCHITECTURETHELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHEPROVISIONSOFCHAPTER481.FLORIDASTATUTESCURTIS,AIDAMARIACURTIS&ROGERSDESIGNSTUDIO79015W58AVEMIAMIFL33143LICENSENUMBER:LAOOO133OEXPIRATIONDATE:NOVEMBER30,2023AlwaysverifylicensesonlineatMyF1oridaLkense.comDonotalterthisdocumentinanyform.ThisisyourlicenseItsunlawfu1foranyoneotherthanthelicenseetousethisdocumentRonOeSandvGovernorSTATEOFFLORIDADEPARTMENTOFBUSINESSANDPROFESSIONALREGULATIONArielBrown.SecretarydbprBOARDOFLANDSCAPEARCHITECTURETHELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHEPROVISIONSOFCHAPTER481.FLORIDASTATUTESROGERS-POMAVILLE,JENNIFERJOANCURTIS&ROGERSDESIGNSTUDIO345CADIMAAVECORALGABLESFL33134|LICENSENUMBER:LA6667093|EXPIRATIONDATE:NOVEMBER30,2023AlwaysverifylicensesonlineatMyFloridalkensecomDonotalterthsdocumentinanyform.ThisisyourlicenseItisuiiawfu1foranyoneotherthanthelicenseetousethisdocumentRonDeSantis.GovernorSTATEOFFLORIDADEPARTMENTOFBUSINESSANDPROFESSIONALREGULATIONArieIBrown.SecretarydbprBOARDOFLANDSCAPEARCHITECTURETHELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHEPROVISIONSOFCHAPTER481.FLORIDASTATUTESFERRER,RAFAELJUAN7520&REDROAD.SUITEMSOUTHMIAMIFL33143|LICENSENUMBER:LA6667366EXPIRATIONDATE:NOVEMBER30,2023AlwaysverifylicensesonlineatMyFToridabcense.comDonotalterthsdocument>nanyformThisisyourlicenseItisunlawfu'foranyoneotherthanthelicenseetousethisdocumentTheCorradinoGroup112Page153of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFO2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALDisadvantagedBusinessEnterprise(DBE)CertificateofEligibilityCHROMEENGINEERINGINCMEETSTHEREQUIREMENTSOF49CFR,PART26.WROiEDS.l/(SCODES:541330541340SamuelFebres(Sammy)DUEifNmailffuiinGiD^'thtfwn^X/anagerFloridaDepartmentofTransportationZsdS^^International'^AHA.-etiAiiportLIcertifyfromtheacorporationorgaSeptember26,201Thedocumentnun1furthercertifyth:December31,202wasfiledonJanna1furthercertifythrhateofFloridadepartmentofStateccordsofthisofficethatCHROMEENGINEERING,INC.isnizedunderthelawsoftheStateofFlorida,filedon8.effectiveSeptember24,2018.iberofthiscorporationisPl8000081204.itsaidcorporationhaspaidaltfeesduethisofficethrough3,thatitsmostrecentannualreportuniformbusinessreportry3,2023,andthatitsstatusisactive.itsaidcorporationhasnotfiledArticlesofDissolutionGivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheThirddayofJanuary,2023SecretaryofftateTrackingNumber:489198539ICCToauthenticatethiscertiticatc.sisiithefollowingsite.enterthisnumber,andthenfollowtheinstructionsdisplayed.hltps://senices,sunblz.org/l-itings/CcrtincatcOfStatus'Certificate\uthentication DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALRONDESANTISGOVERNORFDOT^FloridaDepartmentofTransportationJAREDW.PERDUE,P.E.SECRETARYJuly15,2023OscarCruz,PresidentCHROMEENGINEERING,INC.16650SW88lhStreet,Suite205Miami,Florida33196DearMr.Cruz:TheFloridaDepartmentofTransportationhasreviewedyourapplicationforprequalificationpackageanddeterminedthatthedatasubmittedisadequatetotechnicallyprequalifyyourfirmforthefollowingtypesofwork:Group4-HighwayDesign-Bridges4.1.1-MiscellaneousStructures4.1.2-MinorBridgeDesignGroup5-BridgeInspection5.4-BridgeLoadRatingYourfirmisnowtechnicallyprequalifiedwiththeDepartmentforProfessionalServicesintheabovereferencedworktypes.Yourfirmmaypursueprojectsinthereferencedworktypeswithfeesestimatedatlessthan$500,000.00.*ThisstatusshallbevaliduntilJune21,2024,forcontractingpurposes.‘LimitforFDOTprojectsonlyOnthebasisofself-certificationmaterialssubmitted,therateslistedbelowrepresentthecoststheDepartmenthasaccepted.ApprovedRatesHome/BranchOverheadPremiumOvertimeReimburseActualExpensesHomeDirectExpense116.36%ExcludedNo0.00%PerTitle23,U.S.Code112,therearerestrictionsonsharingindirectcostrates.RefertoCodeforadditionalinformation.Shouldyouhaveanyquestions,pleasefeelfreetocontactmebyemailatcarliayn.kell@dot.state.fl.usorbyphoneat850-414-4597.Sincerely,CarliaynKellProfessionalServicesQualificationAdministratorThecorradinoGroupPage155of198114 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALMiami-DadeCountyInternalServicesDepartmentArchitecture/Engineering(A/E)Pre-QualificationCertificateThiscertificateisherebyCHROMEENGINEERING,INC.issuedto:16650SW88thStreet,Suite205,Miami.FL33196ApprovalDate:11/02/2022ExpirationDate:01/31/2024Theabovenameapplicantispre-qualifiedtoprovideprofessionalA/EservicesforMiami-DadeCountyfortheperiodindicatedabove.Theapplicanthascommitteditsfirmtocomplywiththespecificconditionslistedbelow:1Pre-QualifiedtoofferprofessionalservicesonlyintheMiami-DadeCountytechnicalcategoriesshowninthe"StatementofTechnicalQualifications."Alltechnicalcategoryrestrictionsmustbestrictlyadheredto.2Pre-QualificationCertification(PQC)consolidatesthetechnicalcertification,affirmativeactionplan,andvendorregistrationintoonestreamlinedcertificationprocessresultingintheissuanceofaPre-QualificationCertificate.3Reportanysignificantchanges,suchascontactperson,qualifier,ownership,firmaddress,etc.,byloginontheSelf-ServicePortalatwww.miamidade.gov/vendorwithin30daysofsuchachange.FailuretoreportsaidchangestotheCountymayresultintheimmediatesuspensionorterminationofyourfirm'sPre-QualificationCertification.4.Failuretorenewyourfirm'sPQCatleastthirty(30)dayspriortoyourfirm’scurrentexpirationdatemayresultinthesuspensionand/orterminationfromCountyprogramsandcurrentorfuturecontractsuntilyourfirm'sPre-QualificationCertificationhasbeenproperlyrenewed.AnylapsesinthecertificationofanyoftherequiredPQCareas(vendorregistration,affirmativeactionplan,ortechnicalcertification)willresultinalapseinyourPQC.Firmsareresponsibleforobservingandadheringtoallsubmissiondeadlines.5.Anyrenewalapplicationsand/orsupportingdocumentssubmittedaftertheapplicationdeadlinemightdelaythereviewofyourfirm'sPQCcertificationtothenextavailableTechnicalCertificationCommitteemeeting.ThePQCapplication,submissiondeadlines,andtheTechnicalCertificationCommitteemeetingcalendarcanbefoundonProcurementManagementwebsitelocatedat:http://www.miamidade.gov/internalservices/prequailification-certification.asp6.PermitMiami-DadeCountyrepresentativestohaveaccessduringnormalbusinesshourstoauditbooksandrecordstoverifyinformationsubmittedwiththisapplication.Thisrightofaccessshallcommenceontheapprovaldateofthiscertificateandshallterminateonitsexpirationdate.PleasenotethatifatanytimeMiami-DadeCountyshasreasontobelievethatanypersonorfirmhaswillfullyandknowinglyprovidedincorrectinformationormadefalsestatements,theCountymayreferthemattertotheStateAttorneysOfficeand/orotherinvestigativeagencies,initiatedebarmentprocedures,and/orpursuesanctionsorotherlegalremediesinaccordancewithMiami-DadeCountypolicyand/orapplicablefederal,stateandlocallaws.ApprovedByTechnicalCertificationCommitteeMiami-DadeCounty^9Miami-DadeCountyInternalServicesDepartmentStatementofTechnical(CertificationCategoriesFirm:CHROMEENGINEERING.INC.16650SW88thStreet,205.Miami.FL33196CodeCategoryDescriptionApprovalDateExpirationDate3.03HIGHWAYSYSTEMS-BRIDGEDESIGN11/02/202201/31/20254.01AVIATIONSYSTEMS-ENGINEERINGDESIGN11/02/202201/31/202511.00GENERALSTRUCTURALENGINEERING11/02/202201/31/202516.00GENERALCIVILENGINEERING11/02/202201/31/202517.00ENGINEERINGCONSTRUCTIONMANAGEMENT11/02/202201/31/2025ApprovedByTechnicalCertificationCommitteeMiami-DadeCountyTheCorradinoGroupPage156of198115 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALmiamidade.govInternalServicesDepartmentSmallBusinessDevelopment111NW1Street,19thFloorMiami,Florida33128T305-375-3111F305-375-3160January30,2023OscarJ.CruzCHROMEENGINEERING,INC.16650SW88thStreetSuite205Miami,FL33196ApprovalDate:December31,2022SmallBusinessEnterprise-Architectural&Engineering(SBE-A&E)ExpirationDate:December31,2025DearOscarJ.Cruz,Miami-DadeCountySmallBusinessDevelopment(SBD),adivisionoftheInternalServicesDepartment(ISD).hascompletedthereviewofyourapplicationandattachmentssubmittedforcertification.YourfirmisofficiallycertifiedasaMiami-DadeCountySmallBusinessEnterprise.TheSmallBusinessEnterprise(SBE)programsaregovernedbySections2-8.1.1.1.1;2-8.1.1.1.2;2-10.4.01;10-33.02ofMiami-DadeCounty'sCodes.ThisSmallBusinessEnterprise-Architectural&Engineering(SBE-A&E)certificationisvalidforthree(3)years.However,tovalidatecontinuingeligibility.SBDmayconductrandomaudit(s)withinthethree(3)yearcertificationperiod.Failuretoproviderequireddocumentationforarandomauditwillinitiatethedecertificationprocess.Atthetimeofexpiration,yourfirmwillsubmitaRe-certificationApplicationatleastonehundredandeighty(180)days,butnotlessthan,ninety(90)days,priortotheendofthethree(3)yearcertificationtermviatheCounty’sweb-basedsystem,BusinessManagementWorkforceSystem(BMWS).ThiswillensuresufficienttimeforprocessbySBD.Failuretoprovidethere-certificationapplicationandrequiredsupportingdocumentationwillinitiatethedecertificationprocess.Ifatanytimethereisamaterialorbusinessstructurechangeinthefirmincluding,butnotlimitedto,ownership,officers,director,scopeofworkbeingperformed,dailyoperations,affiliations(s)withotherbusinessesorthephysicallocationofthefirm,youmustnotifythisofficewithinthirty(30)calendardaysoftheeffectivedateofthechange(s)viatheBMWS.Notificationshouldincludesupportingdocumentation.Youwillreceivetimelyinstructionsfromthisofficeastohowyoushouldproceed,ifnecessary.FailuretonotifySBDofanychangesmayresultinimmediateactiontodecertifythefirm.Thisletterwillbetheonlyapprovalnotificationissuedforthedurationofyourfirm’sthree-yearcertification.Ifthefirmattainsgraduationorbecomesineligibleduringthethree-yearcertificationperiod,youwillbeproperlynotifiedfollowinganadministrativeprocessthatyourfirm'scertificationhasbeenremovedpursuanttothecode.Yourfirm’snameandtierlevelwillbelistedinthedirectoryforallSBEcertifiedfirms,whichcanbeaccessedthroughMiami-DadeCounty’sSBDwebsitehttps://www.miamidade.qov/qlobal/business/smallbusiness/home.paqe.ThecategoriesaslistedbelowaffordsyoutheopportunitytobidandparticipateoncontractswithSmallBusinessEnterprisemeasures.ItisstronglyrecommendedthatyouregisteryourfirmasabidderwithMiami-DadeCounty.Toregister,youmayvisit:https://www.miamidade.qov/qlobal/business/orocurement/home.paqe.ThankyouforyourinterestindoingbusinesswithMiami-DadeCounty.Ifyouhaveanyquestionsorconcerns,youmaycontactourofficeat305-375-3111orviaemailatsbdcert@miamidade.govSincerely,JeaniseCummings-LabossiereSectionChief,SmallBusinessDevelopmentCATEGORIES:(Yourfirmmaybidorparticipateoncontractsonlyunderthesecategories)MDC-TCC03-03:BRIDGEDESIGNMDC-TCC04-01:ENGINEERINGDESIGNMDC-TCC11:GENERALSTRUCTURALENGINEERINGMDC-TCC16:GENERALCIVILENGINEERINGMDC-TCC17:ENGINEERINGCONSTRUCTIONMANAGEMENTNAICS541330:ENGINEERINGSERVICESTheCorradinoGroupPage157of198116 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESRonDeSantis,GovernorSTATEOFFLORIDABOARDOFPROFESSIONALENGINEERSFL33176MIAMILICENSENUMBER:PE6O444Donotalterthisdocumentinanyform.Thisisyourlicense.ItisunlawfulforanyoneotherthanthelicenseetousethisdocumentTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESEXPIRATIONDATE:FEBRUARY28,2025AlwaysverifylicensesonlineatMyFloridaLicense.comFBPEfIORIO*BOMIDO(CANALES,JORGEALBERTO11236SW104THSTREETBOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHEPROVISIONSOFCHAPTER471,FLORIDASTATUTESCRUZ,OSCARJAVIER16650SW88STREETSUITE205MIAMIFL33196LICENSENUMBER:PE63889EXPIRATIONDATE:FEBRUARY28,2025AlwaysverifylicensesonlineatMyFloridaLicense.comDonotalterthisdocumentinanyform.Thisisyourlicense.ItisunlawfulforanyoneotherthanthelicenseetousethisdocumentDORALTheCorradinoGroupPage158of198117 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALplusurbia.PlusUrbiaLLCl>crrtitMiliuiiVrth<-iKmi-iun*of.awl?k>MT,FT»<«LiSt.itiiti-*.loi41(rumAugust2.2022August2,2024StateofFloridaDepartmentofStateIcertifyfromihcrecordsofthisofficethatPLUSURBIA,LLCisalimitedliabilitycompanyorganizedunderthelawsoftheStateofFlorida,filedonJanuary11,2010.ThedocumentnumberofthislimitedliabilitycompanyisLI0000003286.IfurthercertifythatsaidlimitedliabilitycompanyhaspaidallfeesduethisofficethroughDecember31.2023,thatitsmostrecentannualreportwasfiledonJanuary27,2023,andthatnsstatusisactive.GivenundermyhandandtheGreatSealoftheStateofFloridaatTallahassee,theCapital,thistheTwenty-seventhdayofJanuary,2023SecretaryofStateTrackingSumber:3526761397CCToauthenticatethiscertificate.visitthefollowingsite.enterthisnumber,andthenfollowtheinstructionsdisplayed.https://scrsiccs.sunbiz.org/Filings/CertincateOfStatus/CcrtincatcAuthentieationTheCorradinoGroup118Page159of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALMIAMI-DADE[COUNTYmiamidade.govInternalServicesDepartmentSmallBusinessDevelopment111NW1Street.19thFloorMiami,Florida33128T305-375-3111F305-375-3160October27,2022JuanMulleratPLUSURBIA,LLCDBAPLUSURBIADESIGN1385CoralWayPH401Miami,FL33145ApprovalDate:October26,2022-DisadvantagedBusinessEnterprise(DBE)AnniversaryDate:October26,2023DearjuanMullerat,Miami-DadeCountySmallBusinessDevelopment(SBD),adivisionoftheInternalServicesDepartment(ISD),ispleasedtonotifyyouthatyourfirmiscertifiedundertheFloridaUnifiedCertificationProgram(UCP).YourfirmmeetstheeligibilityrequirementsforcertificationasaDisadvantagedBusinessEnterprise(DBE)inaccordancewith49CFRPart26.DBEcertificationiscontinuouswithnoexpirationdate;however,firmsarerequiredtoattestthattherearenochangesviatheNoChangeDeclarationformonorbeforethefirm'sanniversarydatetoremaincertified.YouwillbenotifiedofyourannualresponsibilitiesinadvanceoftheAnniversaryDatelistedabove.YoumustsubmittheannualNoChangeDeclarationformnolaterthantheAnniversaryDatetomaintainyoureligibility.YourfirmwillbelistedintheUCPDBEDirectorywhichcanbeaccessedthroughtheFloridaDepartmentofTransportation'swebsite:http://www3b.dot.state.fl.us/EqualOpportunitvOfficeBusinessDirectory/.DBEcertificationisNOTaguaranteeofwork,butitenablesthefirmtocompeteforandperformcontractworkonallUSDOTFederalAid(FAA,FTAandFHWA)projectsinFloridaasaDBEcontractor,sub-contractor,consultant,sub-consultantormaterialsupplier.Ifatanytimethereisamaterialchangeinyourfirm,youmustadvisethisofficebyswornaffidavitandsupportingdocumentationwithinthirty(30)days.Changesinclude,butarenotlimitedtoownership,officers,directors,management,keypersonnel,scopeofworkperformed,dailyoperations,on-goingbusinessrelationshipswithotherfirms,individualsorthephysicallocationofyourfirm.Afterourreview,youwillreceiveinstructionsastohowyoushouldproceed,ifnecessary.Failuretocomplywillresultinactiontoremoveyourfirm'sDBEcertification.ItisstronglyrecommendedthatyouregisteryourfirmasavendorwithMiami-DadeCounty.Toregister,youmayvisit:http://www.miamidade.qov/procurement/vendor-reqistration.asp.ThankyouforyourinterestindoingbusinesswithMiami-DadeCounty.Ifyouhaveanyquestionsorconcerns,youmaycontactourofficeat305-375-3111orsbdcert@miamidade.qov.Sincerely,JeaniseCummings-LabossiereSectionChief,SmallBusinessDevelopmentNAICS&IndustryTitle:(YourfirmiseligibletocompeteforandperformworkonallUSDOTFederalAidprojectsthroughoutFloridaandmayearnDBEorACDBEcreditforworkperformedinthefollowingareas.)NAICS541320:LANDSCAPEARCHITECTURALSERVICESThecorradinoGroupPage160of198119 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALmiamioademiamldade.govCOUNTYInternalServicesDepartmentSmallBusinessDevelopment111NW1Slreel,19thFloorMiami.Florida33126T305-375-3111F305-375-3160December6,2022JuanMulleratPLUSURBIA,LLCDBAPLUSURBIADESIGN1385CoralWay#401Miami,FL33145ApprovalDate:December5,2022SmallBusinessEnterprise-Architectural&Engineering(SBE-A&E)ExpirationDate:December31,2025DearJuanMullerat,Miami-DadeCountySmallBusinessDevelopment(SBD),adivisionoftheInternalServicesDepartment(ISD),hascompletedthereviewofyourapplicationandattachmentssubmittedforcertification.YourfirmisofficiallycertifiedasaMiami-DadeCountySmallBusinessEnterprise.TheSmallBusinessEnterprise(SBE)programsaregovernedbySections2-8.1.1.1.1;2-8.1.1.1.2;2-10.4.01;10-33.02ofMiami-DadeCounty’sCodes.ThisSmallBusinessEnterprise-Architectural&Engineering(SBE-A&E)certificationisvalidforthree(3)years.However,tovalidatecontinuingeligibility,SBDmayconductrandomaudit(s)withinthethree(3)yearcertificationperiod.FailuretoproviderequireddocumentationforarandomauditwillInitiatethedecertificationprocess.Atthetimeofexpiration,yourfirmwillsubmitaRe-certificationApplicationatleastonehundredandeighty(180)days,butnotlessthan,ninety(90)days,priortotheendofthethree(3)yearcertificationtermviatheCounty’sweb-basedsystem,BusinessManagementWorkforceSystem(BMWS).ThiswillensuresufficienttimeforprocessbySBD.Failuretoprovidethere-certificationapplicationandrequiredsupportingdocumentationwillinitiatethedecertificationprocess.Ifatanytimethereisamaterialorbusinessstructurechangeinthefirmincluding,butnotlimitedto,ownership,officers,director,scopeofworkbeingperformed,dailyoperations,affiliations(s)withotherbusinessesorthephysicallocationofthefirm,youmustnotifythisofficewithinthirty(30)calendardaysoftheeffectivedateofthechange(s)viatheBMWS.Notificationshouldincludesupportingdocumentation.Youwillreceivetimelyinstructionsfromthisofficeastohowyoushouldproceed,ifnecessary.FailuretonotifySBDofanychangesmayresultinimmediateactiontodecertifythefirm.Thisletterwillbetheonlyapprovalnotificationissuedforthedurationofyourfirm’sthree-yearcertification.Ifthefirmattainsgraduationorbecomesineligibleduringthethree-yearcertificationperiod,youwillbeproperlynotifiedfollowinganadministrativeprocessthatyourfirm'scertificationhasbeenremovedpursuanttothecode.Yourfirm’snameandtierlevelwillbelistedinthedirectoryforallSBEcertifiedfirms,whichcanbeaccessedthroughMiami-DadeCounty’sSBDwebsite:https://www.miamidade.qov/qlobal/business/smallbusiness/home.paqe.ThecategoriesaslistedbelowaffordsyoutheopportunitytobidandparticipateoncontractswithSmallBusinessEnterprisemeasures.ItisstronglyrecommendedthatyouregisteryourfirmasabidderwithMiami-DadeCounty.Toregister,youmayvisit:https://www.miamidade.qov/qlobal/business/procurement/home.paqe.ThankyouforyourinterestindoingbusinesswithMiami-DadeCounty.Ifyouhaveanyquestionsorconcerns,youmaycontactourofficeat305-375-3111orviaemailatsbdcert@miamidade.gov.Sincerely,JeaniseCummings-LabossiereSectionChief,SmallBusinessDevelopmentCATEGORIES:(Yourfirmmaybidorparticipateoncontractsonlyunderthesecategories)MDC-TCC21:LAND-USEPLANNINGTheCorradinoGroupPage161of198120 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTHECORRADINOGROUPPage162of198121 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENTLICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALMILLER^^EGGLICENSEESEARCHOPTIONS1146:24AM7/^023DataContainedInSearchResultsIsCurrentAsOf07/13/202308:59AM.SearchResults-4RecordsPleaseseeourglossaryoftermsforanexplanationofthelicensestatusshowninthesesearchresults.Foradditionalinformation,includinganycomplaintsordiscipline,clickonthename.LicenseTypeNameNameTypeLicenseNumber/RankStatus/ExpiresEngineeringBusinessRegistry•MILLERLEGGDBA7318RegistryCurrentMainAddress’:13680NW5THSTREETSUNRISE.FL33325MailingAddress*:13680NWSTHSTREETSUNRISE.=L33325RegisteredLandscapeArchitectMILLERLEGG&ASSOCIATESINCDBALA0001336LandscapeArcCurrent,Active11/30/2023MamAddress’:129"TERRYSTONECOURTWESTON.FL3332«LandscapeArchitectureBusinessInformationMILLERLEGGAASSOCIATESINCPrimaryBusinessInfoCurrent,ActiveMainAddress’:5747NANDREWSWAYFORTLAUDERDALEFl33309EngineeringBusinessRegistryMILLER.LEGG&ASSOCIATES.INCPrimary7318RegistryCurrentMainAddress’:13580NW5THSTREETSUNRISE.FL33325MailingAddress'::13680NV/5THSTREETSUNRISE.FL33325StateofFloridaDepartmentofStateIcertifyfirmtherecordsofthisofficethatMILLItR,I.I'*GG&ASSOCIATES.INC.isaeonMrathmorganizedunderthelaw*oflheStaleofFlorida,filedonMarch15,1995.ThedocumentnumberoflhiscorporationisP95U00021117.IfurthercertifythnisaidcorporationliaspaidallfeesduethisofficethroughDecember31.2023.UralitsmostrecentannualrepoiUuiiilonnbusinessreportfiledonJuly3,2023,anddialitsstainsisactiveIbirthercertifydialsaidcorporationhasnolfiledArticlesofDissolution.GAybhaadaadtheGreatSealaftheStateFloridaatTaikthasee.tieCa/dod.OtistheThirddaynfJaty,2023TcacUigNunibtr.493SMM67CCToauthratkueUihttiUflcatc.Yiiit<hrfolkmtigtier,enterrhtonumber,audthenfuitawihrkiHrurtlaudBpbjrdWpKtoerrkw.ambiJ0re/FU>rg*C«tin..McOrat«ui.C*i1fkMMuUirn<kUtoHorM.iIKp.irti'Kiit•«!A^riinliiirrun<l(jmiunKrServitesDb-MHi«4<'im.innerSvrxkrx(t'kirdnfI'rnte^xkenwlSnrvr«ur«;ii»dMuppets2W5lpjlac1>i<I'kxnIalbh.twe.11>ridn1JJW-65IMII.kvhxNuLB6680rxpii.t'ionHuerchruaiy2h202'»ProfessionalSurveyorandMapperBusinessLicenseImteiilk.pKunmHCluptci47?H>>iiu.iSuiiikxMULIKIEGGAASSOCIATESIM5747\WDREWSWATFORTI\lDEROALE.fiA.OU9-23MWILTONSIMPSONCOMMISSIONER<>FAGRICUITORETheCorradinoGroupPage163of198122 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALTheInternationalSocietyofArboricultureIIwebyAnnouncesThaiCmtoJuncalIlasEarned(heCredentialISACertifiedArborist®BysuccessfullymeetingISACertifiedArboristcertificationrequirementsthroughdemonstratedattainmentofrelevantcompetenciesassupportedbytheIS/\CredentialingCouncilJOIm»21m-miiaFBPEJBoarbofprofessionalEngineersCarlosArturoVazquezTorres(ffmomdutpifqaaftfiratiominwyinrrunyfnn</amrn(a&.lw/(nirafMtfyrrto.matAematit^,anef^a^irAri+nr**,anefartrirfyirrnytiptfaian(ng/neetfriteui/ntn&toaj.ffiiiitmfrfru'yaafutrofRonDeSintn.GcwwSTATEOFFLORIDADEPARTMENTOFBUSINESSANDPROFESSIONALREGULATIONXitel6mwm.$«r»UrydbprBOARDOFLANDSCAPEARCHITECTURETHELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHEPROVISIONSOFCHAPTER481.FLORIDASTATUTESJUNCAL,CASTOMIGUEL20449SW93RDAVECUTLERBAYFL33189r?.,teA...|LICENSENUMBER:LA6667184EXPIRATIONDATE:NOVEMBER30.2023AlwaysverifylicensesonlineatMyFloridaLicensecomDonotalterthisdocumentinanyform.Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.CERTIFIEDSURVEYTECHNICIANSandroElvirtltftisli|ji"Whtl“i’.rM'tiieivf1’Nitisho4tl'ihrii'qiUr.incut*'e>luMl-li‘ilInthe<<r'Ut<1St.twsItchill,i.in|<».mlLicenseeNameMOJICA,JOAQUINALEJANDROLicenseNumber60488RankProfessionalEngineerLicenseExpirationDate02/28/2023PrimaryStatusCurrentOriginalUcenseDale09/24/2003SecondaryStatusActiveRelatedLicenseInformationLicenseStatu5RelatedPartyNumberRelationshipRonkExpiratiorType~t*Date7318CurrentMILLER.LEGG&ASSOCIATESINCDBAMILLERLEGGRegistry29837ClosedPARKLANDENGINEERINGINCRegistry11/16/2017Registry03/20/2012RegistryfkaidaIkparlmmrnt^rkullurrIkihtoh|ll,,»|aHt»r<IterdifVt-r«>ta>nulSu.tur..MJUU?t|mLKh«.IJLih.woIl-HwlaIJt'^Nc<IUr«wv.LS5857rUj;IVbauivJk.*<t_‘ProfessionalSurveyorandMapperLicenselr»ktthr|*r<wiMi<..o<0.4M«PLrr.>r>d_«St.r't!ifMtRUSI*HOsMI6DIUKHO||A«»in.FtWTheCorradinoGroupPage164of198123 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESint<?rt<?kLicenserName:Rank:PrimarySlaLus:PROFESSIONALSERVICEINDUSTRIES,INC,RegistryCurrentLicenseNumber:LicenseExpirationDateOriginalLicenseDate:368407/15/1983RehlrdLicenseInfunnniiunStatUSNumberRelatedParty„,,RelationRelationshipRankTvpeDateExpirationDate60745Current,ActiveVILLEGAS,JUANDIEGORegistry01/30/2017ProfessionalEngineer02/28/2U25StateofFloridaDepartmentofStateItiomtherecordsofthisol’ftccthatPROFESSIONAISERVICEINDUSTRIES,INCisaDelawarecorpoiationauthorizedtotransactbusinessintheSlateofFlorida,qualifiedonJul\I.IWIhedocumentnumberofthisconNimtionis8569X2IfurthercertifythatsaidcorporationhaspaidallfeesduethisofficethioughDecember312U23.thatitsmostrecentannualreportuniformbusinessreportwasfiledonlebruan2.2023.andthatitsstatusisacmeIfurtherccrlth(hatsaidcorporationhasnotfiledaCertificateofWithdrawalftieeiiundertoyhumliimltheGreatSealnftheStateofHuriJuatTattaha^ce,theCapital,thistheEighthdayofFebruary.2023SecretaryofStateTr^MneNumberTwAS’SOWUTojutbcntkalethi*crrrUkdlc.titilihcfultmintMicxnterlh6number,anilthenfiilltmihcinurucfimndhpUttiLbllp«://i<nkt'^Miiihi/.otwrain»vCffiifk4trOfSUfu^rmi<W4lcAHthenikMlk>nTheCorradinoGroupPage165of198DORAL124 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT•LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALRONDESANTISGOVERNORFDOTdFloridaDepartmentofTransportation605SuwanneeStreetTallahassee.FL32399-0450JAREDW.PERDUE,P.E.SECRETARYJuly13,2023JuanVillegas,RegionalVicePresidentPROFESSIONALSERVICEINDUSTRIES,INC.174833rdStreetOrlando,Florida32839DearMr.Villegas:TheFloridaDepartmentofTransportationhasreviewedyourapplicationforprequalificationpackageanddeterminedthatthedatasubmittedisadequatetotechnicallyprequalifyyourfirmforthefollowingtypesofwork:Group9-SoilExploration,MaterialTestingandFoundations9.1-SoilExploration9.2-GeotechnicalClassificationLaboratoryTesting9.3-HighwayMaterialsTesting9.4.1-StandardFoundationStudies9.4.2-Non-RedundantDrilledShaftBridgeFoundationStudies9.5-GeotechnicalSpecialtyLaboratoryTestingGroup10-ConstructionEngineeringInspection10.1-RoadwayConstructionEngineeringInspection10.3-ConstructionMaterialsInspection10.4-MinorBridge&MiscellaneousStructuresCEIYourfirmisnowtechnicallyprequalifiedwiththeDepartmentforProfessionalServicesintheabovereferencedworktypes.Yourfirmmaypursueprojectsinthereferencedworktypeswithfeesestimatedatlessthan$500,000.00.*ThisstatusshallbevaliduntilJuly13,2024,forcontractingpurposes.‘LimitforFDOTprojectsonlyShouldyouhaveanyquestions,pleasefeelfreetocontactmebyemailatcarliayn.kell@dot.state.fl.usorbyphoneat850-414-4597.Sincerely,CarliaynKellProfessionalServicesQualificationAdministratorTheCorradinoGroupPage166of198125 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB5PROPOSERQUALIFICATIONSTATEMENT-LICENSESANDCERTIFICATIONSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESRonDeSantis.GovernorSTATEOFFLORIDADonotalterthisdocumentinanyform.Thisisyourlicense.ItisunlawfulforanyoneotherthanthelicenseetousethisdocumentRonDeSantis.GovernorSTATEOFFLORIDADonotalterthisdocumentinanyform.Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument.GOMEZ,JOSEN.19638SPLITRAILRUNLOXAHATCHEEFL33470-6125BOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALElf&NEERHEREINifLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESBOARDOFPROFESSIONALENGINEERSTHEPROFESSIONALEbfelNEERHEREINSLICENSEDUNDERTHEPROVISIONSOFCHAPTER471.FLORIDASTATUTESreUrtieS.Grillin.ScttcUry^k——jAkrDrtll^^Kiriiorid\no\roorna«iv«rvMIvaMiisMcUnieS.Griffin.SetreUry^k_____AidflftORDinOAROOfMiivJMiisVMitxVILLEDAS,JUANDIEGO1800NORTHBAYSHOREDRIVE1»4109X'FL33132*3|LICENSE‘NUMBER:PE6b745EXPIRATIONDATE:FEBRUARY28,2025AlwaysverifylicensesonineatMyFlorldaLicensc.comI1.T—-LICENSENUMBER:PE78289EXPIRATIONDATE:FEBRUARY28,2025AlwaysverifylicensesonlineatMyFloridaLiccnsc.comDORALThecorradinoGroupPage167of198126 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF58AC1DORALREQUIREDFORMSTheCorradinoGroupPage168of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALCONFLICTOFINTERESTDISCLOSUREFORMAllentitiesinterestedinconductingbusinesswiththeCitymustcompleteandreturnthisConflict-of-interestDisclosureForm.AllentitiesinterestedinorconductingbusinesswiththeCityaresubjecttocomplywiththeCityofDoral’sconflictofinterestpoliciesasstatedwithinthecertificationsectionbelow.IfacurrentorproposedvendorhasarelationshipwithaCityofDoralofficialoremployeeoranimmediatefamilymemberofaCityofDoralofficialoremployee,thevendorshalldisclosetheinformationrequiredbelow.Bidder/Proposercertifiesasfollows:1.NoCityofficialoremployeeorCityemployee’simmediatefamilymemberhasanownershipinterestinvendor’scompanyorisderivingpersonalfinancialgainfromthiscontract.2.NoretiredorseparatedCityofficialoremployeewhohasbeenretiredorseparatedfromtheCityforlessthanone(1)yearhasanownershipinterestinvendor’sCompany.3.NoCityemployeeiscontemporaneouslyemployedorprospectivelywillbeemployedbythevendor.4.VendorherebydeclaresithasnotandwillnotprovidegiftsorhospitalityofanydollarvalueoranyothergratuitiestoanyCityemployeeorelectedofficialtoobtainormaintainacontract.ConflictofInterestDisclosure*NameofCityofDoralemployees,electedofficials,orimmediatefamilymemberswithwhomtheremaybeapotentialconflictofinterest:()Relationshiptoemployee()Interestinvendor’scompany()Other(pleasedescribebelow):(X)NoConflictofInterest★Disclosingapotentialconflictofinterestdoesnotautomaticallydisqualifyvendors.IntheeventvendorsdonotdisclosepotentialconflictsofinterestandtheyaredetectedbytheCity,vendorwillbeexemptfromdoingbusinesswiththeCity.IcertifythatthisConflict-of-interestDisclosurehasbeenexaminedbymeandthatitscontentsaretrueandcorrecttomyknowledgeandbeliefandIhavetheauthoritytosocertifyonbehalfoftheBidder/Proposerbymysignaturebelow:CompanyName:TheCorradinoGroup,Inc.AuthorizedRepresentativeName:AuthorizedRepresentativeTitle:AuthorizedRepresentativeSignature:Date:JosephM.Corradino,AICPTheCorradinoGroupPage169of198127 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALE-VERIFYPROGRAMAFFIDAVITI,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany(“Contractor”)authorizedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.Additionally,IhavereviewedSection448.095,FloridaStatutesand48CFR52.222-54andhavesufficientknowledgeofthepersonnelpracticesoftheContractortoexecutethisDeclarationonbehalfoftheContractor.2.TheContractorhasregisteredwithandutilizesthefederalworkauthorizationprogramcommonlyknownasE-Verify,oranysubsequentreplacementprogram,inaccordancewiththeapplicableprovisionsanddeadlinesestablishedinF.S.448.095,whichprohibitstheemployment,contractingorsub-contractingwithanunauthorizedalien.3.TheContractordoesnotknowinglyemployapplicantsorretaininitsemployapersonwhoseimmigrationstatusmakesthemineligibletoworkfortheContractor.4.TheContractorhasverifiedthatanysubcontractorsutilizedtodelivergoodsorservicestotheCitythroughtheContractor'scontractwiththeCityusetheE-Verifysystemanddonotknowinglyemploypersonswhoseimmigrationstatusmakesthemineligibletoworkforthesubcontractor.Theundersignedfurtherconfirmsthatithasobtainedallnecessaryaffidavitsfromitssubcontractors,ifapplicable,incompliancewithF.S.448.095,andthatsuchaffidavitsshallbeprovidedtotheCityuponrequest.5.FailuretocomplywiththerequirementsofF.S.448.095mayresultinterminationoftheemployer’scontractwiththeCityofDoral.Finally,theundersignedemployerherebyatteststhatitsfederalworkauthorizationuseridentificationnumberanddateofauthorizationareasfollows:FederalWorkAuthorizationUserIdentificationNumber:399013DateofAuthorization:03/09/2011Iherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.TheCorradinoGroup,Inc.CompanyN^me'AffiamSignatureSTATEOFFloridaCOUNTYOFMiami-DadeJosephM.Corradino.AICP-PresidentAffiantName(Printed)10/19/2023DateSignedTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKIphysicalpresenceoronlinenotarization,byJoseohMCorradinoAICP,whoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdComm.#HH054516sLS’JfJExpires:Oct.18,2024BondedNo,afyMycommissionexpires:10/18/2024TheCorradinoGroupPage170of198128 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALBUSINESSENTITYAFFIDAVITI,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany(“Contractor”)authorizedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.2.Thefulllegalnameandbusinessaddress(postofficeaddressnotacceptable)oftheperson(s)orentitycontractingortransactingbusinesswiththeCityofDoral(“City”)areasfollows:LegalNameofContractorTheCorradinoGroup,Inc.FictitiousName(DBA)ifapplicableN/AStreetAddress4055NW97thAvenue,Suite200,Doral,FL33178FEIN/EIN(ifnone,SocialSecurityNumber)61-07130493.ThefollowingindividualsaretheofficersoftheContractor:(supplementchartifnecessary)NameAddressPositionJosephC.Corradino,PE4055NW97thAvenue,Suite200Doral.FL33178ChiefExecutiveOfficerFrederickC.P'Pool4055NW97thAvenue,Suite200Doral.FL33178ChiefOperatingOfficerJosephM.Corradino,AICP4055NW97thAvenue,Suite200Doral.FL33178PresidentEduardoPerezdeMorales4055NW97thAvenue,Suite200DoraLFL33178SeniorVicePresidentofEng.&Construction4.Thefollowingindividualsorentitieshold,directlyorindirectly,fivepercentormoreoftheContractororarethebeneficiariesofsuchContractorintrust:(supplementchartifnecessary)NameAddressPercentageInterestJosephC.Corradino,PE4055NW97thAvenue,Suite200Doral,FL3317864.91%FrederickC.P'Pool4055NW97thAvenue,Suite200Doral,FL3317813.10%JosephM.Corradino,AICP4055NW97thAvenue,Suite200Doral.FL331786.55%ThecorradinoGroupPage171of198129 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALIherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.5.Thefollowingindividualsorentitieshaveorwillhaveaninterest(over5%)intheproposedtransactionwiththeCity(excludingsubcontractors,suppliers,laborers,orlenders):(supplementchartifnecessary)NameAddressInterestTheCorradinoGroup,Inc.AffiantSignatureJosephM.Corradino,AICPAffiantName(Printed)10/19/2023DateSignedSTATEOFFloridaCOUNTYOFMiami-DadeTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansof®physicalpresenceoronlinenotarization,byJosephM.Corradino.AICPwhoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdComm.#HH0545l6Expires:Oct.18,2024BondedThruAaronNotaryTheCorradinoGroupPage172of198130 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFC2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALNON-COLLUSIONAFFIDAVITI,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany(“Contractor")authorizedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.2.AffiantisfullyinformedrespectingthepreparationandcontentsoftheattachedBid/ProposalbyContractorandofallpertinentcircumstancesrespectingsuchBid/Proposal.3.SuchBid/ProposalisgenuineandisnotacollusiveorshamBid/Proposal.4.NeitherthesaidContractornoranyofitsofficers,partners,owners,agents,representatives,employeesorpartiesininterest,includingAffiant,haveinanywaycolluded,conspired,connivedoragreed,directlyorindirectly,withanyotherfirmorpersontosubmitacollusiveorshamBid/ProposalinconnectionwiththeWorkforwhichtheattachedBid/Proposalhasbeensubmitted;ortorefrainfrombiddinginconnectionwithsuchWork;orhaveinanymanner,directlyorindirectly,soughtbyagreementorcollusion,orcommunication,orconferencewithanyfirmorpersontofixanyoverhead,profit,orcostelementsoftheBid/Proposalorofanyotherpersonsubmittingaresponsetothesolicitation,ortofixanyoverhead,profit,orcostelementsofthequotedprice(s)orthequotedprice(s)ofanyotherbidding/proposingperson,ortosecurethroughanycollusion,conspiracy,connivance,orunlawfulagreementanyadvantageagainsttheCityoranypersoninterestedintheproposedWork.5.Theprice(s)quotedintheattachedBid/Proposalarefairandproperandarenottaintedbyanycollusion,conspiracy,connivance,orunlawfulagreementonthepartoftheContractororanyotherofitsagents,representatives,owners,employeesorpartiesininterest,includingthisAffiant.Iherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.STATEOFFloridaCOUNTYOFMiami-DadeJosephM.Corradino.AICP-PresidentAffiantName(Printed)10/19/2023DateSignedTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKIphysicalpresenceoronlinenotarization,byJosephMCorradino,AICPwhoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdComm.#HH0545l6Expires:Oct.18,2024BondedThruAaronNotaryMycommissionexpires:10/18/2024TheCorradinoGroupPage173of198131 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALNOCONTINGENCYAFFIDAVITI,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany(“Contractor”)authorizedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.2.AffiantisfullyinformedrespectingthepreparationandcontentsoftheattachedBid/ProposalbyContractorandofallpertinentcircumstancesrespectingsuchBid/Proposal.3.AffiantonbehalfofContractorrepresentsthatneitherContractornoranyprincipal,employee,agent,representativeorfamilymemberhaspromisedtopay,andContractorhasnotandwillnotpay,afeetheamountofwhichiscontingentupontheCityofDoralawardingthiscontract.4.AffiantonbehalfofContractorwarrantsthatneitherit,noranyprincipal,employee,agent,representativehasprocured,orattemptedtoprocure,thiscontractinviolationofanyoftheprovisionsoftheMiami-DadeCountyconflictofinterestandcodeofethicsordinances;and5.AffiantonbehalfofContractoracknowledgesthataviolationofthiswarrantymayresultintheterminationofthecontractandforfeitureoffundspaid,ortobepaid,totheContractorifawardedthecontract.herebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.TheCorradinoGroup,Inc.CompanyNameYAffiaignatureJosephM.Corradino,AICPAffiantName(Printed)10/19/2023DateSignedSTATEOFFloridaCOUNTYOFMiami-DadeTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKIphysicalpresenceoronlinenotarization,byJosephM.Corradino.AICPwhoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdA'AComm.#HH0545l6Expires:Oct.18,2024BondedThruAaronNotaryMycommissionexpires:10/18/2024TheCorradinoGroupPage174of198132 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALDISABILITYNON-DISCRIMINATIONSTATEMENTAMERICANSWITHDISABILITIESACT(ADA)I,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany("Contractor”)authorizedandfullyinformedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.2.AffiantonbehalfofContractorrepresentsthattheContractorisincompliancewithandagreedtocontinuetocomplywith,andassurethatanysubcontractor,orthirdpartycontractorunderthisprojectcomplieswithallapplicablerequirementsofthelawslistedbelowincluding,butnotlimitedto,thoseprovisionspertainingtoemployment,provisionofprogramsandservices,transportation,communications,accesstofacilities,renovations,andnewconstruction.TheAmericanwithDisabilitiesActof1990(ADA),Pub.L.101-336,104Stat327,42USC1210112213and47USCSections225and661includingTitleI,Employment;TitleII,PublicServices;TitleIII,PublicAccommodationsandServicesOperatedbyPrivateentities;TitleIV,Telecommunications;andTitleV,MiscellaneousProvisions.TheFloridaAmericanswithDisabilitiesAccessibilityImplementationActof1993,Section553.501553.513,FloridaStatutes:TheRehabilitationActof1973,229USCSection794;TheFederalTransitAct,asamended49USCSection1612;TheFairHousingActasamended42USCSection3601-3631.Iherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.JosephM.Corradino,AICP-PresidentAffiantName(Printed)10/19/2023DateSignedSTATEOFFloridaCOUNTYOFMiami-DadeTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansof®physicalpresenceoronlinenotarization,byJosephM.Corradino,AICPwhoispersonallyknowntomeorwhohasproducedthefollowingidentification:lotarySeal]MariaElenaShepherdComm.#HH0545l6,4k/JExpires:Oct.18,2024BondedThruAaronNotaryMycommissionexpires:10/18/2024TheCorradinoGroupPage175of198133 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALPUBLICENTITYCRIMESSWORNSTATEMENTSECTION287.133(3)(a)FLORIDASTATUTESI,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany("Contractor”)authorizedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.2.ThisswornstatementissubmittedtotheCityofDoralbythebelownamedaffiantonbehalfoftheContractor,whosebusinessaddressis4055NW97thAvenue.Suite200.Doral.FL33178andwhowasthefollowingtaxpayeridentificationnumber:61-0713040(utilizeFEINforentityandSocialSecuritynumberifforindividual)3.Iunderstandthata"publicentitycrime"asdefinedinParagraph287.133(1)(g),FloridaStatutes,meansaviolationofanystateorfederallawbyapersonwithrespecttoanddirectlyrelatedtothetransactionofbusinesswithanypublicentityorwithanagencyorpoliticalsubdivisionofanyotherstateorwiththeUnitedStates,including,butnotlimitedto,anyBidorContractforgoodsorservicestobeprovidedtoanypublicentityoranagencyorpoliticalsubdivisionofanyotherstateoftheUnitedStatesandinvolvingantitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,ormaterialmisrepresentation.4.Iunderstandthat"convicted"or"conviction"asdefinedinPara.287.133(1)(b),FloridaStatutes,meansafindingofguiltoraconvictionofapublicentitycrime,withorwithoutanadjudicationofguilt,inanyfederalorstatetrailcourtofrecordrelatingtochargesbroughtbyindictmentorinformationafterJuly1,1989,asaresultofajuryverdict,non-jurytrial,orentryofapleaofguiltyornolocontendere.5.Iunderstandthatan"affiliate"asdefinedinPara.287.133(1)(a),FloridaStatutes,means:Apredecessororsuccessorofapersonconvictedofapublicentitycrime;or•Anyentityunderthecontrolofanynaturalpersonwhoisactiveinthemanagementoftheentityandwhohasbeenconvictedofapublicentitycrime.Theterm"affiliate"includesthoseofficers,directors,executors,partners,shareholders,employees,members,andagentswhoareactiveinthemanagementofanaffiliate.Theownershipbyonepersonofsharesconstitutingacontrollinginterestinanotherperson,orapoolingofequipmentorincomeamongpersonswhennotforfairmarketvalueunderanarm'slengthagreement,shallbeaprimefaciecasethatonepersoncontrolsanotherperson.ApersonwhoknowinglyentersintoajointventurewithapersonwhohasbeenconvictedofapublicentitycrimeinFloridaduringthepreceding36monthsshallbeconsideredanaffiliate.6.Iunderstandthata"person"asdefinedinPara.287.133(1)(e),FloridaStatutes,meansanynaturalpersonorentityorganizedunderthelawsofanystateoroftheUnitedStateswiththelegalpowertoenterintoabindingContractandwhichProposalsorappliestoBidonContractsfortheprovisionofgoodsorservicesletbyapublicentity,orwhichotherwisetransactsorappliestotransactbusinesswithapublicentity.Theterm"persons"includesthoseofficers,directors,executives,partners,shareholders,employees,members,andagentswhoareactiveinmanagementofanyentity7.Basedoninformationandbelief,thestatementwhichIhavemarkedbelowistrueinrelationtotheentitysubmittingthisswornstatement.(Indicatewhichstatementapplies.)ThecorradinoGroupPage176of198134 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALXNeithertheentitysubmittingthisswornstatement,noranyofitsofficers,directors,executives,partners,shareholders,employees,members,oragentswhoareactiveinthemanagementoftheentity,noranyaffiliateoftheentityhasbeenchargedwithandconvictedofapublicentitycrimesubsequenttoJuly1,1989.Theentitysubmittingthisswornstatement,oroneormoreofitsofficers,directors,executives,partners,shareholders,employees,members,oragentswhoareactiveinthemanagementoftheentity,oranaffiliateoftheentityhasbeenchargedwithandconvictedofapublicentitycrimesubsequenttoJuly1,1989.Theentitysubmittingthisswornstatement,oroneormoreofitsofficers,directors,executives,partners,shareholders,employees,members,oragentswhoareactiveinthemanagementoftheentity,oranaffiliateoftheentityhasbeenchargedwithandconvictedofapublicentitycrimesubsequenttoJuly1,1989.However,therehasbeenasubsequentproceedingbeforeaHearingOfficeroftheStateofFlorida,DivisionofAdministrativeHearingsandtheFinalOrderenteredbytheHearingOfficeroftheStateofFlorida,DivisionofAdministrativeHearingsandtheFinalOrderenteredbytheHearingOfficerdeterminedthatitwasnotinthepublicinteresttoplacetheentitysubmittingthisswornstatementontheconvictedvendorlist.(Attachacopyofthefinalorder.)8.IUNDERSTANDTHATTHESUBMISSIONOFTHISFORMTOTHECONTRACTINGOFFICERFORTHECITYOFDORALISFORTHECITYOFDORALONLYANDTHATTHISFORMISVALIDTHROUGHDECEMBER31OFTHECALENDARYEARINWHICHITISFILED.IALSOUNDERSTANDTHATIAMREQUIREDTOINFORMTHECITYOFDORALPRIORTOENTERINGINTOACONTRACTINEXCESSOFTHETHRESHOLDAMOUNTPROVIDEDINSECTION287.017,FLORIDASTATUTES,FORCATEGORYTWOOFANYCHANGEINTHEINFORMATIONCONTAINEDINTHISFORM.Iherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.STATEOFFloridaCOUNTYOFMiami-DadeJosephM.Corradino,AICP-PresidentAffiantName(Printed)10/19/2023DateSignedTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKphysicalpresenceoronlinenotarization,byJosephM.CorradinoAICPwhoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdComm.#HH0545l6Expires:Oct.18,2024BondedThfuNo,afyNotaryPul/icfortheStateofFkaiMycommissionexpires:10/18/2024THECORRADINOGROUPPage177of198135 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALDRUGFREEWORKPLACEPROGRAMTheundersignedcompanyinaccordancewithFloridastatute287.087herebycertifiesthatthecompanydoesallofthefollowing:1.Publishastatementnotifyingemployeesthattheunlawfulmanufacture,distribution,dispensing,possession,oruseofacontrolledsubstanceisprohibitedintheworkplaceandspecifyingtheactionsthatwillbetakenagainstemployeesforviolationsofsuchprohibition.2.InformEmployeesaboutthedangersofdrugabuseintheworkplace,thebusiness’policyofmaintainingdrug-freeworkplace,anyavailabledrugcounseling,rehabilitation,andemployeeassistanceprograms,andthepenaltiesthatmaybeimposeduponemployeesfordrugabuseviolations.3.Giveeachemployeeengagedinprovidingthecommoditiesorcontractualservicesthatareunderbidacopyofthestatementspecifiedinsubsection(1).4.Inthestatementspecifiedinsubsection(1),notifytheemployeesthat,asaconditionsofworkingonthecommoditiesorcontractualservicesthatareunderbid,theemployeewillabidebythetermsofthestatementandwillnotifytheemployerofanyconvictionof,orpleaofguiltyornolocontendereto,anyviolationofchapter893orofanycontrolledsubstancelawoftheUnitedStatesoranystate,foraviolationoccurringintheworkplacenolaterthanfive(5)daysaftersuchconviction.5.Imposeasanctionon,orrequirethesatisfactoryparticipationin,adrugabuseassistanceorrehabilitationprogramifsuchisavailableintheemployee’scommunity,byanyemployeewhoissoconvicted.6.Makegoodfaithefforttocontinuetomaintainadrug-freeworkplacethroughimplementationofthissection.Asthepersonauthorizedtosignthestatement,Icertifythatthisfirmcompliesfullywiththeaboverequirements.CompanyName:AuthorizedRepresentativeName:AuthorizedRepresentativeTitle:AuthorizedRepresentativeSignature:Date:TheCorradinoGroup,Inc.JosephM.Corradino,AICPTheCorradinoGroupPage178of198136 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALExhibitA-RequiredSubmissionFormsCOPELAND“ANTI-KICKBACK”ACTAFFIDAVITI,theundersigned,herebydulysworn,deposeandsaythatnoportionofthesumhereinbidwillbepaidtoanyemployeesoftheCityofDoral,itselectedofficials,oritsconsultants,asacommission,kickback,rewardorgift,directlyorindirectlybymeoranymemberofmyfirmorbyanofficerofthecorporation.Iherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.STATEOFFloridaCOUNTYOFMiami-DadeJosephM.Corradino.AICP-PresidentAffiantName(Printed)10/19/2023DateSignedTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKphysicalpresenceoronlinenotarization,byJosephM.Corradino.AICP,whoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdA'ATOComm.#HH0545l6^s:Oct18,2024BondedNolafyMycommissionexpires:10/18/2024TheCorradinoGroupPage179of198137 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALEQUALEMPLOYMENTOPPORTUNITYCERTIFICATIONIdoherebycertifythatIhavereadandunderstandtheEqualEmploymentOpportunityrequirementssetforthinthisSolicitationandthatthebelow-namedCompanyisincomplianceandshallcontinuetocomplywiththesame.CONEOFSILENCECERTIFICATIONIdoherebycertifythatIhavereadandunderstandthe“ConeofSilence”requirementssetforthinthisSolicitationandfurthercertifythatneitherI,noranyagentorrepresentativeoftheCompanyhasviolatedthisprovision.TIEBIDSCERTIFICATIONIdoherebycertifythatIhavereadandunderstandtherequirements/proceduresforTieProposalssetforthinthisSolicitation.ymysignature,Iacknowledgethattheattachmentofthisexecutedformcertifyingtheabove,assuch,isrequiredtocompleteavalidbid.CompanyName:AuthorizedRepresentativeName:AuthorizedRepresentativeTitle:AuthorizedRepresentativeSignature:Date:TheCorradinoGroup,IncTheCorradinoGroupPage180of198138 DocuSignEnvelopeID:9812F553-8402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALCONFORMANCEWITHOSHASTANDARDSTotheCityofDoral,WeTheCorradinoGroup,Inc.,herebyacknowledgeandContractoragreethatwe,astheproposedContractorforCityofDoralforthisSolicitation,havethesoleresponsibilityforcompliancewithalltherequirementsoftheFederalOccupationalSafetyandHealthActof1970,andallStateandlocalsafetyandhealthregulations,andagreetoindemnifyandholdharmlesstheCityofDoral,againstanyandallliability,claims,damageslossesandexpensestheymayincurduetothefailureof:CAPGovernment,IncMetricEngineering,IncLambertAdvisory,LLCCurtis+RogersDesignStudio,IncIntertek-PSIChromeEngineering,IncPlusUrbia,LLCMiller.Legg&Associates.Inc(ListallSubcontractor’sNames)tocomplywithsuchactorregulation.TheCorradinoGroup,Inc.CONTRACTORJosephM,Corradino,AICP-PresidentATTESTTheCorradinoGroupPage181of198139 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALRESPONDENT'SCERTIFICATIONI.JosephM.Corradino,AICPasPresidentandauthorizedrepresentativeofthebelownamedbusinessentityhavecarefullyexaminedtheSolicitation,includingallsections,exhibits,addenda,andanyotherdocumentsaccompanyingormadeapartofthisSolicitation.IherebyproposetofurnishthegoodsorservicesspecifiedintheSolicitation.IagreethatmyBid/Proposalwillremainfirmforaperiodof180daysinordertoallowtheCityadequatetimetoevaluatetheProposals/Proposals.IcertifythatallinformationcontainedinthisBid/Proposalistruthfultothebestofmyknowledgeandbelief.IfurthercertifythatIamdulyauthorizedtosubmitthisBid/Proposalonbehalfofthefirmasitsactanddeedandthatthefirmisready,willingandabletoperformifawardedthecontract.Ifurthercertify,underoath,thatthisBid/Proposalismadewithoutpriorunderstanding,agreement,connection,discussion,orcollusionwithanyotherperson,firmorcorporationsubmittingaProposalforthesameproductorservice;noofficer,employeeoragentoftheCityofDoraloranyotherRespondentisinterestedinsaidBid/Proposal;andthattheundersignedexecutedthisRespondent'sCertificationwithfullknowledgeandunderstandingofthemattersthereincontainedandwasdulyauthorizedtodoso.TheCorradinoGroup,Inc.NameofBusinessSTATEOFFloridaCOUNTYOFMiami-DadeTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKphysicalpresenceoronlinenotarization,byJosephM.Corradino.AICP.whoispersonallyknowntomeorwhohasproducedthefollowingidentification:[NotarySeal]MariaElenaShepherdComm.#HH054516Expires:Oct.18,2024AaronNo,arVMycommissionexpires:10/18/2024TheCorradinoGroupPage182of198140 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALCERTIFICATEOFAUTHORITY(IfCorporation)STATEOFFloridaCOUNTYOFMiami-DadeIHEREBYCERTIFYthatameetingoftheBoardofDirectorsofTheCorradinoGroup.Inc.,aCorporationexistingunderthelawsoftheStateofFlorida,heldameetingonJanuary21st2015whereinthefollowingresolutionwasdulypassedandadopted:"RESOLVED,that,JosephM.Corradino,asPresidentoftheCorporation,isherebyauthorizedtoexecutetheBid/ProposaldatedNovember6th2023whichshallbesubmittedtotheCityofDoralonbehalfofthisCorporation,andthattheirexecutionthereof,attestedbytheSecretaryoftheCorporation,andwiththeCorporateSealaffixed,shallbetheofficialactanddeedofthisCorporation."Ifurthercertifythatsaidresolutionisnowinfullforceandeffect.INWITNESSWHEREOF,IhavehereuntosetmyhandandaffixedtheofficialsealoftheCorporationthis19thdayofOctober,2023TheCorradinoGroupPage183of198141 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANOARCHITECTURALSERVICESDORALN/ACERTIFICATEOFAUTHORITY(IfPartnership)STATEOFCOUNTYOFIHEREBYCERTIFYthatameetingofthePartnersof,aCorporationexistingunderthelawsoftheStateof,heldameetingon,20,whereinthefollowingresolutionwasdulypassedandadopted:"RESOLVED,thatasoftheCorporation,isherebyauthorizedtoexecutetheBid/Proposaldated,20,whichshallbesubmittedtotheCityofDoralonbehalfofthisPartnership,andthattheirexecutionthereof,attestedbythe,shallbetheofficialactanddeedofthisPartnership."Ifurthercertifythatsaidresolutionisnowinfullforceandeffect.INWITNESSWHEREOF,IhavehereuntosetmyhandandaffixedtheofficialsealofthePartnershipthis,dayof,20.Attest:(SEAL)TheCorradinoGroupPage184of198142 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSRFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALN/ACERTIFICATEOFAUTHORITY(IfLimitedLiabilityCompany)STATEOFCOUNTYOFIHEREBYCERTIFYthatameetingof,aLimitedLiabilityCompany(“Company”)existingunderthelawsoftheStateof,heldameetingon,20,whereinthefollowingresolutionwasdulypassedandadopted:"RESOLVED,thatasoftheCompany,isherebyauthorizedtoexecutetheBid/Proposaldated,20,whichshallbesubmittedtotheCityofDoralonbehalfofthisCompany,andthattheirexecutionthereof,attestedbythe,shallbetheofficialactanddeedofthisCompany."Ifurthercertifythatsaidresolutionisnowinfullforceandeffect.INWITNESSWHEREOF,IhavehereuntosetmyhandandaffixedtheofficialsealoftheCompanythis,dayof,20.Attest:(SEAL)TheCorradinoGroupPage185of198143 TheCorradinoGroup4055NW97"Avenue,Suite200,Doral,FL33178P:305.594.0735F:305.594.0755www.corradino.comDocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TO:EXHIBIT"C"SAMPLEFORMOFWORKORDERWORKORDERNo.FORPROFESSIONALSERVICESDATETheCityofDoralauthorizesthefirmtoproceedwiththeprofessionalengineeringservicesfortheservices.Whereispartofthepre-qualifiedpoolofconsultantsselectedinaccordancewithRFQ2023-08requirementsandapprovedbytheCityCouncilon,viaResolution.TheworkshouldbeperformedinaccordancewiththecontractprovisionscontainedintheProfessionalServicesAgreementbetweenandtheCityofDoraldated,andtheattachedProposalsubmittedon,submittedbyyourfirmfortheabovereferencedproject.SCOPEOFSERVICESANDSCEHDULE:ThescopeoftheprojectwillbeasdescribedintheattachedproposalfromSubmittedon.TheschedulerequirestheworktobeperformedwithincalendardaysfromNoticetoProceedAlllimitationsoftimesetforthinthisWorkOrderareoftheessence.TheperformanceofservicesassociatedwiththisWorkOrderwillbeexecutedonatimeandmaterialbasisbasedonthescheduleofvaluessubmittedbywithanottoexceedamountof$YouarerequiredbytheProfessionalServicesAgreementtobeginworksubsequenttotheexecutionofthisWorkOrder,orasdirectedotherwise.IfyoufailtobeginworksubsequenttotheexecutionofthisWorkOrder,theCityofDoralwillbeentitledtodisqualifytheProposalandrevoketheaward.ThisWorkOrderincorporatesthetermsandconditionssetforthintheProfessionalServicesAgreementdated,betweenthepartiesasthoughfullysetforthherein.IntheeventthatanytermsorconditionsofthisWorkOrderconflictwiththeContinuingServicesAgreement,theprovisionsofthisspecificWorkOrdershallprevailandapply.ThisWorkOrderisnotbindinguntiltheCityofDoralagreesandapprovesthisWorkOrder.INWITNESSWHEREOF,thepartiesheretoliaveexecutedthisAgreementonthedayanddatefirstabovewritten,intwo(2)counterparts,eachofwhichshall,withoutprooforaccountingfortheothercounterpartbedeemedanoriginalContractCONSULTANTWITNESSESSEAL:BY:1.NAME:2.TITLE:OWNER:CITYOFDORALAUTHENTICATIONBY:BY:NAME:BarbaraHernandezNAME:ConnieDiazTITLE:CityManagerTITLE:CityClerkAPPROVEDASTOFORMANDLEGALSUFFICIENCYFORTHESOLEUSEOFTHECITYOFDORAL:BY:NAME:ValerieVicente,ESQ.TITLE:Nabors,Giblin&Nickerson,P.A.CityAttorneyPage187of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1EXHIBIT"D"CONSULTANT'SBILLINGRATEJobClassificationRate/HourPrincipalEngineer$293.76ProjectManager$257.80SeniorEngineer$238.40ProjectEngineer$199.85EngineeringTechnician$142.40CADDTechnician$125.15GISTechnician$138.44ConstructionSr.Inspector/Sr.Engineer$166.29CEIInspector$119.27LandPlanner$195.11Planner$157.07SeniorEconomist$225.88Economist$167.57SeniorUrbanDesigner$219.30UrbanDesigner$163.80CertifiedArborist$172.50EnvironmentalSpecialist$152.40PlanReview-Structural$165.65PlanReview-MEP/GeneralBuilding/Roofing$130.78MEP/Roofing/TradeInspectors$132.79AllBuilding/ThresholdInspectors$152.20SeniorArchitect$205.01Architect$157.70LandscapeArchitect$180.10Clerical$94.13SeniorSurveyorandMapper$202.62SurveyorandMapper$165.92SurveyTechnician$116.24SurveyFieldCrew(8HRDay)Crewof2$1,697.22Page188of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1TAB6RFQREQUIREDFORMSEXHIBIT"E"RFQ2023-08GENERALENGINEERINGANDARCHITECTURALSERVICESDORALE-VERIFYPROGRAMAFFIDAVITI,theundersignedaffiant,swearoraffirmthat:1.Iamanagentofthebelow-namedcompany(“Contractor”)authorizedtomakethestatementscontainedinthisaffidavitonbehalfoftheContractor.Additionally,IhavereviewedSection448.095,FloridaStatutesand48CFR52.222-54andhavesufficientknowledgeofthepersonnelpracticesoftheContractortoexecutethisDeclarationonbehalfoftheContractor.2.TheContractorhasregisteredwithandutilizesthefederalworkauthorizationprogramcommonlyknownasE-Verify,oranysubsequentreplacementprogram,inaccordancewiththeapplicableprovisionsanddeadlinesestablishedinF.S.448.095,whichprohibitstheemployment,contractingorsub-contractingwithanunauthorizedalien.3.TheContractordoesnotknowinglyemployapplicantsorretaininitsemployapersonwhoseimmigrationstatusmakesthemineligibletoworkfortheContractor.4.TheContractorhasverifiedthatanysubcontractorsutilizedtodelivergoodsorservicestotheCitythroughtheContractor'scontractwiththeCityusetheE-Verifysystemanddonotknowinglyemploypersonswhoseimmigrationstatusmakesthemineligibletoworkforthesubcontractor.Theundersignedfurtherconfirmsthatithasobtainedallnecessaryaffidavitsfromitssubcontractors,ifapplicable,incompliancewithF.S.448.095,andthatsuchaffidavitsshallbeprovidedtotheCityuponrequest.5.FailuretocomplywiththerequirementsofF.S.448.095mayresultinterminationoftheemployer’scontractwiththeCityofDoral.Finally,theundersignedemployerherebyatteststhatitsfederalworkauthorizationuseridentificationnumberanddateofauthorizationareasfollows:FederalWorkAuthorizationUserIdentificationNumber:399013DateofAuthorization:03/09/2011Iherebydeclareunderpenaltyofperjurythattheforegoingrepresentationsaretrueandcorrect.TheCorradinoGroup,Inc.CompanyN^me\A!7//AffiamSignatureSTATEOFFloridaCOUNTYOFMiami-DadeJosephM.Corradino,AICP-PresidentAffiantName(Printed)10/19/2023DateSignedTheforegoinginstrumentwasacknowledged,subscribedandsworntobeforemethis19thdayofOctober,2023bymeansofKphysicalpresenceoronlinenotarization,byJosephM.CorradinoAICP,whoispersonallyknowntomeorwhohasproducedthefollowingidentification.[NotarySeal]MariaElenaShepherdComm.#HH0545l6Expires:Oct.18,2024BondedThruAaronNotaryMycommissionexpires:10/18/2024TheCorradinoGroupPage189of198128 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1EXHIBIT"F"FEDERALGRANTTERMSANDCONDITIONSOneormoreWorkOrdersissuedunderthisContractmayinvolvethepurchaseofmaterialsorserviceswhichwillbeacquiredviafundingthatisreceivedinwholeorinpartbyFederalGrants.Accordingly,intheeventFederalGrantfundingisutilizedinconnectionwiththepurchaseorgoodsorservicescontemplatedinthesolicitation,thefollowingtermsandconditionsshallbeconsideredapartofthesolicitationandresultingawardandtheProposeracceptsandacknowledgesthatitisandwillcontinuetobeincompliancewithsaidtermsandconditionsforthetermoftheaward:1.EQUITABLEADJUSTMENTTheProcurementDepartmentmay,initssolediscretion,makeanequitableadjustmentinthecontracttermsand/orpricingifpricingoravailabilityofsupplyisaffectedbyextremeorunforeseenvolatilityinthemarketplace,thatis,bycircumstancesthatsatisfyallthefollowingcriteria:(1)thevolatilityisduetocircumstancesbeyondtheCONSULTANT'Scontrol,(2)thevolatilityaffectsthemarketplaceorindustry,notjusttheparticularcontractsourceofsupply,(3)theeffectonpricingoravailabilityofsupplyissubstantial,and(4)thevolatilitysoaffectstheCONSULTANTthatcontinuedperformanceofthecontractwouldresultsinasubstantialloss.CONSULTANTmighthavetosupplydocumentationtojustifyanyrequestedpercentageincreaseincosttotheCityofDoral.2.NON-APPROPRIATIONOFFUNDSIntheeventnofundorinsufficientfundsareappropriatedandbudgetedorareotherwiseunavailableinanyfiscalperiodforpaymentsdueunderthiscontract,thentheCity,uponwrittennoticetotheCONSULTANTorhisassigneeofsuchoccurrence,shallhavetheunqualifiedrighttoterminatethecontractwithoutpenaltyorexpensetotheCity.Noguarantee,warrantyorrepresentationismadethatanyproject(s)willbeawardedtoanyfirm(s).3.SUBCONTRACTORSOFWORKSHALLBEIDENTIFIEDAspartoftheITO,theBiddersarerequiredtoidentifyanyandallSubcontractorsthatwillbeusedintheperformanceofthisproposedcontract,theircapabilities,experience,minoritydesignation,asdefinedinOrdinance10062andtheportionoftheworktobedonebytheSubcontractor.FailuretoidentifyanyandallsubcontractorsintheBidshallrendertheBidnon-responsive,unlesstheCONSULTANTsubmitsthisdocumentationtotheCitywithinfive(5)workingdaysafterthebidopening.TheCONSULTANTshallnot,atanytimeduringthetenureofthecontract,subcontractanypartofhisoperationsorassignanyportionorpartofthecontract,toSubcontractor(s)notoriginallymentionedintheirBid,exceptunderandbyvirtueofpermissiongrantedbytheCitythroughtheproperofficials.NothingcontainedinthisspecificationshallbeconstruedasestablishinganycontractualrelationshipbetweenanySubcontractor(s)andtheCity.TheCONSULTANTshallbefullyresponsibletotheCityfortheactsandomissionsoftheSubcontractor(s)andtheiremployees,asforactsandomissionsofpersonsemployedbytheCONSULTANT.Page190of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC14.DAVIS-BACONACTFederallyassistedconstructioncontractsmustadheretoDavis-BaconActwagesandbenefitsrateschedules.EachBiddershallusetheFederalWagesreflectedinWageGeneralDecisionNumber-FL18026001/12/2018FL260indevelopingitsbidforthisproject.Theselectedbidder/contractorshallberequiredtoprovidecertifiedpayrollrecordsdocumentingtheworkperformedonthisproject.WageGeneralDecisionNumber-FL18026001/12/2018FL260canbefoundintheHeader/AttachmentSectionunderAttachmentA.5.COMPLIANCEWITHTHECOPELAND"ANTI-KICKBACK"ACT1)TheContractorshallcomplywith18U.S.C.§3145,andtherequirementsof29C.F.R.pt.3asmaybeapplicable,whichareincorporatedbyreferenceintothiscontract.2)TheContractororsubcontractorshallinsertinanysubcontractstheclauseaboveandsuchotherclausesastheFEMAmaybeappropriateinstructionsrequire,andalsoaclauserequiringthesubcontractorstoincludetheseclausesinanylowertiersubcontracts.TheContractorshallberesponsibleforthecompliancebyanysubcontractororlowertiersubcontractorwithallofthesecontractclauses.3)Abreachofthecontractclausesabovemaybegroundsforterminationofthecontract,andfordebarmentasaContractorandsubcontractorasprovidedin29C.F.R.§5.12.6.COMPLIANCEWITHTHECONTRACTWORKHOURS&SAFETYSTANDARDSACT1)OvertimeRequirements:NoContractororsubcontractorcontractingforanypartofthecontractworkwhichmayrequireorinvolvetheemploymentoflaborersormechanicsshallrequireorpermitanysuchlaborerormechanicinanyworkweekinwhichheorsheisemployedonsuchworktoworkinexcessofforty(40)hoursinsuchworkweekunlesssuchlaborerormechanicreceivescompensationataratenotlessthanoneandonehalftimethebasicrateofpayforallhoursworkedinexcessofforty(40)hoursinsuchworkweek.2)Violation;liabilityforunpaidwages;liquidateddamages:Intheeventofanyviolationoftheclausesetforthinparagraph(1)ofthissection,theContractorandanysubcontractorresponsiblethereforeshallbeliablefortheunpaidwages.Inaddition,suchContractorandsubcontractorshallbeliabletotheUnitedStates(incaseoftheworkdoneundercontractfortheDistrictofColumbiaoraterritory,tosuchDistrictortosuchterritory),forliquidateddamages.Suchliquidateddamagesshallbecomputedwithrespecttoeachindividuallaborerormechanic,includingwatchmenandguards,employedinviolationoftheclausesetforthinparagraph(1)ofthissection,inthesumof$10foreachcalendardayonwhichsuchindividualwasrequiredorpermittedtoworkinexcessofthestandardworkweekofforty(40)hourswithoutpaymentoftheovertimewagesrequiredbytheclausesetforthinparagraph(1)ofthissection.3)Withholdingforunpaidwagesandliquidateddamages:TheCityofDoralshalluponitsownactionoruponwrittenrequestofanauthorizedrepresentativeoftheDepartmentofLaborwithholdorcausetobewithheld,fromanymoneyspayableonaccountofworkperformedbytheContractororsubcontractorunderanysuchcontractoranyotherFederalcontractwiththesameContractor,oranyotherfederally-assistedcontractsubjecttotheContractWorkHoursandSafetyStandardsAct,whichisheldbytheContractor,suchsumsasmaybedeterminedtobenecessarytosatisfyanyliabilitiesofsuchContractororsubcontractorforunpaidwagesandliquidateddamagesasprovidedintheclausesetforthinparagraph(2)ofthissection.4)TheContractororsubcontractorshallinsertinanysubcontractstheclausessetforthinparagraph(1)through(4)ofthissectionandalsoaclauserequiringthesubcontractorstoincludetheseclausesinanylowertiersubcontract.TheContractorshallberesponsibleforcompliancebyanysubcontractororPage191of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1lowertiersubcontractorwiththeclausessetforthinparagraph(1)through(4)ofthissection.7.PARTSATPASS-THROUGHCOST(FORREPAIRSOUTSIDETHESCOPEOFWORK)AllcostforpartsrequiredforrepairjobsandnototherwiseincludedinthescopeofworkshallbebilledattheCONSULTANT'Sactualcost,andwillbepassedontotheCitywithoutmarkuporanyadditionalfees.TheCONSULTANTshallsubmitpurchasereceiptofpartsalongwiththelaborinvoiceforpayment.TheCONSULTANTshallberesponsibleforsourcingallpartsnecessarytocompletetheworkrequirementsofeachjobspecification.Replacementpartsfurnishedmustbeofthesamemanufactureroranequalproduct.Allequipmentandmaterialsshallbecommercialqualityandgrade,andbefromaregularproductline.Prototype,obsolete,andresidentialquality/gradeequipment/materialsshallnotbespecifiedorinstalledinthefacilities.8.NOTIFICATIONTOPERFORMWORKTheCONSULTANTshallnotifytheCONSULTANTwhenanemployeeisonthepropertyandforwhatpurpose.9.BACKGROUNDCHECKSTheCONSULTANTshallberequiredtocomplywiththebackgroundscreeningspecificationsaslistedintheJessicaLunsfordAct,FloridaStatue§1012-32.Thelawrequiresthatbeforecontractpersonnelarepermittedaccessongroundswhenchildrenarepresent,oriftheywillhavedirectcontactwithchildren,orhaveaccesstoorcontrolofschoolfunds,theymusthavecompletedLevelTwo(2)screeningrequirements.Priortocommencementoftheproject,theCONSULTANTshallprovideLevelTwo(2)backgroundscreeningresultsforallemployeescompletingtheworkonparkgrounds.10.EQUALEMPLOYMENTOPPORTUNITYDuringtheperformanceofanyresultingcontractfromanITQ,theContractoragreesasfollows:1)TheContractorwillnotdiscriminateagainstanyemployeeorapplicantforemploymentbecauseofrace,color,religion,sex,ornationalorigin.TheContractorwilltakeaffirmativeactiontoensurethatapplicantsareemployed,andtheemployeesaretreatedduringemploymentwithoutregardtotheirrace,color,religion,sex,ornationalorigin.Suchactionshallinclude,butnotbelimitedtothefollowing:Employment,upgrading,demotion,ortransfer;recruitmentorrecruitmentadvertising;layoffortermination;ratesofpayorotherformsofcompensation;andselectionfortraining,includingapprenticeship.TheContractoragreestopostinconspicuousplaces,availabletoemployeesandapplicantsforemployment,noticestobeprovidedsettingforththeprovisionsofthisnondiscriminationclause.2)TheContractorwill,inallsolicitationsoradvertisementsforemployeesplacedbyoronbehalfoftheContractor,statethatallqualifiedapplicantswillreceiveconsiderationsforemploymentwithoutregardtorace,color,religion,sex,ornationalorigin.Page192of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC13)TheContractorwillsendtoeachlaborunionorrepresentativeofworkerswithwhichhehasacollectivebargainingagreementorothercontractorunderstanding,anoticetobeprovidedadvisingthesaidlaborunionorworkers'representativeoftheContractor'scommitmentsunderthissection,andshallpostcopiesofthenoticeinconspicuousplacesavailabletoemployeesandapplicantsforemployment.4)TheContractorwillcomplywithallprovisionsofExecutiveOrder11246ofSeptember24,1965,andoftherules,regulations,andrelevantordersoftheSecretaryofLabor.5)TheContractorwillfurnishallinformationandreportsrequiredbyExecutiveOrder11246ofSeptember24,1965,andbyrules,regulations,andordersoftheSecretaryofLabor,orpursuantthereto,andwillpermitaccesstohisbooks,records,andaccountsbytheadministeringagencyandtheSecretaryofLaborforpurposesofinvestigationtoascertaincompliancewithsuchrules,regulations,andorders.6)IntheeventoftheContractor'snoncompliancewiththenondiscriminationclausesofthiscontractorwithanyofthesaidrules,regulations,ororders,thiscontractmaybecanceled,terminated,orsuspendedinwholeorinpartandtheContractormaybedeclaredineligibleforfurtherGovernmentcontractsorfederallyassistedconstructioncontractsinaccordancewithproceduresauthorizedinExecutiveOrder11246of7)September24,1965,andsuchothersanctionsasmaybeimposedandremediesinvokedasprovidedinExecutiveOrder11246ofSeptember24,1965,orbyrule,regulation,ororderoftheSecretaryofLabor,orasotherwiseprovidedbylaw.8)TheContractorwillincludetheportionofthesentenceimmediatelyprecedingparagraph(1)andtheprovisionsofparagraphs(1)through(7)ineverysubcontractorpurchaseorderunlessexemptedbyrules,regulations,ororderoftheSecretaryofLaborissuedpursuanttosection204ofExecutiveOrder11246ofSeptember24,1965,sothatsuchprovisionswillbebindinguponeachsubcontractororvendor.TheContractorwilltakesuchactionwithrespecttoanysubcontractorpurchaseorderastheadministeringagencymaydirectasameansofenforcingsuchprovisions,includingsanctionsfornoncompliance:Provided,however,ThatintheeventaContractorbecomesinvolvedin,oristhreatenedwith,litigationwithasubcontractororvendorasaresultofsuchdirectionbytheadministeringagencytheContractormayrequesttheUnitedStatestoenterintosuchlitigationtoprotecttheinterestsoftheUnitedStates.11.CLEANAIRACT1)TheContractoragreestocomplywithallapplicablestandards,ordersorregulationsissuedpursuanttotheCleanAirAct,asamended,42U.S.C.§7401etseq.2)TheContractoragreestoreporteachviolationtotheCityofDoralandunderstandsandagreesthattheCityofDoralwill,inturn,reporteachviolationasrequiredtoassurenotificationtotheFederalEmergencyManagementAgency,andtheappropriateEnvironmentalProtectionAgencyRegionalOffice.3)TheContractoragreestoincludetheserequirementsineachsubcontractexceeding$150,000financedinwholeorinpartwithFederalassistanceprovidedbyFEMA.12.FEDERALWATERPOLLUTIONCONTROLACT1)TheContractoragreestocomplywithallapplicablestandards,ordersorregulationsissuedpursuanttotheFederalWaterPollutionControlAct,asamended,33U.S.C.1251etseq.2)TheContractoragreestoreporteachviolationtotheCityofDoralandunderstandsandagreesthattheCityofDoralwill,inturn,reporteachviolationasrequiredtoassurenotificationtotheFederalEmergencyManagementAgency,andtheappropriateEnvironmentalProtectionAgencyRegionalOffice.3)TheContractoragreestoincludetheserequirementsineachsubcontractexceeding$150,000financedinwholeorinpartwithFederalassistanceprovidedbyFEMA.Page193of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC113.NOOBLIGATIONBYFEDERALGOVERNMENTTheFederalGovernmentisnotapartytothiscontractandisnotsubjecttoanyobligationorliabilitiestothenon-Federalentity,Contractor,oranyotherpartypertainingtoanymatterresultingfromthecontract.14.PROGRAMFRAUD&FALSEORFRAUDULENTSTATEMENTSORRELATEDACTSTheContractoracknowledgesthat31U.S.C.Chap.38(AdministrativeRemediesforFalseClaimsandStatements)appliestotheContractor'sactionspertainingtothiscontract.15.BYRDANTI-LOBBYINGAMENDMENT,31U.S.C.§1352(ASAMENDED)Bidderswhobidforanawardof$100,000ormoreshallfiletherequiredcertification.EachtiercertifiestothetierabovethatitwillnotandhasnotusedFederalappropriatedfundstopayanypersonororganizationforinfluencingorattemptingtoinfluenceanofficeroremployeeofanyagency,amemberofCongress,officer,oremployeeofCongress,oranemployeeofamemberofCongressinconnectionwithobtaininganyFederalcontract,grant,oranyotherawardcoveredby31U.S.C.§1352.Eachtiershallalsodiscloseanylobbyingwithnon-FederalfundsthattakeplaceinconnectionwithobtaininganyFederalaward.Suchdisclosuresareforwardedformtiertotieruptotherecipient.PleaserefertoeachITQforFederallyFundedprojectsforthe"CertificationRegardingLobbying"attachment.ItisMANDATORYfortheBidderstoreturnthisformsignedalongwiththeirbid.16.PROCUREMENTOFRECOVEREDMATERIALS1)Intheperformanceofthiscontract,theContractorshallmakemaximumuseofproductscontainingrecoveredmaterialsthatareEPA-designateditemsunlesstheproductcannotbeacquired;a.Competitivelywithinatimeframeprovidingforcompliancewiththecontractperformanceschedule;b.Meetingcontractperformancerequirements;orc.Atareasonableprice.2)Informationaboutthisrequirement,alongwiththelistofEPA-designateitems,isavailableatEPA'sComprehensiveProcurementGuidelineswebsite,https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.17.DHS,SEAL,LOGO,ANDFLAGSTheContractorshallnotusetheDHSseal(s),logos,crests,orreproductionsofflagsorlikenessesofDHSagencyofficialswithoutspecificFEMApre-approval.18.COMPLIANCEWITHFEDERALLAW,REGULATIONS,ANDEXECUTIVEORDERSThisisanacknowledgementthatFEMAfinancialassistancewillbeusedtofundthiscontractonly.TheContractorwillcomplywithallapplicablefederallaw,regulations,executiveorders,FEMApolicies,procedures,anddirectives.19.ACCESSTORECORDS1)TheContractoragreestoprovidetheCityofDoral,theFEMAAdministrator,theComptrollerGeneralofPage194of198 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1theUnitedStates,oranyoftheirauthorizedrepresentativesaccesstoanybooks,documents,papers,andrecordsoftheContractorwhicharedirectlypertinenttothiscontractforthepurposesofmakingaudits,examinations,excerpts,andtranscriptions.2)TheContractoragreestopermitanyoftheforegoingpartiestoreproducebyanymeanswhatsoeverortocopyexcerptsandtranscriptionsasreasonablyneeded.3)TheContractoragreestoprovidetheFEMAAdministratororhisauthorizedrepresentatives'accesstoconstructionorotherworksitespertainingtotheworkbeingcompletedunderthecontract.20.SUSPENSIONANDDEBARMENT1)Thiscontractisacoveredtransactionforpurposesof2C.F.R.pt.180and2C.F.R.pt.3000.AssuchtheContractorisrequiredtoverifythatnoneoftheContractor,itsprincipals(definedat2C.F.R.§180.995),oritsaffiliates(definedat2C.F.R.§180.905)areexcluded(definedat2C.F.R.§180.940)ordisqualified(definedat2C.F.R.§180.935).2)TheContractormustcomplywith2C.F.R.pt.180,subpartCand2C.F.R.pt.3000,subpartCandmustincludearequirementtocomplywiththeseregulationsinanylowertiercoveredtransactionitentersinto.3)ThiscertificationisamaterialrepresentationoffactrelieduponbyCityofDoral.IfitislaterdeterminedthattheContractordidnotcomplywith2C.F.R.pt.180,subpartCand2C.F.R.pt.3000,subpartC,inadditiontoremediesavailabletotheStateofFlorida,andtheCityofDoral,theFederalGovernmentmaypursueavailableremedies,includingbutnotlimitedtosuspensionand/ordebarment.4)TheContractoragreestocomplywiththerequirementsof2C.F.R.pt.180,subpartCand2C.F.R.pt.3000,subpartCwhilethisofferisvalidandthroughouttheperiodofanycontractthatmayarisefromthisoffer.TheContractorfurtheragreestoincludeaprovisionrequiringsuchcomplianceinitslowertiercoveredtransactions.Page195of198 EXHIBIT“B”CONSULTANT’SPROPOSALPage196of198 CORRADINOTHECORRADINOGROUP,INC.ENGINEERS•PLANNERS•PROGRAMMANAGERS•ENVIRONMENTALSCIENTISTSApril30,2025Ms.SuramyCabrera,PEPlanningandDevelopmentDirectorCityofSouthMiamiSylviaMartinBuilding6130SunsetDriveSouthMiami,Florida33143ProfessionalPlanningConsultantServicesasneededonaContinuingBasisDearMs.Cabrera,TheCorradinoGroup("Corradino")ispleasedtoprovidethisproposaltoperformin-housegeneralplanningassistance,includingthe2025EvaluationandAppraisalReportandComprehensivePlanUpdatesfortheCityofSouthMiami("City").CorradinomayprovideprofessionalplanningservicestotheCityforspecificprojectsasauthorizedfromtimetotimebytheCityasauthorizedbythisscope.Theservicesshallbeforthetypesofprojectsorsimilardisciplinesasdescribedbelow:PublicMeetingsandWorkshops;CommissionPresentations;CityPlanningBoardPresentations;CityDesignReviewBoardPresentations;Preparation,analysis,workshops,meetings,andpresentationstowardcompletionoftheCity'sComprehensivePlanEvaluationandAppraisalReport(EAR);Preparation,analysis,workshops,meetings,andpresentationstowardcompletionoftheCity'sEAR-basedComprehensivePlanAmendmentasrequiredbyFloridaStatutes;Analysis,draft,andeditofCity-sponsored,expeditedreviewComprehensivePlanamendments;Analysis,draft,andeditofCity-sponsored,"small-scale"or"expeditedreview"ComprehensivePlanFutureLandUseMapamendments;Analysis,draft,andeditofzoningordinanceamendmentsand/ornewzoningsections;Analysis,draft,andeditofzoningmapamendments;Analysis,draft,andeditofotherordinances;Othergeneralplanningassistanceasneeded,ofsimilarplanningdisciplinesasabove;Thisscopeofworkwillnotincludeanyworkthatispartofcostrecoveryservicestoreviewprivateentitydevelopmentapplications,including,butnotlimitedto:pre-applicationmeetings,designreviewcommitteemeetings,impactandcompatibilityanalysisreports,andassociatedboardandCityCommissionpresentations.Whentheneedforservicesforaspecificprojectoccurs,theCityandCorradinoshallutilizeaWorkOrderastheagreementforeachspecificproject.EachWorkOrderwill,bymutualagreement,setforth,amongothernecessities:thescopeofservices;deliverables;timeandschedule;method(hourlyorfixedworkordersum),andamountofcompensation.TheprofessionalservicestoberenderedbyCorradinoshallcommencewiththeexecutionofeachWorkOrder,afterwhichCorradinowillcontinuouslyperformservicestotheCityaccordingtothetimeframesetforthintheWorkOrder.TheCityshallhavetherighttorejectinitssolediscretion,personnelassignedtothespecificproject.4055NW97THAVENUESUITE200MIAMI,FL33178TEL305.594.0735•800.887.5551Page197of198www.corraoino.com ThefeeschedulefortheCorradinoGroupisprovidedinthetablebelow.Theratesshownarehourlyratesthatwillbeappliedtohourlyservicesortodevelopfixed-feeandnot-to-exceedproposalsforspecifiedprojects.ThiscontractforSouthMiamiProfessionalPlanningConsultantServicesispiggybackedonCorradino'scontractwiththeCityofDoralContractforArchitecturalandEngineeringServices,whichisequivalentinscopeanddiscipline.Correspondingly,thehourlybillingratesareequaltothoseusedfortheCityofDoralforeachdiscipline.Theratesforeachdisciplineapplicabletothisscopeareprovidedinthetablebelow.Anydirectcostsformediaproductionshallbebilledatcost.DisciplineandLevelHourlyRateProjectManager$257.80LandPlanner$195.11UrbanDesigner$163.80Planner$157.07GISTechnician$138.44SeniorEngineer$238.40ProjectEngineer$199.85EnvironmentalSpecialist$152.40EngineeringTechnician$142.40CADDTechnician$125.15Thankyou.WelookforwardtoworkingwithSouthMiamitoachievetheCity'sdevelopmentgoals.Bestregards,MarkAlvarez,ProjectManagerTheCorradinoGroupmobile:786.385.0548malvarez@corradino.com4055NW97THAVENUESUITE200MIAMI,FL33178TEL305.594.0735800.887.5551FAX305.594.0755WWW.CORRADINO.COMPage198of198 Page 1 of 7 AGREEMENT BETWEEN THE CITY OF SOUTH MIAMI AND THE CORRADINO GROUP, INC. THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2025 (the “Effective Date”), by and between the CITY OF SOUTH MIAMI, FLORIDA, a Florida municipal corporation (the “City”), and THE CORRADINO GROUP, INC., a Florida profit corporation (the “Consultant”). Collectively, the City and the Consultant are referred to as the “Parties.” WHEREAS, the City is in need of general planning services (the “Services”) for the Development Services Department; and WHEREAS, Article III, Section 5.H of the City Charter provides that the City may make purchases or leases through other governmental agencies that have followed similar bidding procedures; and WHEREAS,the Services needed by the City have been competitively bid by the City of Doral pursuant to Request for Qualifications No. 23-08, which resulted in a Continuing Professional Services Agreement (the “Doral Contract”) with The Corradino Group, Inc. (the “Consultant”) based on competitive bidding procedures similar to the City’s adopted procedures; and WHEREAS,the Consultant has provided the City with a Proposal, attached hereto as Exhibit “B” (the “Proposal”), for the Services based on the terms and conditions of the Doral Contract; and WHEREAS,on May 6, 2025, the City Commission adopted Resolution No. 2025- , approving and authorizing the City Manager to negotiate and execute this Agreement for the Services with the Consultant based on pricing, terms, and conditions of the Doral Contract, attached hereto as Exhibit “A,” and the Proposal, attached hereto as Exhibit “B”; and WHEREAS,the City wishes to enter into this Agreement with the Consultant for the Services based on the pricing, terms, and conditions of the Doral Contract, attached hereto as Exhibit “A,” and the Proposal, attached hereto as Exhibit “B”; and NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the City and the Consultant agree as follows: 1. Incorporation of Contract. The terms and conditions of the Doral Contract attached hereto as Exhibit “A” are incorporated as though fully set forth herein. Except as otherwise specifically set forth or modified herein, all terms in the Doral Contract are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. 6 Page 2 of 7 2. Conflicts; Order of Priority.This document without exhibits is referred to as the “Agreement.” In the event of a conflict between the terms of this Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: A.First Priority: This Agreement; B.Second Priority: State Required Affidavits; C.Third Priority: Exhibit “A,” the Doral Contract; and D.Fourth Priority: Exhibit “B,” the Consultant’s Proposal. 3. Defined Terms. All initial capitalized terms used in this Agreement shall have the same meaning as set forth in the Doral Contract unless otherwise provided in this Agreement. All references to Sourcewell shall be replaced with the City of South Miami where applicable. 4. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 5. Term. The term of this Agreement shall be from the Effective Date, ,2025, through three (3) years thereafter, ending on , 2025 (the “Term”). 6. Services.The Consultant shall provide the Services pursuant to a Project Work Order on behalf of the City for the duration of the Agreement Term in accordance with the terms, conditions, pricing, and procedures of the Doral Contract, attached hereto as Exhibit “A,” and the Consultant’s Proposal, attached hereto as Exhibit “B.” 7. Amending Section 2.9 of the Doral Contract.Section 2.9 of the Doral Contract is hereby deleted in its entirety and replaced as follows: 2.9 The City Manager is authorized to negotiate and execute a Work Order for Projects in which the Consultant’s Services do not exceed the Manager’s purchasing authority under City Code Section 2-60, as may be amended, which is currently set at $30,000.00. City Commission approval is required for Work Orders exceeding such purchasing authority. 8. Amending Section 15 of the Doral Contract.Section 15, “Indemnification/Hold Harmless,” of the Doral Contract is hereby deleted in its entirety and replaced as follows: 15. INDEMNIFICATION A.To the fullest extent permitted by law, Consultant shall defend, indemnify, and hold harmless the City, its officers, agents, consultants, and employees, from and against any and all demands, claims, losses, expenses, suits, liabilities, causes of action, judgment or damages, including but not limited to legal fees and costs and through appeal, arising out of, related to, resulting from, or in any way connected with Consultant’s negligence, recklessness, or intentional misconduct in the Consultant’s performance or non- performance of this Agreement, Consultant’s obligations, or the Work related to the 7 Page 3 of 7 Agreement, including but not limited to by reason of any damage to property, or bodily injury or death incurred or sustained by any person, or to injury to or destruction of tangible property or any other property (other than the Work itself) including the loss of use resulting therefrom, caused in whole or in part by any willful, wanton, or negligent, or grossly negligent acts or omissions of Consultant, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by applicable law and regardless of the negligence of any such party.. Additionally, the Consultant shall defend, indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime compensation due its employees in rendering services pursuant to this Agreement, including payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, the Americans with Disabilities Act or any other employment related litigation or worker’s compensation claims under federal, state, or local law. B.Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes, as may be amended from time to time. C.The provisions of this section shall survive termination of this Agreement. 9. Amending Section 24 of the Doral Contract.Section 24, “Compliance with Florida Public Record Law,” of the Doral Contract is hereby deleted in its entirety and replaced as follows: 24. Compliance with Florida Public Record Law. A.Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the City. Consultant shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). B.Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The City Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the 8 Page 4 of 7 provisions of Section 119.0701, Florida Statutes. Consultant shall 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 Agreement, and following completion of the Agreement until the records are transferred to the City. C.Upon request from the City’s custodian of public records, Consultant shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. D.Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the City. E.Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. F.Any compensation due to Consultant shall be withheld until all records are received as provided herein. G.Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the City. H.Notice Pursuant to Section 119.0701(2)(a), Florida Statutes.IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Nkenga “Nikki” Payne, CMC, FCRM, City Clerk, 6130 Sunset Drive, First Floor, South Miami, FL 33143, 305-663-6340, npayne@southmiamifl.gov. 10. Notices/Authorized Representatives.Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by 9 Page 5 of 7 registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 11. State Required Affidavits.By entering into this Agreement, the Consultant agrees to review and comply with the following state affidavit requirements: A. Public Entity Crimes Affidavit.Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. B. Scrutinized Companies.Consultant certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, Florida Statues, the City may immediately terminate this Agreement at its sole option if the Consultantis found to have submitted a false certification; or if the Consultantis placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycottof Israel during the term of the Agreement. If this Agreement is for more than one million dollars, the Consultant certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Terrorism Sectors List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, Florida Statutes. Pursuant to Section 287.135, Florida Statutes, the City may immediately terminate this Agreement at its sole option if the Consultant is found to have submitted a false certification; or if the Consultant is placed on the Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Sectors List, Scrutinized Companies with Activities in Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. E-Verify Affidavit.In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E- Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do- i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Consultant acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. D. Noncoercive Conduct Affidavit. Pursuant to Section 787.06, Florida Statutes, a nongovernmental entity executing, renewing, or extending a contract with a governmental entity is required to provide an affidavit, signed by an officer or a representative of the nongovernmental entity under penalty of perjury, attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a), 10 Page 6 of 7 Florida Statutes. By entering into this Agreement, the Consultant acknowledges that it has read Section 787.06, Florida Statutes, and will comply with the requirements therein, and has executed the required affidavit attached hereto and incorporated herein. E. Prohibition on Contracting with Entities of Foreign Concern.Pursuant to Section 287.138, Florida Statutes (which is expressly incorporated herein by reference), a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a) the entity is owned by the government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern. By entering into this Agreement, the Consultant acknowledges that it has read Section 287.138, Florida Statutes, and complies with the requirements therein, and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature page and State Required Affidavits Follow.] 11 Page 7 of 7 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM, City Clerk Approved as to Form and Legal Sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: City of South Miami Attn: City Manager 6130 Sunset Drive, First Floor South Miami, FL 33143 305-668-2510 (telephone) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) THE CORRADINO GROUP, INC. By: Name: Title: Entity: Addresses for Notice: (telephone) (email) With a copy to: (telephone) (email) 12 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City of South Miami requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E-Verify affidavits from subcontractors. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification:) Did take an oath; or Did not take an oath 13 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Effective July 1, 2024, Section 787.06, Florida Statutes, a nongovernmental entity executing, renewing, or extending a contract with a governmental entity is required to provide an affidavit, signed by an officer or a representative of the nongovernmental entity under penalty of perjury, attesting that the nongovernmental entity does not use coercion for labor or services as defined in Section 787.06(2)(a), Florida Statutes. By signing below, I hereby affirm under penalty of perjury that: 1. I have read Section 787.06, Florida Statutes, and understand that this affidavit is provided in compliance with the requirement that, upon execution, renewal, or extension of a contract between a nongovernmental entity and a governmental entity, the nongovernmental entity must attest to the absence of coercion in labor or services. 2. I am an officer or representative of , a nongovernmental entity. 3.does not use coercion for labor or services as defined in the relevant section of the law. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification:) Did take an oath; or Did not take an oath 14 AFFIDAVIT REGARDING PROHIBITION ON CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN Pursuant to Section 287.138, Florida Statutes (which is expressly incorporated herein by reference), a governmental entity may not knowingly enter into a contract with an entity which would give access to an individual’s personal identifying information if (a) the entity is owned by ethe government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern. This affidavit must be completed by an officer or representative of an entity submitting a bid, proposal, or reply to, or entering into, renewing, or extending, a contract with a governmental entity which would grant the entity access to an individual’s personal identifying information. 1.(“entity”) does not meet any of the criteria in paragraphs (2)(a)-(c) of Section 287.138, F.S. In the presence of: Under penalties of perjury, I declare that I have read the foregoing and the facts stated in it are true: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: OATH OR AFFIRMATION State of Florida County of Sworn to (or affirmed) and subscribed before me by means of ☐physical presence or ☐online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification:) Did take an oath; or Did not take an oath 15 EXHIBIT “A” CONTINUING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF DORAL AND THE CORRADINO GROUP, INC. 16 EXHIBIT “B” CONSULTANT’S PROPOSAL 17 GENERAL ENGINEERING AND ARCHITECTURAL SERVICES November 6, 2023 RFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 18 ^TheCorradinoGroub Illi DORAL •=•A COVER PAGE TAB 1GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 19 1 GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 TAB 1 COVER PAGE PREPARED BY CONTACT PERSON EdwardNg,MPP,MPL,AICP-GeneralEngineeringandArchitecturalServices   GENERAL ENGINEERING AND ARCHITECTURAL SERVICES November 6, 2023 RFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 20 The CorradinoGroup The CorradinoGroup TABLE OF CONTENTS TAB 2GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 21 2 TAB 2 TABLE OF CONTENTS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 TAB 1 COVER PAGE .................................................................................1 TAB 2 TABLE OF CONTENTS ...................................................................2 TAB 3 LETTER OF TRANSMITTAL .............................................................3 TAB 4 SOLICITATION RESPONSE FORM ...................................................4 TAB 5 PROPOSER QUALIFICATION STATEMENT .......................................8 TAB 6 RFQ REQUIRED FORMS ..............................................................127 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 22 The Corradino Group LETTER OF TRANSMITTAL TAB 3GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 23 We look forward to delivering excellence on this Contract! 3 President DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 24 The CorradinoGroup ncerely, tseoh M.Corradiru SOLICITATION RESPONSE FORM TAB 4GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 25 4 TAB 4 SOLICITATION RESPONSE FORM GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 SOLICITATION RESPONSE FORM City of Doral RFQ No. 2023-08 General Engineering and Architectural Services Date Submitted Company Name* Date of Entity Formation Entity Type (select one) Corporation / Partnership / Limited Liability Company / Other Corporate Address Office Location Location Work will take Place, if different than above Taxpayer Identification No.** Veteran Business Enterprise Certification*** Authorized Representative(s) (Name and Title) * Please attach a copy of your registration from the website www.sunbiz.org establishing that your firm is authorized to conduct business in the State of Florida pursuant to authority granted by the Florida Department of State Division of Corporations. ** Please attach a copy of your completed IRS Form W-9 available on the IRS site. *** Please attach a copy of your approved certification, if any. 1. The undersigned Bidder/Proposer agrees, if this Proposal is accepted by the City, to enter into an agreement with the City of Doral to perform and furnish all goods and/or services as specified or indicated in the Contract for the Price and within the timeframe indicated in this proposal and in accordance with the terms and conditions of the Contract. 2. Bidder/Proposer accepts all of the terms and conditions of the Solicitation, including without limitation those dealing with the disposition of Proposal Security. This Proposal will remain subject to acceptance for 180 days after the day of Proposal opening. Bidder/Proposer agrees to sign and submit the Contract with any applicable documents required by this RFQ within ten days after the date of City’s Notice of Award (If applicable). 3. By responding to this sealed Solicitation, the Bidder/Proposer makes all representations required by the Solicitation and further warrants and represents that Bidder/Proposer acknowledges that it has received and examined copies of the entire Solicitation documents including all of the following addenda: 11/6/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 26 DORAL The Corradino Group,Inc. 12/29/1970 4055 NW 97th Avenue,Suite 200,Doral,FL 33178 4055 NW 97th Avenue,Suite 200,Doral,FL 33178 61-0713040 Joseph M.Corradino,AICP President The Corradino Group 5 TAB 4 SOLICITATION RESPONSE FORM GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Check here If no Addenda were issued. 4. Bidder/Proposer further warrants and represents that it has familiarized themselves with the nature and extent of the Solicitation which will become, upon award, a part of the Contract, as well as the required goods and/or services, and applicable laws and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. 5. Bidder/Proposer further warrants and represents that it has given the City written notice of all errors or discrepancies it has discovered in this Solicitation and Contract and the resolution thereof by the City is acceptable to Bidder/Proposer. 6. Bidder/Proposer further warrants and represents that this Bid/Proposal is genuine and not made in the interest of or on behalf of any other undisclosed person, firm or corporation; Bidder/Proposer has not directly or indirectly induced or solicited any other Bidder/Proposer to submit a false or sham Proposal; Bidder/Proposer has not solicited or induced any person, firm or corporation to refrain from submitting; and Bidder/Proposer has not sought by collusion to obtain for itself any advantage over any other Bidder/Proposer or over the City. 7. Communications concerning this Proposal shall be addressed to: Bidder/Proposer: Telephone: Email Address: Attention: 8. The terms used in this response which are defined in the above-referenced Solicitation shall have the meanings assigned to them in such Solicitation. STATEMENT I understand that a "person" as defined in 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 Proposals or applies to Bid 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 "persons" includes officers, directors, executives, partners, shareholders, employees, members, and agents active in management of the entity. SUBMITTED THIS _____ DAY OF ________________, 2023. Company Name: Company Address: Authorized Representative Signature: DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 27 1 10/11/2023 2 10/23/2023 3 10/30/2023 DORAL The Corradino Group,Inc. 305-594-0735 President Joseph M.Corradino,AICP -President 6th November The Corradino Group,Inc. 4055 NW,97th Aventie,Suite 200,Doral,FL 33178 The Corradino Group 6 TAB 4 SOLICITATION RESPONSE FORM GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 State of Florida Department of State I certify from the records of this office that THE CORRADINO GROUP, INC. is a Kentucky corporation authorized to transact business in the State of Florida, qualified on January 13, 1997. The document number of this corporation is F97000000207. I further certify that said corporation has paid all fees due this office through December 31, 2023,that its most recent annual report/uniform business report was filed on January 3, 2023,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Third day of January, 2023 Tracking Number: 1180238439CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 28 DORAL Licensee Related License Information Name:THE CORRADINO GROUP,INC.License Number:7665 Rank: Primary Status: Registry Current License Expiration Date: Original License Date:03/07/1997 License Number Status „i j n RelationshipReatedParty_Type Relation Effective Date Rank Expiration Date 36146 Current, Active PEREZ DE MORALES,EDUARDO Registry Professional Engineer 02/28/2025 Secretary of State The Corradino Group 7 TAB 4 SOLICITATION RESPONSE FORM GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 1/9/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 29 DORAL Form W-9 (Rev.October 2018) Department of the TreasuryInternalRevenueService Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester.Do not send to the IRS. 1 Name (as shown on your income tax return).Name is required on this line;do not leave this line blank. The Corradino Group Inc 2 Business name/disregarded entity name,if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the following seven boxes. Individual/sole proprietor or 0 C Corporation O S Corporation O Partnership O Trust/estate single-member LLC I |Limited liability company.Enter the tax classification (C=C corporation,S=S corporation,P=Partnership) Note:Check the appropriate box in the line above for the tax classification of the single-member owner.Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. ||Other (see instructions) 5 Address (number,street,and apt.or suite no.)See instructions. 4 Exemptions (codes apply only to certain entities,not individuals;see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) Requester’s name and address (optional) 4055 NW 97TH Avenue Suite 200 6 City,state,and ZIP code Doral,FL 33178 7 List account number(s)here (optional) Parti Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid backup withholding.For individuals,this is generally your social security number (SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other entities,it is your employer identification number (EIN).If you do not have a number,see How to get a TIN,later. Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Employer identification number 61 -0713040 Certification Under penalties of perjury,I certify that: 1 .The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or (b)I have not been notified by the Internal Revenue Service (IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or (c)the IRS has notified me that I am no longer subject to backup withholding;and Part II 3.1 am a U.S.citizen or other U.S.person (defined below);and 4.The FATCA code(s)entered on this form (if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement (IRA),and generally,payments other than interest and dividers,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Signature of In f //LT3Hereu.s.person ~Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments.For the latest information about developments related to Form W-9 and its instructions,such as legislation enacted after they were published,go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester)who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN)which may be your social security number (SSN),individual taxpayer identification number (ITIN),adoption taxpayer identification number (ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other amount reportable on an information return.Examples of information returns include,but are not limited to,the following. •Form 1099-INT (interest earned or paid) •Form 1099-DIV (dividends,including those from stocks or mutual funds) •Form 1099-MISC (various types of income,prizes,awards,or gross proceeds) •Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) •Form 1099-S (proceeds from real estate transactions) •Form 1099-K (merchant card and third party network transactions) •Form 1098 (home mortgage interest),1098-E (student loan interest), 1098-T (tuition) •Form 1099-C (canceled debt) •Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S.person (including a resident alien),to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN,you might be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9 (Rev.10-2018) The Corradino Group PROPOSER QUALIFICATION STATEMENT TAB 5GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 30 8 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 i. Executive Summary DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 31 The Corradino Group 9 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 ii. Respondent’s Experience COMPANY INFORMATION NAME OF BUSINESS ADDRESS/PHONE/FAX/WEB CONTACT PERSON BUSINESS HOURS LEGAL STATUS DATE/LOCATION INCORPORATED PARENT OR SUBSIDIARY BUSINESS Corradino is headquartered in Doral and licensed to do business in the State of Florida. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 32 DORAL The Corradino Group 10 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 33 DORAL BAI HARBOUR vni Act The Corradino Group 11 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 THE CORRADINO GROUP AWARDS DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 34 DORAL FLORIDA The Corradino Group Enivironmental Social &Government PERFORMANCE OF THE YEAR WINNER: WINDSOR-DETROIT BRIDGE AUTHORITY AND THE GORDIE HOWE INTERNATIONAL BRIDGE BEST OPERATIONAL TRANSPORT PROJECT 1-595 CORRIDOR IMPROVEMENTS PROJECT,USABESTROADPROJECT FINALIST: I 95 EXPRESS LANES EXTENSION,USA The Corradino Group 12 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 iii. Respondent’s Past Performance iv. Project Implementation Strategy DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 35 DORAL The Corradino Group 13 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 36 DORAL The Corradino Group 14 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 37 DORAL The Corradino Group 15 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 38 DORAL The Corradino Group 16 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 39 DORAL The Corradino Group 17 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 40 DORAL The Corradino Group 18 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 41 DORAL The Corradino Group 19 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART I GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 42 DORAL The Corradino Group 20 TAB 5 PROPOSER QUALIFICATION STATEMENT - PART II GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 IDENTIFICATION OF QUALIFIED ENTITIES Proposers must have experience in all related areas described in Section 3.1 of the RFQ. Accordingly, Proposers shall specify whether such experience requirement is satisfied by the Proposer and/or any of its proposed subcontractors by identifying the applicable entity with the category of experience and applicable years of experience. Resumes and experience submitted with the Proposal must specify and substantiate the experience and qualifications provided herein. Supplement in the same format as below, as needed. Category Qualified Entity(ies) Years of Experience Roadway and Drainage Design Structural Design Traffic Engineering and Transportation Planning Civil Site Planning and Design including Land Use Environmental Engineering Land Use and Zoning Building Remodeling and/or New Construction Plans Review and Permitting Building/Threshold Inspections Contract Administration Construction Engineering Inspection (CEI) Material Inspection Project Management Landscape Design The Corradino Group, Inc. Miller, Legg &Associates, Inc. The Corradino Group, Inc. The Corradino Group, Inc. The Corradino Group, Inc. Curtis + Rogers Design Studio, Inc. Miller, Legg &Associates, Inc. The Corradino Group, Inc. PlusUrbia, LLC The Corradino Group, Inc. PlusUrbia, LLC Chrome Engineering, Inc. CAP Government, Inc. CAP Government, Inc. Metric Engineering, Inc. Metric Engineering, Inc. Intertek-PSI Chrome Engineering, Inc. 52 59 5 52 52 25 47 52 25 5 34 34 52 47 52 21 32 59 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 43 DORAL The Corradino Group 21 (Check) The Corradino Group, Inc. 4055 NW 97th Avenue Suite 200 Doral, FL 33178 Roadway and Drainage Design, and Transportation Planning, Civil Site Planning and Design Including Land Use, Land Use and Zoning, Contract Administration, Project Management  C.A.P. Government, Inc.343 Almeria Avenue Coral Gables, FL 33134 Plans Review and Permitting, Building Threshold Inspection  13940 SW 136th Street Suite 200 Miami, FL 33186 Building/Threshold Inspection,  Curtis + Rogers Design Studio, Inc.7520 S. Red Road Suite M South Miami, FL 33143 Landscape Design  16650 SW 88th Street Suite 205 Miami, FL 33196 Building Remodeling and New Construction  Plusurbia, LLC 1385 Coral Way PH 401 Miami, FL, 33145 Civil Site Planning And Design Including Land Use, Land Use and Zoning October 5, 2023 RFQ 2023-08 The Corradino Group, Inc. 305.594.0735 N/A eng@corradino.com (CompletethissecƟonfortheprimecontractorandallkeysubcontractors.) DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 44 The Corradino Group 22 (CompletethissecƟonfortheprimecontractorandallkeysubcontractors.) (Check) Miller, Legg & Associates, Inc.1845 NW 112 Avenue Suite 211 Miami, FL 33172 Landscape Design  Professional Service Industries, Inc. (PSI) Industries, Inc.7950 NW 64th Street Miami, FL 33166 Geotechnical, Material Inspection  Lambert Advisory, LLC 100 Biscayne Boulevard Suite 2510 Miami, FL 33181 (AƩached) DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 45 0 0 0 0 0 0 The Corradino Group 23 TAB 5 PROPOSER QUALIFICATION STATEMENT GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 ORGANIZATIONAL CHARTDocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 46TheCorradinoGroup 24 (CompleteoneSecƟonEforeachkeyperson.) Principal-in-Charge 32 22 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) FDOT Sustained Superior Accomplishment Award FDOT Jay W. Brown Award, Manager of the Year FDOT Ben G. Watts Award Leader of the Year FDOT D6 - SR 826/Palmetto Expressway PD&E Study Miami-Dade County, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. Improvements (Section Five), SR 826. PD&E Services for Widening Sawgrass, Florida’s Turnpike Enterprise Broward County, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. SR 924/Gratigny Parkway PD&E Study, MDX Miami-Dade County, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. outreach, and ITS technologies implementation. FDOT D6 - SR 826/Palmetto Expressway East-West Managed Lanes PD&E Study Miami-Dade County, FL 2017 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Principal-in-Charge. public outreach, and ITS technologies implementation. FDOT D6 - SR 826/Palmetto Expressway North-South Managed Lanes PD&E Study Miami-Dade County, FL 2013 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Deputy Project Manager and Public Involvement Manager. providing additional travel options in the area. Location Design Concept Acceptance (LDCA) was obtained in a record time of 12 months. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 47 0 0 0 0 0 The Corradino Group 25 (CompleteoneSecƟonEforeachkeyperson.) Joseph M. Corradino, AICP Project Manager 27 26 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) MA Community Planning, University of Cincinnati, 1992 BA Geography, Villanova University, Geography, 1990 (STATEANDDISCIPLINE) American Institute of Certified Planners (AICP) Florida No. 012032 (PublicaƟons,OrganizaƟons,Training,Awards,etc.) American Planning Association (APA) Award for Outstanding Mobility Project: Palmetto Bay Transportation Master Plan City of Homestead General Planning Services Homestead, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Development Services Director. Complete Comprehensive Plan Future Land Use Plan Map amendments, rezoning of city-owned properties in downtown Homestead and amending the zoning code to allow for public and retail/entertainment facilities. Mr. Corradino oversees the Business Licensing Division, the Planning and Zoning Division, and the Building Division. This department has a combined budget of nearly $2 million. This year it issued about 5,000 permits, and over 13,000 inspections, generating almost $4 million in revenue. The department renews almost 2,500 business licenses and processes nearly 80 public or administrative hearings annually. Town of Cutler Bay Comprehensive Plan, Zoning Code Cutler Bay, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Principal-in-Charge. support mass transit. City of Homestead General Planning Services Homestead, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. Oversees the Building Department and Planning/Zoning Department on a consulting basis. He was in charge cities in America, and he leads the processing of all their applications for development each year. Homestead is the southern terminus of the US-1 bus lanes, and critical terminal node in the SMART Plan system. Miami-Dade County TPO SMART Plan/North Corridor Miami-Dade County, FL 2020 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. In 2016, the Miami-Dade TPO Governing Board passed the Strategic Miami Area Rapid Transit (SMART) Plan Transportation Master Plan, General Planning & Engineering Services Doral, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Principal-in-Charge/Project Manager. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 48 0 0 0 0 0 The Corradino Group 26 (CompleteoneSecƟonEforeachkeyperson.) 31 2 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) Certified General Contractor, Florida No. CGC061113 Standard Inspector, Florida (PublicaƟons,OrganizaƟons,Training,Awards,etc.) and team. Brightline At-Grade Railroad Crossings Palm Beach, FL 2021 (Ifapplicable) 2023 (Briefscope,size,cost,etc.)  Roadway Lead. Martin County and St. Lucie County. The scope included roadway, signing and pavement marking and construction layout plans for 74 railroad crossings. Golden Glades Interchange – Master TCP Development Miami-Dade County, FL 2019 (Ifapplicable) 2025 (Briefscope,size,cost,etc.)  Project Manager. minimizing impacts to the traveling public. NE 203St, Roadway Intersection Improvements between SR 5/US-1 Miami, FL 2021 (Ifapplicable) 2024 (Briefscope,size,cost,etc.)  Project Manager. The project consists of the removal of an at-grade vehicle and pedestrian railroad crossing, the construction of signals, lighting, and drainage improvements. SR 826/Palmetto Expressway Project from SR 924/I-75 Interchange to west of NW 17 Avenue Miami-Dade County, FL 2019 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Owner’s Representative. Coordinated the design among the 6 different consultants. The services included to provide General from I-75 to I-95. Improve sidewalks and bicycle lanes along the frontage roads, install a new ITS, lighting, and drainage systems. FDOT D5 - I-4 Ultimate Public Private Partnership, Design-Build Orange County, FL 2017 (Ifapplicable) 2023 (Briefscope,size,cost,etc.)  Project Engineer QA/QC. The project consists of reconstruction of a 21-mile section of I-4. Responsible for the QA/QC of Roadway and TCP documents in Area 4 (Maitland Blvd to SR 434). DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 49 0 0 0 The Corradino Group 27 (CompleteoneSecƟonEforeachkeyperson.) Mark Alvarez 30 6 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) MS City & Regional Planning, Ohio State University, 1992 BS Business Operations Management, Ohio State University, 1988 (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) urban development that is focused on developing socially and economically viable mobility plans that leverage public, business, and government resources together. Village of Palmetto Bay Planning and Zoning Director Palmetto Bay, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Interim Planning & Zoning Director. Corradino is tasked with the overall planning, administration, management, operations and problem solving of the Planning & Zoning Division. Mr. Alvarez role is to provide staff support, land use zoning and comprehensive general planning. Miami-Dade TPO First-Mile/Last-Mile Mobility Study Miami-Dade County, FL 2018 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. This study evaluated the state of First Mile/Last Mile (FLM) mobility strategies and infrastructure nationwide. assumptions, infrastructure characteristics and mobility delivery models to develop a basis for a ground-up understanding of North Miami Beach Boulevard (SR-826) Corridor Study North Miami Beach, FL 2017 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Lead Analyst. commercial repositioning of the 5-mile commercial corridor to stimulate economic development and support the establishment of City of Coral Gables TOD, Paseo de la Riviera Coral Gables, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Transportation Planner. Peer Review of Transit Oriented Development (TOD) proposed for the Metrorail University Station with and community input at charrette and visioning processes. Drive Electric Florida, Volume II Miami-Dade County, FL 2014 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. transit usage. Additionally, performed a preliminary feasibility analysis to utilize battery-electric buses along the Busway. Work included DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 50 0 0 The Corradino Group 28 (CompleteoneSecƟonEforeachkeyperson.) Transportation Planning/Land Use and Zoning 11 10 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) Master Public Policy, University of Southern California, 2012 Master Planning, University of Southern California, 2012 BA Planning and Public Policy, Rutgers University, 2008 (STATEANDDISCIPLINE) American Institute of Certified Planner (AICP) No. 28927 (PublicaƟons,OrganizaƟons,Training,Awards,etc.) Robert Biller Award for Best Performance in the MPP Practicum Outstanding Graduate Student Leader Award SPPD Academic Capstone Achievement Award LGBT Service Award, USC City of Fort Lauderdale Comprehensive Plan Fort Lauderdale, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. project manager for the Data and Analysis (Volume II) of the report. City of North Miami Optimizing the NoMi Express North Miami, FL 2016 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. potential rerouting and retiming of the circulator system, new technology and its applicability for transit management, investigating connections with Miami-Dade Transit, and the circulators in North Miami Beach, Bal Harbour/Surfside/Bay Harbor Islands and Town of Cutler Bay Complete Streets Corridor Analysis Cutler Bay, FL 2016 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. Complete Streets for four corridors in Cutler Bay (NW 87th Avenue, Marlin Road, Gulfstream Road, and Franjo Road), based on to implementation were reviewed to provide recommendations for changes to the local code of ordinances. City of Homestead General Services Homestead, FL 2014 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Senior Planner. changes and GIS support. Performed QA/QC of maps, database updates, and ArcGIS technical advice. Reviewed site plans and over 100 zoning change ordinances adopted by the City of Homestead between 1993 and 2014 to incorporate all zoning changes into an updated and current zoning map. Village of Key Biscayne Transit Mobility Plan Key Biscayne, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. safety to this school, included outreach to the community, and provided recommended routes and facility improvements. Funding applications were also prepared for these projects on behalf of the Village, which resulted in a $837,000 grant for implementation. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 51 0 0 0 0 0 The Corradino Group 29 (CompleteoneSecƟonEforeachkeyperson.) Marvin Guillen Roadway and Drainage Design 30 30 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) roadway street design. He has prepared Technical Special Provisions and processed all the necessary permits for the construction designer of several roadway street projects for the city of Hialeah and Miami-Dade County. Oceana Bal Harbour Signalization Improvements Miami, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. Avenue and Harbor Way to accommodate the condominium development Oceana Bal Harbour. Work included the relocation of the SR-907 / Alton Road Reconstruction Miami, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. 3-Phase approach which proposes a large/safe work zone while decreasing overall construction time. This segment also includes downstream of a bascule bridge adjacent to the project terminus. SR-826 / Palmetto Expressway RRR Miami, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. Responsible for the design and preparation of contract documents detailing the RRR of SR 826/Palmetto upgrading substandard guardrail terminals, replacement of guardrail to bridge railing transitions, upgrading of bridge railing with SR-997/Krome Avenue Interim Resurfacing Miami, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. Responsible for the design and preparation of contract documents detailing the maintenance resurfacing on 6 FDOT D6 - I-75 Express Lanes from County Line to SR-826 Miami, FL 2013 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. Responsible for the design and plans preparation for design build RFP documents. The scope consisted in the DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 52 0 0 0 0 0 The Corradino Group 30 (CompleteoneSecƟonEforeachkeyperson.) Roadway & Drainage Design 25 3 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) The Corradino Group Doral, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. Miami-Dade County Public Works Department Miami, FL 2013 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. Managed miscellaneous ROW engineering projects including in-house projects from initial design concept and Calvin Giordano & Associates Miami, FL 2003 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. R.J. Behar & Company Miami, FL 2002 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. construction assistance duties. The Corradino Group, Inc., d.b.a. Carr Smith Corradino Miami, FL 2000 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Design Engineer. Duties included the preparation of drawings as well as design of water, sewer, and drainage implementation. Also paving and grading of the site including roadway and parking areas. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 53 0 The Corradino Group 31 (CompleteoneSecƟonEforeachkeyperson.) Roadway & Drainage Design 5 < 1 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) routing modeling using ICPR4, and modeling of drainage structures using Open Roads Designer. FDOT D6 - Golden Glades Interchange Improvements Miami, FL 2023 (Ifapplicable) Ongoing (Briefscope,size,cost,etc.)  Open Roads Designer. Responsible for creating a 3D model of the proposed drainage system for all segments of the project for FDOT. Worked under the project drainage engineer to design the temporary drainage plan and conduct spread analysis Prospect Lake Clean Water Center Fort Lauderdale, FL 2024 (Ifapplicable) Ongoing (Briefscope,size,cost,etc.)  Stormwater Engineer. Civil works associated with the new 50-mgd drinking water treatment plant. The project is being Treatment Plant, a new, state-of-the-art facility. The new plant is being designed to withstand the winds of a Category 5 hurricane FGT Pipeline Hydrotests,Multiple Sites, Florida Gas Transmission South Florida 2023 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. Responsible for right-of-way permitting for hydro tests in south Florida and worked under project engineer to design MOT plans for FGT hydro tests, involving closures of several miles of state roads for 4-hour testing periods. Performed FDOT D4 - SR80 from Washington Road to SR-A1A Palm Beach County, FL 2023 (Ifapplicable) Ongoing (Briefscope,size,cost,etc.)  Project Engineer. Responsible for developing plan revisions to address severe erosion along the banks of the Intercoastal Waterway encroaching on the roadway. Prepared riprap embankment design and plans for submittal to FDOT. Prepared permit Formula 1 Miami Grand Prix Miami, FL 2021 (Ifapplicable) 2021 (Briefscope,size,cost,etc.)  Project Engineer. Worked with the project engineer responsible for the drainage system layout for the Formula 1 racetrack and DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 54 0 0 0 0 The Corradino Group 32 (CompleteoneSecƟonEforeachkeyperson.) Planning 26 3 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) TownofPalmBeachCommercialAreasTrafÀcAnalysis Palm Beach, FL 2023 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  TrafÀcEngineer. BrowardCommuterRail/Tri-RailCoastalLinkPD&ETrafÀcAnalysis Broward County, FL 2023 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  LeadTrafÀc/TransportationEngineer. The Florida Department of Transportation (FDOT) District 4 and Broward County 4 entered a Memorandum of Understanding to continue efforts to improve mobility in the southeast Florida region. The objective Fort Lauderdale Las Olas Streetscape Corridor Study Fort Lauderdale, FL 2020 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. The City of Fort Lauderdale commissioned this Streetscape Corridor Analysis along Las Olas Boulevard to further identify opportunities and challenges to provide key components of a vision that will ground the future development of the area. The City is committed to promoting safe, accessible, multi-modal travel evidenced by its implementation of Complete Streets and Vision Zero policy. As the major thoroughfare connecting Downtown Fort Lauderdale and Central Beach, Las Olas Boulevard Miami-Dade County TPO SMART Plan/South Corridor Miami-Dade County, FL 2019 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. Andrews Avenue Complete Streets Improvements Oakland Park, FL 2018 (Ifapplicable) 2019 (Briefscope,size,cost,etc.)  LeadTrafÀcEngineer. Avenue between Oakland Park Boulevard and Prospect Road. Completed a safety analysis including review of crash history DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 55 — 0 0 0 The Corradino Group 33 (CompleteoneSecƟonEforeachkeyperson.) 27 6 (CityandState) The Corradino Group, Inc. - Brentwood, TN (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) includes traffic signal design, operations and timing, Intelligent Transportation System (ITS) planning and design, capacity analysis and modeling utilizing HCS, CorSIM and Synchro, corridor studies, roadway safety audits, interchange studies, traffic impact studies, intersection geometric designs, parking layouts, work-zone traffic control plans, and cost estimates. Fort Lauderdale-Hollywood International Airport (FLL) Crosswalk Signalization Fort Lauderdale, FL 2019 (Ifapplicable) 2019 (Briefscope,size,cost,etc.)  Technical Manager. pavement markings and rumble stripes. TennesseeDepartmentofTransportationContinuingTrafÀc Engineering Services (Statewide) Franklin, TN Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Client/Project Manager. communications design, intersection geometric design, and roadway lighting. CityofFranklinOn-CallTrafÀcEngineering Franklin, TN Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Principal-in-Charge/Project Manager. City of Franklin McEwen Drive and I-65 Franklin, TN 2019 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Engineer-of-Record. City of Chattanooga CCTV CEI Chattanooga, TN 2012 (Ifapplicable) 2019 (Briefscope,size,cost,etc.)  Principal-in-Charge/Project Manager. conducted throughout with TDOT LPDO, TDOT Region 2 Construction and the City of Chattanooga. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 56 0 0 0 The Corradino Group 34 (CompleteoneSecƟonEforeachkeyperson.) Transportation Planning 14 11 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) (STATEANDDISCIPLINE) (PublicaƟons,OrganizaƟons,Training,Awards,etc.) (FDOT) procedures, including plans production, preparation of specifications, maintenance of traffic, and cost estimates. In addition, Miami-Dade Transportation Planning Organization SMART Plan General Consultant Services Miami-Dade County, FL 2015 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. Served as in-house support staff to assist in the development and administration of the Strategic Miami Area Dade TPO staff. CityofAventuraTrafÀcEngineeringServices Aventura, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Engineer. County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. FDOT D4, I-95 PD&E Study, Add Express Lanes Broward County, FL 2013 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Development Engineer. 13.5 Miles in Broward County (underway). Assisted with the preparation of material to be FortLauderdaleGeneralTrafÀcandTransportationEngineering and Transportation Planning Services Fort Lauderdale, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  In-House Support Staff. development projects. FDOT District 2, I-10/US 301 Interchange PD&E/IMR Study Duval County, FL 2012 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Development Engineer. Responsible for report development, crash data analysis and safety analysis. Interchange DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 57 0 0 0 0 0 The Corradino Group 35 (CompleteoneSecƟonEforeachkeyperson.) Planning Design/Land Use and Zoning 22 4 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) BA Geography, University of Florida, 2000 (STATEANDDISCIPLINE) American Institute of Certified Planners No. 026921 Certified Floodplain Manager (PublicaƟons,OrganizaƟons,Training,Awards,etc.) through project completion. As a Planner, GIS Analyst, Zoning Coordinator, Certified Floodplain Manager (CFM), Project Manager, and of construction, from planning to completion. Town of Cutler Bay Transportation Master Plan Update Cutler Bay, FL Ongoing (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. intersection analyses, truck routing, and planning for transit, pedestrian, and bicycle facilities. The analysis also included reviewing City of North Miami Beach Affordable Housing Study North Miami Beach, FL 2020 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Senior Project Manager. This project addresses the affordable housing issue and needs within the City of North Miami Beach along with recommendations and edits to the Comprehensive Plan and Land Development Regulations. Village of Key Biscayne, Evaluation and Appraisal Report (EAR) Key Biscayne, FL 2019 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Senior Planner. City of Homestead Planning and Development Review Services Homestead, FL 2020 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Senior Planner. mapping for Special Projects. Islamorada, Village of Islands, Evaluation and Appraisal Report (EAR) Islamorada, FL 2019 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Senior Planner. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 58 0 0 0 0 0 The Corradino Group 36 (CompleteoneSecƟonEforeachkeyperson.) Scarlet Hammons, AICP CTP Planning Design/Land Use and Zoning 26 7 (CityandState) The Corradino Group, Inc. - Doral, FL (DEGREEANDSPECIALIZATION) BA Urban Studies and Planning, University of California, 1995 (STATEANDDISCIPLINE) American Institute of Certified Planners No. 018949 (PublicaƟons,OrganizaƟons,Training,Awards,etc.) American Institute of Certified Planners Supervisor Apprenticeship course, Broward County City of Homestead General Planning Services Homestead, FL 2014 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Assistant Project Manager. system and advocate for funding of them. Village of Key Biscayne Building, Zoning and Planning Department Key Biscayne, FL 2014 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Assistant Project Manager. assistance to the public on planning related matters. North Miami Beach Concurrency Review Consultant, Cost Recovery North Miami Beach, FL 2016 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Planner. Corradino reviews the development application data and usage for each concurrency category and compares City of Fort Lauderdale Comprehensive Plan Update Fort Lauderdale, FL 2019 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Assistant Project Manager. The Comprehensive Plan will be written with conciseness in mind, and will be a visual document where applicable, with the end of creating a highly accessible document that can be easily read by citizens, businesses, policymakers, and staff. Town of Cutler Bay Comprehensive Plan Cutler Bay, FL 2012 (Ifapplicable) N/A (Briefscope,size,cost,etc.)  Project Manager. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 59 0 0 0 0 0 The Corradino Group 37 12. NAME AndresGonzalez,PE 13. ROLE IN THIS CONTRACT ElectricalEngineer 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)Mr.GonzalezisaCAP’schiefelectricalengineer.He hasmorethanthirty-five(35)yearsofexperienceinelectricalengineeringdesignforresidential,commercial,andindustrial facilities;constructionadministration;projectmanagement;andindustrialfacilitiesstart-up.Mr.Gonzalezcurrentlyperforms plansreviewandinspectionservicesthroughoutMiami-DadeCounty. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14. YEARS EXPERIENCE b. WITH CURRENT FIRM 16 a. TOTAL 35 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) ProfessionalEngineer,PE59336 CertifiedBoardofRulesandAppeals Miami-DadeCounty(BORA) StateRequirementsforEducationalFacilities(SREF) 16. EDUCATION (Degree and Specialization) ElectricalEngineer B.S.inEngineering PolytechnicSuperiorInstituteUniversity 15. FIRM NAME AND LOCATION (City and State) STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION (City and State) ElectricalEngineer,Miami-DadeCollege PROFESSIONAL SERVICES 2007 CONSTRUCTION (If applicable) N/A (1) TITLE AND LOCATION (City and State) ElectricalEngineer,NorthBayVillage (2) YEAR COMPLETED PROFESSIONAL SERVICES 2021 CONSTRUCTION (If applicable) N/A (1) TITLE AND LOCATION (City and State) ElectricalEngineer,Miami-DadeCountyPublicSchoolsBoard (2) YEAR COMPLETED PROFESSIONAL SERVICES 2007 CONSTRUCTION (If applicable) N/A (1) TITLE AND LOCATION (City and State) ElectricalEngineer,CityofAventura (2) YEAR COMPLETED PROFESSIONAL SERVICES 1995 CONSTRUCTION (If applicable) N/A e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelated electricallyoperatedapparatusthroughouttheuniversity.Checkseachprojectfordefects,omissionsandotherdeparturesfrom correctprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformsto nationalandmunicipalelectricalcodes. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE etc.)ANDSPECIFICROLE Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,and relatedelectricallyoperatedapparatusthroughouttheVillage.Checkseachprojectfordefects,omissionsandotherdepartures fromcorrectprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalwork conformstonationalandmunicipalelectricalcodes. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE .etc.)ANDSPECIFICROLE Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelated electricallyoperatedapparatusthroughouttheschoolsystem.Checkseachprojectfordefects,omissionsandotherdeparturesfrom correctprocedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformstonational andmunicipalelectricalcodes. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ROLE Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelated electricallyoperatedapparatusthroughouttheCity.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrect procedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformsnationaland municipalelectricalcodes. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) ElectricalEngineer,FloridaInternationalUniversity (2) YEAR COMPLETED PROFESSIONAL SERVICES 2007 CONSTRUCTION (If applicable) N/A (2) YEAR COMPLETED (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Makestechnicalinspectionoftheinstallationofnewormajormodificationtooldelectricalwiring,motors,equipment,andrelated electricallyoperatedapparatusthroughouttheuniversity.Checkseachprojectfordefects,omissionsandotherdeparturesfromcorrect procedure.Givessuggestionsandrecommendationstocontractororowner.Insuresthatallelectricalworkconformstonationaland municipalelectricalcodes. Check if project performed with current firm C.A.P. Government, Inc., Coral Gables, FL 33134 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 60 The Corradino Group 38 12. NAME LuisPerez,PE 13. ROLE IN THIS CONTRACT StructuralEngineer 18. OTHER PROFESSIONAL QUALIFICATIONS Mr.Perezhasoverforty(40yearsofexperienceinstructural design.Mr.Perezhasvastexperienceinthedesignoflow,midandhighrisestructuresutilizingawidevarietyofconstructionmaterials,includingreinforced concrete,structuralsteel,wood,andmasonry.Hehasdesignexperienceineducationalfacilities,hotels,officebuildings,stadiums,condominiums,and conventioncenters. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRM 8 a. TOTAL 40 17. CURRENT PROFESSIONAL REGISTRATION StateofFlorida,StructuralEngineerPE36145 BoardofRules&Appeals(BORA) 16. EDUCATION B.S.inCivilEngineering, UniversityofHavana 15. FIRM NAME AND LOCATION C.A.P.Government,Inc.CoralGables,Florida a. b. c. d. (1) TITLE AND LOCATION StructuralEngineer,CityofCoralGables PROFESSIONAL SERVICES 2015 CONSTRUCTION(Ifapplicable) N/A (1) TITLE AND LOCATION StructuralEngineer,CityofHomestead (2) YEAR COMPLETED PROFESSIONAL SERVICES 2015 CONSTRUCTION N/A (1) TITLE AND LOCATION ChiefStructuralEngineer,CityofMiamiBeach (2) YEAR COMPLETED PROFESSIONAL SERVICES 2013 CONSTRUCTION N/A (1) TITLE AND LOCATION ChiefStructuralPlansExaminer,CityofMiamiBeach (2) YEAR COMPLETED PROFESSIONAL SERVICES 2004 CONSTRUCTION N/A e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE(3)BRIEFDESCRIPTION (Briefscope,size,cost,etc.)ANDSPECIFICROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswritten reportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsof codesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartment codes.Determinesthestructuralsoundnessofbuildingsandconstructionprojects.  (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswritten reportsoncodediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsof codesandplanreviews;interpretscodesordinancesandregulationsandissuesdepartment codes.Determinesthestructuralsoundnessofbuildingsandconstructionprojects. (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Structuralengineeringanalysis/reviewofbuildingsasmandatedbytheMiami-DadeCounty Code.Provideshighlyskilledinspections,enforcement,andsupervisoryworkinthe examination,review,analysis,approvaland/ordisapprovalofplanstoensurecompliancewith theFloridaBuildingCodeandotherapplicablecodesandregulationsasitrelatestobuilding and/orstructuralplansexamining. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Performedstructuralplansexaminationofbuildingpermitsforthe CityofMiamiBeachBuildingDepartment. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION StructuralEngineer,CityofDoral (2) YEAR COMPLETED8 PROFESSIONALSERVICES 2015 CONSTRUCTION(Ifapplicable) N/A (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepares writtenreportsoncodediscrepanciesandcodeviolations;develops,maintainsand updatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulations andissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildingsand constructionprojects. Check if project performed with current firm C.A.P. Government, Inc., Coral Gables, FL 33134 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 61 (Complete one Section E for each key person.) (City and State) (Degree and Specialization) cap (State and Discipline) (Publications,Organizations,Training,Awards,etc.) (City and State) (Brief scope,size,cost,etc.)| (City and State) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.)| The Corradino Group 39 12. NAME OscarAlvarez,PX,BN 13. ROLE IN THIS CONTRACT Mechanical&PlumbingPlans Examiner&Inspector 18. OTHER PROFESSIONAL QUALIFICATIONS Mr.Alvarezhasovertwenty(20)yearsofexperience asaplan’sexaminerandinspector.Mr.AlvarezholdsadegreeasaMechanicalEngineer.HeisknowledgeableofStateand LocalcodesandLawsgoverningbuildingconstruction,mechanical,plumbing,gas,fireprotectionsystemconstructionand installation.HeislicensedbytheStateofFloridaasafiresafety,mechanicalandplumbingplansexaminer,andinspector. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRM 10 a. TOTAL 20 17.CURRENT PROFESSIONAL REGISTRATION Mechanical,PlumbingPlansExaminer,PX3324 Mechanical,PlumbingInspectorBN6191 StateRequirementsforEducationalFacilities(SREF) CertifiedBoardofRulesandAppealsMiami DadeCounty(BORA) 16. EDUCATION MechanicalEngineer UniversityofHavana Bachelor’sDegreeEquivalentCertification2006UnitedStates NationalFireSafetyInspectorandCertification,MiamiDade College 15. FIRM NAME AND LOCATION STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION e) Mechanical&PlumbingPlansExaminer&Inspector Miami-DadeCollege PROFESSIONAL SERVICES 2007 CONSTRUCTION N/A (1) TITLE AND LOCATION Mechanical&PlumbingPlansExaminer&Inspector NorthBayVillage (2) YEAR COMPLETED PROFESSIONAL SERVICES 2021 CONSTRUCTION N/A (1) TITLE AND LOCATION Mechanical&PlumbingPlansExaminer&Inspector Miami-DadeCountyPublicSchoolsBoard (2) YEAR COMPLETED PROFESSIONAL SERVICES 2007 CONSTRUCTION N/A (1) TITLE AND LOCATION Mechanical&PlumbingPlansExaminer&Inspector CityofAventura (2) YEAR COMPLETED PROFESSIONAL SERVICES 1995 CONSTRUCTION N/A e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionis takingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,like appliances,boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdonein accordancewithlocalandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyare installed. (3) BRIEF DESCRIPTION AND SPECIFIC ROLE etc.)ANDSPECIFICROLE Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionis takingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances, boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewithlocal andstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled. (3) BRIEF DESCRIPTION AND SPECIFIC ROLE .etc.)ANDSPECIFICROLE Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionis takingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances, boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewith localandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE ROLE Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionis takingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances, boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewithlocal andstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION Mechanical&PlumbingPlansExaminer&Inspector FloridaInternationalUniversity (2) YEAR COMPLETED PROFESSIONAL SERVICES 2007 CONSTRUCTION N/A (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Reviewsplanstoensurethattheplansmeetbuildingcodesandrequirementsofthestate,county,andcitywheretheconstructionis takingplace.Responsibleforcloselyinspectionofmechanical,andothersystemsforcommercialandresidentialsites,likeappliances, boilers,elevators,gasandoillines,andHVACsystems.Evaluateandapproveordisapproveoftheworkdoneinaccordancewith localandstateregulations.Examineandtestneworexistingplumbingsystemsinbuildingstomakesuretheyareinstalled. Check if project performed with current firm C.A.P. Government, Inc., Coral Gables, FL 33134 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 62 (Complete one Section E for each key person.) (City and State) (Degree and Specialization) cap (State and Discipline) (Publications,Organizations,Training,Awards,etc.) (City and State) (if applicable) (Brief scope,size,cost,etc.) (City and Stat (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.)| The Corradino Group 40 12. NAME RobertoVich,RA 13. ROLE IN THIS CONTRACT RegisteredArchitect 18. OTHER PROFESSIONAL QUALIFICATIONS Mr.VichisaRegisteredArchitectwithmorethan fortyfive(45)yearsofexperienceinthegeneralpracticeofArchitectureandManagementintheConstructionIndustry includingArchitecturalDesign,Construction,andRealEstateDevelopment.Experiencespansfromdesigntogeneral constructionandconstructionmanagement. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRM 9 a. TOTAL 45 17. CURRENT PROFESSIONAL REGISTRATION RegisteredArchitect,RA0006693 CertifiedGeneralContractor,CGC052751 CertifiedBoardofRulesandAppeals(BORA) MiamiDadeCounty StateRequirementsforEducationalFacilities(SREF) 16. EDUCATION BachelorofArchitecture,UniversityofFlorida EnvironmentalandSiteAssessmentSpecializedTraining, GeorgiaInstituteofTechnology Miami-DadeCollegeCertifiedTeacher; CubaBachillerenCiencias,ValedictorianMaristas,LaHabana 15. FIRM NAME AND LOCATION STANDARD FORM 330 PAGE 2 a. b. c. d. (1) TITLE AND LOCATION RegisteredArchitect,Miami-DadeCollege PROFESSIONAL SERVICES 2007 CONSTRUCTION N/A (1) TITLE AND LOCATION RegisteredArchitect,NorthBayVillage (2) YEAR COMPLETED PROFESSIONAL SERVICES 2021 CONSTRUCTION N/A (1) TITLE AND LOCATION RegisteredArchitect, Miami-DadeCountyPublicSchoolsBoard (2) YEAR COMPLETED PROFESSIONAL SERVICES 2007 CONSTRUCTION N/A (1) TITLE AND LOCATION RegisteredArchitect,CityofAventura (2) YEAR COMPLETED PROFESSIONAL SERVICES 1995 CONSTRUCTION N/A e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncode discrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interprets codesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructuralsoundnessofbuildings andconstructionprojects. (3) BRIEF DESCRIPTION AND SPECIFIC ROLE etc.)ANDSPECIFICROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesandcode violations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulationsandissues departmentcodes.Determinesthestructuralsoundnessofbuildingsandconstructionprojects. (3) BRIEF DESCRIPTION AND SPECIFIC ROLE .etc.)ANDSPECIFICROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepanciesand codeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesandregulations andissuesdepartmentcodes..Determinesthestructuralsoundnessofbuildingsandconstructionprojects. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE ROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportsoncodediscrepancies andcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews;interpretscodesordinancesand regulationsandissuesdepartmentcodes..Determinesthestructuralsoundnessofbuildingsandconstructionprojects. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION RegisteredArchitect,FloridaInternationalUniversity (2) YEAR COMPLETED PROFESSIONAL SERVICES 2007 CONSTRUCTION N/A (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Reviewsbuildingplansforcompliancewithconstructioncodesandregulations;prepareswrittenreportson codediscrepanciesandcodeviolations;develops,maintainsandupdatesrecordsofcodesandplanreviews; interpretscodesordinancesandregulationsandissuesdepartmentcodes.Determinesthestructural soundnessofbuildingsandconstructionprojects. Check if project performed with current firm C.A.P. Government, Inc., Coral Gables, FL 33134 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 63 (Complete one Section E for each key person.) (City and State)cap (Degree and Specialization)(State and Discipline) (Publications,Organizations,Training,Awards,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 41 Sr. Environmental Scientist (Environmental Lead) (City and State) (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications, Organizations, Training, Awards, etc.) (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 64 /4f metric The Corradino Group 42 (City and State)– (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications, Organizations, Training, Awards, etc.) (City and State) (Brief scope, size, cost, etc.)ý (City and State) City of Doral’s Continuing Professional General (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) – (Brief scope, size, cost, etc.)ý DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 65 inmetric The Corradino Group 43 (City and State) (DEGREE AND SPECIALIZATION)(STATE AND DIS- CIPLINE) (Publications, Organizations, Training, Awards, etc.) (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 66 M metric The Corradino Group 44 (City and State) (DEGREE AND SPECIALIZATION)(STATE AND DIS- CIPLINE) (Publications, Organizations, Training, Awards, etc.) (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 67 ^metric The Corradino Group 45 (City and State) (DEGREE AND SPECIALIZATION)(STATE AND DIS- CIPLINE) (Publications, Organizations, Training, Awards, etc.) (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.)ý (City and State) (Brief scope, size, cost, etc.) (City and State) (Brief scope, size, cost, etc.) DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 68 M metric The Corradino Group 46 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Eric Liff Lambert Advisory, LLC (Miami, FL) BS Real Estate Management and Development, University of Southern California (Los Angeles, CA) City of Pompano Beach - Economic and Real Estate Advisor Lambert Advisory has served as an economic, real estate market and fiscal advisor to the City of Pompano Beach for more than 15 years. Select engagements include: Northwest CRA Strategic Plan; Pompano Beach Pier Redevelopment; City-wide Housing Study (Market Rate and Affordable); and, Economic Impact Analysis - $174M GO Bond. Since 2021, Lambert has been engaged with the City of Riviera Beach (and its CRA) as the economic, market and P3 advisor for two prospective joint development opportunities. Lambert initially completed a market and feasibility study for the independent projects, and both of which proposed mixed-use residential and retail development. Presently, Lambert is serving as the advisor on Developer solicitations and respondent evaluations. Lambert Advisory served as the economic and fiscal consultant on four of the six study corridors, including: South Dade; North Dade; East/West; and Beach. These corridors generally stretch between 7 and 20 miles in length. Lambert is currently engage (as a sub-consultant) on Palm Beach County's South County Administration Complex redevelopment planning. Lambert is providing the economic and market analysis guiding the broader physical and regulatory planning efforts. Lambert was engaged by the City of Tarpon Springs to assist with the highest and best use analysis associated with a 2- acre parcel owned by the City. The analysis included a real estate market analysis for multifamily residential uses, as well as commercial and cultural uses. City of Riviera Beach CRA (Rivieral Beach, FL) SmartPlan (Miami Dade County, FL) South County Administrative Complex (Palm Beach County, FL) Tarpon Springs Highest and Best Use Analysis (Tarpon Springs, FL) Economic and Real Estate Advisor 30 24 ✔ ✔ ✔ ✔ ✔ 2008-Current 2021-Present 2018-present Current 2020 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 69 (Complete one Section E for each key person.) (City and State) (Degree and Specialization)(State and Discipline) (Publications,Organizations,Training,Awards,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 47 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Paul Lambert Lambert Advisory, LLC (Miami, FL) BA Urban & Regional Planning, Miami U. Oxford, OH London School of Economics non-degree fellow Master City Planning, MIT Cambridge, MA City of Hallandale Beach City-wide Economic Development Strategy (Hallandale Beach, FL) Lambert Advisory is currently engaged in a city-wide economic development and budget/implementation strategy. The strategy focused on residential, commercial and mixed-use redevelopment opportunities, as well as attracting operating businesses and tourism in order to create recurring jobs, support existing businesses over the long term, be of net positive fiscal benefit to the City, and create momentum for future business investment. Budget: $50,000 Lambert served as the economic, market and financial advisor associated with a $500 million redevelopment plan and investment prospectus for the largest landholder within Downtown Miami's burgeoning Wynwood district. Lambert's work was instrumental in guiding the broader physical planning efforts, as well as the investment strategy for prospective P3 development opportunities. Budget: $300,000 Lambert served as the lead planning consultant for the Tampa West River Revitalization plan, a major redevelopment plan designed a unique urban mixed-use district along Tampa's riverfront. The plan comprises 2,200 units of housign (market rate and affordable), as well as retail and office development. The plan included comprehensive economic and market/real estate demand analyses, as well as financial evaluation. Budget: $150,000 Lambert served as the lead consultant for the economic, market and strategic plan for the City of Miramar and associated with two separate initiatives: the Arts, Workforce & Entertainment (AWE) District and Innovation District. Lambert completed a comprehensive real estate market analysis for each study, including both short-term and long-term demand forecasting. Additionally, Lambert prepared a financial feasibility study for initial concepts. Budget: $48,000 Lambert was originally engaged by the Village of Palmetto Bay to prepare the economic and market analyses in conjunction with the Village's strategic plan for its Downtown area. This included an in-depth market supply and demand evaluation of the luxury rental housing market, retail/entertainment market, and office market. Lambert was re-engaged in 2020 to assist the Village in investment strategies in response to proposed development. Budget: $64,000 (total) Mana Commons (Miami, FL) Tampa West River Revitalization (Tampa, FL) Miramar AWE and Innovation District Strategic Plan (Miramar, FL) Village of Palmetto Bay Strategic Plan (Palmetto Bay, FL) Economic and Real Estate Advisor 30 24 ✔ ✔ ✔ ✔ ✔ Current 2017 to 2021 2018-19 2019-2021 2015, 2020 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 70 (Complete one Section E for each key person.) (City and State) (Degree and Specialization)(State and Discipline) (Publications,Organizations,Training,Awards,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.)| (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 48 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME Aida M. Curtis, RLA, ASLA 13. ROLE IN THIS CONTRACT Principal in Charge 14. YEARS EXPERIENCE a. TOTAL 40 b. WITH CURRENT FIRM 32 15. FIRM NAME AND LOCATION (City and State) Curtis + Rogers Design Studio, Inc. South Miami, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) Texas A&M University Bachelor of Science of Landscape Architecture, 1983 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Landscape Architect: Florida, LA 0001330 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Affiliations: Member of The American Society of 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Hialeah Cultural Park Hialeah, Florida (2) YEAR COMPLETED PROFESSIONAL SERVICES 2013-2015 CONSTRUCTION (If applicable) 2015 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Hialeah Cultural Park is envisioned to be a lush tropical park tucked space amenities, so the City of Hialeah working with FPL found a creative way to provide much needed green space. The land, donated by FPL, is ht-of-way currently not accessible to the public. FPL collaborated with our design team to create a park which fits -of-way while providing a meandering path through rich vegetation for people to stroll and learn about the rich history of Hialeah. The C+R team designed elements into the park plazas to enhance the story of Hialeah from its roots in the Native h the future. The landscape within the Cost $2,000,000 b. (1) TITLE AND LOCATION (City and State) Benjamin P. Grogan and Jerry L. Dove Federal Building Miramar, Florida (2) YEAR COMPLETED PROFESSIONAL SERVICES 2010 CONSTRUCTION (If applicable) 20158 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm –Federal Office Building in Miramar Florida which was developed during the alternative concept phase of the project. The approach will not only greatly assist in successfully achieving credits for the sustainable sites initi Comments speak to their enthusiastic endorsement of the concept and their desire to see its successful implementation.Cost: $ 194 million c. (1) TITLE AND LOCATION (City and State) Coconut Grove Streetscapes Improvements Coconut Grove, Florida (2) YEAR COMPLETED PROFESSIONAL SERVICES 2010-2013 CONSTRUCTION (If applicable) 2020 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm The City of Miami, hired Curtis + Rogers to provide design services related to streetscape renovations in the Coconut Grove Central Business District. tions, de new trees planted wing environment and replacement of bricks set in a more suitable base material. The Curtis + Rogers team included landscape architects, urban arborists and horticulturists all working together to develop creative solutions to the challenging public to seek input and ideas for the project. d. (1) TITLE AND LOCATION (City and State) Flagler Streetscapes Miami, Florida (2) YEAR COMPLETED PROFESSIONAL SERVICES 2012-2022 CONSTRUCTION (If applicable) 2022-2024 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm The project goal is to reconfigure the Flagler Street from NW 2nd Ave to Biscayne Blvd, to provide wider sidewalks, selective parallel parking/loading areas, grading/drainage improvements, and landscape and hardscape enhancements commensurate with a vibrant downtown commercial area. The goal for these improvements is to provide areas for outdoor cafes, together with unified furnishings, lighting and landscape to enhance the visitor these improvements. Give ion of the project. The with the Downtown Development Authority (DDA), specifically with the Flagler Street Steering Committee.Cost:$27,000,000 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 71 K KI KI K The Corradino Group 49 e. (1) TITLE AND LOCATION (City and State) MIC –Central Station Miami, Florida (2) YEAR COMPLETED PROFESSIONAL SERVICES 2012 CONSTRUCTION (If applicable) 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm The Central Station at the Miami Intermodal Center (MIC) is a facility combining a station for Amtrak and another one for buses. It is adjacent to, and int ami International us station the project provides a major pedestrian system of walkways connecting all the related facilities and a public plaza for patrons of the multiple facilities.Cost: $80,000,000 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 72 The Corradino Group 50 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL 18 b. WITH CURRENT FIRM 18 15. FIRM NAME AND LOCATION (City and State) 16. EDUCATION (DEGREE AND SPECIALIZATION) , 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm b. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm. c. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm d. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 73 Jennie Rogers-Pomaville Landscape Designer Curtis +Rogers Design Studio,Inc.,South Miami,Florida FID -Masters of Landscape Architecture 2007 LA 0001721 -Florida -Landscape Architecture Member-The American Society of Landscape Architects,Certified Arborist,ISA TRAP Certified, Plantation Key Courthouse and Detention Facility Tavernier,Florida 2015 2021 KI C+R was responsible for the Landscape Design,Tree Disposition Plan and Irrigation Design for this County Courthouse facility located in the Village of Islamorada.The landscape was inspired by the maritime forests that once graced these islands.The new buildings will appear as if they emerged from within a hammock while showcasing a cast of native plants with sporadic outcrops of the precious Key Largo Limestone.Within the site a remnant fragment of a hammock is being preserved.Within the building a climate-controlled interior courtyard features a non-native tropical splendor of color and textures that emulate the uniqueness and vibrancy of the people of the Keys.Ultimately,the landscape design strives to preserve,restore,and showcase a modest yet vital landscape that is often overlooked while embossing its identity and place.Cost:$580,000 Broward County Courthouse Ft.Lauderdale,Florida 2009 K On-going Curtis +Rogers was a part of the Master Plan process for the Broward Courthouse Complex in downtown Fort Lauderdale.Phase 1 of that Master Plan,which involved a new Courthouse Building fronting SE 6th Street,was completed in 2019.The Plaza in Phase II,currently under construction, has been designed to function as a public space for large and small civic gatherings,and for the groups that typically gather in front of a courthouse, including vendors and families with children.Shade is provided by a grove of Oak trees on the west side of the walkway that then opens and climbs a double set of stairs to the Courthouse Plaza.Within the gathering space is a small simple structural space for children to play in and shaded seating for parents.The plaza also includes a smaller scale,shaded space to provide refuge from the activity in front of the courthouse and serves handicap access to the building.The overall design of the plaza centers on the concept of creating a shaded inclined path that leads visitors to the front door of the courthouse.Lighting and hardscape elements provide a further framing of this pathway.Cost:$4,000,000 (Landscape portion) Fisherman's Community Hospital Marathon,Florida 2018 2021KI In 2017 Hurricane Irma hit the Florida Keys and the only major hospital in the Middle Keys was damaged beyond repair.Curtis +Rogers worked with Nelson Architects and Baptist Health to design a new facility to serve the Keys well into the future.Temporary facilities were erected,and the project was completed in phases so that the community had medical services as the project was fast-tracked.The new hospital backs to a mangrove preserve on the east and US 1 on the west and includes a helipad for emergencies.The hospital's new landscape is primarily native and salt and drought tolerant to make it a resilient facility for the future.Native trees were preserved where possible and native thatch and cabbage palms were relocated on site.Curtis +Rogers provided design services for Tree Disposition,Planting,Irrigation and Construction Administration. Cost:$37,750 (C+R Portion) Broward County Children's Museum Miami,Florida 2009 KI 2011 The Broward County Children's Reading Center and Museum is comprised of a world-class Children's Museum administered by Young at Art,an organization that has been encouraging and teaching children about art for 23 years,and a state-of-the-art Reading Center for children run by the Broward County Public Library System.Curtis +Rogers provided the landscape and irrigation design services for this project,as well as the LEED documentation for relevant credits.The landscape design includes unusual circular berms,and an extensive selection of unusual and exotic trees to stimulate and educate the children.Curtis +Rogers developed educational flyers for the visitors to the museum that take them on a treasure hunt to find the trees and identify their unique qualities.The landscape and irrigation were also designed to reduce water use by 59%,and 70%of the plants are native and drought tolerant,helping to achieve the LEED Gold status.Cost:$13,000,000 Fort Lauderdale Fire Station #54 Palm Beach,Florida 2017 2019 KI A new 10,000 sq.ft.Fire Station in Fort Lauderdale also includes a new built road in front of the Fire Station.The Fire Station 54 landscape was designed to feature Florida friendly flora and achieved FGBC Florida friendly habitat certification.This energy friendly Fire Station is capable of withstanding a category 5 hurricane.Cost:$16,395 (Landscape portion) The Corradino Group 51 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Jose Gomez, PE, MSc, D.GE, F.ASCE Chief Geotechnical Engineer a. TOTAL b. WITH CURRENT FIRM 42 3 15. FIRM NAME AND LOCATION () Professional Service Industries, Inc. – Palm Beach Gardens, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) • Master of Science in Civil Engineering (Geotechnical Emphasis), Georgia Institute of Technology, 1983 • Bachelor of Science in Civil Engineering, Pontificia Universidad Javeriana, 1979 (Pontifical Xavierian University) • Professional Engineer (USA): FL #78289, 2014; PR #28042, 2020, GA #045437, 2020; NC #039299, 2012; and VA #045683, 2009 • American Society of Civil Engineers (ASCE) – F.ASCE • Academy of Geo Professionals (AGP of ASCE) • Diplomate Geotechnical Engineer (D.GE) 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Nat’l Architects & Engineering Council License (Colombia, SA) | American Society of Highway Engineers (ASHE), Gold Coast Secretary, Vice President | GeoInstitute (GI) of ASCE (Chair of VA Geo Conference) | National Society of Professional Engineers (NSPE) | Florida Engineers Society (FES), Palm Beach Chapter Secretary | International Society of Soil Mechanics and Foundation Engineering | United States Society on Dams (USSD) | Colombian Geotechnical Society (SCG as per Spanish) | Colombian Society of Engineers (SCI as per Spanish) 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Central District Wastewater Treatment Plant – New Materials Warehouse, Virginia Key, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2021 n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☒ Check if project performed with current firm Geotechnical Engineer of Record. PSI has been contracted to evaluate the subsurface conditions for the design and construction of a warehouse structure, new canopy structures and associated drainage improvements. The purpose of our investigation was to obtain the necessary engineering properties of the in-situ soils and provide foundation design and construction recommendations for the proposed structures. Services were performed for the Miami-Dade County Water & Sewer Department under EDP-WS-369. PSI Fees: $42,613 b. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED John Preston WTP Bulk Sodium Hypochlorite Storage Facility, Hialeah, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2021 n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☒ Check if project performed with current firm Geotechnical Engineer of Record. The project included a subsurface evaluation, laboratory testing program and geotechnical engineering recommendations for design and construction of a proposed Bulk Hypochlorite Storage Facility project located within the John Preston Water Treatment Plant. The project area consists of an approximately 46 feet wide, 139 feet long vacant area where a concrete pad to support (16) sixteen, 13.5-foot diameter tanks to be constructed. PSI completed the geotechnical engineering study in general accordance with our existing Non-Exclusive Professional Services Agreement E15-WASD-13 with the Miami-Dade County Water and Sewer Department (MDWASD) (W.O. 171). PSI Fees: $12,000 c. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Miami World Center Block A – Proposed 47-Story Structure 1001 NE 1st Avenue, Miami, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2020 n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☒ Check if project performed with current firm Geotechnical Engineer of Record. The proposed structure is a 47-story high (498.5 feet) residential tower (530 units total). The purpose of our study was to evaluate the subsurface conditions at the site and develop geotechnical engineering recommendations and guidelines for use in preparing the design and other related construction documents for the proposed project. The scope of services included drilling soil borings, performing laboratory testing, and preparing a detailed geotechnical engineering report. PSI Fees: $21,850 d. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Doral Central Park Geotechnical Study City of Doral, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2020 n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ☒ Check if project performed with current firm Geotechnical Engineering of Record. The project site is situated on 82 acres of which 25 are a lake. It will be largest park in the City, and one of the largest in the region. The park will include an indoor recreational facility and aquatics venue with a competition pool, learn to swim pool, splash park and lazy river. Outdoor amenities will include meandering walking paths, tennis courts, basketball courts, baseball/softball diamonds, picnic areas, skate spot and pump track and sensory playscape area. PSI provided Design Geotechnical Engineering Services. PSI Fees: $114,995 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 74 City and State intertek.psi The Corradino Group 52 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME Camilo Monroy 13. ROLE IN THIS CONTRACT Contract Manager for Geotechnical and Materials Testing & Inspections 14. YEARS EXPERIENCE a. TOTAL 19 b. WITH CURRENT FIRM 18 15. FIRM NAME AND LOCATION (City and State) Professional Service Industries, Inc. - Miami, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) • Master of Science in Construction Management, Florida International University, 2008 • Bachelor of Science in Civil Engineering, University of Miami, 2003 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) • Project Manager, PSI, 2003; Radiation Safety, Density Gauge Operator, PSI, 2003 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Geotechnical Services, Special Inspections, Structural Assessment, Soils, Foundations, and Materials Testing Services for Water and Sewer Department Capital Improvement Projects, (Contract E15-WASD-13) Miami Dade County, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2016-2026 CONSTRUCTION (If applicable n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Contract Manager responsible for $1.5M+ contract to provide geotechnical engineering and testing services for construction inspection and testing services under Miami Dade County Contract E15-WASD-13. Services performed for the largest water and sewer utility in the southeastern United States , are related to the Improvement, Upgrades, and Expansions of Water, Wastewater Treatment Plants, Pump Stations, Collection, Distribution and Transmission Piping and all Related Facilities as Necessary to Ensure Quality Control/Assurance for Water and Sewer Department Capital Improvement Projects. This program provides enhance and upgrade the water and sewer infrastructure by upgrading, replacing, thousands of miles of pipes, pump stations and water and wastewater treatment plants. b. (1) TITLE AND LOCATION (City and State) Downtown Doral Development Doral, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2014-2020 CONSTRUCTION (If applicable n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Senior Contract Management Support. This 250-acre mixed-use development features The Shops at Downtown Doral, 70 trendy shops and restaurants; The Offices at Downtown Doral, a bustling business district with almost 1 million square feet of Class-A office space; and 5,000 luxurious residential units including 5350 Park condo tower and Canarias in The Residences at Downtown Doral; Downtown Doral Charter Elementary School- a top-rated bilingual charter elementary school; a middle and high school; Doral Government Center- a LEED- certified city hall; and public green spaces adorned with world-class art pieces. PSI Provided materials testing and inspection services on multiple phases of the development project. PSI Fees: $700k+ c. (1) TITLE AND LOCATION (City and State) Doral City Place Doral, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2015-2017 CONSTRUCTION (If applicable n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Senior Contract Manager. The development consists of six new structures: five 6-story mid-rise structures and a 450 space five story parking garage located at 8431 NW 33rd St, Doral, FL. The project includes infinity pool, spa, sun deck areas, fitness center, cybercafé, club room and event meeting/dining room. Master infrastructure including Public roads, new water and electrical lines for the city of Doral is also part of this development. PSI performed geotechnical investigations, monitored the removal of unsuitable material underneath the building footprint, provided general materials testing services (grout, concrete, soils, and fire proofing) and worked with the owner in implementing the waterproofing design and testing for the pre-cast parking and residential buildings. PSI Fees: $225k+ d. (1) TITLE AND LOCATION (City and State) Miami Dade County Public Works and Waste Management / DTPW Professional Services Agreements to Provide Soils, Foundations, and Materials Testing Services (2) YEAR COMPLETED PROFESSIONAL SERVICES Ongoing CONSTRUCTION (If applicable n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Contract Manager responsible for geotechnical and materials testing and inspections services for several hundred projects under the Miami Dade County Public Works and Waste Management / DTPW Professional Services Agreements to Provide Soils, Foundations, and Materials Testing Services. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 75 inceaeK The Corradino Group 53 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME Juan D. Villegas, PE 13. ROLE IN THIS CONTRACT PSI Executive-in-Charge/Corporate Support 14. YEARS EXPERIENCE a. TOTAL 26 b. WITH CURRENT FIRM 20 15. FIRM NAME AND LOCATION (City and State) Professional Service Industries, Inc. (Intertek-PSI), Miami, Florida 16. EDUCATION (DEGREE AND SPECIALIZATION) • Master of Science in Geotechnical Engineering and Construction Management, University of Florida, 2001 • Bachelor of Science in Civil Engineering, National University of Colombia, 1996 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) • FL PE # 60745, 2004 • ASCE Associate Member • FDOT Certified Quality Control Manager #42242474 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) • American Concrete Institute (ACI) • American Society of Civil Engineers (ASCE), Miami-Dade County Chapter Director 2010 • Florida Engineering Society (FES) 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (City and State) Geotechnical Services, Special Inspections, Structural Assessment, Soils, Foundations, and Materials Testing Services for Water and Sewer Department Capital Improvement Projects, (Contract E15-WASD-13) Miami Dade County, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2016-ongoing CONSTRUCTION (If applicable) n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Executive-in-Charge responsible for $1.5M (NTE) contract to provide geotechnical engineering and testing services for construction inspection and testing services under Miami Dade County Contract E15-WASD-13. Services performed are related to the Improvement, Upgrades, and Expansions of Water, Wastewater Treatment Plants, Pump Stations, Collection, Distribution and Transmission Piping and all Related Facilities as Necessary to Ensure Quality Control/Assurance for Water and Sewer Department Capital Improvement Projects. b. (1) TITLE AND LOCATION (City and State) FDOT D4/D6: Districtwide (D/W) Materials Lab Geotechnical Services Consultant (FDOT Contract C9L13) Indian River, St. Lucie, Martin, Palm Beach, and Broward Counties, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2015-2020 CONSTRUCTION (If applicable) n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Executive-in-Charge working alongside the FDOT District Materials Office (IV and VI) since 2003. Mr. Villegas has been involved with over 300 task work order’s (TWO) covering a wide array of geotechnical engineering activities. These activities include field, laboratory and engineering assignments relating to bridges, miscellaneous structures, roadway, evaluation of distress, drainage studies and providing in-house staff support to the District Materials Office. c. (1) TITLE AND LOCATION (City and State) Miami-Dade County Continuing Services PSAs (2) YEAR COMPLETED PROFESSIONAL SERVICES 2009-ongoing CONSTRUCTION (If applicable) n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Executive-in-Charge. Since 2009, PSI has provided geotechnical, environmental, and materials testing and inspections services to numerous Miami-Dade County Departments under our continuing Professional Service Agreements (PSA). We have provided our vast array of services on thousands of horizontal and vertical projects throughout one of the most populous counties in the nation. Miami-Dade County Miscellaneous PSAs to Provide Geotechnical, Soils, Foundations, and Materials Testing Services and PSAs to Provide Environmental Materials Testing Testing/Consulting/Training Services. Contracts: E09-PWWM-08 and E09-PWWM-09, 2009-2012; Contracts: E12-PWWM-08 and E12-PWWM-09, 2013-2016; Contracts: E15-PWWM-02; E15-PWWM-03, 2017- ongoing. d. (1) TITLE AND LOCATION (City and State) FDOT Districtwide Materials Testing and Construction Support (D4/D6) FDOT Contract (18448) 42490896201, Indian River, St. Lucie, Martin, Palm Beach, Broward, Miami Dade, and Monroe Counties, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2016-2019 CONSTRUCTION (If applicable) n/a (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE þ Check if project performed with current firm Executive-in-Charge. PSI, under the direction of Mr, Villegas, is providing laboratory and field testing of bituminous material, concrete, soils, aggregate materials, water, steel, prestress concrete, and precast concrete along multiple roadways in FDOT’s District 4 and District 6 located in Indian River, St. Lucie, Martin, Palm Beach, Broward, Miami Dade, and Monroe Counties, Florida. Additionally, field and laboratory testing is performed by PSI’s personnel at offsite material producer locations, including all Portland cement concrete plants, hot-mix asphalt, concrete plants and aggregate suppliers. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 76 inceaeK The Corradino Group 54 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM 15. FIRM NAME AND LOCATION 16. EDUCATION 17. CURRENT PROFESSIONAL REGISTRATION 18. OTHER PROFESSIONAL QUALIFICATIONS 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE X Check if project performed with current firm Contact: b. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE X Check if project performed with current firm Contact: c. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE XCheck if project performed with current firm Contact: d. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE XCheck if project performed with current firm Contact: e. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Contact: DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 77 (Complete one Section E for each key person.) (City and State) Chrome Engineering,Inc.,Miami,Florida Jorge A Canales,PE Senior Structural Engineer 49 4 (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) BS Civil Engineering,University of Missouri,1978 Florida Professional Engineer BS Building Engineering,Lincoln University,1968 License #60444 (2003) (Publications,Organizations,Training,Awards,etc.) Mr.Canales’s 49+years of structural engineering experience includes horizontal structures,including steel and concrete buildings, reinforced masonry,timber,aluminum designs.His experience includes multiple building rehabilitation projects with structural remediation.Mr.Canales is a Miami Dade County B.O.R.A registered structural plans examiner. (City and State) 311 &911 Support Area Renovation,Doral,Florida 2019 (If applicable) 2023 (Brief scope,size,cost,etc.)uStructuralEngineerinchargeoftheQA/QC of structural plans and calculations for the construction of a two level 8,500 square foot area at the Lightspeed Facility in 11500 NW 25th Street,Miami-Dade County,Florida.The two-level structure will be built within an existing building and is designed to support mechanical equipment at the mezzanine level and to provide accommodation for the staff responding to 311 and 911 calls.The proposed supporting frame includes steel columns and beams supported on concrete foundations. The roof is supported by steel joists.Mr.Burton H.Hersh,AIA,305-446-4877 Ext.701 Chrome Fee:$24K (City and State) Town of Surfside Structural Plans Reviewer,Town of Surfside,Florida 08/2021 -Present (If applicable) n/a (Brief scope,size,cost,etc.)uStructuralPlansExaminerinchargeofthereviewofbuildingpermitsforavariedrangeof construction projects in the Town of Surfside for New Residential Homes,New Commercial Buildings and Hotels,New Seawalls,Seawall Repairs,Additions,Pools,canopies,and building repair projects.Mr.Canales is extremely familiar with Chapter 16th of the 2020,7th Edition Florida Building Code as well as with the ASCE 7-16 wind design requirements.Mr.Canales handles multiple concurrent reviews on a timely manner for the Town. Mr.James McGuinness,EI,CBO,CFM,MCP,LEED AP BD+C (305)777+21-64 Ext.231.Approx Year Fee:$20K (City and State) DB19-DTPW-01 -Contractor:OHL,Miami Dade South Corridor -Design Build,(If applicable) Miami,FL 2019 2023-2024 (Brief scope,size,cost,etc.) Structural Engineer in charge of the QA/QC of the structural peer review for the station canopy design required at 14 new busway stations.This fast-paced DB contract is currently improving the Busway South Corridor which runs parallel to US-1 from Datran Drive (Just south of SW 88th Street)to SW 336th Street.The proposed stations are composed of steel arches spanning the busway supported on concrete foundations.Incidental reviews included the proposed structural steel framing for the proposed station vestibules. Mr.Francis Liston,P.E.,727-201-7336.Chrome Fee:$50K. (City and State) G-72E Control Structure,Hialeah Gardens,Florida (If applicable) 2019 2023 (Brief scope,size,cost,etc.) Structural Engineer in charge of the quality control for calculations and plans for a South Florida Water Management District Control Structure within the C-7 canal in Miami-Dade County.Services include the design of a 50'cast in place concrete twin box culvert (7’Wx7'H),anchored sheet pile walls,cast in place wing walls and spilling well steel platforms.The designs followed AASHTO LRFD Specifications for Bridge construction for the culvert and sheet piles as well as the Florida Building Code for the spilling well platforms.Mr.Joan De La Rosa,P.E.,(305)431-1721.Chrome Fee:$80K. (City and State) Hard Rock Stadium Pedestrian Bridges and Tunnels,Miami Gardens,Florida (if applicable) 2019 2019 (Brief scooe,size.cost,etc.) Structural Engineer in charge of the verification of shop drawings and design calculations for 2 prefabricated truss bridges and 2 precast concrete arch tunnels constructed at the Hard Rock Stadium in Miami Gardens,Florida.Design elements included steel design,steel sheet piling,MSE Wall control drawings,joints,bearing plates and waterproofing system among others.Responsibilities also included assisting the Construction Engineering Inspections (CEI)team with structural related RFI’s.Mr.Erik Sibila,P.E.,(305)238- 9816.Construction Cost:$50M.Chrome Fee:$17K. The Corradino Group 55 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM 15. FIRM NAME AND LOCATION 16. EDUCATION 17. CURRENT PROFESSIONAL REGISTRATION 18. OTHER PROFESSIONAL QUALIFICATIONS 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE X Check if project performed with current firm b. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE X Check if project performed with current firm c. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE XCheck if project performed with current firm d. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE XCheck if project performed with current firm e. (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION AND SPECIFIC ROLE XCheck if project performed with current firm DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 78 (Complete one Section E for each key person.) Oscar J.Cruz,PE Senior Structural Engineer 22 5 (City and State) Chrome Engineering,Inc.,Miami,Florida CHROME ENGINEERING.IN^. (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) BS Civil Engineering,Florida International University,Dec.2020 Florida Professional Engineer MS Structural Engineering Courses,FIU 2006 License #63889 (2006) (Publications,Organizations,Training,Awards,etc.) Mr.Cruz’s 22 years of structural engineering experience includes horizontal structures,including steel and concrete buildings,reinforced masonry,timber,aluminum designs.His experience includes multiple building rehabilitation projects with structural remediation.Mr. Cruz is familiar with the requirements of the 2020 7th Edition Florida Building Code and ASCE 7-16.FES Member (2006) (City and State) 311 &911 Support Area Renovation,Doral,Florida 2019 (If applicable) 2023 (Brief scope,size,cost,etc.)uStructuralEORinchargeofthestructuralplansandcalculationsfortheconstruction of a two level 8,500 square foot area at the Lightspeed Facility in 11500 NW 25th Street,Miami-Dade County,Florida.The two-level structure will be built within an existing building and is designed to support mechanical equipment at the mezzanine level and to provide accommodation for the staff responding to 311 and 911 calls.The proposed supporting frame includes steel columns and beams supported on concrete foundations.The roof is supported by steel joists.Contact:Mr.Burton H.Hersh,AIA,305-446-4877 Ext.701 Chrome Fee:$24K (City and State) Villa Florini Condominium Association,City of Coral Gables,Florida 2022 (If applicable) 2023 (Brief scope,size,cost,etc.)uStructuralEORinchargeofthestructuralplansandprojectspecificationsfortheconcrete repairs,including concrete deck,planters, expansion joints required at 101 Sidonia Avenue,Coral Gables,Florida 33154 to address water intrusion,concrete spalls,and concrete cracks.Activities included the preparation and submittal of permit documents as well as inspections during construction to overview the successful completion of anticipated repairs.Contact:Mr.Gerardo Norona,PE (305)439-1749.Chrome Fee:S7.5K (City and State) DB19-DTPW-01 -Contractor:OHL,Miami Dade South Corridor -Design Build, Miami,FL 2019 (If applicable) 2023-2024 (Brief scope,size,cost,etc.)uStructuralEORinchargeoftheStructuralpeerreviewforthestationcanopydesign required at 14 new busway stations.This fast- paced DB contract is currently improving the Busway South Corridor which runs parallel to US-1 from Datran Drive (Just south of SW 88th Street)to SW 336th Street.The proposed stations are composed of steel arches spanning the busway supported on concrete foundations.Incidental reviews included the proposed structural steel framing for the proposed station vestibules.Contact:Mr. Francis Liston,P.E.,(727)201-7336.Chrome Fee:$260k. (City and State) Pedestrian Bridge Rehabilitation Plan:City of Miami Beach,FL 2021-Present (If applicable) Present (Brief scope,size,cost,etc.)uPMandStructuralEORinchargeofplanspreparationforsixpedestrianbridgesinthe City of Miami Beach.Five of these structures are decorative concrete bridges approximately 10’wide with lengths ranging from 84'to 215'.The sixth bridge is a steel truss with timber decking crossing the Collins Canal.Mr.Cruz oversees the bridge rehabilitation program for these structures including developing Bridge Inspection Reports and construction documents for repairing concrete beams,deck,and railings.Repairs include CFRP wraps and FRP reinforcing bars.Contact:Mr.Aaron Osborne,Civil Engineer I,305-673-7080 x 6110.Chrome Fee:$170k. (City and State) Bridge Rehabilitation Contract;City of Coral Gables,FL 2021-Present (If applicable) 2021-Present (Brief scope,size,cost,etc.)uPMandStructuralEORinchargeofplanspreparationforonepedestrianbridgeaswell as three sonovoid bridges 875303,875307 and 875309 within the City of Coral Gables.Plans include concrete spalls and crack repairs to the beam undersides as well as a retrofit longitudinal connection between beams to mitigate deficiencies of the existing transverse post tensioning system.Additional repair details have been prepared for barrier impacts on bridge 870300 as well as concrete spall repairs and pile jacket details for bridge 875301 over the Coral Gables.Canal.Contact:Mr.Jean Solari,MBA,Project Manager,305-460-5053.Chrome Fee:$60k. The Corradino Group 56 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION STANDARD FORM 330 PAGE 2 a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Dylan Gehring Plus Urbia, LLC d/b/a Plusurbia Design (Miami, FL) Clemson University Master of City + Regional Planning Ball State University Bachelor of Urban Planning + Development n/a East Gateway District - Greenville (Greenville, SC) Districtandintroducesstrategiestoweavethebuiltenvironmentbacktogether,betterestablishingphysicalandpsychological connectionstotheadjacentdowntown.‘ Locatedinoneofthenation'sfastest-growingcities,thisCommunityVisionPlanembracestheassestsofGreenville’sGateway ‘✔ 2022 City Terrace CDC (Opa-Locka, FL) ‘✔ 2023 General Planning and Economic Development Strategy Services to provide a holistic redevelopment vision and recommendations for the future of the Opa-Locka CDC's properties as part of a larger special district. The parcels were reimagined as catalytic sites to rebuild the city's downtown. Plusurbia has continued to assist the CDC peridoically throughout implementation. Overtown Revitalization Master Plan (Miami, FL) An overview and plethora of strategies for inclusive revitalization in Miami's revered historic Black neighborhood, which has experienced growing pains under the stress of gentrification. ‘✔ ‘✔ ongoingBorinquen Trail (Puerto Rico) could produce up to $673M in economic impact annually. A visionary pro bono project, the Borinquen Trail is a proposed 595-mile rail trail encircling all of Puerto Rico that, at full build-out, Doral Boulevard Master Plan (Doral, FL)ongoing ‘✔ Re-envisioning a suburban South Florida corridor as a multimodal-friendly, activated, and beautified main street through deep analysis and creative placemaking recommendations 2 2023 6 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 79 (Complete one Section E for each key person.) (Publications,Organizations,Training,Awards,etc.) (City and State)plusurbia. (Degree and Specialization)(State and Discipline) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 57 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm David Soto Padin Plus Urbia, LLC d/b/a Plusurbia Design (Miami, FL) 11 4 Universidad de Puerto Rico Recinto Universitario de Mayagüez BSc in Civil Engineering Portland State University MSCE in Transportation Engineering Institute of Transportation Engineers (Member) n/a ✔ ✔ ✔ ✔ ✔ Dolphin Station TOD (Miami, FL) rapid transit Urban design and land use planning for Transit Oriented Development to help fund resources for and encourage accessibility to 2020 HART TODs Pilot Project (Hillsborough, FL) Creationofaform-basedcodetemplatefortheTODareasalongcorridorsinthemetropolitanregionofTampa.Thiswillseekto upgradedensities,mixed-use,thequalityoffrontages,andthepublicrealminthestations’pedestriansheds 2022 Borinquen Trail (Puerto Rico) Developedmasterplanforintegrationofanurbanrail-trailintoPlayadePonce’sdevelopmentplan.Thisvisionreportwas developedinconjunctionwithcommunityleaders,non-profit,andgovernmentstakeholdersinPlayadePonce. ongoing Las Olas Boulevard Visioning (Fort Lauderdale, FL) Mobility and Design Support for conceptual design of multimodal corridor. This project works to create new regulations to develop a walkable, accessible, world-class, urban destination. 2022 Underline Special District (Miami-Dade County, FL) Recommendations to ensure compatible land uses, development patterns, quality urban design and connectivity along the 10+ mile corridor identifying specific value capture mecha-nisms and inclusive outreach strategies. 2020 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 80 (Complete one Section E for each key person.) (Publications,Organizations,Training,Awards,etc.) (City and State)plusurbia. (Degree and Specialization)(State and Discipline) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 58 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Juan Mullerat Lead Urban Designer 25 13 Plus Urbia, LLC d/b/a Plusurbia Design (Miami, FL) University of Miami: University of North Carolina:at Charlotte: Master of Architecture, 2004 Master of Urban Design, 2004 Bachelore of Arts in Architecture, 1999 Bachelor of Arts in Urban Studies, 2000 n/a American Planning Association, Member National Charrette Institute (NCI), Member APA National Economic Development Plan Award: Wynwood Neighborhood Revitalization APA Florida - Gold Coast 2022 Award of Excellence Best Report, Plan or Study" APA Florida Award of Merit Wynwood Norte Community Vision Plan 2021 West Grove Affordable Housing (Hialeah, FL) ‘✔ ‘✔ ‘✔ ‘✔ ‘✔ Blueprint to make policy and legislative modifications to the current conditions in the West Grove neighborhood to incentivize an Affordable Housing component."APA Florida - Gold Coast 2022 Award of Excellence Best Report, Plan or Study" 2022 El Portal (El Portal, FL)2023 Creation of new municipal zoning ordinance and Comprehensive Plan amendments. Recommendations focus on mixed-use Town Center and corridor legislation that generate new economic sources and provide a destination for the Village in proximity to a future transit station. Wynwood Norte MP - Community Vision Plan (Miami, FL) Community-drivenvisionplanfortheneighborhoodnorthofWynwoodthatworkedtocraftrecommendationsandproposedesign solutionsfortheneighborhoodbasedonthecommunity’sfeedback,withanemphasisonmobility,accessibility,andsafety. 2019 HART TODs Pilot Project (Hillsborough County, FL) Creationofaform-basedcodetemplatefortheTODareasalongcorridorsinthemetropolitanregionofTampa.Thiswillseekto upgradedensities,mixed-use,thequalityoffrontages,andthepublicrealminthestations’pedestriansheds. Hialeah Heights - N138 District (Hialeah, FL) The goal was to create a mixed-use, connected walkable residential development in the area of Hialeah Heights. The plan aims to create a compatible and resilient residential development. 2022 2020 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 81 (Complete one Section E for each key person.) (Publications,Organizations,Training,Awards,etc.) (City and State)plusurbia. (Degree and Specialization)(State and Discipline) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 59 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Manuel De Lemos University of Miami: Bachelor of Architecture Plus Urbia, LLC d/b/a Plusurbia Design (Miami, FL) n/a Urban Land Institute (ULI): Member Appraisal Institute (AI): Member College of Architects and Landscape Architects of Puerto Rico (CAAPPR): Member Wynwood Norte MP - Community Vision Plan (Miami, FL) Community-drivenvisionplanfortheneighborhoodnorthofWynwoodthatworkedtocraftrecommendationsandproposedesign solutionsfortheneighborhoodbasedonthecommunity’sfeedback,withanemphasisonmobility,accessibility,andsafety. ‘✔ ‘✔ ‘✔ 2019 Downtown Rockledge Master Plan (Rocklege, FL) and recreational opportunities. In collaboration with Business Flare, the vision and design of a vibrant, mixed-use downtown, while preserving the existing neighborhood character, to encourage investment in land, development, and infrastructure. The master plan includes a gateway and the connections to and from the Civic Hub (Central Plaza) and Lake Betsi recreation area to enhance connectivity, entrepreneurial 2021 Little Havana Revitalization (Miami, FL)2019 In partnership with the National Trust for Historic Preservation, plan efforts worked to preserve the authenticity of Little Havana and provide new policy recommendations that incentivize preservation, adaptive re-use and urban infill. ‘✔ ‘✔ Brandon Town Center Master Plan (Fort Lauderdale, FL) centerandamajorvacationdestinationsustainedbyanaccessible,resilientandconnectedcommunity. Createsawalkablecommunitywithavibrantlive,work,andplayenvironment.Focusesonthecity’sgoalsofbeingbothanurban 2019 District Wynwood - Wynwood NRD (Miami, FL) Crafted a national model for urban zoning codes to support creative industries, mixed-use, transit-supportive development, proper urban scale and green space. 2015 20 7 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 82 (Complete one Section E for each key person.) (Publications,Organizations,Training,Awards,etc.) (City and State)plusurbia. (Degree and Specialization)(State and Discipline) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 60 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION 16. EDUCATION 15. FIRM NAME AND LOCATION STANDARD FORM 330 PAGE 2 a. b. c. d. (1) TITLE AND LOCATION PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (2) YEAR COMPLETED (3) BRIEF DESCRIPTION AND SPECIFIC ROLE Check if project performed with current firm Megan McLaughlin Lead Multimodal Designer Plus Urbia, LLC d/b/a Plusurbia Design (Miami, FL) College of William and Mary: University of Miami: Bachelor of Arts History Master of Architecture AICP Board)Dade Heritage Trust (Advisor) Planner)Miami-Dade County (Historic Preservation American Institute of Certified Planners (Certified West Grove Affordable Housing (Hialeah, FL)2022 Affordable Housing component."APA Florida - Gold Coast 2022 Award of Excellence Best Report, Plan or Study" Blueprint to make policy and legislative modifications to the current conditions in the West Grove neighborhood to incentivize an ‘✔ ‘✔ ‘✔ ‘✔ ‘✔ Wynwood Norte MP - Community Vision Plan (Miami, FL)2019 Community-drivenvisionplanfortheneighborhoodnorthofWynwoodthatworkedtocraftrecommendationsandproposedesign solutionsfortheneighborhoodbasedonthecommunity’sfeedback,withanemphasisonmobility,accessibility,andsafety. OmniCRA-Entretainment MP (Miami, FL)2017 A Master Planning / Visioning Design and Feasibility Study to create an Entertainment District within the OMNI CRA boundaries Little Havana Revitalization (Miami, FL) provide new policy recommendations that incentivize preservation, adaptive re-use and urban infill. In partnership with the National Trust for Historic Preservation, plan efforts worked to preserve the authenticity of Little Havana and 2019 Hialeah TOD-Market Station (hialeah, FL) Masterplanandland-usepolicyforTODaroundthecity’sMarketDistrictandTransferrailstations.Supportscompact,mixed-use developmentanchoredbycommuterrail.‘ 2016 17 6.5 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 83 (Complete one Section E for each key person.) (Publications,Organizations,Training,Awards,etc.) (City and State)plusurbia. (Degree and Specialization)(State and Discipline) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) (City and State) (If applicable) (Brief scope,size,cost,etc.) The Corradino Group 61 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12. NAME Miguel Juncal, RLA, CA 13. ROLE IN THIS CONTRACT Project Landscape Architect 14. YEARS EXPERIENCE a. TOTAL 19 b. WITH CURRENT FIRM 14 15. FIRM NAME AND LOCATION Miller Legg, Miami, FL 16. EDUCATION Bachelor of Landscape Architecture, Minor in Environmental Sciences 17. CURRENT PROFESSIONAL REGISTRATION FL, Registered Landscape Architect FL, Certified Arborist FL, FDOT Intermediate Maintenance of Traffic 18. OTHER PROFESSIONAL QUALIFICATIONS Mr. Juncal is a Landscape Architect and Certified Arborist focused on a variety of public and private landscape architecture projects including roadway landscaping and irrigation, active and passive park landscape design, higher educational facilities as well as residential and commercial projects. Certified Arborist services include: tree species identification and inventories, tree surveys and canopy mapping, destroyed/damaged tree assessments, tree value estimates, tree grading, tree species selection for planting, mangrove trimming oversight and tree permitting. 19. RELEVANT PROJECTS a. (1) TITLE AND LOCATION City of South Miami Sunset Drive Roadway and Beautification Improvements South Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Project Manager: For this 1/4-mile roadway and beautification project along Sunset Drive/SW 72nd Street from US 1 to SW 57th Avenue, Miller Legg provided landscape architecture, arborist, irrigation and construction observation services. The project scope consisted of roadway and beautification improvements which included proposed type ‘F’ curb and gutters, the replacement of sidewalks, and new trees and plants and specified locations throughout the project site. Specific services included tree removal and disposition, irrigation field investigation, hardscape design, landscape design and construction observation services. b. (1) TITLE AND LOCATION City of Miami Beach Chase Avenue and 34th Street Shared Path Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Project Manager: Miller Legg was retained to provide surveying, civil engineering and landscape architecture services related to the new Chase Avenue and 34th Street shared path and roadway improvements project. The scope of services includes topographic surveying, tree inventory, disposition and permitting; irrigation, landscape, hardscape and amenities design, site civil design development, permitting coordination, bidding assistance/contract administration and construction phase tasks including construction observation. c. (1) TITLE AND LOCATION City of Miami La Pastorita Neighborhood Roadway Improvements Study Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Project Manager: This neighborhood improvement project is in the La Pastorita neighborhood, bounded by SW 11th Street to the north, SW 16th Street to the south, SW 34th Avenue to the east and SW 37th Avenue to the west. The goal of the project was to promote pedestrian friendly roadways and neighborhood beautification. Miller Legg provided landscape architecture and Certified Arborist services. Specific services included tree inventory and assessment, tree master plan coordination, conceptual plan / color rendering for the La Pastorita Neighborhood Roadway Improvements Phase 1. Other activities included public outreach and future construction program analysis. d. (1) TITLE AND LOCATION Miami-Dade County Roadway Improvements along SW 127th Avenue from SW 144 Street to SW 136 Street, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Project Manager: Miller Legg provided landscape architectural services for roadway improvements to this corridor along SW 127th Avenue in Miam i-Dade County. Specific landscape architectural services included inventory and analysis of the landscape, preparation of a Landscape Opportunity Plan and misc. coordination and project team meetings. Miller Legg provided these landscape architectural services as a subconsultant to BCC Engineering under their E19-DTPW-12 Highway Engineering Services contract. e. (1) TITLE AND LOCATION City of Tamarac Commercial Blvd Landscaping Improvements Tamarac, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Project Landscape Architect: The City of Tamarac engaged Miller Legg to provide landscape architectural, a certified arborist report and survey s ervices for the existing medians along 1.70 miles of West Commercial Blvd in Broward County between North Pine Island Road and Sawgrass Expressway. In addition to landscape architecture and survey services, the Miller Legg team also provided lighting and electrical services, irrigation design, permitting, and construction administrative services. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 84 (Complete one Section E for each key person.) (City and State) MILLER "LEGG (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications,Organizations,Training,Awards,etc.) (City and State) (If Applicable) (City and State) (If Applicable) (City and State) (If Applicable) (City and State) (If Applicable) (City and State) (If Applicable) The Corradino Group 62 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME Andrew Pereda, MLA 13.ROLE IN THIS CONTRACT Landscape /IrrigationDesigner 14. YEARS EXPERIENCE a.TOTAL 8 b.WITH CURRENT FIRM 7 15.FIRM NAME AND LOCATION Miller Legg, Ft. Lauderdale, FL 16.EDUCATION Master of Landscape ArchitectureAssociate in Arts 17.CURRENT PROFESSIONAL REGISTRATION FL, FDOT Intermediate Maintenance of Traffic 18.OTHER PROFESSIONAL QUALIFICATIONS Mr. Pereda is a Landscape Designer responsible for public and private landscape architectural design projects including active and passive park landscape design and roadway landscaping and irrigation projects. Prior to joining Miller Legg, he was with a local landscape architectural firm for one year as a Landscape Designer. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION City of Miami Beach 20th Street & Sunset Drive Pocket Park Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2020 CONSTRUCTION (3)BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Landscape Designer: Under our Continuing Services Contract, Miller Legg provided survey, civil, geotechnical, electrical, str uctural engineering and landscape architecture services for the design, permitting and construction of a new ADA-accessible .33-acre pocket park at 20th Street and Sunset Drive. The firm prepared a boundary and topographic survey, assisted with the planning of key program elements and performed schematic design, design development, construction document, bidding and construction tasks. b. (1)TITLE AND LOCATION City of Miami Beach 19th Street Stormwater Pump Station & Botanical Gardens Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2019 CONSTRUCTION (3)BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Landscape Designer: Construction of this pump station was part of the overall plan for the Citywide stormwater improvement sy stem to reduce flooding for residents of the Washington Avenue and Convention Center Drive neighborhood. Miller Legg provided topographic surveying services, a survey of utility designation markings, and an as-built survey of constructed improvements on the 19th Street pump station, the associated parking area and the re-capping areas of the seawall. Also, Miller Legg provided tree inventory and analysis, hardscape, landscape and irrigation design. c. (1)TITLE AND LOCATION City of Miami La Pastorita Neighborhood Roadway Improvements Study Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3)BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Landscape Designer: This neighborhood improvement project was located in the La Pastorita neighborhood, bounded by SW 11th Street to the north, S W 16th Street to the south, SW 34th Avenue to the east and SW 37th Avenue to the west. The goal of the project was to promote pedestrian friendly roadways and neighborhood beautification. Miller Legg provided landscape architecture and Certified Arborist services. Specific services included tree inventory and assessment, tree master plan coordination, conceptual plan / color rendering for the La Pastorita Neighborhood Roadway Improvements Phase 1. Other activities included public outreach and future construction program analysis. Miller Legg was a subconsultant to The Corradino Group. d. (1)TITLE AND LOCATION City of Dania Beach Southeast Drainage Improvements Phase 2 Dania Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2023 CONSTRUCTION (3)BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Landscape Designer Miller Legg is providing civil engineering, permitting and landscape architecture services for this draina ge improvement project to improve current flooding issues at the 103-acre neighborhood bounded by SE 3rd Street to the North, SE 2 Ave to the West, SE 7 Street to the South and SE 5th Avenue to the East. Drainage solutions include pump stations, drainage wells, exfiltration trenches, etc. to reduce flooding, including duration and severity, reduce neighborhood impacts and mitigate project costs. Miller Legg is a subconsultant to WSP USA. e. (1)TITLE AND LOCATION City of Miami Armbrister Park Community Center Coconut Grove, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE [X]Checkifprojectperformedwithcurrentfirm Landscape Designer: Replacement of the existing community center building with a new 10,000 SF 2 -story facility and outdoor pavilion. Providing site civil and utility infrastructure research of utility maps, as-builts and existing site conditions followed by preparation of civil, landscape architecture and irrigation construction documents, government agency permitting coordination, bidding assistance, contract administration and construction administration. STANDARD FORM 330 )PAGE 2 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 85 (Complete one Section E for each key person.) (City and State) MILLER "LEGG (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications,Organizations,Training,Awards,etc.) (City and State) (If Applicable) (City and State) (If Applicable) (City and State) (If Applicable) (City and State) (If Applicable) (City and State) (If Applicable) The Corradino Group 63 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME MartinRossi,PSM 13.ROLE IN THIS CONTRACT ProjectSurveyor 14. YEARS EXPERIENCE a.TOTAL 44 b.WITH CURRENT FIRM 38 15.FIRM NAME AND LOCATION Miller Legg, Sunrise, FL 16.EDUCATION 17.CURRENT PROFESSIONAL REGISTRATION FL / Registered Professional Surveyor & Mapper 18.OTHER PROFESSIONAL QUALIFICATIONS Senior Project Surveyor with more than four decades of surveying and subsurface utility engineering (SUE) experience. His principal areas of experience include surveys such as boundary, topographic, ALTA/ACSM land title surveys, quantity, environmental and wetland, condominium, construction layout, as-built, right-of-way, specific purpose and subdivisions and platting, as well as subsurface utility engineering (SUE). He currently manages the South Florida survey department and field crews. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION City of Miami Beach Chase Avenue and 34th Street Shared Path Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor: Provided surveying, civil engineering and landscape architecture services related to the new Chase Avenue and 34th Street shared path and roadway improvements project. The scope of services included topographic surveying, tree inventory, disposition and permitting; irrigation, landscape, hardscape and amenities design, site civil design development, permitting coordination, bidd ing assistance/contract administration and construction phase tasks including construction observation. b. (1)TITLE AND LOCATION City of Miami Beach 19th Street Stormwater Pump Station & Botanical Gardens Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2019 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor: Construction of this pump station was part of the overall plan for the Citywide stormwater improvement system to reduce flooding for residents of the Washington Avenue and Convention Center Drive neighborhood. Miller Legg provided topographic surveying services, a survey of utility designation markings, and an as-built survey of constructed improvements on the 19th Street pump station, the associated parking area and the re-capping areas of the seawall. Also, Miller Legg provided tree inventory and analysis, hardscape, landscape and irrigation design. c. (1)TITLE AND LOCATION City of Tamarac Commercial Boulevard Landscaping Improvements Tamarac, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor: Provided landscape architectural, a certified arborist report and survey services for the existing medians along 1.70 miles of West Commercial Boulevard between North Pine Island Road and Sawgrass Expressway. In addition to landscape architecture and survey services, also provided lighting and electrical services, irrigation design, permitting, and construction administrative services. d. (1)TITLE AND LOCATION City of Miami Fairlawn Community Park Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor: Under our continuing services contract, Miller Legg was awarded the development of programming, pre-design/concept, construction document preparation and construction phase services for a new 1-acre park on SW 63rd Avenue. The scope includes planning, civil engineering, landscape architecture, surveying and SUE, structural, electrical and geotechnical engineering as well as permitting, opinion of probable cost and limited construction administration. e. (1)TITLE AND LOCATION City of Miami Gardens Rolling Oaks Regional Park Miami Gardens, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Surveyor: Renovations of Rolling Oaks Regional Park include construction of a new one-story 4,000 SF recreation building, renovated restroom facilities, expansion of walking trail with lighting, distance marker, and exercise stations, new pavilions, new parking lot, refurbished basketball and tennis courts, new fencing, new shaded playgrounds, new landscaping and irrigation, addition of horseshoe pits, sand volleyball, mini golf and splashpad, and video system and WIFI. Miller Legg is providing civil engineering, landscape architecture, surveying and SUE services for this 40-acre park as a subconsultant to Synalovski, Romanik and Saye Architects. The civil scope includes design of a lift station and on-site force main extension to service the proposed Welcome Center. An arborist assessment of existing trees and palms was carried out as part of the landscape architecture services. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 86 (Complete one Section E for each key person.) (City and State) (DEGREE AND SPECIALIZATION) (Publications,Organizations,Training,Awards,etc.) MILLER ^LEGG (STATE AND DISCIPLINE) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) The Corradino Group 64 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME SandroElvir,CSTI 13.ROLE IN THIS CONTRACT SeniorCADTechnician 14. YEARS EXPERIENCE a.TOTAL 26 b.WITH CURRENT FIRM 4 15.FIRM NAME AND LOCATION Miller Legg, Sunrise, FL 16.EDUCATION Associate of Science / Drafting/CAD 17.CURRENT PROFESSIONAL REGISTRATION FL / Remote Pilot Certification FL / Certified Survey Technician Level I 18.OTHER PROFESSIONAL QUALIFICATIONS Sandro has more than 22 years of professional surveying experience ranging from a field crew chief to survey manager overseeing survey crews. His areas of expertise include land surveying, boundary, topographic, ALTA, control surveys, utility surveys, 3D Radar Tomography, GPS, route surveys, legal descriptions, laser scanning, and construction layout calculations. He is experienced in AutoCAD, Civil 3D, Cyclone and CloudWorx, and Trimble Geomatics Office. Prior to joining Miller Legg, Sandro was Survey Coordinator Manager with another South Florida surveying firm for 15 years. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION City of Miami Gardens Rolling Oaks Regional Park Miami Gardens, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Senior CAD Technician: Under our continuing services contract, Miller Legg was awarded the development of programming, pre- design/concept, construction document preparation and construction phase services for a new 1-acre park on SW 63rd Avenue. The scope includes planning, civil engineering, landscape architecture, surveying and SUE, structural, electrical and geotechnical engineering as well as permitting, opinion of probable cost and limited construction administration. b. (1)TITLE AND LOCATION City of Miami Armbrister Park Community Center Coral Gables, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Senior CAD Technician: Replacement of the existing community center building with a new 10,000 SF 2-story facility and outdoor pavilion. Providing site civil and utility infrastructure research of utility maps, as-builts and existing site conditions followed by preparation of civil, landscape architecture and irrigation construction documents, government agency permitting coordination, bidding assistance, contract administration and construction administration. c. (1)TITLE AND LOCATION City of Miami Fairlawn Community Park Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Senior CAD Technician: Under our continuing services contract, Miller Legg was awarded the development of programming, pre- design/concept, construction document preparation and construction phase services for a new 1-acre park on SW 63rd Avenue. The scope includes planning, civil engineering, landscape architecture, surveying and SUE, structural, electrical and geotechnical engineering as well as permitting, opinion of probable cost and limited construction administration. d. (1)TITLE AND LOCATION City of Miami Beach Chase Avenue and 34th Street Shared Path Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Senior CAD Technician: Provided surveying, civil engineering and landscape architecture services related to the new Chase Avenue and 34th Street shared path and roadway improvements project. The scope of services included topographic surveying, tree inventor y, disposition and permitting; irrigation, landscape, hardscape and amenities design, site civil design development, permitting coordination, bidding assistance/contract administration and construction phase tasks including construction observation. e. (1)TITLE AND LOCATION City of Miami Beach 20th Street & Sunset Drive Pocket Park Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2020 CONSTRUCTION 2020 (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Senior CAD Technician: Under our Continuing Services Contract, Miller Legg provided survey, civil, geotechnical, electrical, structural engineering and landscape architecture services for the design, permitting and construction of a new ADA-accessible .33-acre pocket park at 20th Street and Sunset Drive. Extensive public involvement was key to the Park's design and integrating an arts theme into the site and play elements. The firm prepared a boundary and topographic survey, assisted with the planning of key program elements and performed schematic design, design development, construction document, bidding and construction tasks. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 87 (Complete one Section E for each key person.) (City and State) MILLER ^LEGG (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications,Organizations,Training,Awards,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) The Corradino Group 65 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME JoaquinMojica,PE 13.ROLE IN THIS CONTRACT DrainageEngineer 14. YEARS EXPERIENCE a.TOTAL 24 b.WITH CURRENT FIRM 7 15.FIRM NAME AND LOCATION Miller Legg, Sunrise, FL 16.EDUCATION Bachelor of Science / Civil Engineering 17.CURRENT PROFESSIONAL REGISTRATION FL / Registered Professional Engineer 18.OTHER PROFESSIONAL QUALIFICATIONS Mr. Mojica has extensive project management, design and permitting experience in Florida and the Caribbean. He has provided civil engineering design and management services to both private and public sector clients. As Regional Engineering Manager, Mr. Mojica's responsibilities include preparation of proposals, negotiation of engineering contracts, client relations, project reporting, scheduling, budgeting, m anagement of technical staff and subconsultants, design, and permitting. He is highly skilled in CAD/Civil 3D, ICPR and PONDS software. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION City of Miami Beach Chase Avenue and 34th Street Shared Path Miami Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Provided surveying, civil engineering and landscape architecture services related to the new Chase Avenue and 34th Street shared path and roadway improvements project. The scope of services included topographic surveying, tree inventory, disposition and permitting; irrigation, landscape, hardscape and amenities design, site civil design development, permitting coordination, bidd ing assistance/contract administration and construction phase tasks including construction observation. b. (1)TITLE AND LOCATION City of Miami E.G. Sewell Park Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Under contract with the City of Miami for program development, pre-design, master planning design, public involvement workshops, construction documents and construction administration services for Sewell Park as an open passive park. The scope of services includes landscape architecture, civil engineering, topographical surveying, SUE, arborist, structural engineering, electrica l engineering, geotechnical engineering, archeological, permitting, bidding assistance and limited construction administration. c. (1)TITLE AND LOCATION City of Dania Beach Southeast Drainage Improvements Phase 2 Dania Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2023 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Provided civil engineering, permitting and landscape architecture services for this drainage improvement project which addressed flooding issues at the 103-acre neighborhood bounded by SE 3 Street to the North, SE 2 Ave to the West, SE 7 Street to the South and SE 5 Avenue to the East. Drainage solutions included pump stations, drainage wells, and exfiltration trenches to reduce flooding, including duration and severity, reduce neighborhood impacts and mitigate project costs. d. (1)TITLE AND LOCATION City of Homestead Cybrarium Storm Damage Overflow Homestead, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2023 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Provided engineering services to the 23,000 SF cyber library, specifically to resolve flooding issues related to drainage remediation design for the roof drain connection and the overflowing floor drain in the Loading Area. The scope of services includes site due diligence evaluation, construction documents and construction phase services. e. (1)TITLE AND LOCATION City of Oakland Park NE 13th Avenue Improvements Oakland Park, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Under our Continuing Services Contract providing survey and civil engineering services for the proposed stormwater management and sidewalk improvements along the NE 13th Avenue 3-mile corridor which entails providing sidewalks, new driveway connections and stormwater system improvements to connect the various streets east and west of NE 13th Avenue to the existing 72-inch drainage pipeline in NE 13th Avenue. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 88 (Complete one Section E for each key person.) (City and State) MILLER ^LEGG (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications,Organizations,Training,Awards,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) The Corradino Group 66 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME CarlosVazquez,EI 13.ROLE IN THIS CONTRACT DrainageEngineer 14. YEARS EXPERIENCE a.TOTAL 7 b.WITH CURRENT FIRM 1 15.FIRM NAME AND LOCATION Miller Legg, Sunrise, FL 16.EDUCATION Bachelor of Science / Civil Engineering 17.CURRENT PROFESSIONAL REGISTRATION FL / Engineer Intern 18.OTHER PROFESSIONAL QUALIFICATIONS Mr. Vasquez is a Project Engineer with a background in civil engineering design. He has worked on public and private sector projects involving a variety of elements such as site development, road, intersection and interchange design, utility design, feasibility studies, environmental impact assessments and erosion control. 19. RELEVANT PROJECTS a. (1)TITLE AND LOCATION Miami-Dade County Parks, Recreation & Open Spaces (PROS) Biscayne Everglades Greenway Trail Segment D Phase 2, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Providing civil and traffic engineering, surveying, SUE, environmental and permitting services for the 2.5-mile Segment D paved bicycle/pedestrian trail and roadway of the Biscayne Trail project, which will be maintained by the Miami-Dade County Parks, Recreation and Open Spaces Department. Miller Legg previously provided this overall scope of services for another segment of the Biscayne-Everglades Greenway Trail for the City of Homestead. b. (1)TITLE AND LOCATION City of Dania Beach Southeast Drainage Improvements Phase 2 Dania Beach, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2023 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Provided civil engineering, permitting and landscape architecture services for this drainage improvement project which addressed flooding issues at the 103-acre neighborhood bounded by SE 3 Street to the North, SE 2 Ave to the West, SE 7 Street to the South and SE 5 Avenue to the East. Drainage solutions included pump stations, drainage wells, and exfiltration trenches to reduce flooding, including duration and severity, reduce neighborhood impacts and mitigate project costs. c. (1)TITLE AND LOCATION City of Oakland Park NE 13th Avenue Improvements Oakland Park, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Under our Continuing Services Contract providing survey and civil engineering services for the proposed stormwater management and sidewalk improvements along the NE 13th Avenue 3-mile corridor which entails providing sidewalks, new driveway connections and stormwater system improvements to connect the various streets east and west of NE 13th Avenue to the existing 72- inch drainage pipeline in NE 13th Avenue. . d. (1)TITLE AND LOCATION City of Homestead Cybrarium Storm Damage Overflow Homestead, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2023 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Provided engineering services to the 23,000 SF cyber library, specifically to resolve flooding issues related to drainage remediation design for the roof drain connection and the overflowing floor drain in the Loading Area. The scope of services includes site due diligence evaluation, construction documents and construction phase services. e. (1)TITLE AND LOCATION Miami Dade College (MDC) North Campus Perimeter Roadway Assessment Miami, FL (2) YEAR COMPLETED PROFESSIONAL SERVICES 2022 CONSTRUCTION (3)BRIEF DESCRIPTION AND SPECIFIC ROLE [X]Check if project performed with current firm Project Engineer: Miller Legg provided surveying and engineering consulting services to assess existing perimeter roadway conditions and stormwater ponding issues at the Miami Dade College North Campus. Engineering services included roadway and drainage field condition assessment and report, including recommendations for pavement, curbing, drainage flow, traffic circulation and landscaping issues. LIDAR scanning equipment was used to prepare the topographic survey to provide more roadway elevations for a better assessment. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 89 (Complete one Section E for each key person.) (City and State) MILLER ^LEGG (DEGREE AND SPECIALIZATION)(STATE AND DISCIPLINE) (Publications,Organizations,Training,Awards,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) (City and State) (If Applicable) (Brief scope,size,cost,etc.) The Corradino Group 67 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.)1 (CityandState) City Of Homestead General Planning Services Homestead, FL 2007 (Ifapplicable) Ongoing City of Homestead Phone: 305.224.4403 E-mail: jestrada@cityofhomestead.com (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime In 2014, Corradino was tasked with completing Comprehensive Plan Future Land Use Plan Map amendments, the rezoning of City-owned properties in Downtown Homestead and, amending the zoning code to allow for certain public and retail/entertainment facilities. Additionally, Corradino has worked for the City of planning and engineering studies in and around the City including to the Comprehensive Plan and the design of the Campbell Drive/ current General Planning Services Contract. In this contract Corradino serves in several capacities. Joseph M. Services Director. In this position, he oversees the Business Licensing Division, the Planning and Zoning Division and the Building Division. This Department has a combined budget of nearly $2 million. This year it issued nearly 5,000 permits, and over 13,000 inspections, generating nearly $4 million in revenue. The Department renews nearly 2,500 business licenses and processes nearly 80 public or administrative hearings annually. Corradino provides planners to review public hearing applications as Planners review all manner of applications including site plans, code chapter revisions, a public art master plan, comprehensive plan amendments, and zoning and land use map changes. Corradino the Homestead Comprehensive Development Master Plan. This update included development of a plan for an integrated multimodal transportation system providing for the circulation of motorized and aspects of transportation in the City of Homestead including the road system, the public transit system, bicycles, pedestrians, freight rail lines, and Intermodal facilities and their access. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 90 The Corradino Group 68 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.)2 (CityandState) Miami, FL 2015 (Ifapplicable) Ongoing City of North Miami Beach David Scott, Deputy City Manager Phone: 305.948.2901 E-mail: david.scott@citynmb.com (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime The Corradino Group (Corradino) provided general planning and engineering services, as well as transportation planning as needed. Corradino staff served as in house-staff for the Community Services department and attended TRAD meetings for development review as needed. Additionally, Corradino serves as a peer reviewer for to assist with other studies such as ADA reviews, to serve on study plan and parking analyses. Corradino has provided, through this contract, Comprehensive Plan amendments, including water supply plan policies, and recommendations for further changes. We have also provided revisions for the land development code, such as for fences, on other items. Corradino has also done the Comprehensive Operational We evaluated their transit system and introduced a plan that incorporated new transit lines. Analysis included investigating demands for the circulator to determine funding for the system. underserved neighborhoods within the city. After the adoption of the report, assisted with Phase 2 implementation of two of the new routes to take place in 2017. Implementation resulted in an increase in local ridership from 17,000 to 85,000 in the first year, to 185,000 un the second year, and to 223,000 in the third year. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 91 The Corradino Group 69 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.)3 (CityandState) Town of Cutler Bay General Planning Services Cutler Bay, FL 2007 (Ifapplicable) N/A Town of Cutler Bay Rafael G. Casals, Town Manager Phone: 305.234.4262 E-mail: (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime The Corradino Group provides a variety of transportation, planning, and general services for the Town of Cutler Bay that include: ●Site Plan Reviews ●Land Development Regulation Review and Amendments ●Comprehensive Planning ●Public Involvement and Consensus Building ●Data Collection ●Level of Service Determination ●Travel Demand Forecasting ● ●Preparation of Maps, Reports, and Presentations Since its incorporation in 2005, Corradino has acted as Transportation Consultant. Corradino developed the Town of Cutler Bay Comprehensive Plan, Land Development Regulations, Bicycle and Pedestrian Master Plan, Transportation Master Plan, and Complete Streets Corridor Analysis, among other studies. Through a series of detailed and highly graphic reports and presentations, Corradino has built consensus on a list of projects for inclusion into the various tasks. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 92 The Corradino Group 70 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.)4 (CityandState) Key Biscayne, FL Ongoing (Ifapplicable) N/A Steven C. Williamson, Village Manager Phone: 305.365.5514 E-mail: (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime as needed. Provide Presentations to Planning and Zoning Board calming, transit analysis, parking studies, bicycle and pedestrian analysis, complete streets, and safe routes to school analysis. to School Plan and grant application, which resulted in a Report with associated Comprehensive Plan amendments, services as needed. Corradino was also hired to reevaluate the entirety of the mobility and the main commercial area. In the future, the area needs to function with an integrated multimodal transportation system if implemented safe walking and cycling routes from major origins and destinations in the Village. These routes included safe crossings at the major vehicular corridors, as well as reclaiming some of the vehicular capacity on those corridors for alternative modes. alternative were suggested. Vehicular travel was enhanced through technological and operational improvements along the roadways. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 93 The Corradino Group 71 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT a. PROJECT OWNER 21. TITLE AND LOCATION 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER a. b. c. d. e. f. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. POINT OF CONTACT NAME 23. PROJECT OWNER'S INFORMATION c. POINT OF CONTACT TELEPHONE NUMBER (3) ROLE(1) FIRM NAME (2) FIRM LOCATION 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Plan Review and Inspection Services, Aventura, Florida City of Aventura Mr. Ronald J. Wasson, City Manager 305.466.8910WassonR@cityofaventura.com 5 Scope consists of the following: The City of Aventura has contracted with CAP continuously for more than twenty-eight (28) years to provide full Building Department outsourcing. CAP provides the Building Official, plans review of building, structural, electrical, mechanical and plumbing. CAP performs inspections of buildings, accessibility, roofing, electrical, mechanical, gas and plumbing as contained in the Florida Building Code, including any Miami-Dade County High-Velocity Zone and City amendments. CAP provides Permit Technicians and staff to support Document Control. C.A.P. Government, Inc.Coral Gables, Florida CAPprovidesFullServicesBuildingDepartmentservicesfortheCityofAventura.Aventuraoccupiesthree andahalf(3.5)squaremiles. Cost:$2.5M - $3M in revenue. Size: Plan Review and Inspections 1995 - Ongoing N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 94 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) (City and State) (If applicable) (Include scope,size,and cost) (City and State) (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 72 (City and State) (If applicable) clajoie@daniabeachfl.gov (Include scope, size, and cost.) (City and State) (City and State) (City and State) (City and State) DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 95 The Corradino Group 73 STANDARD FORM 330 PAGE 3 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 20. EXAMPLE PROJECT KEY NUMBER 7 21. TITLE AND LOCATION (City and State) Flagler Streetscapes Miami, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES 2012-2018 CONSTRUCTION (If applicable) 2013-2024 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER City of Miami Capital Improvements Program 444 S.W. 2nd Avenue, 8th Floor Miami, Florida 33130 b. POINT OF CONTACT NAME Mr. Hector Badia. c. POINT OF CONTACT TELEPHONE NUMBER (305) 416-1280 hbadia@miamigov.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) . The project goal is to reconfigure the Flagler Street from NW 2nd Ave to Biscayne Blvd, to provide wider sidewalks, selective parallel parking/loading areas, grading/drainage improvements, and landscape and hardscape enhancements commensurate with a vibrant downtown commercial area. The goal for these improvements is to provide areas for outdoor cafes, together with unified furnishings, lighting and landscape to enhance the visitor these improvements. Given tha working in conjunction with the Downtown Development Authority (DDA), specifically with the Flagler Street Steering Committee.Cost:$ 5,250,000. This project is currently undergoing re-design after changing contractors. C+R will be working on the re-design which will incorporate a festival street for the central two blocks. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME Curtis + Rogers Design Studio, Inc. (2) FIRM LOCATION (City and State) Miami, Florida (3) ROLE Landscape Architect DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 96 hbadia@miamigov.com The Corradino Group 74 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER 8 21.TITLE AND LOCATION 22. YEAR COMPLETED 311&911SupportAreaRenovation,Doral,FloridaPROFESSIONAL SERVICES CONSTRUCTION 2020 2023 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER MiamiDadeCountyISDb.POINT OF CONTACT NAME Mr.BurtonHersh,AIA c.POINT OF CONTACT TELEPHONE NUMBER (305) 446-8777bhersh@burtonhersh.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT ChromeEngineering,Inc.,preparedstructuralplans,andcalculationsfortheconstructionofatwolevel8,500squarefootareaat theLightspeedFacilityinMiami-DadeCounty,Florida.Thetwo-levelstructurewillbebuiltwithinanexistingbuildingandis designedtosupportmechanicalequipmentatthemezzaninelevelandtoprovideaccommodationforthestaffrespondingto311 and911calls.Theproposedsupportingframeincludessteelcolumnsandbeamssupportedonconcretefoundations.Theroofis supportedbysteeljoists.ChromeEngineeringalsopreparedthestructuralsectionoftheprojectspecificationsmanual.The designforthisenhancementfacilityisbasedonthe2017FloridaBuildingCode(6thEdition).ChromeEngineering,Inc.wasalso responsible for providing shop drawing reviews and responsesto ContractorGenerated Requests for Information (RFI’s). ConstructionFee:$5M.StructuralFeefromChromeEngineering,Inc.:$24K. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME ChromeEngineering,Inc. (2) FIRM LOCATION 16650SW 88th Street,Suite205Miami,Florida33196 (3) ROLE StructuralEngineers b. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE c. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE f. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 97 (Include scope,size,and cost) (City and State) (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 75 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT a. PROJECT OWNER 21. TITLE AND LOCATION 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 20. EXAMPLE PROJECT KEY NUMBER a. b. c. d. e. f. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. POINT OF CONTACT NAME 23. PROJECT OWNER'S INFORMATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Village of El Portal Historic Village Form-Based Code (El Portal, FL) 2017 Village of El Portal David Rosemond c. POINT OF CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT The historic Village of El Portal unanimously adopted a visual and user-friendly form-based code. The zoning code will preserve El Portal’s picturesque residential enclave while creating room for economic developmentonlandannexedtotheVillage.Thedevelopmentsite,eastoftheFECrailroadtracksnear BiscayneBoulevard,isslatedforproperly-scaledmixed-usedevelopmentthatwillcreatejobs,servicesand taxbase. PlusUrbia,whichalsoservesastheVillage’sconsultantforplanningandzoning,iscreatingstandardsthat willmaketheNE2ndAvenuecorridormorewalkablewithincrementalmixed-useredevelopment.Thetop priorityistoencouragemoderategrowthwhileprotectingthepeacefulresidentialneighborhoodsoneither sideofthecorridor. 9 305.795.7880 drosemond@villageofelportal.org Plusurbia,LLC MiamiFL,33145 LandUseandZoning/CivilSitePlanning N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 98 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each proiect.) (City and State) (If applicable) (Include scope,size,and cost) (City and State) (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 76 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 10 21.TITLE AND LOCATION City of Dania Beach Southeast Drainage Improvements Phase 2 Dania Beach, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2023 CONSTRUCTION (if Applicable) 23. PROJECT OWNER’S INFORMATION a.PROJECT OWNER WSP (formerly Parsons Brinckerhoff) b.POINT OF CONTACT NAME Werner Reinefeld c.POINT OF CONTACT TELEPHONE NUMBER (786)763-9829wreinefeld@wsp.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Miller Legg provided civil engineering, permitting and landscapearchitecture services for this drainage improvement project whichaddressed flooding issues at the 103-acre neighborhood boundedby SE 3rd Street to the North, SE 2 Ave to the West, SE 7 Streetto the South and SE 5th Avenue to the East. Drainage solutionsincluded pump stations, drainage wells,and exfiltration trenchesto reduce flooding, including duration and severity, reduceneighborhood impacts and mitigate project costs. Miller Legg wasa subconsultant to WSP USA. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME Miller Legg (2)FIRM LOCATION Miami,FL (3)ROLE LandscapeDesign b. (1)FIRM NAME Miller Legg (2)FIRM LOCATION Sunrise, FL (3)ROLE LandscapeDesign c. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 99 (Present as many projects as requested by the agency,or 10 projects,If not specified. Complete one Section F for each project.) (City and State) (Include scope,size,and cost) (City and State) (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 77 (Fillin"ExampleProjectsKey"secƟon belowbeforecompleƟngtable. Place"X"underprojectkeynumberfor parƟcipaƟoninsameorsimilarrole.) Joseph M. Corradino, AICP Project Manager Planning/Land Use and Zoning Mark Alvarez Transportation Planning Planning/Land Use and Zoning Scarlet Hammons, AICP CTP Planning/Land Use and Zoning Marvin Guillen Roadway and Drainage Design Oscar Alvarez, PX, BN Roberto Vich, RA Ryan St. George, MS Aida M. Curtis, RLA, ASLA Landscape Design Building Remodeling/New Construction Building Remodeling/New Construction Juan Mullerat Land Use and Zoning Megan McLaughlin, AICP Planning Design/Land Use (FromSecƟonF) (FromSecƟonF) City of Homestead General Planning Services & Planning Services City of Miami Flagler Streetscapes Town of Cutler Bay General Planning Services Miami Dade County 311 & 911 Support Area Renovation City of Aventura Plan Review and Inspection Services City of Dania Beach Southeast Drainage Improvements Phase 2 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 100 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X The Corradino Group 78 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS 78 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.) (CityandState) Surfside, FL Ongoing (Ifapplicable) N/A Town of Surfside Hector Gomez, Town Manager Phone: 305.861.4863 E-mail: (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime analysis and design, roundabout analysis and design, roadway level of service analysis, school County Department of Transportation and Public Works, FDOT District VI and other key stakeholder and transportation planning services including the following task work order assignments: ● ● ●One-Way Pilot Program ● ●88th Street Corridor Study ●Surfside Tennis Center Improvements DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 101 DORAL FLORIDA 88th STREET CORRIDOR STUDY The CorradinoGroup MAMCH WJ The CorradinoGroup 79 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS 79 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.) (CityandState) Palm Beach, FL 2023 (Ifapplicable) N/A Town of Palm Beach of Planning, Zoning & Building Phone: 561.227.6426 E-mail: wbergman@townofpalmbeach.com (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime commercial areas and a review of the origin and destination of collected morning and afternoon peak hour turning movement counts on a typical weekday (during school) at 24 intersections within the Streetlight InSight platform to measure multimodal vehicle travel movements and patterns between zones. The Consultant performed an Intersection capacity analysis for the subject intersections using software based on the Highway Capacity Manual (HCM) methodology. The analysis was performed for morning and afternoon peak hour conditions using Synchro 11 software. future year (2027) with alternative commercial uses. The Consultant evaluated the travel time and delay of the intersection network using Synchro 11 software. The Intersection capacity analysis included Lagoon at the Southern Blvd Bridge, Royal Palm Way Bridge and there is an impact to the nearest signalized intersection to the east of each bridge crossing in the Town of Palm Beach. Coordination with Palm Beach County and the Florida Department of Transportation occurred regarding signal timing, coordination at the Royal Palm Beach and the City of West Palm Beach. DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 102 DORAL FL£>RIKi>A The Corradino Group 80 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS 80 (Presentasmanyprojectsasrequestedbytheagency,or10projects,ifnotspeciĮed. CompleteoneSecƟonFforeachproject.) (CityandState) US-1/SR-5/Federal Highway at SW Palm City Road Multimodal Intersection Improvement Feasibility Study Stuart, FL 2023 (Ifapplicable) N/A Martin County MPO Tracy Puerta, Planner Phone: 772.320.3015 E-mail: (Includescope,size,andcost) The Corradino Group, Inc. (CityandState) Miami, FL Prime The intersection of US 1/SR 5/Federal Highway and SW Palm City Road in Stuart, FL facilitates high speed right turns from southbound US 1 onto southbound SW Palm City Road. SW Palm along SW Palm City Road and improve safety and mobility for all modes at the subject intersection, the Martin MPO issued this task work order to evaluate conceptual design alternatives and gather input from the public and relevant stakeholders to select a recommended alternative to eliminate alternatives evaluation and concept development. The following are the key project phases: ● ● ● ●Final Report DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 103 DORAL FLORIDA The Corradino Group 81 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS (City and State) (If applicable) mcleary@broward.org (Include scope, size, and cost.) (City and State) (City and State) (City and State) DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 104 DORAL The Corradino Group 82 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 20. EXAMPLE PROJECT KEY NUMBER 21. TITLE AND LOCATION (City and State) Kennedy Causeway Beautification North Bay Village, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES 02/2022 – 09/2023 CONSTRUCTION (If applicable) 2023 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER North Bay Village 1666 Kennedy Causeway Ste 300 North Bay Village, FL 33141 b. POINT OF CONTACT NAME Delroy Peters c. POINT OF CONTACT TELEPHONE NUMBER 305 756-7171 dpeters@nbvillage.com 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, a 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a.(1) FIRM NAME Curtis + Rogers Design Studio, Inc. (2) FIRM LOCATION (City and State) Miami, Florida (3) ROLE Landscape Architect DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 105 DORAL C+R worked with North Bay Village (NBV)and the Florida Department of Transportation (FDOT)to obtain a beautification grant and produce construction documents to enhance and beautify the medians along the 79th Street /John F.Kennedy Causeway (SR 934),the Village’s main thoroughfare.The Landscape design followed FDOT Design Criteria while maintaining a sense of local identity and ecology.The visibility of community aesthetic features and highway signage were considered as well.Due to the unique environment at North Bay Village,the plant material was carefully selected to meet resilient and sustainable parameters.These include high to moderate salt and drought tolerance,ability to sequester carbon and enhance air and water quality.This project successfully improved the NBV streetscape,community,and environment. Project Length:.9 miles Project Cost:$200,000 The Corradino Group 83 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 21.TITLE AND LOCATION 22.YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER aaronosborne@miamibeachfl.gov 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE c. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 106 DORAL (Include scope,size,and cost) (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) (City and State) South Corridor (Design Build)Miami,Florida 2021 thru Present (If applicable) 2023 thru Present City of Miami Beach Mr.Aaron Osborne,Civil Engineer I 305-673-7080x6110 Chrome Engineering,Inc.,is currently preparing rehabilitation plans and specifications for six pedestrian bridges within the City of Miami Beach.Five of these structures are decorative concrete bridges approximately 10’wide with lengths ranging from 84'to 215'. The sixth bridge is a steel truss with timber decking crossing the Collins Canal.Chrome Engineering,Inc.oversees the developing a bridge rehabilitation program for the structures including developing Bridge Inspection Reports as well as construction documents for the rehabilitation of the existing concrete beams,deck,railings and electrical components among others.Repair details for existing abutments are also required.The proposed repairs include the use of CFRP wraps as well as the use of FRP reinforcing bars to mitigate future corrosion in this extremely aggressive marine environment.Scope of services includes assistance during bidding as well as during construction,including responses to RFI’s,shop drawing reviews and construction observation inspections.Construction Fee: $2.0M.Structural Fee for Chrome Engineering,Inc.:$170K. Chrome Engineering.Inc. (City and State) 16650 SW 88th Street,Suite 205 Miami.Florida 33196 Structural Engineers (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 84 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT a. PROJECT OWNER 21. TITLE AND LOCATION 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER a. b. c. d. e. f. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION STANDARD FORM 330 (REV. 7/2021) PAGE 3 (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. POINT OF CONTACT NAME 23. PROJECT OWNER'S INFORMATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Hialeah Complete Streets Design Guidelines (Hialeah, FL)2016 City of Hialeah Debora Storch c. POINT OF CONTACT TELEPHONE NUMBER 305-492-2012d.storch@hialeahfl.gov Whilecreatingtwotransitorienteddevelopmentdistrictscovering313acresfortheCityofHialeah,PlusUrbiaworkedtoensurethat thesedense,mixed-usedistrictswillbeservedbymultimodalmobility.ACompleteStreetsPlanwascreatedtoensurerailtransitis connectedtowidesidewalks,safestreetcrossings,bikelanesandpublictransit. Theguidelines,tosewalltheurbanfabrictogetherwithaseamlesssystem,canbeusedcitywide.PlusUrbia’splancreatesholistic connectivitythroughahierarchyofthoroughfares. TheplanforHialeahsupportstheconceptofCompleteDistricts,withaproperdesignhierarchytodelivercompletecontextual connectivity.InaCompleteDistrictapersoncanbikefromhometoworkalongasafededicatedroute,andswitchontoabuswithinthe totalnetwork.Usingalogicalhierarchy,theconceptprovidestotalmultimodalconnectivityinthemostefficientandsafeway Plusurbia, LLC Land Use and Zoning, Civil Site PlanningMiami, FL N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 107 DORAL (Present as many projects as requested by the agency,or W projects,if not specified. Complete one Section F for each project.) (City and State) (If applicable) (Include scope,size,and cost) (City and State) (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 85 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 21.TITLE AND LOCATION (City and State)22. YEAR COMPLETED City of Miami Beach Chase Avenue and 34th Street Shared Path Miami Beach, FL PROFESSIONAL SERVICES CONSTRUCTION (If Applicable) Ongoing 23. PROJECT OWNER’S INFORMATION a.PROJECT OWNER City of Miami Beach b.POINT OF CONTACT NAME Colette Satchell c.POINT OF CONTACT TELEPHONE NUMBER (305)673-7071 x 6401 progress@miamibeachfl.gov 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Under its continuing services agreement with the City of Miami Beach, Miller Legg was retained to provide surveying, civil engineering and landscape architecture services related to the new Chase Avenue and 34th Street shared path and roadway improvements project. The 10-ft shared use path will support the use of simultaneous pedestrian and bicycle activity. The scope of services includes topographic surveying, tree inventory, disposition and permitting; irrigation, landscape, hardscape and amenities design, site civil design development for clearing/demolition, signage and marking, paving, grading, drainage and erosion control/pollution prevention. Team subconsultants are performing geotechnical tasks (soil test borings and SFWMD exfiltration tests) and electrical engineering/site lighting. Miller Legg is also responsible for permitting coordination with the City and Miami-Dade DERM, as well as bidding assistance/contract administration and construction phase tasks including construction observation. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1)FIRM NAME Miller Legg (2)FIRM LOCATION Miami, FL (3)ROLE Prime b. (1)FIRM NAME Miller Legg (2)FIRM LOCATION Sunrise, FL (3)ROLE Prime c. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE f. (1)FIRM NAME (2)FIRM LOCATION (3)ROLE N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 108 DORAL FLORIDA (Present as many projects as requested by the agency or 10 projects,if not specified. Complete one Section F for each project) (Include scope,size,and cost) (City &State) (City &State) (City &State) (City &State) (City &State) (City &State) The Corradino Group 86 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM’S QUALIFICATIONS FOR THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER 21. TITLE AND LOCATION Miami-Dade County Water and Sewer Department Continuing Contract (E15-WASD-13), Miami-Dade County, FL 22. YEAR COMPLETED PROFESSIONAL SERVICES 2021 CONSTRUCTION n/a 23. PROJECT OWNER’S INFORMATION a. CLIENT NAME Miami-Dade County Water and Sewer Department c. POINT OF CONTACT NAME Eduardo M. Luis c. POINT OF CONTACT TELEPHONE NUMBER 786-552-8837emlui01@miamidade.gov 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT Ranked #1, Professional Service Industries, Inc. (PSI) was selected by the Miami-Dade County Water and Sewer Department for a 10-year continuing services contract to provide Geotechnical Services, Special Inspections, Structural Assessments, Soils, Foundations And Materials Testing Services Related To The Improvement, Upgrades And Expansions Of Water And Wastewater Treatment Plants, Pump Stations, Collection, Distribution And Transmission Piping, And All Related Facilities As Necessary To Ensure Quality Control/Assurance For WASD'S $13.5 Billion CAPITAL IMPROVEMENT PROJECTS Water Infrastructure: The County maintains three large regional water treatment plants, five small water treatment plants, 100 water supply wells, 7,940 miles of pipes, 39,000 fire hydrants, 127,000 valves, 455,000 water meters. Wastewater Infrastructure: Three wastewater treatment plants, two ocean outfalls, twenty-one deep injection wells, 6,277 miles of pipes, 1042 sewer pump stations, eleven treated water storage tanks PROJECTS: PSI has performed on over 180 work orders/projects for the WASD since 2016. Out of 69 internal evaluations submitted, PSI scored 3.87/4. This type of feedback is exactly what we look for when working with our premiere clients! This gives us the assurance that we were able to deliver on our commitments with quality and great customer service. Projects include Pump Stations (Upgrade Sewage Stations) No’s. 0836, 0105, 0560, 0870, 0502 and Force Mains: 0065, 0592, and the projects listed below, to name just a few. Central District Wastewater Treatment Plant Co-Gen Facility and Electrical Improvements, Key Biscayne, FL (2017) PSI provided testing and inspections of Piling, Soils, Asphalt, Concrete, Steel, Roofing. PSI Fees: $370k est. Contact: Stephen Cross, WWTP Area Construction Manager | Stephen.Cross@miamidade.gov | Cell:786-858-3210 Ocean Outfall Legislation Program: Project SL-2.2 – SP-1 Transmission Force Main Phase 4 (2018-current) The project will consist of constructing a 60-inch force main. The force main will proceed from the termination point of project SL-2.1 to the beginning point of SL-1.B-1 and extend south and east approximately 15,000 feet. Based on our experience in the area and review of available subsurface information, the subsurface soils beneath the roadway section should consist primarily of sandy soils overlying limestone strata. The limestone may contain intermittent sand layers and pockets. Most of the line will be constructed in open trenches, however, the section of the line that crosses beneath Dixie Highway will be constructed with trenchless technology. PSI is providing Geotechnical Field Investigation to include 1,200 LF of soil borings, Laboratory Testing, and Geotechnical Data Report, Geo Memorandum for the Design Report, Geo Baseline Report, Additional Investigations as needed. PSI Fees: $214,716 Selected with a rank of #1 again in 2021, PSI continues to provide services under continuing contract for the WASD. Contacts: Eduardo M. Luis, Engineer 3 - Capital Program Management | Eduardo.Luis@miamidade.gov | 786-552-8837 | Juan A. Curiel, P.E., Capital Projects | Juan.Curiel@miamidade.gov | 305-310-0472 Governing Contract: ISD E15-WASD-13| Agreement 16PSII001 | Date: 2016-2026 | Fees-to-date: $1.8M+ 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a. (1) FIRM NAME Professional Service Industries, Inc. (2) FIRM LOCATION Miami, FL (3) ROLE Geotechnical Services, Special Inspections, Structural Assessments, Soils, Foundations and Materials Testing DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 109 DORAL (City and State) (If applicable) (Include scope,size,and cost.) Miami-Dade County has more than 7,700 miles of underground water lines,the equivalent of a one-way trip from Miami to Beijing,China.On the wastewater side, there are about 6,200 miles of sewer lines.That's longer than a roundtrip from Miami to Seattle. mtertek The Corradino Group 87 GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 TAB 5 SUPPLEMENTAL PROJECTS F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT a. PROJECT OWNER 21. TITLE AND LOCATION 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT 20. EXAMPLE PROJECT KEY NUMBER a. b. c. d. e. f. (1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (3) ROLE b. POINT OF CONTACT NAME 23. PROJECT OWNER'S INFORMATION c. POINT OF CONTACT TELEPHONE NUMBER (3) ROLE(1) FIRM NAME (2) FIRM LOCATION 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION fphinn@cohb.org City of Hallandale Beach Citywide Economic Development Strategy (Hallandale Beach, FL) City of Hallandale Beach Lambert Advisory, LLC Economic Development StudiesMiami, FL Lambert Advisory initially completed a city-wide economic development strategy for the City of Hallandale Beach in 2012 and was reengaged in to complete an comprehensive update in 2023. The primary focus aims at delineating what the City can and needs to do within its budget constraints to attract, support, and cement the large scale private investment necessary to create jobs and future opportunities. The research and analysis includes a comprehensive overview of demographic trends and forecast (at the census tract level), as well as a detailed supply and demand analysis for housing (rental and for-sale), office, retail, entertainment, industrial and hotel uses that will be targeted to support potential public/ private joint redevelopment opportunities. The report also provides recommendations with regard to the City/CRA's role as it relates to economic development. Beyond the research efforts associated with the Hallandale Beach market opportunities, Lambert met with numerous stakeholders in the community and City staff to receive their input related to this effort and continues to provide ongoing services to the City. Faith Phinn, Exec. Deputy Director, CRA (954) 457-2228 Current DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 110 DORAL (City and State) (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each prolect.) (If applicable) (Include scope,size,and cost) (City and State) (City and State) (City and State) (City and State) (City and State) (City and State) The Corradino Group 88 I. AUTHORIZED REPRESENTATIVE 11/01/2023 Joseph M. Corradino, AICP - President DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 111 The Corradino Group 89 (Ifany) 2023-08 (IfaĮrmhasbranchoĸces,completeforeachspeciĮcbranchoĸceseekingwork.) (orBranchOĸce) The Corradino Group, Inc. 1970 019926310 4055 NW 97th Avenue, Suite 200 Corporation Doral FL 33178 N/A (IfBlock2aisaBranchOĸce) N/A 305.594.0735 jccorradino@corradino.com (Ifany) Schimpeler*Schuette*Corradino, PSC 1971 N/A (seebelow) 02 Administrative 46 37 A05 1 06 Architects 1 1 A06 6 08 CADD Technician 4 0 B02 Bridges 1 12 23 9 C15 Construction Management 4 15 Construction Inspector 69 45 3 16 Construction Manager 22 18 1 24 1 0 H07 1 29 GIS 1 0 P05 Planning (Regional and State) 4 47 Planners 9 9 P14 Pavement Design 1 48 Project Manager 19 14 R03 3 60 15 1 R13 6 62 3 0 S04 Sewer Collection Treatment Disposal 2 T02 Testing and Inspection Services 8 T03 6 W02 2 Z01 2 2 2 215 136 (Insertrevenueindexnumbershownatright) 00 10 10 Theforegoingisastatementoffacts. 10/19/2023 Joe M. Corradino, AICP - President DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 112 The Corradino Group 90 PART II - GENERAL QUALIFICATIONS a. SIGNATURE ARCHITECT-ENGINEER QUALIFICATIONS 2a. FIRM () NAME 2b. STREET 2c. CITY 2d. STATE 2e. ZIP CODE 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 5. OWNERSHIP b. Discipline c. Number of Employees 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS b. Experience c. Revenue Index Number STANDARD FORM 330 (REV. 7/2021) PAGE 6 1. SOLICITATION NUMBER 8a. FORMER FIRM NAME(S) 8b. YEAR ESTABLISHED 9. EMPLOYEES BY DISCIPLINE Total (1) FIRM (2) BRANCH 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 7. NAME OF FIRM 6a. POINT OF CONTACT NAME AND TITLE 6c. EMAIL ADDRESS 8c. UNIQUE ENTITY IDENTIFIER a. Federal Work b. Non-Federal Work c. Total Work 12. AUTHORIZED REPRESENTATIVE b. DATE c. NAME AND TITLE a. Function Code a. Profile Code 6b. TELEPHONE NUMBER a. TYPE b. SMALL BUSINESS STATUS PROFESSIONAL SERVICES REVENUE INDEX NUMBER 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater Other Employees C.A.P. Government, Inc. RFQ-2023-08 1989 Corporation N/A N/A 343 Almeria Avenue Coral Gables FL 33134 Carlos A. Penin, PE, President (305) 448-1711 cap@capfla.com 1989-2000,2000-2006 65-0121594 06 57 21 42 15 7 3 3 Architect Structural Engineer Electrical Engineer Mechanical Engineer Codes; Standards; Ordinances Educational Facilities;Classrooms Fire Protection Office Buildings; Industrial Parks Public Safety Facilities Refrigeration Plants/Systems Roofing Structural Design; Special Structures Testing & Inspection Services 9 7 3 5 6 5 5 7 8 C08 E02 F03 001P13 R05 R12 S09 T02 9.9. Carlos A. Penin, PE, President 10/20/2023 28 C.A.P. Engineering Consultants, Inc., CSA Southeast, Inc. N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 113 (If any) The Corradino Group 91 (If a firm has branch offices, complete for each specific branch office seeking work.) (If block 2a is a branch office) (If any) DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 114 The Corradino Group 92 ARCHITECT -ENGINEER QUALIFICATIONS 1. SOLICITATION NUMBER PART II –GENERAL QUALIFICATIONS 2a. FIRM (OR BRANCH OFFICE) NAME Curtis + Rogers Design Studio, Inc. 3. YEAR ESTABLISHED 1991 4. DUNS NUMBER 829384650 2b. STREET 7520 S. Red Road, Suite M 5. OWNERSHIP a. TYPE Corporation2c.CITY South Miami 2d. STATE FL 2e. ZIP CODE 33143 b. SMALL BUSINESS STATUS Active6a. POINT OF CONTACT NAME AND TITLE Aida M. Curtis, President 7. NAME OF FIRM 6b. TELEPHONE NUMBER 305 442 1774 6c. E-MAIL ADDRESS aida@curtisrogers.com 8a. FORMER FIRM NAME(S) 8b. YR. ESTABLISHED 8c. DUNS NUMBER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM’S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function Code b. Discipline c. No. of Employees a. Profile Code b. Experience c. Revenue Index Number ()(1) FIRM (2) BRANCH 02 Administrative 1 A11 Auditoriums & Theater 1 06 Architect 4 C06 Churches; Chapels 1 08 CADD Technician 6 H11 Housing 2 48 Project Manager 1 H09 Hospitals & Medical Facilities 1 J01 Judicial & Courtroom Facilities 1 L04 Libraries; Museums; Galleries 1 R04 Recreation Facilities (Park, Marinas)2 A06 Airports 1 D04 Design Builds 2 I06 Irrigation 1 O01 Office Building 1 T03 Transportation 2 H07 Highways; Streets; Parking Lots 1 C05 Child Care / Development Facilities 2 Total 12 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS PROFESSIONAL SERVICES REVENUE INDEX NUMBER 1.Less than $100,000 6.$2 million to less than $5 million 2.$100,000 to less than $250,000 7.$5 million to less than $10 million 3.$250,000 to less than $500,000 8.$10 million to less than $25 million 4.$500,000 to less than $1 million 9.$25 million to less than $50 million 5.$1 million to less than $2 million 10.$50 million or greater a. Federal Work 1 b. Non-Federal Work 5 c. Total Work 5 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b. DATE 09/20/2023 c. NAME AND TITLE Aida M. Curtis, President 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 115 (If any) (If a firm has branch offices,complete for each specific branch office seeking work.) (If block 2a is a branch office) (If any) see below (Insert revenue index number shown at right) The Corradino Group 93 PART II - GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) a. SIGNATURE ARCHITECT-ENGINEER QUALIFICATIONS 2a. FIRM (or Branch Office) NAME 2b. STREET 2c. CITY 2d. STATE 2e. ZIP CODE 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 5. OWNERSHIP b. Discipline c. Number of Employees 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS b. Experience c. Revenue Index Number (see below) STANDARD FORM 330 PAGE 6 1. SOLICITATION NUMBER (If any) 8a. FORMER FIRM NAME(S) (If any)8b. YEAR ESTABLISHED 9. EMPLOYEES BY DISCIPLINE Total (1) FIRM (2) BRANCH 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 7. NAME OF FIRM (If Block 2a is a Branch Office) 6a. POINT OF CONTACT NAME AND TITLE 6c. EMAIL ADDRESS 8c. UNIQUE ENTITY IDENTIFIER a. Federal Work b. Non-Federal Work c. Total Work 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. b. DATE c. NAME AND TITLE a. Function Code a. Profile Code 6b. TELEPHONE NUMBER a. TYPE b. SMALL BUSINESS STATUS PROFESSIONAL SERVICES REVENUE INDEX NUMBER 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater Other Employees RFQ 2023-08 S Corporation FDOT SBE and DBE Chrome Engineering, Inc. 16650 SW 88th Street, Suite 205 Miami Oscar J. Cruz, P.E., President 08 B02 R06 S09 T06 CADD Technician Bridges Rehabilitation(Buildings; Structures;Facilites) Structural Design; Special Structures Tunnels & Subways Structural Engineer57 ocruz@chromeeng.com FL 33196 2 2 4 (305) 432-6826 2018 087465862 Oscar J. Cruz, P.E. President 10/21/2023 2 3 3 1 1 4 4 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 116 The Corradino Group 94 PART II - GENERAL QUALIFICATIONS a. SIGNATURE ARCHITECT-ENGINEER QUALIFICATIONS 2a. FIRM () NAME 2b. STREET 2c. CITY 2d. STATE 2e. ZIP CODE 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 5. OWNERSHIP b. Discipline c. Number of Employees 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS b. Experience c. Revenue Index Number 1. SOLICITATION NUMBER 8a. FORMER FIRM NAME(S) 8b. YEAR ESTABLISHED 9. EMPLOYEES BY DISCIPLINE Total (1) FIRM (2) BRANCH 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 7. NAME OF FIRM 6a. POINT OF CONTACT NAME AND TITLE 6c. EMAIL ADDRESS 8c. UNIQUE ENTITY IDENTIFIER a. Federal Work b. Non-Federal Work c. Total Work 12. AUTHORIZED REPRESENTATIVE b. DATE c. NAME AND TITLE a. Function Code a. Profile Code 6b. TELEPHONE NUMBER a. TYPE b. SMALL BUSINESS STATUS PROFESSIONAL SERVICES REVENUE INDEX NUMBER 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater Other Employees 10.26.2023 RFQ No. 2023-08 Corporation - Limited Liability Company No federal. SBE - Miami-Dade County n/a Plus Urbia, LLC d/b/a Plusurbia Design 1385 Coral Way PH 401 Miami Juan Mullerat, Principal n/a 47 P05 Z01 Z01 P05 P05 P05 P05 P05 Z01 U02 U02 U02 Planner: Urban/Regional Planning (Community, Regional, Areawide and State) Zoning; Land Use Studies Zoning; Land Use Studies Planning (Community, Regional, Areawide and State) Planning (Community, Regional, Areawide and State) Planning (Community, Regional, Areawide and State) Planning (Community, Regional, Areawide and State) Planning (Community, Regional, Areawide and State) Urban Renewals; Community Development Urban Renewals; Community Development Urban Renewals; Community Development Zoning; Land Use Studies juan@plusurbia.com FL 33145 11 305 213 4410 2010 n/a 27-2163647 n/a Juan Mullerat (Principal) 2 2 1 3 1 4 1 2 1 1 4 1 0 4 4 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 117 (If any) (If a firm has branch offices,complete for each specific branch office seeking work.) or Branch Office (If Block 2a Is a Branch Office) (If any) (see below) (Insert revenue index number shown at right) The Corradino Group 95 ARCHITECT – ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER (Ifany) RFQ No. 2023-008 PART II – GENERAL QUALIFICATIONS (Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.) 2a.FIRM (OR BRANCH OFFICE) NAME Miller Legg 3.YEAR ESTABLISHED 2006 4.DUNS NUMBER 038700035 2b.STREET 1845 NW 112 Avenue, Suite 211 5. OWNERSHIP a.TYPE Corporate2c.CITY Miami 2d.STATE FL 2e.ZIP CODE 33172 b.SMALL BUSINESS STATUS No6a.POINT OF CONTACT NAME AND TITLE Michael Kroll, RLA, FASLA, President 7.NAME OF FIRM (Ifblock2aisabranchoffice) Miller Legg 6b.TELEPHONE NUMBER (954) 628-3651 6c.E-MAIL ADDRESS mkroll@millerlegg.com 8a. FORMER FIRM NAME(S) (Ifany)8b. YR. ESTABLISHED 8c. DUNS NUMBER 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) PROFESSIONAL SERVICES REVENUE INDEX NUMBER 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater a. Federal Work 4 b. Non-Federal Work 6 c. Total Work 6 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE 10/6/2023 c. NAME AND TITLE Michael Kroll, RLA, FASLA, President STANDARD FORM 330 ) PAGE 6 9. EMPLOYEES BY DISCIPLINE a. Function Code b. Discipline c. No. of Employees (1) FIRM (2) BRANCH 02 Administrative 6 0 07 Biologist 3 0 08 CADD Technician 4 0 12 Civil Engineers 7 0 14 Computer Programmer 0 0 16 Construction Manager 0 0 19 Ecologists 1 0 21 Electrical Engineers 0 0 23 Environmental Engineer 0 0 50 Environmental Risk Assessor 0 0 24 Environmental Scientist 2 0 29 GIS Specialist 0 0 39b Irrigation Designer 0 0 38 Land Surveyor 1 0 38a Survey Crew Members 4 2 39 Landscape Architects 5 1 39a Landscape Designers 6 0 47 Planners: Urban/Regional 0 0 51 Safety/Occupational Health 0 0 60 Transportation Engineers 0 0 Other Employees 1 0 Total 40 3 10. PROFILE OF FIRM’S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Profile Code b. Experience c. Revenue Index Number (seebelow) C02 Cemeteries (Planning & Relocation)0 C06 Churches; Chapels 0 C10 Commercial Building; (low rise); Shopping Centers 0 C14 Conservation and Resource Management 0 E01 Ecological & Archeological Investigations 0 E02 Educational Facilities; Classrooms 4 H07 Highways; Streets; Airfield Paving; Parking Lots 3 H09 Hospitals & Medical Facilities 2 H11 Housing (Residential, Multifamily, Apartments, Condominiums 0 I06 Irrigation; Drainage 0 L01 Laboratories; Medical Research Facilites 0 L03 Landscape Architecture 0 P04 Pipelines (Cross-country--Liquid & Gas) 0 P05 Planning (Community; Regional; Areawide & State) 0 P06 Planning (Site, Installation and Project) 0 R04 Recreational Facilities (Parks; Marinas; ect.) 0 S04 Sewage Collection, Treatment & Disposal 0 S13 Stormwater Handling & Facilities 0 S10 Surveying; Platting; Mapping; Flood Plain Studies 6 T03 Traffic & Transportation Engineering 0 U02 Urban Renewals; Community Development 0 W03 Water Supply; Treatment and Distribution 0 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 118 The Corradino Group 96 ARCHITECT – ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER (Ifany) RFQ No. 2023-008 PART II – GENERAL QUALIFICATIONS (Ifafirmhasbranchoffices,completeforeachspecificbranchofficeseekingwork.) 2a.FIRM (OR BRANCH OFFICE) NAME Miller Legg 3.YEAR ESTABLISHED 1965 4.DUNS NUMBER 038700035 2b.STREET 13680 NW 5th Street, Suite 200 5. OWNERSHIP a.TYPE Corporate2c.CITY Sunrise 2d.STATE FL 2e.ZIP CODE 33325 b.SMALL BUSINESS STATUS No6a.POINT OF CONTACT NAME AND TITLE Michael Kroll, RLA, FASLA, President 7.NAME OF FIRM (Ifblock2aisabranchoffice) 6b.TELEPHONE NUMBER (954) 628-3651 6c.E-MAIL ADDRESS mkroll@millerlegg.com 8a. FORMER FIRM NAME(S) (Ifany)8b. YR. ESTABLISHED 8c. DUNS NUMBER 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) PROFESSIONAL SERVICES REVENUE INDEX NUMBER 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater a. Federal Work 4 b. Non-Federal Work 6 c. Total Work 6 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE 10/6/2023 c. NAME AND TITLE Michael Kroll, RLA, FASLA, President 9. EMPLOYEES BY DISCIPLINE a. Function Code b. Discipline c. No. of Employees (1) FIRM (2) BRANCH 02 Administrative 6 5 07 Biologist 3 3 08 CADD Technician 4 4 12 Civil Engineers 7 6 14 Computer Programmer 0 0 16 Construction Manager 0 0 19 Ecologists 1 1 21 Electrical Engineers 0 0 23 Environmental Engineer 0 0 50 Environmental Risk Assessor 0 0 24 Environmental Scientist 2 2 29 GIS Specialist 0 0 39b Irrigation Designer 0 0 38 Land Surveyor 1 1 38a Survey Crew Members 4 2 39 Landscape Architects 5 4 39a Landscape Designers 6 6 47 Planners: Urban/Regional 0 0 51 Safety/Occupational Health 0 0 60 Transportation Engineers 0 0 Other Employees 1 1 Total 40 35 10. PROFILE OF FIRM’S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Profile Code b. Experience c. Revenue Index Number (seebelow) C02 Cemeteries (Planning & Relocation)5 C06 Churches; Chapels 2 C10 Commercial Building; (low rise); Shopping Centers 2 C14 Conservation and Resource Management 4 E01 Ecological & Archeological Investigations 4 E02 Educational Facilities; Classrooms 4 H07 Highways; Streets; Airfield Paving; Parking Lots 2 H09 Hospitals & Medical Facilities 3 H11 Housing (Residential, Multifamily, Apartments, Condominiums 6 I06 Irrigation; Drainage 2 L01 Laboratories; Medical Research Facilites 2 L03 Landscape Architecture 5 P04 Pipelines (Cross-country--Liquid & Gas) 2 P05 Planning (Community; Regional; Areawide & State) 3 P06 Planning (Site, Installation and Project) 3 R04 Recreational Facilities (Parks; Marinas; ect.) 4 S04 Sewage Collection, Treatment & Disposal 5 S13 Stormwater Handling & Facilities 5 S10 Surveying; Platting; Mapping; Flood Plain Studies 2 T03 Traffic & Transportation Engineering 2 U02 Urban Renewals; Community Development 4 W03 Water Supply; Treatment and Distribution 4 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 119 The Corradino Group 97 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 120 ARCHITECT -ENGINEER QUALIFICATIONS 1.SOLICITATION NUMBER (If any) PART II -GENERAL QUALIFICATIONS (If a firm has branch offices,complete for each specific branch office seeking work.) 2a.FIRM (OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.UNIQUE ENTITY IDENTIFIER ntrvtck 2b.STREET 5.OWNERSHIP a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM (If block 2a Is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 8a.FORMER FIRM NAME(S)(If any)8b.YR ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function Code b.Discipline c.No.of Employees a.Profile Code b.Experience c.Revenue Index Number (see below)(1)FIRM (2)BRANCH Total 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) PROFESSIONAL SERVICES REVENUE INDEX NUMBER 1.Less than $100,000 6.$2 million to less than $5 million 2.$100,000 to less than $250,000 7.$5 million to less than $10 million a.Federal Work 3. 4. 5. $250,000 to less than $500,000 $500,000 to less than $1 million $1 million to less than $2 million 8. 9. 10. $10 million to less than $25 million $25 million to less than $50 million $50 million or greaterb.Non-Federal Work c.Total Work 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE The Corradino Group 98 PART II - GENERAL QUALIFICATIONS a. SIGNATURE ARCHITECT-ENGINEER QUALIFICATIONS 2a. FIRM () NAME 2b. STREET 2c. CITY 2d. STATE 2e. ZIP CODE 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 5. OWNERSHIP b. Discipline c. Number of Employees 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS b. Experience c. Revenue Index Number 1. SOLICITATION NUMBER 8a. FORMER FIRM NAME(S) 8b. YEAR ESTABLISHED 9. EMPLOYEES BY DISCIPLINE Total (1) FIRM (2) BRANCH 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 7. NAME OF FIRM 6a. POINT OF CONTACT NAME AND TITLE 6c. EMAIL ADDRESS 8c. UNIQUE ENTITY IDENTIFIER a. Federal Work b. Non-Federal Work c. Total Work 12. AUTHORIZED REPRESENTATIVE b. DATE c. NAME AND TITLE a. Function Code a. Profile Code 6b. TELEPHONE NUMBER a. TYPE b. SMALL BUSINESS STATUS PROFESSIONAL SERVICES REVENUE INDEX NUMBER 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater Other Employees RFQ No. 2023-08 FL Limited Liability Company N/A N/A Lambert Advisory, LLC 100 Biscayne Boulevard, Suite 2510 Miami Paul Lambert, Managing Principal 20 U02Economic & Real Estate Urban Renewal plambert@lambertadvisory.com FL 33181 5 5 (305) 503-4095 1999 FEIN 65-0952060 Eric Liff, Principal 3/26/2023 4 4 4 Eric Liff Digitally signed by Eric Liff Date: 2023.10.26 12:00:58 -04'00' DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 121 (If any) (If a firm has branch offices,complete for each specific branch office seeking work.) or Branch Office (If Block 2a Is a Branch Office) (If any) (see below) (Insert revenue index number shown at right) The foregoing is a statement of facts. The Corradino Group 99 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 State of Florida Department of State I certify from the records of this office that THE CORRADINO GROUP, INC. is a Kentucky corporation authorized to transact business in the State of Florida, qualified on January 13, 1997. The document number of this corporation is F97000000207. I further certify that said corporation has paid all fees due this office through December 31, 2023,that its most recent annual report/uniform business report was filed on January 3, 2023,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Third day of January, 2023 Tracking Number: 1180238439CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication - BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 – 954-357-4829 VALID OCTOBER 1, THROUGH SEPTEMBER 30, Receipt #: Business Name: Business Type: Owner Name:Business Opened: Business Location: State/County/Cert/Reg: Exemption Code: Business Phone: Rooms Seats Employees Machines Professionals Signature For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 37.50 06/06/1994 EB-48264 0.00 2023 2023 37.50 0.00 Receipt # 954-777-0044 Paid 37.50 ENGINEER (CONSULTING ENGINEERS) BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT FT LAUDERDALE 5200 NW 33 AVE 203 0.00 CARR SMITH CORRADINO THE CORRADINO GROUP INC 315-598 0.00 WWW-22-00271004 8 0.00 2024 2024 09/05/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 122 DORAL The CorradinoGroup Licensee Name:THE CORRADINO GROUP,INC.License Number:7665 Rank: Primary Status: Registry Current License Expiration Date: Original License Date:03/07/1997 Related License Information License Number Status Related Party Relationship Type Relation Effective Date Rank Expiration Date 36146 Current, Active PEREZ DE MORALES,EDUARDO Registry Professional Engineer 02/28/2025 The CorradinoGroup 100 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 Florida Department of Transportation 1 June 19, 2023 Frederick P’Pool, Chief Operating Officer THE CORRADINO GROUP, INC. 4055 NW 97th Avenue, Suite 200 Miami, Florida 33178 Dear Mr. P’Pool: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI 10.5.1 - Major Bridge CEI - Concrete 10.5.2 - Major Bridge CEI - Steel 10.5.3 - Major Bridge CEI - Segmental Group 13 - Planning 13.3 - Policy Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above 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, 2024, for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense 154.89% 117.63% 0.118% Reimbursed No 1.31% 6.59%* *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 Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 123 DORAL FLORIDA The Corradino Group 101 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 1659OSPREYBEND Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. WESTONFL33327 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor STATEOFFLORIDA BOARDOFPROFESSIONALENGINEERS THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES CHARPENTIER,GORKYF. Donotalterthisdocumentinanyform. 4055NW97AVE LICENSENUMBER:PE47523 EXPIRATIONDATE:FEBRUARY28,2025 Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. SUITE200 DORALFL33178 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 2570JARDINPLACE Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. WESTONFL33327 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 2801N34THAVENUE Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. APT.D HOLLYWOODFL33021 AlwaysverifylicensesonlineatMyFloridaLicense.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 124 DORAL FLORIIBA This certificate hereby qualifies Edward Wing Keung Ng,aicp as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. Certified Planner Number:028927 Executive Director President :he American Planning Association's Professional Institute AmericanInstitute of CertifiedPlanners Making Great Communities Happen This certificate hereby qualifies Joseph Michael Corradino,AICP as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. Certified Planner Number 012032 Paul Farmer,faicp Chief Executive Officer The American Planning Association’s Professional Institute American Institute of Certified Planners Making Great Communities Happen The Corradino Group 102 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 presentsthe Envision Sustainability ProfessionalCredential to EricSCzerniejewski Presentedon:December31,2013 WilliamBertera ExecutiveDirector InstituteforSustainableInfrastructure ™ MelanieS.Griffin,SecretaryRonDeSantis,Governor STATEOFFLORIDA BOARDOFPROFESSIONALENGINEERS THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES CZERNIEJEWSKI,ERICS. Donotalterthisdocumentinanyform. 2201SW180THAVENUE LICENSENUMBER:PE58002 EXPIRATIONDATE:FEBRUARY28,2025 Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. MIRAMARFL33029 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 5002BLARNEYCOURT Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. SPRINGHILLTN37174 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 13885SW42NDSTREET Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. DAVIEFL33330 AlwaysverifylicensesonlineatMyFloridaLicense.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 125 DORAL LICENSEE SEARCH OPTIONS 7:55:23 AM 6/22/2023 Data Contained In Search Results Is Current As Of 06/21/2023 06:25 PM. Search Results -2 Records Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information,including any complaints or discipline, click on the name. License Type Name Name Type License Number/ Rank Status/Expires Professional Engineer WILLS, MICHAEL WILLIAM Primary 96596 Prof Engineer Current,Active 02/28/2025 Main Address*:351 W 35TH STREET HIALEAH,FL 33012 (TraiiGp nutatinn professional (Ecrtiflcatinn lluarii Une (Beralft (Blcnii iHiildcn Xmnn/J/cf 7/ie rfau</vtK(»t74 ej/a/'/idud /y //tr •'Awn/ /u.H /7^/</7 r/ PROFESSIONAL TRAFFIC OPERATIONS ENGINEER khAsin/i/nmn /tf /dr (ter/t/tat/ten t Awn^i>t(/.iit<f«//e //ifyirpH.XtnuJfr rriwtf/ Aer/<A<ca/f win tn 77<id/t<ity/ctt, 19.2003 The Corradino Group 103 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 3033CAROLINAAVE Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. LAKELANDFL33803 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 10361SW15THSTREET Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. PEMBROKEPINESFL33025 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 3953SW135AVE. Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. DAVIEFL33330 AlwaysverifylicensesonlineatMyFloridaLicense.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 126 DORAL This cent licitc herein qualilio Kathryn Lyon,AICP a*a member with .ill the K'ncliis of a Certified Planner ami .1 commitment to the \ICP Code of I t hies and PnifcssHHi.il (jindm i Certified Planner Number l*n-*iakw American Intlrtute of Certified Planner* ASSOCIATION OF STATE FLOODPLAIN MANAGERS,INC. Kathryn R.Lyon,CFM ASFPM CERTIFIED FLOODPLAIN MANAGER CFM CERTIFICATION BOARD OF REGENTS IHKISY conIIUS THAT PCESl ANT TO THE PROMSMISN <>»1111:CUAKO «MW Till This certificate acknowledges Scarlet R.Hammons,aicp ctp having complied with all requirements of the American Institute of Certified Planners, the American Planning Association’s professional institute,providing recognized leadership nationwide in the certification of professional planners and the ethics, professional development,planning education and standards of planning practice, is hereby provided this certificate as evidence of certification of expertise in the field of transportation planning and is hereby declared to be a Certified Transportation Planner Executive Director Glenn E.Larson,aicp President The Corradino Group 104 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 LICENSEE DETAILS 2:03:01PM10/3/2022 Licensee Information Name:C.A.P. GOVERNMENT, INC. (Primary Name) MainAddress:343 ALMERIA AVENUE CORAL GABLES Florida 33134 County:DADE License Information LicenseType:Registry Rank:Registry LicenseNumber:5344 Status:Current LicensureDate:07/06/1989 Expires: State of Florida Department of State I certify from the records of this office that C.A.P. GOVERNMENT, INC.is a corporation organized under the laws of the State of Florida,filed on April 10, 1989. The document number of this corporation is K80212. I further certify that said corporation has paid all fees due this office through December 31, 2023,that its most recent annual report/uniform business report was filed on March 6, 2023,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Sixth day of March, 2023 Tracking Number: 6052819205CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication LBTLocal Business Tax Receipt Miami−Dade County, State of Florida −THIS IS NOT A BILL − DO NOT PAY BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES Must be displayed at place of business Pursuant to County Code PAYMENT RECEIVED BY TAX COLLECTOR Chapter 8A − Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS For more information, visit www.miamidade.gov/taxcollector The RECEIPT NO. above must be displayed on all commercial vehicles − Miami−Dade Code Sec 8a−276. This Local Business Tax Receipt only con1rms payment of the Local Business Tax. The Receipt is not a license, permit, or a certi1cation of the holder’s quali1cations, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. 2252898 CAP GOVERNMENT INC 212 EB5344 SEPTEMBER 30, 2024CAP GOVERNMENT INC 343 ALMERIA AVE CORAL GABLES, FL 33134-5811 Employee(s) 2369544 P.A./CORP/PARTNERSHI P/FIRM INT-23-435378 RENEWAL 247.50 55 08/29/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 127 DORAL FLORIDA cap cap governmen*v«r,»B»CyniKir. The Corradino Group 105 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 LICENSEE DETAILS 5:12:02PM2/3/2023 Licensee Information Name:VICH, ROBERTO S (Primary Name) Main Address:2850 SW 139TH AVE MIAMI Florida 331756512 County:DADE License Information License Type:Architect Rank:Architect License Number:AR0006693 Status:Current,Active Licensure Date:09/24/1974 Expires:02/28/2025 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 128 DORAL LICENSEE DETAILS 5:19:53 PM 3/23/2023 Licensee Information License Information Name:GONZALEZ,ANDRES (Primary Name) Main Address:5800 W.14TH AVENUE HIALEAH Florida 33012 County:DADE License Type:Professional Engineer Rank:Prof Engineer License Number:59336 Status:Current,Active Licensure Date:01/14/2003 Expires:02/28/2025 LICENSEE DETAILS 10:28:09 AM 8/29/2023 Licensee Information Name:ALVAREZ,OSCAR (Primary Name) Main Address:‘Private Address*‘Private Address* ‘Private Address* ‘Private Address* ‘Private Address* License Information License Type:Standard Plans Examiner Rank:Plans Examiner License Number:PX3324 Status:Current,Active Licensure Date:05/20/2010 Expires:11/30/2025 LICENSEE DETAILS 9:54:21 AM 4/18/2023 Licensee Information License Information LICENSEE DETAILS 1:46:26 PM 12/8/2021 Licensee Information License Information Name:PEREZ,LUIS R (Primary Name) Main Address:16944 SW 80TH COURT PALMETTO BAY Florida 33157-4739 County:DADE License Mailing:16944 SW 80TH COURT PALMETTO BAY FL 331574739 County:DADE License Type:Professional Engineer Rank:Prof Engineer License Number:36145 Status:Current,Active Licensure Date:08/02/1985 Expires:02/28/2025 Name: Main Address: ALVAREZ,OSCAR (Primary Name) ’Private Address*‘Private Address* ’Private Address* ‘Private Address* ‘Private Address* License Location:‘Private Address*‘Private Address* ‘Private Address* ‘Private Address* ‘Private Address* License Type:Standard Inspector Rank:Inspector License Number:BN6191 Status:Current,Active Licensure Date:10/07/2008 Expires:11/30/2023 The Corradino Group 106 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 State of Florida Department of State I certify from the records of this office that METRIC ENGINEERING INC.is a corporation organized under the laws of the State of Florida,filed on July 27, 1976. The document number of this corporation is 509621. I further certify that said corporation has paid all fees due this office through December 31, 2023,that its most recent annual report/uniform business report was filed on January 3, 2023,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Third day of January, 2023 Tracking Number: 9429350284CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 129 DORAL nmetric LICENSEE DETAILS Licensee Information 10:53:03 AM 3/10/2023 Name:METRIC ENGINEERING,INC.(Primary Name) Main Address:13940 S.W.136TH STREET SUITE 200 MIAMI Florida 33186 County:DADE License Information License Type:Engineering Business Registry Rank:Registry License Number 2294 Status:Current Licensure Date:05/10/1977 Expires: Special Qualifications Qualification Effective The Corradino Group 107 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 TheInternationalSocietyofArboriculture HerebyAnnouncesThat HasEarnedtheCredential ISACertifiedArborist¨ BysuccessfullymeetingISACertifiedArboristcertificationrequirements throughdemonstratedattainmentofrelevantcompetenciesassupportedby theISACredentialingCouncil 21October2019 IssueDate ExpirationDate CertificationNumber 31December2025 CaitlynPollihan CEO&ExecutiveDirector CaitlinHill #0847 ISACertifiedArborist FL-9565A CAITLIN HILL ENVISION SUSTAINABILITY PROFESSIONAL Has received the Envision SustainabilityProfessional credential upon successful completion of the requisite training and exam. May 04, 2023 Issued On May 04, 2024 Valid Through Anthony O. Kane, President and CEO Institute for Sustainable Infrastructure #55200 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 130 DORAL CAITLIN HILL Diver No 0608050410 Birthdate 08 may 1989 Cert Date 06 AUG 2006 Instr No MSDT-167016 THOMAS L JOHNSON This diver has satisfactory mat toe standards for ths certihcahon iev«as sei forth bv PALM 30151 Tomas Sreet RSM CA 02688 2125wwwpactcom EANX DIVER CAI I LIN HILL Cert #hill()50889caicd Cert Dale 8/21/2009 RICK RIERA GOMEZ 18480 UNIVERSITY OF MIAMI/RSMAS <wairaM*«H NAVI certlUcaH—— The Corradino Group 108 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 CTQP Training History Report Report for: Frances Grant TIN: G65325250 Report Date: 10/20/2023 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving - Level 1 3017131 12/27/2022 12/27/2027 Asphalt Paving - Level 2 3017130 12/27/2022 12/27/2027 Concrete Field Inspector - Level 2 3023499 12/06/2023 04/13/2026 Concrete Field Inspector - Level 2 2001871 01/10/2020 12/06/2023 Concrete Field Technician - Level 1 3023498 12/06/2023 12/07/2024 Concrete Field Technician - Level 1 2002177 12/07/2019 12/06/2023 Drilled Shaft Inspection N/A 03/01/2019 03/28/2024 Earthwork Construction Inspection - Level 1 3024114 12/06/2023 12/06/2028 Earthwork Construction Inspection - Level 1 N/A 12/06/2018 12/06/2023 Earthwork Construction Inspection - Level 2 3024123 10/23/2023 10/23/2028 Earthwork Construction Inspection - Level 2 N/A 10/23/2018 10/23/2023 Final Estimates - Level 1 3020287 05/18/2023 05/18/2028 Final Estimates - Level 2 3020286 05/18/2023 05/18/2028 Pile Driving Inspection N/A 03/15/2019 04/11/2024 QC Manager N/A 02/05/2008 01/01/2099 ACI Aggregate Base Testing Technician Certificate MET 01/01/1900 01/01/2099 ACI Concrete Field Testing Technician Certificate MET 01/01/1900 01/01/2099 ACI Concrete Field Testing Technician Certificate MET 12/07/2019 12/07/2024 ACI Concrete Transportation Construction Inspector Certificate MET 01/01/1900 01/01/2099 ACI Concrete Transportation Construction Inspector Certificate MET 04/14/2021 04/13/2026 Asphalt Paving - Level 1 - Proficiency Exam MET 10/23/2007 10/23/2012 Asphalt Paving - Level 1 - Proficiency Exam MET 11/05/2002 11/05/2007 Asphalt Paving - Level 1 - Written Exam Requirement PASS 10/23/2007 10/23/2012 Asphalt Paving - Level 1 - Written Exam Requirement PASS 11/05/2002 11/05/2007 Asphalt Paving - Level 2 - Written Exam Requirement PASS 12/16/2022 12/16/2027 Asphalt Paving - Level 2 - Written Exam Requirement FAIL 12/07/2022 12/07/2027 Asphalt Paving - Level 2 - Written Exam Requirement PASS 10/19/2017 10/19/2022 Asphalt Paving - Level 2 - Written Exam Requirement PASS 12/27/2012 12/27/2017 Asphalt Paving - Level 2 - Written Exam Requirement PASS 12/05/2007 12/05/2012 Asphalt Paving - Level 2 - Written Exam Requirement PASS 12/11/2002 12/11/2007 Drilled Shaft Inspection - Written Exam Requirement PASS 03/01/2019 03/01/2024 Drilled Shaft Inspection - Written Exam Requirement PASS 03/28/2014 03/28/2019 Drilled Shaft Inspection - Written Exam Requirement PASS 04/25/2009 04/25/2014 Drilled Shaft Inspection - Written Exam Requirement PASS 11/29/2001 11/29/2006 Earthwork Construction Inspection - Level 1 - Proficiency Exam MET 12/06/2018 12/06/2023 Earthwork Construction Inspection - Level 1 - Written Exam Requirement PASS 09/12/2023 09/12/2028 Earthwork Construction Inspection - Level 1 - Written Exam Requirement PASS 10/23/2018 10/23/2023 Earthwork Construction Inspection - Level 1 - Written Exam Requirement PASS 11/05/2012 11/05/2017 Earthwork Construction Inspection - Level 2 - Written Exam Requirement PASS 09/13/2023 09/13/2028 Earthwork Construction Inspection - Level 2 - Written Exam Requirement PASS 10/23/2018 10/23/2023 FDOT Concrete Field Inspector Specification - Written Exam Requirement PASS 08/17/2023 12/06/2028 FDOT Concrete Field Inspector Specification - Written Exam Requirement PASS 12/06/2018 12/06/2023 FDOT Concrete Field Inspector Specification - Written Exam Requirement PASS 03/24/2014 03/24/2019 FDOT Concrete Field Inspector Specification - Written Exam Requirement PASS 04/22/2009 04/22/2014 Final Estimates - Level 1 - Written Exam Requirement PASS 09/20/2017 09/20/2022 Final Estimates - Level 1 - Written Exam Requirement PASS 04/28/2005 04/28/2010 Final Estimates - Level 2 - Written Exam Requirement PASS 04/20/2023 04/20/2028 Final Estimates - Level 2 - Written Exam Requirement PASS 05/18/2018 05/18/2023 Final Estimates - Level 2 - Written Exam Requirement PASS 06/05/2012 06/05/2017 Final Estimates - Level 2 - Written Exam Requirement PASS 07/20/2007 07/20/2012 LBR Technician - Written Exam Requirement PASS 06/02/2000 06/02/2005 Monitored 10 Drilled Shafts, at least 5 Shafts constructed with Wet Method MET 01/01/1900 01/01/2099 Monitored 15 Driven Piles, at least 10 Piles driven with Open Diesel Hammers MET 01/01/1900 01/01/2099 Nuclear Radiation Safety Certificate MET 01/01/1900 01/01/2099 Pile Driving Inspection - Written Exam Requirement PASS 03/15/2019 03/15/2024 Pile Driving Inspection - Written Exam Requirement PASS 04/11/2014 04/11/2019 Pile Driving Inspection - Written Exam Requirement PASS 04/11/2009 04/11/2014 Pile Driving Inspection - Written Exam Requirement PASS 04/22/2004 04/22/2009 Quality Control Manager - Written Exam Requirement PASS 02/05/2008 01/01/2099 Quality Control Manager - Written Exam Requirement PASS 02/12/2003 01/01/2099 Requirements Requirement Name Result Valid from Expired on 30 Days Experience on a Construction Project Involving Earthwork Operations MET 01/01/1900 01/01/2099 90 Days Experience Asphalt Paving Operations or Asphalt Roadway Testing MET 01/01/1900 01/01/2099 CTQP Training History Report Report for: Luis Reyes TIN: R21653398 Report Date: 10/20/2023 Valid Qualifications No Matching Valid Qualification Records Found Expired Qualifications No Matching Expired Qualification Records Found Pending Qualifications No Matching Pending Qualification Records Found Requirements Requirement Name Result Valid from Expired on Final Estimates - Level 1 - Written Exam Requirement PASS 08/25/2023 08/25/2028 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 131 DORAL The Corradino Group 109 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 132 DORAL-.T1 ;0 The International Society of Arboriculture Hereby Announces That (gecrge Has Earned the Credential ISA Tree Risk Assessment Qualification® By successfully meeting ISA Tree Risk Assessment Qualification certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council CTO<l>n»a The International Society"of Arboriculture Hereby Announces That ttyanQ.Qeor^e Has Earned the Credential ISA Certified Arborist’ By successfully meeting ISA Certified Arborist certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council Society of Wetland Scientists Professional Certification Program,Inc renews the designation Professional Wetland Scientist For Ryan B.St.George In recognition of all the professional tcquUeinenU approved by Hie Society of Wetland Scientists Cmtllicntlon Renewal Progiain,and verified by the Society's Certification Renewal Review Panel ProtesMooal Welland Scientist Number 1998 Issued on 3/22/2010 and recertihod on 5/12/2020. Duc to recertify again by 3/22/2025. Manhew Snr vm W5*ntielerit Put CnMl '1VSCert’iraioo Riiiewd।Ch»i Inspector Number 38023 Keim torne QUALIFIEDstormwatermanagement INSPECTOR The undersigned hereby acknowledges rhar Ryan St.George has successfully met all requirements necessary to be fully qualified through the Florida Department of Environmental Protection Stormwater Erosion and Sedimentation Control Inspector Training Program May 24,2016 RMWATER MANAGEMSTO INSTRUCTOR #913 Al Gt ST 22.201“Halton K.Lunsford DEP Statewide Training (ourdinator Ryan St.George has successfully met all requirements necessary to be an Instructor for the Florida Stormwater.Erosion,and Sedimentation Control Inspector Training Program. The Corradino Group 110 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 133 DORAL FLORIDA RYAN B.ST Diver No. Birthdate Cert.Date Instr.No. LANCE L. GEORGE 021 2082629 01 NOV 1977 08 DEC 2002 Ml-41 403 ROBINSON This diver has satisfactorily met ihe standardstorthiscerlitcationlevelasseitorthby:PAD1,30151 Tomas Street,ASM,GA 92688-2125www.padi.cont GEORGE 0212085572 01 NOV 1977 24 NOV 2002 MI-41403 ROBINSON RYAN B.ST Diver No. Birthdate Cert Date Instr.No. LANCE L. True diver has satisfactorily mei the standardstorihiscertificationlevelassetforthbyPADL30151TomasStreet,RSM.CA 92688-2125wwwpadicom RYAN B.ST GEORGE Diver No.0311009447 Birthdate 01 NOV 1977 Cert.Date 16 NOV 2003 Instr.No.MSDT-99142 KRISTI A,FOSTER 20346 SOUTHEAST OCEANIC SERVICES DANIA BEACH,FL This diver has satisfactorily met Ihe standards tor 1his cerlilicalion level as sei forth byPAOt.30151 Tomas Street,ASM,CA 92BB8-2125wwwpadicom The Corradino Group 111 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 State of Florida Department of State I certify from the records of this office that CURTIS &ROGERS DESIGN STUDIO, INC.is a corporation organized under the laws of the State of Florida, filed on October 23, 1991. The document number of this corporation is S89127. I further certify that said corporation has paid all fees due this office through December 31, 2023,that its most recent annual report/uniform business report was filed on January 23, 2023,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Twenty-third day of January, 2023 Tracking Number: 4947475868CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 134 DORAL FLORIDA CURTIS+ROGERS DESIGN STUDIO Secretary of State The Corradino Group 112 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 JulieI.Brown,SecretaryRonDeSantis,Governor THELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHE PROVISIONSOFCHAPTER481,FLORIDASTATUTES Donotalterthisdocumentinanyform. CURTIS&ROGERSDESIGNSTUDIO Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. 7901SW58AVE MIAMIFL33143 AlwaysverifylicensesonlineatMyFloridaLicense.com JulieI.Brown,SecretaryRonDeSantis,Governor THELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHE PROVISIONSOFCHAPTER481,FLORIDASTATUTES Donotalterthisdocumentinanyform. CURTIS&ROGERSDESIGNSTUDIO Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. 345CADIMAAVE CORALGABLESFL33134 AlwaysverifylicensesonlineatMyFloridaLicense.com JulieI.Brown,SecretaryRonDeSantis,Governor THELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHE PROVISIONSOFCHAPTER481,FLORIDASTATUTES Donotalterthisdocumentinanyform. 7520S.REDROAD,SUITEM Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. SOUTHMIAMIFL33143 AlwaysverifylicensesonlineatMyFloridaLicense.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 135 DORAL FLORIDA The Corradino Group 113 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08   FloridaUnifiedCertificationProgram DisadvantagedBusinessEnterprise(DBE) CertificateofEligibility CHROME ENGINEERING INC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 541330,541340  Samuel Febres (Sammy) DBE & Small Business Development Manager Florida Department of Transportation State of Florida Department of State I certify from the records of this office that CHROME ENGINEERING, INC.is a corporation organized under the laws of the State of Florida,filed on September 26, 2018,effective September 24, 2018. The document number of this corporation is P18000081204. I further certify that said corporation has paid all fees due this office through December 31, 2023,that its most recent annual report/uniform business report was filed on January 3, 2023,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Third day of January, 2023 Tracking Number: 4891985391CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 136 DORAL CHROME ENGINEERING,INC. Unarb of Professional Engineers Chrome Engineering Inc. Z4rj wfuifittrita ’Srrti&ft 4//.0.23,ff»tii/a tifafufn./n irfMailMt ufrirtf.t/r fitMtt/tf f nyinrru 3nr3^aadbup*t£i±film (»offet rnytft^tft^wntm iff t^r 'ilalf <f (ffinit/a in trftmAnra UHtf CAtfM (fioutfa 'itatum.aa</tAr min tf tAr fioattf. CALM W MWI Miirru tir >r«/tir Siaart/am/r/r -jt. Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT A Bill -DO NOT PAY 7266916 LBT BUSINESS NAMEA0CAT10N CHROME ENGINEERING INC 16650 SW88TH ST 205 MIAMI FL 33196 OWNER CHROME ENGINEERING INC RECEIPT NO RENEWAL 7554701 SEC,TYPE OF BUSINESS 212 P.AXORP PARTNERSHIP FIRMCA32891 EXPIRES SEPTEMBER 30,2024 Musi bo displayed at place of business Pursuant to County Code Chapter 8A -An,9 &10 PAYMENT RECEIVES BYTMCOIUCIOR $75.00 07/19/2023 Employee(s)INT—23-410169 This local Business Tail Receipt anfy confirms payment of the Local Business Tea The Receipt is not a license,permit or a certification ol the holder s qriolificotiorn.to do business Holder must comply with any governmentalornongovernmentalregulatorylawsandrequirementswhichapplytothebusiness. The RECEIPT NO above must be displayed on all commercial vehicles -Miami-Oode Code Sec la-276 For more information,visit wwwrniamidadegov/Uxcollector The Corradino Group 114 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 July 15, 2023 Oscar Cruz, President CHROME ENGINEERING, INC. 16650 SW 88th Street, Suite 205 Miami, Florida 33196 Dear Mr. Cruz: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design Group 5 - Bridge Inspection 5.4 - Bridge Load Rating Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00.* This status shall be valid until June 21, 2024, for contracting purposes. *Limit for FDOT projects only On the basis of self-certification materials submitted, the rates listed below represent the costs the Department has accepted. Approved Rates Home/ Branch Overhead Premium Overtime Reimburse Actual Expenses Home Direct Expense 116.36% Excluded No 0.00% Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 137 DORAL RON DESANTIS GOVERNOR FDoW) Florida Department of Transportation JARED W.PERDUE,P.E. SECRETARY The Corradino Group 115 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 Miami-Dade County Internal Services Department Architecture/Engineering (A/E) Pre-Qualification Certificate This certificate is hereby issued to: CHROME ENGINEERING, INC. 16650 SW 88th Street, Suite 205, Miami, FL 33196 Approval Date:££11/02/2022 £ Expiration Date:01/31/2024 £ The above name applicant is pre-qualified to provide professional A/E services for Miami-Dade County for the period indicated above. The applicant has committed its firm to comply with the specific conditions listed below: 1. Pre-Qualified to offer professional services only in the Miami-Dade County technical categories shown in the “Statement of Technical Qualifications.” All technical category restrictions must be strictly adhered to. 2. Pre-Qualification Certification (PQC) consolidates the technical certification, affirmative action plan, and vendor registration into one streamlined certification process resulting in the issuance of a Pre-Qualification Certificate. 3. Report any significant changes, such as contact person, qualifier, ownership, firm address, etc., by login on the Self-Service Portal at www.miamidade.gov/vendor within 30 days of such a change. Failure to report said changes to the County may result in the immediate suspension or termination of your firm’s Pre-Qualification Certification. 4. Failure to renew your firm’s PQC at least thirty (30) days prior to your firm’s current expiration date may result in the suspension and/or termination from County programs and current or future contracts until your firm’s Pre-Qualification Certification has been properly renewed. Any lapses in the certification of any of the required PQC areas (vendor registration, affirmative action plan, or technical certification) will result in a lapse in your PQC. Firms are responsible for observing and adhering to all submission deadlines. 5. Any renewal applications and/or supporting documents submitted after the application deadline might delay the review of your firm’s PQC certification to the next available Technical Certification Committee meeting. The PQC application, submission deadlines, and the Technical Certification Committee meeting calendar can be found on Procurement Management web site located at: http://www.miamidade.gov/internalservices/prequailification-certification.asp 6. Permit Miami-Dade County representatives to have access during normal business hours to audit books and records to verify information submitted with this application. This right of access shall commence on the approval date of this certificate and shall terminate on its expiration date. Please note that if at any time Miami-Dade County’s has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, the County may refer the matter to the State Attorney’s Office and/or other investigative agencies, initiate debarment procedures, and/or pursue sanctions or other legal remedies in accordance with Miami-Dade County policy and/or applicable federal, state and local laws. Approved By Technical Certification Committee Miami-Dade County Miami-DadeCounty InternalServicesDepartment StatementofTechnicalCertificationCategories Firm: CHROME ENGINEERING, INC. 16650 SW 88th Street, 205, Miami, FL 33196 Approved By Technical Certification Committee Miami-Dade County Code Category Description Approval Date Expiration Date 3.03 HIGHWAY SYSTEMS - BRIDGE DESIGN 11/02/2022 01/31/2025 4.01 AVIATION SYSTEMS - ENGINEERING DESIGN 11/02/2022 01/31/2025 11.00 GENERAL STRUCTURAL ENGINEERING 11/02/2022 01/31/2025 16.00 GENERAL CIVIL ENGINEERING 11/02/2022 01/31/2025 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 11/02/2022 01/31/2025 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 138 DORAL The Corradino Group 116 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 January 30, 2023 Oscar J. Cruz CHROME ENGINEERING, INC. 16650 SW 88th Street Suite 205 Miami, FL 33196 Approval Date: December 31, 2022 Small Business Enterprise - Architectural & Engineering (SBE-A&E) Expiration Date: December 31, 2025 Dear Oscar J. Cruz, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise. The Small Business Enterprise (SBE) programs are governed by Sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10- 33.02 of Miami-Dade County’s Codes. This Small Business Enterprise - Architectural & Engineering (SBE-A&E) certification is valid for three (3) years. However, to validate continuing eligibility, SBD may conduct random audit(s) within the three (3) year certification period. Failure to provide required documentation for a random audit will initiate the decertification process. At the time of expiration, your firm will submit a Re-certification Application at least one hundred and eighty (180) days, but not less than, ninety (90) days, prior to the end of the three (3) year certification term via the County’s web-based system, Business Management Workforce System (BMWS). This will ensure sufficient time for process by SBD. Failure to provide the re-certification application and required supporting documentation will initiate the decertification process. If at any time there is a material or business structure change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliations(s) with other businesses or the physical location of the firm, you must notify this office within thirty (30) calendar days of the effective date of the change(s) via the BMWS. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Failure to notify SBD of any changes may result in immediate action to decertify the firm. This letter will be the only approval notification issued for the duration of your firm’s three-year certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm’s certification has been removed pursuant to the code. Your firm’s name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County’s SBD website: https://www.miamidade.gov/global/business/smallbusiness/home.page. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a bidder with Miami-Dade County. To register, you may visit: https://www.miamidade.gov/global/business/procurement/home.page. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Jeanise Cummings-Labossiere Section Chief, Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) MDC-TCC 03-03: BRIDGE DESIGN MDC-TCC 04-01: ENGINEERING DESIGN MDC-TCC 11: GENERAL STRUCTURAL ENGINEERING MDC-TCC 16: GENERAL CIVIL ENGINEERING MDC-TCC 17: ENGINEERING CONSTRUCTION MANAGEMENT NAICS 541330: ENGINEERING SERVICES DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 139 DORAL miami-dade;[illlMi The Corradino Group 117 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 11236SW104THSTREET Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. MIAMIFL33176 AlwaysverifylicensesonlineatMyFloridaLicense.com MelanieS.Griffin,SecretaryRonDeSantis,Governor THEPROFESSIONALENGINEERHEREINISLICENSEDUNDERTHE PROVISIONSOFCHAPTER471,FLORIDASTATUTES Donotalterthisdocumentinanyform. 16650SW88STREET Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. SUITE205 MIAMIFL33196 AlwaysverifylicensesonlineatMyFloridaLicense.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 140 DORAL The Corradino Group 118 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 PlusUrbia LLC August 2, 2022 August 2, 2024 CITY OF MIAMIBUSINESS TAX RECEIPT BUSINESS NAME: DBA: BTR HOLDER NAME: BUSINESS ADDRESS: EXPIRES: ACCOUNT NUMBER: RECEIPT NUMBER: COMMENTS: RESTRICTIONS: This issuance of a business tax receipt does not permit the holder to violate any zoning laws of the City nor does it exempt the holder from any licenseor permits that may be required by law. This document does not constitute acerti´cationthattheholderisquali´edtoengageinthebusiness,professionoroccupationspeci´edherein.The document indicates payment of the business tax receipt only. · PLEASE DISPLAY THIS CERTIFICATE IN A CONSPICUOUS LOCATION AT OCCUPANCY ADDRESS. · FAVOR DE MOSTRAR ESTE CERTIFICADO EN UN SITIO VISIBLE EN LA DIRECCION DEL COMERCIO. · TANPRI AFICHE SÈTIFIKA SA A NAN YON KOTE KONSIDÈB NAN ADRÈS OKIPANS. FY ISSUED: Robert Santos-Alborna Director, Code Compliance www.miamigov.com 23- 24 Oct 01, 2023 Plus Urbia LLC Plus Urbia Design Plus Urbia LLC 1385 SW 22 ST 401 Effective Year Oct. 1 2023 Thru Sep. 30 2024 151463 180051 ARTISTS - ALL TYPES State of Florida Department of State I certify from the records of this office that PLUS URBIA,LLC is a limited liability company organized under the laws of the State of Florida,filed on January 11, 2010. The document number of this limited liability company is L10000003286. I further certify that said limited liability company has paid all fees due this office through December 31, 2023,that its most recent annual report was filed on January 27, 2023,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Twenty-seventh day of January, 2023 Tracking Number: 3526761397CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 141 plusurbia. DORAL FLORIDA Minority Business Certification Is uTtifu-d under the I’rovisious of 287 and 296.187,Florida Statutes fora period from: The Corradino Group 119 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 October 27, 2022 Juan Mullerat PLUS URBIA, LLC DBA PLUSURBIA DESIGN 1385 Coral Way PH 401 Miami, FL 33145 Approval Date: October 26, 2022 - Disadvantaged Business Enterprise (DBE) Anniversary Date: October 26, 2023 Dear Juan Mullerat, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the UCP DBE Directory which can be accessed through the Florida Department of Transportation's website: http://www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/. DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub-contractor, consultant, sub-consultant or material supplier. If at any time there is a material change in your firm, you must advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on-going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in action to remove your firm's DBE certification. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcert@miamidade.gov. Sincerely, Jeanise Cummings-Labossiere Section Chief, Small Business Development NAICS & Industry Title: (Your firm is eligible to compete for and perform work on all USDOT Federal Aid projects throughout Florida and may earn DBE or ACDBE credit for work performed in the following areas.) NAICS 541320: LANDSCAPE ARCHITECTURAL SERVICES DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 142 The Corradino Group 120 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 143 DORAL miamidade.gov Internal Services Department Small Business Development 111 NW 1 Street,19th Floor Miami,Florida 33128 T 305-375-3111 F 305-375-3160 December 6,2022 Juan Mullerat PLUS URBIA,LLC DBA PLUSURBIA DESIGN 1385 Coral Way #401 Miami,FL 33145 Approval Date:December 5,2022 Small Business Enterprise -Architectural &Engineering (SBE-A&E) Expiration Date:December 31,2025 Dearjuan Mullerat, Miami-Dade County Small Business Development (SBD),a division of the Internal Services Department (ISD),has completed the review of your application and attachments submitted for certification.Your firm is officially certified as a Miami-Dade County Small Business Enterprise.The Small Business Enterprise (SBE)programs are governed by Sections 2-8.1.1.1.1;2-8.1.1.1.2;2-10.4.01;10-33.02 of Miami-Dade County's Codes.This Small Business Enterprise -Architectural &Engineering (SBE-A&E)certification is valid for three (3)years.However,to validate continuing eligibility,SBD may conduct random audit(s)within the three (3)year certification period.Failure to provide required documentation for a random audit will initiate the decertification process. At the time of expiration,your firm will submit a Re-certification Application at least one hundred and eighty (180)days,but not less than,ninety (90)days,prior to the end of the three (3)year certification term via the County’s web-based system, Business Management Workforce System (BMWS).This will ensure sufficient time for process by SBD.Failure to provide the re-certification application and required supporting documentation will initiate the decertification process. If at any time there is a material or business structure change in the firm including,but not limited to,ownership,officers, director,scope of work being performed,daily operations,affiliations(s)with other businesses or the physical location of the firm,you must notify this office within thirty (30)calendar days of the effective date of the change(s)via the BMWS. Notification should include supporting documentation.You will receive timely instructions from this office as to how you should proceed,if necessary.Failure to notify SBD of any changes may result in immediate action to decertify the firm. This letter will be the only approval notification issued for the duration of your firm's three-year certification.If the firm attains graduation or becomes ineligible during the three-year certification period,you will be properly notified following an administrative process that your firm’s certification has been removed pursuant to the code.Your firm's name and tier level will be listed in the directory for all SBE certified firms,which can be accessed through Miami-Dade County’s SBD website: https://www.miamidade.qov/qlobal/business/smallbusiness/home.paqe.The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a bidder with Miami-Dade County.To register,you may visit: https://www.miamidade.qov/qlobal/business/orocurement/home.paqe.Thank you for your interest in doing business with Miami-Dade County.If you have any questions or concerns,you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Jeanise Cummings-Labossiere Section Chief,Small Business Development CATEGORIES:(Your firm may bid or participate on contracts only under these categories) MDC-TCC 21:LAND-USE PLANNING The Corradino Group 121 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 144 DORAL Hiiswriilicak herein qualifier Megan McLaughlin,AICP as a member with all the benefits of a Certified Planner and a commitment to the AKU*(’ode of Fthies and Professional Conduct. Certified Planner Xumbcr 024515 Paul Fanner.FAICl* Executive Director and (J (» Paul Inghrant.X11 T President MU] sStral Professional Institute KW L American Institute of Certified Planners The Corradino Group 122 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 145 DORAL-.T1 ;0 MILLER <LEGG LICENSEE SEARCH OPTIONS 11 46:24 AM 7/13/2023 Data Contained In Search Results Is Current As Of 07/13/2023 08:59 AM. Search Results -4 Records Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information,including any complaints or discipline,click on the name. License Type Name Name Type License Number/ Rank Status/Expires Engineering Business Registry MILLER LEGG DBA 7318 Registry Current Main Address':13680 NW 5TH STREE"SUNRISE.FL 33325 Mailing Address*:13680 NW 5TH STREET SUNRISE.FL 33325 Registered Landscape Architect MILLER LEGG &ASSOCIATES INC DBA LA0001336 Landscape Arc Current,Active 11/30/2023 Main Address’:1207 TERRY STONE COURT WESTON.FL 33326 Landscape Architecture Business Information MILLER LEGG &ASSOCIATES INC Primary Business Info Current,Active Main Address':5747 N ANDREWS WAY FORT LAUDERDALE.Fl 33300 Engineering Business M|LLER LEGG &ASSOCIATES.INC PrimaryMpnicrrv’ 7318 Registry Current Main Address':13380 NW 5TH STREET SUNRISE.FL 33325 Mailing Address*:13680 NW 5TH STREET SUNRISE.FL 33325 State of Florida Department of State l certify from the records ofthis office that MILLER,LEGG &ASSOCIATES, INC.is a corjMration organized under Ilie laws of the State of Florida,filed on Minch 15.1995 The document number ofthis corporation is P950O0021 1 17. I further certify that said corporation lias paid all fees due this office through December 31.2023,that its most recent annual report'uniform business report was filed on July 3,2023,and that its status is active 1 further certify dial said corporation Lias not filed Articles of Dissolution. Gnvn under my hand and the Great fioal of the Stair of Florida al Tallahastre.ihr Capital,thin Ute Third day of July,2023 TrackingNumber. To authenticate this certificate,visit the foliowing site,enter this number ,aud then fuUmvihe kucUuctittiv diupbned https:'servkcs.sunbiz.org/FilktgS'CcrtiTKauOfSUtusCciirkMeAuUientk-ation Florida Department <«f Agriculture and Consumer ServicesDivisionofConsumerServicesHoardofProfessionalSurveyorsandMappers2005ApalacheePkwayIalbha^e.Florida 32399450* License No LB6680 Expiration Date February 28,2025 Professional Surveyor and Mapper Business License Under ihe provisions of Chapter 472.Florida Statutes MILLER LEGG &ASSOCIATES INC5747NANDREWSWAYFORTLAUDERDALE,FL 33309.2364 WILTON SIMPSON COMMISSIONER OF AGRICULTURE Thu it lo cernf,ihu *c profeMicnil sunryw a*i mippei ulmtr oume aud addrett ar <hc-wn above is bzeiued at rpjuiredbj OiHpkr 4T?,Flonda Statulrt The Corradino Group 123 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 TheInternationalSocietyofArboriculture HerebyAnnouncesThat HasEarnedtheCredential ISACertifiedArborist¨ BysuccessfullymeetingISACertifiedArboristcertificationrequirements throughdemonstratedattainmentofrelevantcompetenciesassupportedby theISACredentialingCouncil 6February2018 IssueDate ExpirationDate CertificationNumber 30June2024 CaitlynPollihan CEO&ExecutiveDirector CastoMiguelJuncal #0847 ISACertifiedArborist FL-9341A JulieI.Brown,SecretaryRonDeSantis,Governor THELANDSCAPEARCHITECTHEREINHASREGISTEREDUNDERTHE PROVISIONSOFCHAPTER481,FLORIDASTATUTES Donotalterthisdocumentinanyform. 20449SW93RDAVE. Thisisyourlicense.Itisunlawfulforanyoneotherthanthelicenseetousethisdocument. CUTLERBAYFL33189 AlwaysverifylicensesonlineatMyFloridaLicense.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 146 DORAL FLORIDA FBPE nf lortAa ¥oarb of ^Jrofrssional Engineers Carlos Arturo Vazquez Torres Aa±deninnstuited qua fifir atifnu in rnyinrrtiny fundanfrnta&.trrAnicaf .madrmatia .and Saiir wienm.and u teroyni^d aj an CERTIFIEDSURVEYTECHNICIAN Sandro Elvir through knowledge.experience and testing has met the requirements established by the Certified Sunev Technician Board Licensee Name:MOJICA.JOAQUIN ALEJANDRO License Number:60488 Rank.Professional Engineer License Expiration Date 02/28/2023 Primary Status Current Original License Date 09/24/2003 Secondary Status Active Related License Information License Number Status Related Party Relationship EffectiveT»Pe Date Expiratior Date 7318 Current MILLER.LEGG &ASSOCIATES.INC.DBA:MILLER LEGG Registry 29837 Closed PARKLAND ENGINEERING INC.Registry 11/16/2017 Registry 03/20/2012 Registry tudda llepartnwnt n(Xurkulture unit I xmunwr "wMK.-aDhM<Mor<'<MiMn«*r*«r*l«ir«LrosrNo I-S5857IUnMuffto|t«><inut Sur»rM>n .wid Muppet r .»05 AiwLirhn IullaJunw.n.iH.k JJITM5W [MpimUnn bur 1 thniarv 3«.3035 Professional Surveyor and Mapper License LfiKlci iht pnivioom oi Ouplcr J7L Fhirdd SLititlt' MARTIN t'ROSSI •>23 N I6TH AVEHOl.l.n\O0D,Fl J3O2n-3T3S Wil TON SIMPStAroMMKsloMtnin AGinmi n hi The Corradino Group 124 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 147 DORAL intertokpsi I licenset* Name:PROFESSIONAL SERVICE INDUSTRIES,INC.License Number:3684 Rank: Primary Status; Registry Current License Expiration Date: Original License Date;07/15/1983 Relaled License Information License Number Status Related Party Relationship Type Relation Effective Date Rank Expiration Date 60745 Current, Active VILLEGAS,JUAN DIEGO Registry 01/30/2017 Professional Engineer 02/28/2025 State of Florida Department of State I certify from the records of this office that PROFESSIONAL SERVICE INDUSTRIES,INC is a Delaware corporation authorized to transact business in the State of Florida,qualified on July 1,1983 The document number of this corporation is 856982. I further certify that said corporation has paid all fees due this office through December 31,2023,that its most recent annual report/unifomi business report was filed on February 2,2023,and that its status is active I further certify that stud corporation has not filed a Certificate of Withdrawal Given under tny hand and the Great Seal of the State of Florida al Tallahassee,the Capital,this the Eighth day of February,2023 Secretary Tracking Number.7IMMI7$968C1I To authenticate this certificate.*hit the follow ing Mtcxntcr thi*number,anti then follow the mMruction*dkpbycd. hnp»://*cnk'CKMinhi/.nni/FUinKVCcnifkmrOrSliUu^CenificaleAulhcnficiitiiin The Corradino Group 125 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 July 13, 2023 Juan Villegas, Regional Vice President PROFESSIONAL SERVICE INDUSTRIES, INC. 1748 33rd Street Orlando, Florida 32839 Dear Mr. Villegas: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 9 - Soil Exploration, Material Testing and Foundations 9.1 - Soil Exploration 9.2 - Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing 9.4.1 - Standard Foundation Studies 9.4.2 - Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 - Geotechnical Specialty Laboratory Testing Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00.* This status shall be valid until July 13, 2024, for contracting purposes. *Limit for FDOT projects only Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 148 DORAL RON DESANTIS GOVERNOR FDOT; Florida Department of Transportation 605 Suwannee Street Tallahassee,FL 32399-0450 JARED W.PERDUE,P.E. SECRETARY The Corradino Group 126 TAB 5 PROPOSER QUALIFICATION STATEMENT - LICENSES AND CERTIFICATIONS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 149 DORAL-.T1 ;0 STATE OF FLORIDA Melanie S.Gritfin.Secretary^k ——ArDFL FLORIDA BOARD OFmmvjiKvivmik BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES EXPIRATION DATE:FEBRUARY 28,2025 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. Ron DeSantis.Governor STATE OF FLORIDA Melanie S.Gritfin.Secretary^k ——ArDFL I LORIDA BOARDOF 1800 33132 BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES -YimLICENSENUMBER:PE60745 EXPIRATION DATE:FEBRUARY 28,2025 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. The Corradino Group RFQ REQUIRED FORMS TAB 6GENERAL ENGINEERING AND ARCHITECTURALSERVICESRFQ 2023-08 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 150 127 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 CONFLICT OF INTEREST DISCLOSURE FORM All entities interested in conducting business with the City must complete and return this Conflict-of- Interest Disclosure Form. All entities interested in or conducting business with the City are subject to comply with the City of Doral’s conflict of interest policies as stated within the certification section below. If a current or proposed vendor has a relationship with a City of Doral official or employee or an immediate family member of a City of Doral official or employee, the vendor shall disclose the information required below. Bidder/Proposer certifies as follows: 1.No City official or employee or City employee’s immediate family member has an ownership interest in vendor’s company or is deriving personal financial gain from this contract. 2.No retired or separated City official or employee who has been retired or separated from the City for less than one (1) year has an ownership interest in vendor’s Company. 3. No City employee is contemporaneously employed or prospectively will be employed by the vendor. 4.Vendor hereby declares it has not and will not provide gifts or hospitality of any dollar value or any other gratuities to any City employee or elected official to obtain or maintain a contract. Conflict of Interest Disclosure* Name of City of Doral employees, elected officials, or immediate family members with whom there may be a potential conflict of interest: ___________________________________ ___________________________________ ___________________________________ ( ) Relationship to employee ( ) Interest in vendor’s company ( ) Other (please describe below): ___________________________________ ___________________________________ ___________________________________ ( ) No Conflict of Interest *Disclosingapotentialconflictofinterestdoesnotautomaticallydisqualifyvendors.Intheevent vendorsdonotdisclosepotentialconflictsofinterestandtheyaredetectedbytheCity,vendorwillbeexemptfromdoingbusinesswiththeCity. Company Name: Authorized Representative Name: Authorized Representative Title: Authorized Representative Signature: Date: I certify that this Conflict-of-Interest Disclosure has been examined by me and that its contents are true and correct to my knowledge and belief and I have the authority to so certify on behalf of the Bidder/Proposer by my signature below: X TheCorradinoGroup,Inc. JosephM.Corradino,AICP President 10/19/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 151 DORAL FLORIDA The Corradino Group 128 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 E-VERIFY PROGRAM AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. Additionally, I have reviewed Section 448.095, Florida Statutes and 48 CFR 52.222-54 and have sufficient knowledge of the personnel practices of the Contractor to execute this Declaration on behalf of the Contractor. 2. The Contractor has registered with and utilizes the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in F.S. 448.095, which prohibits the employment, contracting or sub-contracting with an unauthorized alien. 3. The Contractor does not knowingly employ applicants or retain in its employ a person whose immigration status makes them ineligible to work for the Contractor. 4. The Contractor has verified that any subcontractors utilized to deliver goods or services to the City through the Contractor’s contract with the City use the E-Verify system and do not knowingly employ persons whose immigration status makes them ineligible to work for the subcontractor. The undersigned further confirms that it has obtained all necessary affidavits from its subcontractors, if applicable, in compliance with F.S. 448.095, and that such affidavits shall be provided to the City upon request. 5. Failure to comply with the requirements of F.S. 448.095 may result in termination of the employer’s contract with the City of Doral. Finally, the undersigned employer hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number: Date of Authorization: I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 399013 03/09/2011 TheCorradinoGroup,Inc. Florida Miami-Dade 10/19/2023 JosephM.Corradino,AICP-President 19th October 23 X JosephM.Corradino,AICP Florida 10/18/2024 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 152 DORAL Affi; The Corradino Grc Company N^me Maria Elena Shepherd Comm.#HH054516Expires:Oct.18,2024BondedThruAaronNotary The Corradino Group 129 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 BUSINESS ENTITY AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1.I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2.The full legal name and business address (post office address not acceptable) of the person(s) or entity contracting or transacting business with the City of Doral (“City”) are as follows: Legal Name of Contractor Fictitious Name (DBA) if applicable Street Address FEIN/EIN (if none, Social Security Number) 3.The following individuals are the officers of the Contractor: (supplement chart if necessary) Name Address Position 4. The following individuals or entities hold, directly or indirectly, five percent or more of the Contractor or are the beneficiaries of such Contractor in trust: (supplement chart if necessary) Name Address Percentage Interest TheCorradinoGroup,Inc. N/A 4055NW97thAvenue,Suite200,Doral,FL33178 61-0713049 JosephC.Corradino,PE FrederickC.P'Pool JosephM.Corradino,AICP 4055NW97thAvenue,Suite200 Doral,FL33178 4055NW97thAvenue,Suite200 Doral,FL33178 ChiefExecutiveOfficer ChiefOperatingOfficer President EduardoPerezdeMorales 4055NW97thAvenue,Suite200 Doral,FL33178 4055NW97thAvenue,Suite200 Doral,FL33178 SeniorVicePresidentof Eng.&Construction JosephC.Corradino,PE FrederickC.P'Pool JosephM.Corradino,AICP 64.91% 13.10% 6.55% 4055NW97thAvenue,Suite200 Doral,FL33178 4055NW97thAvenue,Suite200 Doral,FL33178 4055NW97thAvenue,Suite200 Doral,FL33178 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 153 DORAL The Corradino Group 130 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 5. The following individuals or entities have or will have an interest (over 5%) in the proposed transaction with the City (excluding subcontractors, suppliers, laborers, or lenders): (supplement chart if necessary) Name Address Interest I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: TheCorradinoGroup,Inc.JosephM.Corradino,AICP 10/19/2023 Florida Miami-Dade 19th October 23 X JosephM.Corradino,AICP Florida 10/18/2024 N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 154 DORAL The Corradino Grour Maria Elena Shepherd Comm.#HH0545l6WA#/Expires:Ocl.18,2024 Bonded Thru Aaron Notary The Corradino Group 131 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 NON-COLLUSION AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2. Affiant is fully informed respecting the preparation and contents of the attached Bid/Proposal by Contractor and of all pertinent circumstances respecting such Bid/Proposal. 3. Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal. 4. Neither the said Contractor nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including Affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other firm or person to submit a collusive or sham Bid/Proposal in connection with the Work for which the attached Bid/Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any firm or person to fix any overhead, profit, or cost elements of the Bid/Proposal or of any other person submitting a response to the solicitation, or to fix any overhead, profit, or cost elements of the quoted price(s) or the quoted price(s) of any other bidding/proposing person, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any person interested in the proposed Work. 5. The price(s) quoted in the attached Bid/Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Contractor or any other of its agents, representatives, owners, employees or parties in interest, including this Affiant. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: TheCorradinoGroup,Inc.JosephM.Corradino,AICP-President 10/19/2023 Florida Miami-Dade 19th October 23 X JosephM.Corradino,AICP Florida 10/18/2024 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 155 DORAL The Corradino J^foup Company Name } Affiam/Signature Maria Elena ShepherdAvalComm.#HH054516Expires:Oct.18,2024 Thnj No,ary Mv nnmmissinn AxnirA.q-10/18/2074 The Corradino Group 132 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 NO CONTINGENCY AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2.Affiant is fully informed respecting the preparation and contents of the attached Bid/Proposal by Contractor and of all pertinent circumstances respecting such Bid/Proposal. 3. Affiant on behalf of Contractor represents that neither Contractor nor any principal, employee, agent, representative or family member has promised to pay, and Contractor has not and will not pay, a fee the amount of which is contingent upon the City of Doral awarding this contract. 4. Affiant on behalf of Contractor warrants that neither it, nor any principal, employee, agent, representative has procured, or attempted to procure, this contract in violation of any of the provisions of the Miami-Dade County conflict of interest and code of ethics ordinances; and 5. Affiant on behalf of Contractor acknowledges that a violation of this warranty may result in the termination of the contract and forfeiture of funds paid, or to be paid, to the Contractor if awarded the contract. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: TheCorradinoGroup,Inc.JosephM.Corradino,AICP JosephM.Corradino,AICP 10/19/2023 Florida Miami-Dade 19th October 23 X Florida 10/18/2024 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 156 DORAL The Corradino Groui: Company Nafne V "wmiw* Maria Elena Shepherd j Comm-#HH054516‘Expires:Oct.18,2024 Bonded Thru Aaron Notary Mv rnmmiccinn pvnirpc -I n/d R/9H9Z1 The Corradino Group 133 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DISABILITY NON-DISCRIMINATION STATEMENT AMERICANS WITH DISABILITIES ACT (ADA) I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized and fully informed to make the statements contained in this affidavit on behalf of the Contractor. 2. Affiant on behalf of Contractor represents that the Contractor is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501 553.513, Florida Statutes: The Rehabilitation Act of 1973, 229 USC Section 794; The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42 USC Section 3601-3631. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: TheCorradinoGroup,Inc.JosephM.Corradino,AICP-President JosephM.Corradino,AICP Florida 10/18/2024 X 19th October 23 10/19/2023 Florida Miami-Dade DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 157 DORAL FLORIDA AffiapFSignature The Corradino Grou Company Name ~ Maria Elena Shepherd Comm.#HH0545l6 Expires:Oct.18,2024 Bonded Thru Aaron Notary Mv commission exoires:10/18/2024 The Corradino Group 134 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 PUBLIC ENTITY CRIMES SWORN STATEMENT SECTION 287.133(3)(a) FLORIDA STATUTES I, the undersigned affiant, swear or affirm that: 1.I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2.This sworn statement is submitted to the City of Doral by the below named affiant on behalf of the Contractor, whose business address is and who was the following taxpayer identification number: (utilize FEIN for entity and Social Security number if for individual) 3.I 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 with the United States, including, but not limited to, any Bid or Contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 4.I understand that "convicted" or "conviction" as defined in Para. 287.133(1)(b), Florida Statutes, 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 trail court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 5.I understand that an "affiliate" as defined in Para. 287.133(1)(a), Florida Statutes, means: •A predecessor or successor of a person convicted of a public entity crime; or •Any 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 officers, directors, executors, 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 another 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 prime 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. 6.I understand that a "person" as defined in Para. 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 Proposals or applies to Bid 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 "persons" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of any entity 7.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.) 4055NW97thAvenue,Suite200,Doral,FL33178 61-0713040 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 158 DORAL The Corradino Group 135 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 _______ 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 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 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 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.) 8. I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE CITY OF DORAL IS FOR THE CITY OF DORAL 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 CITY OF DORAL 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. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: X TheCorradinoGroup,Inc.JosephM.Corradino,AICP-President JosephM.Corradino,AICP 19th October 23 X Florida 10/18/2024 Florida Miami-Dade 10/19/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 159 DORAL Fhe Corradino Groui Company Narrie Maria Elena Shepherd Notary Put/ic for the ^tate of Flop My commission expires:10/18/2024 Kffian gnature The Corradino Group 136 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 DRUG FREE WORKPLACE PROGRAM The undersigned company in accordance with Florida statute 287.087 hereby certifies that the company does all of the following: 1.Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2.Inform Employees about the dangers of drug abuse in the workplace, the business’ policy of maintaining drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3.Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4.In the statement specified in subsection (1), notify the employees that, as a conditions of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5.Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6.Make good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Company Name: Authorized Representative Name: Authorized Representative Title: Authorized Representative Signature: Date: TheCorradinoGroup,Inc. JosephM.Corradino,AICP President 10/19/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 160 137 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 Exhibit A – Required Submission Forms COPELAND “ANTI-KICKBACK” ACT AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Doral, its elected officials, or its consultants, as a commission, kickback, reward or gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: TheCorradinoGroup,Inc.JosephM.Corradino,AICP-President 10/19/2023 Florida Miami-Dade 19th October 23 X JosephM.Corradino,AICP Florida 10/18/2024 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 161 DORAL The Corradinoproap,Company Narhe AffiapWignature I Maria Elena Shepherd Comm.#HH054516Expires:Oct.18,2024 Bonded Thru Aaron Notary The Corradino Group 138 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION I do hereby certify that I have read and understand the Equal Employment Opportunity requirements set forth in this Solicitation and that the below-named Company is in compliance and shall continue to comply with the same. CONE OF SILENCE CERTIFICATION I do hereby certify that I have read and understand the “Cone of Silence” requirements set forth in this Solicitation and further certify that neither I, nor any agent or representative of the Company has violated this provision. TIE BIDS CERTIFICATION I do hereby certify that I have read and understand the requirements/procedures for Tie Proposals set forth in this Solicitation. By my signature, I acknowledge that the attachment of this executed form certifying the above, as such, is required to complete a valid bid. Company Name: Authorized Representative Name: Authorized Representative Title: Authorized Representative Signature: Date: TheCorradinoGroup,Inc. JosephM.Corradino,AICP-President President 10/19/2023 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 162 DORAL FLORIDA The Corradino Group 139 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 CONFORMANCE WITH OSHA STANDARDS To the City of Doral, We __________________________________________________________, hereby acknowledge and Contractor agree that we, as the proposed Contractor for City of Doral for this Solicitation, 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 Doral, against any and all liability, claims, damages losses and expenses they may incur due to the failure of: ____________________________ ____________________________ ____________________________ ____________________________ (ListallSubcontractor’sNames) to comply with such act or regulation. _________________________________________ CONTRACTOR ______________________________________ BY: ________________________ ATTEST TheCorradinoGroup,Inc. CAPGovernment,Inc MetricEngineering,Inc LambertAdvisory,LLC Curtis+RogersDesignStudio,Inc Intertek-PSI ChromeEngineering,Inc PlusUrbia,LLC Miller,Legg&Associates,Inc TheCorradinoGroup,Inc. JosephM.Corradino,AICP-President DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 163 DORAL The Corradino Group 140 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 RESPONDENT'S CERTIFICATION I, as and authorized representative of the below named business entity have carefully examined the Solicitation, including all sections, exhibits, addenda, and any other documents accompanying or made a part of this Solicitation. I hereby propose to furnish the goods or services specified in the Solicitation. I agree that my Bid/Proposal will remain firm for a period of 180 days in order to allow the City adequate time to evaluate the Proposals/Proposals. I certify that all information contained in this Bid/Proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Bid/Proposal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract. I further certify, under oath, that this Bid/Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal for the same product or service; no officer, employee or agent of the City of Doral or any other Respondent is interested in said Bid/Proposal; and that the undersigned executed this Respondent's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. ___________________________________________ Name of Business STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: JosephM.Corradino,AICP President TheCorradinoGroup,Inc. Florida Miami-Dade 19th October 23 X JosephM.Corradino,AICP Florida 10/18/2024 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 164 DORAL Maria Elena Shepherd Comm.#HH0545l6A/f Expires:Oct.18.2024BondedThruAaronNotary nnmmioemn ovniroc dn/dQ/OnO^ The Corradino Group 141 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 CERTIFICATE OF AUTHORITY (If Corporation) STATE OF COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of , a Corporation existing under the laws of the State of __________________, held a meeting on ________________, 20_____, wherein the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Corporation, is hereby authorized to execute the Bid/Proposal dated _______ ___________, 20_____, which shall be submitted to the City of Doral on behalf of this Corporation, and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Corporation this _______, day of _____________________, 20____. Secretary: ___________________________________ (SEAL) Florida Miami-Dade TheCorradinoGroup,Inc. Florida January21st 15 JosephM.CorradinoPresident November 6th 23 19th October 23 JosephC.Corradino,PE DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 165 DORAL EAL)/^^?Q^?\•txj *ZSEALrj %/’’•.••’'ip/ The Corradino Group 142 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 CERTIFICATE OF AUTHORITY (If Partnership) STATE OF COUNTY OF I HEREBY CERTIFY that a meeting of the Partners of , a Corporation existing under the laws of the State of __________________, held a meeting on ________________, 20_____, wherein the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Corporation, is hereby authorized to execute the Bid/Proposal dated _______ ___________, 20_____, which shall be submitted to the City of Doral on behalf of this Partnership, and that their execution thereof, attested by the , shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Partnership this _______, day of _____________________, 20____. Attest: _______________________________ (SEAL) N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 166 DORAL The Corradino Group 143 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 CERTIFICATE OF AUTHORITY (If Limited Liability Company) STATE OF COUNTY OF I HEREBY CERTIFY that a meeting of , a Limited Liability Company (“Company”) existing under the laws of the State of __________________, held a meeting on ________________, 20_____, wherein the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Company, is hereby authorized to execute the Bid/Proposal dated _______ ___________, 20_____, which shall be submitted to the City of Doral on behalf of this Company, and that their execution thereof, attested by the , shall be the official act and deed of this Company." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Company this _______, day of _____________________, 20____. Attest: _______________________________ (SEAL) N/A DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 167 DORAL The Corradino Group 4055 NW 97th Avenue, Suite 200, Doral, FL 33178 P: 305.594.0735 • F: 305.594.0755 www.corradino.com DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 168 The CorradinoGroup »«'1i EXHIBIT “C” SAMPLE FORM OF WORK ORDER DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 169 WORK ORDER No.FOR PROFESSIONAL SERVICES TO:DATE: The City of Doral authorizes the firm to proceed with the professional engineering services for the services.Where is part of the pre-qualified pool of consultants selected in accordance with RFQ 2023-08 requirements and approved by the City Council on ,via Resolution .The work should be performed in accordance with the contract provisions contained in the Professional Services Agreement between and the City of Doral dated ,and the attached Proposal submitted on ,submitted by your firm for the above referenced project. SCOPE OF SERVICES AND SCEHDULE: The scope of the project will be as described in the attached proposal from Submitted on .The schedule requires the work to be performed within calendar days from Notice to Proceed.All limitations of time set forth in this Work Order are of the essence.The performance of services associated with this Work Order will be executed on a time and material basis based on the schedule of values submitted by with a not to exceed amount of $. You are required by the Professional Services Agreement to begin work subsequent to the execution of this Work Order, or as directed otherwise.If you fail to begin work subsequent to the execution of this Work Order,the City of Doral will be entitled to disqualify the Proposal and revoke the award. This Work Order incorporates the terms and conditions set forth in the Professional Services Agreement dated ,between the parties as though fully set forth herein.In the event that any terms or conditions of this Work Order conflict with the Continuing Services Agreement,the provisions of this specific Work Order shall prevail and apply. This Work Order is not binding until the City of Doral agrees and approves this Work Order. IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day and date first above written,in two (2) counterparts,each of which shall,without proof or accounting for the other counterpart be deemed an original Contract. CONSULTANT:WITNESSES:SEAL: BY:1. NAME:2. TITLE: OWNER:CITY OF DORAL AUTHENTICATION: BY:BY: NAME:Barbara Hernandez NAME:Connie Diaz TITLE:City Manager TITLE:City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE SOLE USE OF THE CITY OF DORAL: BY: NAME:Valerie Vicente,ESQ. TITLE:Nabors,Giblin &Nickerson,P.A. City Attorney EXHIBIT “D” CONSULTANT’S BILLING RATE Job Classification Rate / Hour DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 170 128 TAB 6 RFQ REQUIRED FORMS GENERAL ENGINEERING AND ARCHITECTURAL SERVICESRFQ 2023-08 E-VERIFY PROGRAM AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. Additionally, I have reviewed Section 448.095, Florida Statutes and 48 CFR 52.222-54 and have sufficient knowledge of the personnel practices of the Contractor to execute this Declaration on behalf of the Contractor. 2. The Contractor has registered with and utilizes the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in F.S. 448.095, which prohibits the employment, contracting or sub-contracting with an unauthorized alien. 3. The Contractor does not knowingly employ applicants or retain in its employ a person whose immigration status makes them ineligible to work for the Contractor. 4. The Contractor has verified that any subcontractors utilized to deliver goods or services to the City through the Contractor’s contract with the City use the E-Verify system and do not knowingly employ persons whose immigration status makes them ineligible to work for the subcontractor. The undersigned further confirms that it has obtained all necessary affidavits from its subcontractors, if applicable, in compliance with F.S. 448.095, and that such affidavits shall be provided to the City upon request. 5. Failure to comply with the requirements of F.S. 448.095 may result in termination of the employer’s contract with the City of Doral. Finally, the undersigned employer hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number: Date of Authorization: I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 399013 03/09/2011 TheCorradinoGroup,Inc. Florida Miami-Dade 10/19/2023 JosephM.Corradino,AICP-President 19th October 23 X JosephM.Corradino,AICP Florida 10/18/2024 EXHIBIT "E" DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 171 DORAL Affi; The Corradino Grc Company N^me Maria Elena Shepherd Comm.#HH054516Expires:Oct.18,2024BondedThruAaronNotary The Corradino Group DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 172 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 173 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 174 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 175 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 176 DocuSignEnvelopeID:9812F553-B402-4F97-A04C-F69D4EF5BAC1 177 4055 NW 97TH AVENUE ∙ SUITE 200 ∙ MIAMI, FL 33178 TEL 305.594.0735 ∙ 800.887.5551 WWW.CORRADINO.COM April 30, 2025 Ms.Suramy Cabrera,PE Planning and Development Director City of South Miami Sylvia Martin Building 6130 Sunset Drive South Miami,Florida 33143 Professional Planning Consultant Services as needed on a Continuing Basis Dear Ms.Cabrera, The Corradino Group (“Corradino”) is pleased to provide this proposal to perform in-house general planning assistance, including the 2025 Evaluation and Appraisal Report and Comprehensive Plan Updates for the City of South Miami (“City”). Corradino may provide professional planning services to the City for specific projects as authorized from time to time by the City as authorized by this scope. The services shall be for the types of projects or similar disciplines as described below: Public Meetings and Workshops; Commission Presentations; City Planning Board Presentations; City Design Review Board Presentations; Preparation, analysis, workshops, meetings, and presentations toward completion of the City’s Comprehensive Plan Evaluation and Appraisal Report (EAR); Preparation, analysis, workshops, meetings, and presentations toward completion of the City’s EAR-based Comprehensive Plan Amendment as required by Florda Statutes; Analysis, draft and edit of City-sponsored, expediated review Comprehensive Plan amendments; Analysis, draft and edit of City-sponsored, “small-scale” or “expediated review” Comprehensive Plan Future Land Use Map amendments; Analysis, draft and edit of zoning ordinance amendments and /or new zoning sections; Analysis, draft and edit of zoning map amendments; Analysis, draft and edit of other ordinances; Other general planning assistance as needed, of similar planning disciplines as above; This scope of work will not include any work that is part of cost recovery services to review private entity development applications, including, but not limited to: pre-application meetings, design review committee meetings, impact and compatibility analysis reports, and associated board and City Commission presentations. When the need for services for a specific project occurs, the City and Corradino shall utilize a Work Order as the agreement for each specific project. Each Work Order will, by mutual agreement, and set forth, among other necessities: the scope of services;deliverables; time and schedule; method (hourly or fixed work order sum) and amount of compensation. The professional services to be rendered by Corradino shall commence subsequent to the execution of each Work Order. Upon the commencement of the term of the Work Order, Corradino shall commence services and continuously perform services to the City in accordance with the time frames set forth in the Work Order. 178 CORRADINO THE CORRADINO GROUP,INC. ENGINEERS PLANNERS PROGRAM MANAGERS ENVIRONMENTAL SCIENTISTS 4055 NW 97TH AVENUE ∙ SUITE 200 ∙ MIAMI, FL 33178 TEL 305.594.0735 ∙ 800.887.5551 FAX 305.594.0755 WWW.CORRADINO.COM The City shall have the right to reject in its sole discretion,personnel assigned to the specific project. The fee schedule for the Corradino Group is provided in the table below. The rates shown are hourly rates that will be applied to hourly services or to develop fixed-fee and not-to-exceed proposals for specified projects. This contract for South Miami Professional Planning Consultant Services is piggybacked on Corradino’s contract with the City of Doral Contract for Architectural and Engineering Services, which is equivalent in scope and disciplines. Correspondingly, the hourly billing rates are equal to those used for the City of Doral for each discipline. Any direct costs for media production shall be billed at cost. Discipline and Level Hourly Rate Principal $300.00 Project Manager $270.00 Senior Planner $190.00 Associate Planner / Designer $150.00 Senior Transportation Modeler $300.00 Associate Transportation Modeler Analyst $170.00 Senior Professional Engineer $300.00 Traffic Engineer $200.00 Thank you. We look forward to working with West Miami to achieve the City’s development goals. Best regards, Mark Alvarez, Project Manager The Corradino Groupmobile: 786.385.0548malvarez@corradino.com 179 180 181 CITY OF DORAL Request for Qualifications General Engineering and Architectural Services RFQ No. 2023-08 182 City of Doral Request for Qualifications General Engineering and Architectural Services RFQ No. 2023-08 NOTICE: The City of Doral (“City”) hereby gives notice of its intent to seek proposals from interested and qualified parties in response to this Request for Qualifications (“RFQ”) to provide the services described herein. Proposals must be received no later than Monday, November 6, 2023 at 10:00am. Proposals must be submitted electronically through DemandStar https://network.demandstar.com/ or Vendor Registry https://vendorregistry.com/ by the date and time stated above. The responsibility for submitting a Proposal before the stated time and date is solely and strictly that of the Proposer. The City is not responsible for any delayed, lost, late, misdelivered, or non-delivered Proposals, no matter the cause. Any submittals received after the due date and time specified will not be considered. This RFQ is subject to the “Cone of Silence”. Accordingly, all questions and/or comments regarding this RFQ must be made in writing and be directed to Procurement at the following email at procurement@cityofdoral.com. All inquiries must reference “RFQ 2023-08 General Engineering and Architectural Services” in the subject line. No phone calls will be accepted in reference to this solicitation. If it becomes necessary to provide additional clarifying information that revises any part of this solicitation, supplements or revisions will be made available via written addendum. Solicitations and addenda or notices in connection therewith may be downloaded from the City of Doral Procurement Division webpage under “Active Solicitations”, on Vendor Registry, and on Demand Star. To receive notifications of addenda or notices issued in connection with this RFQ, interested parties must register on Vendor Registry or on Demand Star. The City reserves the right to reject any and all submissions, to waive any and all irregularities in any submission, to solicit and re-advertise for bids and to make awards in the best interest of the City, as determined in its sole discretion. The City reserves the right to accept any submittals deemed to be in the best interest of the City, to waive any minor irregularities, scrivener’s errors, minor omissions, minor deviations, and/or technicalities in any Proposals, or to reject any or all Proposals and to re-advertise for new Proposals, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this RFQ. PROPOSERS ARE ADVISED THAT PROPOSALS OR BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM SUBMISSION REQUIREMENTS OF THIS SOLICITATION SHALL RESULT IN A NON-RESPONSIVE DETERMINATION. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED BY PROPOSERS AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER/BIDDER. PROJECT OVERVIEW The City of Doral is soliciting Proposals from qualified and experienced firms for the provision of General Engineering and Architectural Services, including, but not limited to, providing general engineering and architectural services for miscellaneous planning, design and/or construction management projects, such as roadways, drainage, structural, bridge, electrical, mechanical, traffic engineering, civil/site planning, 183 water and sewer, environmental assessments and engineering, permitting, land use and zoning, architectural design and space planning, construction management, and project management. The city may also require the selected Consultants to perform construction engineering inspections, threshold inspections, plans review, and landscape architecture services. Awarded Consultants may perform work for various departments of the City including, but not limited to, Public Works, Parks and Recreation, Building, and Planning & Zoning. The City anticipates the majority of the scope of work to be engineering-related. The City intends to use the Proposals submitted in response to this RFQ to rank order the Proposers according to the most qualified and to then initiate contract negotiations with the top ranked Proposers. The City, on an as needed basis, may periodically issue specific projects and assignments to the selected Proposers. The selected Proposers shall demonstrate specific experience and capabilities and must have personnel qualified through education and experience in the specified disciplines. The City will review submittals only from those firms that submit a Proposal that complies with all the minimum requirements set forth in this Request for Qualifications The awarded Proposer(s) will enter into a contract for such services with the City for a term of three (3) years with a one (1) year option to extend, subject to the provisions contained in the RFQ. SCHEDULE The City’s schedule for this RFQ is as follows: Issuance/Advertisement Date: Thursday, October 5, 2023 Non-Mandatory Pre-Bid Meeting: Monday, October 16, 2023, 10:00 AM RFQ No. 2023-08 General Engineering and Architectural Services https://meet.goto.com/178618461 You may also dial in using your phone Access Code: 178-618-461 United States: +1 (224) 501-3412 Cut-off Date for Written Questions: Monday, October 23, 2023 at 5:00 PM Deadline for Submittals and Date of Opening: Monday, November 6, 2023 at 10:00 AM Due Electronically via DemandStar or Vendor Registry 184 TABLE OF CONTENTS ARTICLE 1 – GENERAL TERMS AND CONDITIONS ............................................................................ 7 1.1 Definitions ................................................................................................................................. 7 1.2 Cone Of Silence ........................................................................................................................ 7 1.3 Examination Prior to Submission ........................................................................................... 8 1.4 Clarifications and Addenda ..................................................................................................... 8 1.5 Withdrawal of Response ......................................................................................................... 8 1.6 Right To Cancel or Reject Responses ................................................................................... 8 1.7 Protests ..................................................................................................................................... 8 1.8 Incurred Expenses ................................................................................................................... 8 1.9 Preparation of Response ......................................................................................................... 8 1.10 Submission of Responses & Evaluations ............................................................................. 9 1.11 Prohibition Against Considering Social, Political, or Ideological Interests ....................... 9 1.12 Identical (Tie) Responses ........................................................................................................ 9 1.13 Public Records ......................................................................................................................... 9 1.14 Compliance With Applicable Laws ....................................................................................... 10 1.15 Public Entity Crime ................................................................................................................ 10 1.16 Equal Employment Opportunity ........................................................................................... 10 1.17 Compliance with Occupational Health and Safety Act (OSHA) Standards ....................... 10 1.18 Scrutinized Companies ......................................................................................................... 10 1.19 Fraud and Misrepresentation ................................................................................................ 11 1.20 Collusion ................................................................................................................................. 11 1.21 Respondent in Arrears or Default ......................................................................................... 11 1.22 Conflict of Interest ................................................................................................................. 11 1.23 Assignment or Transfer ......................................................................................................... 11 1.24 City Property ........................................................................................................................... 12 1.25 Termination For Default ......................................................................................................... 12 1.26 Termination For Convenience .............................................................................................. 12 1.27 Confidentiality ........................................................................................................................ 12 1.28 Anti-Trust/Non-Exclusivity .................................................................................................... 12 1.29 Quantities ................................................................................................................................ 12 1.30 Audit Rights and Records Retention ................................................................................... 12 1.31 Capital and Other Expenditures ........................................................................................... 13 1.32 Governing Law and Venue .................................................................................................... 13 185 1.33 Attorney Fees ......................................................................................................................... 13 1.34 Disputes .................................................................................................................................. 13 1.35 Waiver of Jury Trial ................................................................................................................ 13 1.36 No Partnership or Joint Venture ........................................................................................... 13 1.37 Severability ............................................................................................................................. 13 1.38 Indemnification ....................................................................................................................... 13 1.39 City Rights as Sovereign ....................................................................................................... 14 1.40 Time is of the Essence .......................................................................................................... 14 1.41 Delivery ................................................................................................................................... 14 1.42 Brand Names .......................................................................................................................... 14 1.43 Contract Amendments ........................................................................................................... 15 1.44 Conflicts and Order of Precedence ...................................................................................... 15 1.45 Contract Interpretation and Construction ........................................................................... 15 1.46 Rights and Remedies ............................................................................................................. 15 1.47 Inspection of Project Records .............................................................................................. 15 1.48 Notice ...................................................................................................................................... 15 1.49 Taxes ....................................................................................................................................... 16 1.50 Employees .............................................................................................................................. 16 1.51 Subcontractors or Suppliers ................................................................................................. 16 1.52 Extensions .............................................................................................................................. 16 ARTICLE 2 – SPECIAL TERMS AND CONDITIONS ............................................................................ 17 2.1 Purpose and Intent ................................................................................................................. 17 2.2 Proposal Submittal Instructions ........................................................................................... 17 2.3 Evaluation Process ................................................................................................................ 19 2.4 Evaluation Criteria ................................................................................................................. 20 2.5 Basis of Award ....................................................................................................................... 21 2.6 Contract Term ......................................................................................................................... 21 2.7 Use of Sub-consultants ......................................................................................................... 21 2.8 Licensing ................................................................................................................................ 22 2.9 Agreement Terms and Conditions ....................................................................................... 22 ARTICLE 3 – SCOPE OF WORK / TECHNICAL SPECIFICATIONS ................................................... 23 3.1 Scope of Work ........................................................................................................................ 23 3.2 Qualifications ......................................................................................................................... 25 186 3.3 Unauthorized Work ................................................................................................................ 25 3.4 Site Inspection ........................................................................................................................ 26 ARTICLE 4 – REQUIRED SUBMISSION FORMS ................................................................................. 27 EXHIBIT A – REQUIRED SUBMISSION FORMS ................................................................................. 28 EXHIBIT B – ARCHITECT-ENGINEER QUALIFICATIONS .................................................................. 48 EXHIBIT C – DRAFT PROFESSIONAL SERVICES AGREEMENT ..................................................... 49 187   RFQ No. 2023-08 Page 7 ARTICLE 1 – GENERAL TERMS AND CONDITIONS 1.1 Definitions “Authorized Representative” means the Department contact for interaction regarding contract administration. “City” means the City of Doral, a duly organized municipality under the laws of the State of Florida. This term may also refer to one of the various departments or agencies of the City of Doral, as the context indicates. “Contract” means the contractual agreement ultimately entered into by the City and the Successful Respondent(s) in accordance with the terms of this Solicitation and applicable laws. “Department(s)” means the City department(s) and offices for which this solicitation is prepared, which will be the end user(s) of the goods and/or services sought. “Procurement Division” means the office responsible for handling procurement-related matters within the City. “Respondent(s)”: means any person, individual, or entity submitting a response to this solicitation. The terms “Proposer” and “Bidder” are each interchangeable with “Respondent” and with each other and will be used as appropriate in the given context. “Response(s)” means the written, sealed document submitted by the Respondent(s) according to the instructions set forth in this Solicitation. A response to this Solicitation shall not include any verbal interactions with the City apart from submittal of a formal written submittal. The terms “Proposal” and “Bid” are each interchangeable with “Response” and with each other will be used as appropriate in the given context. “Solicitation” means this formal request to solicit Responses from responsible and responsive Respondents for the scope and specifications set forth herein. The terms “Invitation to Bid”, “Request for Proposals”, “Request for Qualifications”, and the like are each interchangeable with “Solicitation” and will be used as appropriate in the given context. “Successful Respondent(s)” means the Respondent(s) whose response to this Solicitation is deemed by the City to be in the City’s best interest and is awarded a contract in accordance with the terms of this Solicitation. The terms “Successful Proposer”, “Successful Bidder”, “Consultant” or “Contractor” are each interchangeable with “Successful Respondent” and will be used as appropriate in the given context. “Work” means the actual task (i.e., good and/or services to be provided) contemplated by this Solicitation and required in accordance with the terms of the Contract. 1.2 Cone Of Silence This Solicitation shall be subject to the “Cone of Silence” which shall mean a prohibition on any communication regarding a Solicitation between potential Respondent(s) or their lobbyists or representatives and the City Council, City staff including, but not limited to, the City Manager and his or her staff, and any member of the City’s selection or evaluation committee, except as otherwise explicitly provided herein. The Cone of Silence shall be imposed upon this Solicitation after the advertisement thereof and shall terminate upon the issuance of the City Manager’s recommendation to award. However, if the City Council refers the Manager’s recommendation back to the Manager or committee for further review, the Cone of Silence shall be re-imposed until such time a recommendation is issued by the City Manager after such additional review. The Cone of Silence shall not apply to:  Communications with the City Attorney;  Oral presentations before evaluation committees;  Public presentations made to the City Council during any duly noticed public meeting;  Written communications regarding a particular Solicitation between a potential Respondent, and the City’s Procurement Division, provided the communication is limited strictly to matters of process or procedure already contained in the Solicitation;  Duly noticed site visits to determine the competency of bidders/Respondent(s)s regarding a particular bid/proposal during the time period between the opening of bids and the time the City Manager makes his or her written recommendation;  Any emergency procurement of goods or services pursuant to City Code;  Responses to the City’s request for clarification or additional information;  Contract negotiations during any duly noticed public meeting;  Communications to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto are in writing or made at a duly noticed public meeting. 188   RFQ No. 2023-08 Page 8 Please contact the City Attorney for any questions concerning Cone of Silence compliance. Violation of the Cone of Silence by a Respondent shall render any award of this Solicitation to said Respondent voidable by the City Manager or Council. 1.3 Examination Prior to Submission Respondents must thoroughly examine each section. If there is any doubt or obscurity as to the meaning of any part of this Solicitation, Respondents may request clarification by written request to the Procurement Division. Respondents are required to be familiar with any conditions that may, in any manner, affect the Work to be done or affect the equipment, materials, or labor required. Respondents are also required to carefully examine the specifications and all equipment and all site locations and be thoroughly informed regarding all conditions that may, in any manner, affect the Work to be performed under the Contract. By submission of a Response, it will be construed that the Respondent is acquainted sufficiently with the site(s) and work to be performed. 1.4 Clarifications and Addenda Questions regarding this Solicitation shall be directed in writing by email to the Procurement Division at the email address specified in this Solicitation. Answers will be issued simultaneously to all registered Respondents. If it becomes evident that this Solicitation must be amended, the City will issue a formal written addendum to all registered Respondent(s) via email or through Vendor Registry and Demand Star. The addendum will be uploaded to the City’s Procurement webpage. No person is authorized to give oral interpretations of, or make oral changes to, the Solicitation. The issuance of a written addendum shall be the only official method whereby such a clarification is made. Only questions answered by written addenda shall be binding. 1.5 Withdrawal of Response A Respondent(s) may, without prejudice, withdraw, modify, or correct the Response after it has been submitted to the City, provided the request and any subsequent modifications and/or corrections are filed with the City in writing before the deadline to submit the Response. The original Response as modified by such writing will be considered as the Response submitted by the Respondent(s). No oral modifications will be considered. 1.6 Right To Cancel or Reject Responses The City reserves the right to cancel this Solicitation or reject any and/or all Responses or portions thereof, and to waive any technicalities or minor irregularities. Each Respondent agrees to hold harmless and covenant not to sue the City, its officials, officers, or employees, for any claims arising out of or in connection with the administration, evaluation, recommendation, or rejection of Responses. The City does not bind itself to accept the minimum specifications stated herein, but reserves the right to accept any Response, which, in the sole judgment of the City, will best serve the needs and interests of the City. This issuance of this Solicitation itself does not in any way constitute a contractual agreement between the City and the Respondent(s) unless and until the City awards the Solicitation, obtains all required approvals, and executes a Contract in accordance herewith. Furthermore, the City reserves the right to award without further discussion. The City also reserves the right to award the Contract on a split order basis, group by group, or item by item, or such combination as will best serve the interests of the City, unless otherwise stated. 1.7 Protests Protests of Solicitations and awards shall be submitted and resolved pursuant to City Code Section 2-338. Protests failing to meet all the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party’s right to file a protest. NO EXCEPTIONS WILL BE MADE. 1.8 Incurred Expenses The City shall not be responsible for any expenses incurred by any of the Respondents for the preparation of their Responses to this Solicitation, or for any associated costs in relation thereto, including without limitation the cost incurred during any presentation or negotiations related to potential award. 1.9 Preparation of Response Responses should be prepared simply and economically, providing a straightforward, concise description of the Respondent’s ability to fulfill the requirements of the Solicitation. Responses shall include all of the information and forms required by this Solicitation. Failure to utilize the City’s forms, or fully complete said forms, may result in the Response being deemed non-responsive. The Respondent shall be considered non-responsive if its 189   RFQ No. 2023-08 Page 9 Response is conditioned on modifications, changes, or revisions to the terms and conditions of the Solicitation. 1.10 Submission of Responses & Evaluations Acknowledgment by Respondent: By submitting a Response, the Respondent certifies that he/she has fully read and understands the Solicitation and has full knowledge of the scope, nature, and quality of services to be performed or goods to be provided. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation will be cause for rejection, as determined in the sole discretion of the City. Acceptance/Rejection/Modification: The City reserves the right to negotiate modifications to proposals that it deems acceptable, reject any and all proposals, and to waive minor irregularities in the submittals. Postponement of Response Opening: The City reserves the right to postpone the date for receipt and opening of Response submissions and will make a reasonable effort to give at least three (3) calendar days’ notice, whenever practicable, of any such postponement to prospective Respondents. Responses Binding: All Responses submitted in connection with this Solicitation shall constitute binding offers to the City for one hundred and eighty (180) calendar days after opening. Alternate Responses: An alternate Response shall not be considered or accepted by the City. Interviews: The City reserves the right to conduct interviews or require presentations prior to award. Samples: When required by this Solicitation, samples of any goods proposed to be provided by Successful Respondent must be furnished to the City free of charge. Materials or equipment for which samples are required shall not be used in work until approved by the City. Each sample must be labeled with the Respondent’s name and delivered within ten (10) calendar days of the Solicitation opening unless another timeframe is specified in this Solicitation. If samples are requested after the Solicitation opening, they should be delivered within ten (10) calendar days of the request. The City will not be responsible for returning samples. Acceptance or approval of a sample shall not be construed to change or modify any Contract requirements. Inspections: The City, at its sole discretion, reserves the right to inspect Respondent’s facilities or products, as applicable, to determine their capability of meeting the requirements for the Contract. Proprietary Responses: By submitting a Response, the Respondent acknowledges that the Response will become the property of the City and will not be returned to the Respondents. In the event of Contract award, all documentation produced as part of the Contract will become the exclusive property of the City. 1.11 Prohibition Against Considering Social, Political, or Ideological Interests Respondents are hereby notified of the provisions of Section 287.05701, Florida Statutes, as amended, which provides that the City will not request documentation of or consider a Respondent’s social, political, or ideological interests when evaluating Respondent’s responsibility. Respondents are further notified that the City Council will not give preference to Respondents based on their social, political, or ideological interests. 1.12 Identical (Tie) Responses Responses that are evaluated as being equal with respect to price, quality, and service for the procurement of commodities or contractual services (sometimes referred to herein as “Tie Proposals”), received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process provided the Respondent complies with the requirements of Section 287.087, Florida Statutes. If still tied after application of the above preference, the earliest submitted will receive the higher rank. 1.13 Public Records This Solicitation and any Responses or other information provided by Respondents in connection therewith, including but not limited to any subsequent Contract, shall be subject to the provisions of Chapter 119, Florida Statutes (“Public Records Law”). Responses are exempt from public disclosure until the City provides notice of an intended decision or until 30 days after opening the Responses, whichever occurs earlier. By submitting a Response, Respondent(s) acknowledges that the Response, the materials submitted with the Response, the results of the City’s evaluation and the subsequent Contract are open to public inspection upon proper request unless explicitly exempt under Florida law. Respondent(s) should take special note of this as it relates to proprietary information that might be included in its Response. In the event that a Respondent submits information to the City that is proprietary or otherwise exempt from the 190   RFQ No. 2023-08 Page 10 Public Records Law, such Respondent shall explicitly indicate the information that is exempt from public disclosure and shall provide reasons therefore and shall identify the applicable exemption with a reference to the applicable law allowing for the exemption. The City reserves the right to make any final determination on the applicability of the Public Records Law. 1.14 Compliance With Applicable Laws Successful Respondent(s) shall comply with all local, state, and federal directives, ordinances, rules, orders, and laws as applicable to this Solicitation and subsequent Contract. Lack of knowledge by the Respondent(s) will in no way be a cause for relief. Respondents must be legally authorized to transact business in the State of Florida. All references to Florida Statutes, City of Doral and Miami-Dade County Charter and Codes, and other laws/regulations, will be interpreted to include “as amended from time to time.” Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). If the Successful Respondent(s) observes that the Response or subsequent Contract are at variance with applicable laws, Successful Respondent(s) will give the City prompt written notice thereof. If the Successful Respondent(s) performs knowing it to be contrary to such laws, ordinances, rules, and regulations, such Successful Respondent(s) will bear all liability arising wherefrom. In the event that any governmental restrictions are imposed that would necessitate alteration of the goods or services requested by this Solicitation and/or offered by the Successful Respondent prior to delivery or completion, it shall be the responsibility of the Respondent(s) to notify the City immediately. In the event the City determines that the alternation diminishes the City’s bargained-for exchange or frustrates the project, the City reserves the right to accept the alteration or cancel the Contract. 1.15 Public Entity Crime A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a Response on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or Public Works project, may not submit a Response on a lease 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 Section 287.017, Florida Statutes for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list, as defined in Section 287.133, Florida Statutes. 1.16 Equal Employment Opportunity The Respondent shall comply with Title VII of the Civil Rights Act of 1964 42 U.S.C. Section 2000e et seq., Section 504 of the Rehabilitation Act of 1973 29 U.S.C Section701 et seq., and Title I of the Americans with Disabilities Act, 42 U.S.C Section 12101 as of 1990 in that: No person in the United States shall on the grounds of race, creed, color, national origin, sex, age, political affiliation, beliefs or disability be subject to discrimination under any program or activity which the Respondent has agreed to undertake by and through the covenants, and provisions set forth in this Contract. 1.17 Compliance with Occupational Health and Safety Act (OSHA) Standards To the extent applicable, Respondent certifies that all materials, equipment, etc., contained in its Response meet all OSHA requirements. Respondent further certifies, that, if he/she is the Successful Respondent, and the materials, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirement in effect on the date of use, all costs necessary to bring the materials equipment, etc., into compliance with the aforementioned requirements shall be borne by the Successful Respondent. Upon request, Contractor shall provide the City with a copy of their written safety program pertaining to the subject of the Contract, if such a program is required by law. The Successful Respondent shall be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall confirm to the U.S. Department of Labor OSHA, Florida Department of Labor, and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. 1.18 Scrutinized Companies Respondent must certify that it is not participating in a boycott of Israel and must also certify that it is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and 191   RFQ No. 2023-08 Page 11 not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Contractor must submit the certification that is attached to this agreement. Submitting a false certification shall be deemed a material breach of contract. The City shall have the right to terminate the Contract and seek civil remedies pursuant to Florida Statute § 287.135. 1.19 Fraud and Misrepresentation Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, or omission of any material fact, may be debarred in accordance with the applicable provisions of the City Code. The City as a further sanction may terminate or cancel any other Contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. 1.20 Collusion Where two (2) or more related parties, as defined herein, each submit a Response to this Solicitation, such Responses shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control, and management of such related parties in preparation and submission under such solicitation. Related parties shall mean employees, officers or the principals thereof which have a direct or indirect ownership interest in another firm or in which a parent company or the principals thereof of one Respondent have a direct or indirect ownership interest in another Respondent, for the same Project. Responses found to be collusive, or related as provided above, shall be rejected. 1.21 Respondent in Arrears or Default The Respondent represents and warrants that the Respondent is not in arrears to the City, City agency, or instrumentality, and is not a default as a Contractor, Vendor, Provider or whose default has not been fully cured by the Respondent’s surety or otherwise upon any obligation to the City. In addition, the Respondent warrants that the Bidder has not been declared “not responsible” or “disqualified” by, suspended, or debarred from doing business with any state or local government entity in the State of Florida, the Federal Government or any other State/local governmental entity in the United States of America, nor is there any proceeding pending pertaining to the Respondent’s responsibility or qualifications to receive public agreements. The Respondent considers this warrant as stated in this section to be a continual obligation and shall inform the City of any change during the term of the Contract. The City shall deem as non-responsible, Respondents that the City has determined is in monetary arrears, in debt, or in default to the City at the time bids are due. 1.22 Conflict of Interest By way of its Response, Successful Respondent recognizes and certifies that no elected official, board member, or employee of the City shall have a financial interest directly or indirectly in the Contract or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City Council members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Respondent, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a Material Interest in the Respondent. “Material Interest” for purposes of this subsection shall mean direct or indirect ownership of more than 5% of the total assets or capital stock of the Respondent. Any exception to these above-described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Respondent recognizes that with respect to its Response to this Solicitation, if any Respondent violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami- Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Respondent may be disqualified from furnishing the goods or services for which the Response is submitted and may be further disqualified from submitting any future Responses for goods or services to City. Respondent must complete and execute the Business Entity Affidavit form. 1.23 Assignment or Transfer The Successful Respondent shall not assign, transfer, convey, sublet or otherwise dispose of its interest in the Solicitation or the subsequent Contract, including any or all of its right, title or interest therein, or its power to execute such Contract to any person, company or corporation without the prior written consent of the City at its sole and absolute discretion. Further, in the event that the majority ownership or control of the Successful Respondent changes 192   RFQ No. 2023-08 Page 12 subsequent to the award of this Solicitation or Contract, Successful Respondent shall promptly notify City in writing of such change at least thirty (30) days prior to such change and the City shall have the right to terminate the contract, at City’s sole discretion. 1.24 City Property Unless explicitly provided otherwise in this Solicitation, property owned by the City which may be furnished for repair, modification, study, etc., shall remain the property of the City. The Successful Respondent shall be liable for any and all damages to City-owned property occurring while in the Successful Respondent’s possession. Damages occurring to such property while in route to the City shall be the responsibility of the Successful Respondent. In the event that such property is destroyed or declared a total loss, the Successful Respondent shall be responsible for replacement value of the property at the current market value, less depreciation of the property if any plus any other damages incurred by the City as a result of such loss. Where Successful Respondents are required to enter onto City real property to deliver materials or to perform work or services in connection with a Contract, the Successful Respondent will assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, inspections, and insurance required. The Successful Respondent shall be liable for any damages or loss to the City occasioned by negligence of the Successful Respondent (or their agent, representatives, or invitees). 1.25 Termination For Default If the Successful Respondent defaults in its performance under the Contract and does not cure the default within seven (7) days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City. In such event, the Successful Respondent shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Respondent was not in default or (2) the Successful Respondent’s failure to perform is without his control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City. 1.26 Termination For Convenience The City Manager may terminate the Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City. If the Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City, the Successful Respondent will be compensated solely for the supplies, products, equipment, or software that have been delivered to and accepted by the City prior to termination. To the extent that this Contract is for services and so terminated, the City of Doral shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. Except as expressly provided herein, the City shall not be liable for any damages incurred by the counterparty to the Contract in connection with such termination. 1.27 Confidentiality As a political subdivision, the City is subject to the Florida Sunshine Act and Public Records Law. If the Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.28 Anti-Trust/Non-Exclusivity At such times as may serve its best interest, the City reserves the right to advertise for, receive, and award additional Contracts for the goods and/or services specified in this Solicitation, and to make use of other contracts for the purchase of these goods and/or services as may be available. In case of a default by the Successful Respondent or failure of Successful Respondent to provide the goods and/or services indicated in the Contract, the City may procure the applicable goods and/or services from other sources and hold the Successful Respondent responsible for any excess costs incurred thereby, including, without limitation and as applicable, by retaining any amounts held by the City. 1.29 Quantities The City does not guarantee or warranty as to the total amount that may or may not be purchased from any resultant Contract. Any quantities included are for bidding purposes only and may be used for tabulation. The City reserves the right to reasonably increase or decrease quantities as required. 1.30 Audit Rights and Records Retention The Successful Respondent agrees to provide access to the City, or any of their duly authorized representatives, to any books, documents, papers, and records of the Successful Respondent which are directly pertinent to the Contract, for the purposes of audit, examination, excerpts, and transcriptions. The Successful Respondent shall maintain and retain any and all of the 193   RFQ No. 2023-08 Page 13 aforementioned records for a minimum of three years after the expiration and/or termination of the Contract. 1.31 Capital and Other Expenditures Successful Respondent understands that any capital expenditures that the Successful Respondent makes, or prepares to make, in order to provide the goods or perform the services required by the City under the Contract, is a business risk which the Successful Respondent must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures or any other expenses unless otherwise explicitly agreed to by the City in writing and as part of the Contract. 1.32 Governing Law and Venue The validity and effect of the Contract shall be governed by the laws of the State of Florida. The Successful Respondent agrees that any action, mediation, or arbitration arising out of the Solicitation or Contract shall take place in Miami-Dade County, Florida. 1.33 Attorney Fees In connection with any litigation, mediation, or arbitration arising out of this Contract, each party shall be responsible for their own attorney fees through and including appellate litigation and any post-judgment proceedings. 1.34 Disputes If any dispute concerning a question of fact arises under the Contract, other than termination for default or convenience, the Successful Respondent, and the City department responsible for the administration of the Contract shall make a good faith effort to resolve the dispute. If the dispute cannot be resolved by mutual agreement, then the City Attorney shall resolve the dispute and send a written copy of its decision to the Successful Respondent, which shall be binding on both parties. 1.35 Waiver of Jury Trial The City and the Successful Respondent knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any dispute arising out of the Contract or the performance of the Work thereunder. 1.36 No Partnership or Joint Venture Nothing contained in this Solicitation or Contract will be deemed or construed to create a partnership or joint venture between the City and Successful Respondent, or to create any other similar relationship between the parties. The Successful Respondent is an independent entity under the Contract. Services provided by the Successful Respondent shall be by employees of the Successful Respondent and subject to supervision by the Successful Respondent, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Successful Respondent. 1.37 Severability If any provision of the Contract or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of the Contract, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 1.38 Indemnification The Successful Respondent granted a Contract with the City as a result of this Solicitation shall indemnify and hold harmless the City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to all reasonable attorney's fees and costs, to the extent caused by the error, omission, negligence, recklessness or intentional misconduct of the Successful Respondent or its agents, employees, or subcontractors or consultants, arising out of or in connection with this Solicitation or the Contract. These indemnifications shall survive the term of the Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, the Successful Respondent shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Successful Respondent expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Respondent shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Respondent to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be 194   RFQ No. 2023-08 Page 14 brought against City whether performed by the Successful Respondent or persons employed or utilized by the Successful Respondent. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including, without limitation, in a manner that conforms to the limitations of §768.28, §725.06 and/or §725.08, Florida Statutes, as applicable and as amended. The Successful Respondent shall require all subconsultants and subcontractors’ agreements to include a provision specifying that they will indemnify and hold harmless the City in the manner substantially set forth above. The Successful Respondent agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Respondent in which the City participated either through review or concurrence of the Successful Respondent's actions. In reviewing, approving or rejecting any submissions by the Successful Respondent or other acts of the Successful Respondent, the City in no way assumes or shares any responsibility or liability of the Successful Respondent or subcontracted entities, under the Contract. Successful Respondent warrants that there has been no violation of copyrights or patent rights in submitting their Response or providing the goods or services requested by this Solicitation. The Successful Respondent shall pay all royalties and assume all costs arising from the use of any invention, design, process materials, equipment, product or device which is the subject of patent rights or copyrights. Successful Respondent shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the goods or services, or any part thereof, furnished under the contract, constitute an infringement of any patent or copyright of the United States. The Successful Respondent shall pay all damages and costs awarded against the City. 1.39 City Rights as Sovereign Notwithstanding any language contained in this Solicitation or subsequent Contract, Successful Respondent understands that the City retains all of its sovereign prerogatives and rights as a municipality under applicable laws, including, but not limited to, any regulatory authority and approvals. Neither the issuance of this Solicitation nor any subsequent Contract shall constitute a waiver of the City’s rights as sovereign. In no event shall the City have any obligations or liabilities to the Successful Respondent under the Contract or otherwise on account of the City’s exercise of its sovereign prerogatives and rights and regulatory authority (quasi-judicial or otherwise) as a municipal government. 1.40 Time is of the Essence Successful Respondent understands and agrees that time is of the essence in the completion and delivery of the goods and/or services to be provided in connection with the Solicitation and subsequent Contract. Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with the Contract. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in the Contract. Time is of the essence in performance of the Work. 1.41 Delivery The delivery of any all goods required by this Solicitation and resultant Contract shall be delivered F.O.B. Destination (i.e., at a specific City-designated address), and delivery costs and charges (if any) will be included in the quoted price. Exceptions shall be noted. Goods or material(s) delivered to the City pursuant to this Solicitation and resultant Contract shall remain the property of the Successful Respondent until accepted to the satisfaction of the City. In the event goods or materials delivered to City are found to be defective or do not conform to specifications, the City reserves the right to reject or return the same to the Successful Respondent at the Successful Respondent’s expense. Rejected goods left longer than thirty (30) calendar days will be regarded as abandoned and the City shall have the right to dispose of them as its own property. Rejection for non-conformance or failure to meet delivery schedules may result in the Contractor being found in default. 1.42 Brand Names Unless otherwise provided in this Solicitation, if a brand name, make, manufacturer trade name, or vendor catalog is mentioned, whether followed by the words "approved equal" or otherwise, it is the intent of the City that such name is included for the purpose of establishing a grade or quality of material only. Bidder may offer 195   RFQ No. 2023-08 Page 15 alternatives of equal quality and appropriateness for the City’s needs with appropriate identification, samples, and/or specifications. The City shall be the sole judge concerning the merits of items as equals. 1.43 Contract Amendments The Contract(s) that result from this Solicitation may not be modified except pursuant to written amendment executed by both the City and the Successful Respondent, or their authorized successors or assigns. 1.44 Conflicts and Order of Precedence This Solicitation and Contract shall be read together to avoid any conflicts. However, in the event of a conflict or inconsistency between this Solicitation or any exhibit attached hereto, any document referred to herein, or any document incorporated into this Solicitation and Contract by reference, and a term, statement, requirement, the Response by Successful Respondent, specifications and plans prepared by the Successful Respondent, if applicable, or provision of the Contract the following order of precedence shall apply: In the event of any conflicts between the Contract and Solicitation, the Contract, as may be amended, shall govern. Where there appears to be a conflict between the General Terms and Conditions, Special Terms and Conditions, the Technical Specifications, or any addendum issued, the order of precedence shall be the last addendum issued, the Technical Specifications, the Special Terms and Conditions, and then the General Terms and Conditions. In the event of conflicts within the Contract, as amended the priorities stated below shall govern, as applicable:  Scope of Work and Specifications shall govern over the Response, including without limitation any plans and drawings submitted thereby;  Larger scale drawings shall govern over smaller;  Figured or numerical dimensions shall govern over dimensions obtained by scaling; and  Where provisions of codes, manufacturer’s specifications or industry standards are in conflict, the more restrictive or higher quality shall govern. 1.45 Contract Interpretation and Construction The singular includes the plural, and the plural includes the singular. “Shall” is mandatory and “may” is permissive. The masculine gender includes the feminine and neuter. The words “furnish” and “furnish and install”, “install”, and “provide” or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean “furnish and install complete in place and ready for service”. Miscellaneous items and accessories which are not explicitly mentioned, but which are essential to produce a complete and properly operating product providing the function indicated, shall be furnished and installed without change in the Contract price. Such miscellaneous items and accessories shall be of the same quality standards, including material, style, finish, strength, class, weight, or other applicable characteristics as specified for the major component of which the miscellaneous item or accessory is an essential part, and shall be approved by the City before installation. The above requirement is not intended to include major components not covered by or inferable from the Response and Contract specifications. 1.46 Rights and Remedies The duties and obligations imposed by this Solicitation and Contract and the rights and remedies available thereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Successful Respondent and those rights and remedies available to the City, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract. 1.47 Inspection of Project Records The City shall have the right to inspect and copy during regular business hours at City’s expense, the books and records and accounts of Successful Respondent which relate in any way to the Contract, and to any claim for additional compensation made by Successful Respondent, and to conduct an audit of the financial and accounting records of Successful Respondent, which arise out of the Contract. Successful Respondent shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Contract and to any claim for a period of three (3) years following final completion of the underlying project at no cost to the City. During the implementation of the work contemplated under the Contract and the three (3) year period following final completion of the same, the Successful Respondent shall provide the City access to such books and records upon five (5) days written notice. 1.48 Notice Whenever any provision of the Contract requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered 196   RFQ No. 2023-08 Page 16 or certified mail, postage prepaid, to the last business address known to them who gives the notice. 1.49 Taxes The prices proposed pursuant to the Contract, shall be inclusive of the cost of all applicable sales consumer, use, and other taxes for which the Respondent is liable. 1.50 Employees The Successful Respondent shall be responsible for the appearance of any and all working on-site personnel assigned to the work in connection with the Contract (clean and appropriately dressed at all times). On-site personnel must be able to supply proper identification at all times. All employees of the Successful Respondent shall be considered to be at all times the sole employees of the Successful Respondent, under the Successful Respondent’s sole direction, and not an employee or agent of the City. The Successful Respondent shall supply competent, suitably qualified, and capable employees and the City may require the Successful Respondent to remove any employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose presence on City property is not in the best interest of the City. The City shall not have any duty to implement or enforce such requirements. Each employee of the Successful Respondent shall be a citizen of the United States or an alien who has been lawfully admitted for permanent residence as evidenced by an Alien Registration Card. The Successful Respondent agrees not to employ any person undergoing sentence of imprisonment except as otherwise provided by applicable laws. 1.51 Subcontractors or Suppliers Prior to the commencement of any work pursuant to the Contract, the Successful Respondent shall furnish, in writing to the City, the names of all persons/entities (including those who are to furnish materials or equipment fabricated to a special design), if any, proposed for each principal portion of the work. The City shall notify the Successful Respondent, in writing, of any proposed person or entity to which City has an objection. The Successful Respondent will not employ any subcontractor or supplier against whom the City may have reasonable objection. Nor will the Successful Respondent be required to employ any subcontractor or supplier who has been accepted by the City, unless the City determines that there is good cause for doing so or if the terms of this Solicitation or Contract specify otherwise. The Successful Respondent shall be fully responsible for all acts and omissions of their subcontractors and/or suppliers and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that they are responsible for the acts and omissions of persons directly employed by them. All work performed for the Successful Respondent by a subcontractor, supplier, or other person will be pursuant to an appropriate agreement between the Successful Respondent and such person. All agreements between the Successful Respondent and all subcontractors, suppliers, or others shall specifically bind the subcontractor, supplier, or other person to all applicable terms and conditions of the Contract for the City’ benefit. Nothing in the Contract shall create any contractual obligation or liability on the part of the City to any subcontractor, supplier, or other person having a direct contract with Successful Respondent, including without limitation any payment to any such person, except as may otherwise be required by law. 1.52 Extensions The City reserves the right to automatically extend the Contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, negotiated and/or awarded. If the right is exercised, the City shall notify the Contractor, in writing, of its intent to extend the Contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Contractor are in mutual agreement of such extensions. [END OF SECTION] 197   RFQ No. 2023-08 Page 17 ARTICLE 2 – SPECIAL TERMS AND CONDITIONS 2.1 Purpose and Intent The City of Doral is soliciting Proposals from qualified and experienced firms for the provision of General Engineering and Architectural Services. The City will review submittals only from those firms that submit a Proposal that complies with all the minimum requirements set forth in this Request for Qualifications. Consultants may perform work for various departments of the City including, but not limited to, Public Works, Parks and Recreation, Building, and Planning & Zoning. The City anticipates the majority of the scope of work to be engineering related. 2.2 Proposal Submittal Instructions Proposals must be typed or printed in black or blue ink only. Use of erasable ink is not permitted. All corrections must be initialed. Any information to be submitted as part of the response may be attached behind the required forms. Responses by corporate entities must be executed in the corporate name by the highest-ranking executive officer or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. Proposals by partnerships must be executed in the Partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. Proposals must be submitted in the format provided below and on the forms provided in this RFQ as Exhibit A. 1. Cover Page: Show the name of Respondent’s agency/firm, address, telephone number, and name of contact person, email address, date, and the subject: “General Engineering and Architectural Services RFQ 2023-08.” 2. Table of Contents: Include a Table of Contents which should follow in sequential order the sections and documents specified herein, including all documents requested in any subsections or forms. All pages of the Proposal must be consecutively numbered and correspond to the Table of Contents. 3. Letter of Transmittal: Provide a narrative summary of the Proposal in a brief and concise manner  including an overview of the Proposer’s firm and why the Proposer is the most qualified. The letter must be executed by an authorized agent. The letter should not exceed one page in length. 4. Solicitation Response Form: Proposer shall complete and submit the Solicitation Response Form included in the attached Exhibit A. 5. Proposer Qualification 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 three (3) parts, as follows: a. Part I – Technical Submittal: This part shall be no more than twelve (12) pages single-sided. Should this portion exceed the 12-page limit, the evaluation committee shall be instructed to disregard all pages in excess of the limitation. Any table of contents shall not count toward 198   RFQ No. 2023-08 Page 18 the page limit. The Technical Submittal shall include the following subsections: i. Executive Summary: Provide a brief summary describing the Respondent’s approach to the work called for by the RFQ, Respondent’s ability to perform the work requested, and 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 of Respondent’s staff, and any other relevant information. A Project/Client Manager should be provided and assigned to manage all aspects of this work. ii. Respondent’s Experience: Describe the Respondent’s organization; history and background; tax status; 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; state the number of years that the Respondent has been in business; and identify any government pool contracts for substantially similar services of which Proposer is currently a member. iii. Respondent’s Past Performance: Provide a 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 the (I) client, (II) description of work, (III) total dollar value of the contract, (IV) contract duration, (V) customer contact person and phone number of reference, (VI) statement or notation of whether Respondent is/was the prime Consultant or subcontractor or sub-consultant, and (VII) the results of the project. iv. Project Implementation Strategy: Provide an explanation of the firm’s technical capabilities and approach to coordinating projects, including, as applicable, manpower planning such as scheduling and allocation of resources; ensuring timely completion of projects; quality control and assurance procedures, timely reporting, and reviewing pay applications and change orders; capacity to provide on-call services in a timely manner; quality control and assurance, including coordination between design disciplines, compliance with program requirements professional/industry standards, and conformance with all applicable code requirements. b. Part II – Identification of Qualified Entities: Proposer shall complete and submit the Identification of Qualified Entities form included in the attached Exhibit A. c. Part III – Architect-Engineer Qualifications Form 330: Proposer shall complete and submit the Architect-Engineer Qualifications Standard Form 330 (“SF 330”) and all required attachments thereto (including the Organizational Chart of Proposed Team), which is available at the GSA website and in the attached Exhibit B for convenience. i. Joint Venture Teams: Note the following required information as it relates to Joint Ventures. - No formal joint venture contracts or agreements are required between Prime and team of subconsultants. - Section A, B, C and D of SF 330 Part I shall be submitted on behalf of 199   RFQ No. 2023-08 Page 19 Prime/joint venture team. - Information for both Prime and Subconsultants shall be submitted in sections E, F, G and H of SF 330 Part I. - Example Projects listed in Section F should include Point of Contact email address in addition to contact name and telephone number. References shall not be City of Doral employees. - Both Prime and Subconsultants shall submit Part II of SF 330. - All resume information shall be provided as part of SF 330, Part 1, Section E, “Resumes of Key Personnel Proposed for this contract”. - Certificates of Authority shall be provided for each entity that is a member of any Joint Venture Proposer. 6. RFQ Required Forms: Proposer shall complete and submit the remaining forms included in the attached Exhibit A. Note regarding Confidential and Proprietary Information. Any information submitted in connection with this pre-qualification process shall be subject to disclosure under Chapter 119, F.S., unless the same is specifically excluded in that Chapter or another section of the Florida Statutes. To avail itself of such exemptions, Proposers must identify, with specificity, which materials are exempt and which exemptions apply, including the specific statutory citation and the reasons why such protection is applicable and necessary. Failure to abide by this procedure may result in disclosure of the Proposer’s information. 2.3 Evaluation Process The procedure for Proposal evaluation and selection is as follows: 1. Procurement staff shall preliminarily review the Proposals for compliance with the submission requirements of this RFQ. 2. Phase I: Review by professional staff and/or an Evaluation Committee (“Committee”) certifying that the Proposer is qualified to render the required services according to State regulations. The Committee, appointed by the City Manager, shall meet to evaluate each responsive Proposal in accordance with the requirements of this RFQ. The Committee will select the firms deemed the most highly qualified to perform the required services. The City anticipates the selection of the ten (10) top-ranked responsive and responsible firms but reserves the right to select more or less if in the City’s best interest. 3. Phase II: At the Committee’s option, they may decide to hold brief presentations and interview sessions with all Proposers or shortlisted firms. If requested by the Committee, oral presentations and/or interview sessions will be scheduled with the shortlisted firms that may include a visual component, ranging from a collage or sketch to a high-resolution rendering, to convey the shortlisted firms' vision for the Project. After oral presentations, the Committee will reevaluate and rescore the Proposals, in conjunction with the oral presentations. Based on the number of RFQ submissions received, the Committee may elect that all Proposers participate in the Phase II evaluation process and not utilize the Phase I evaluation scores. The City may also decide that the Phase II portion of the process is not necessary and recommend for award based upon Phase I only. 200   RFQ No. 2023-08 Page 20 Procurement staff will calculate the final score for each shortlisted firm, to finalize the composite scores and ranking of the Committee. The Committee will forward its recommendation to the City Manager, listing the Proposers in rank order. 4. After reviewing the Committee's recommendation, the City Manager may: a. Approve the Committee’s recommendation and authorize Procurement to enter into negotiations with the top ranked Proposer(s) or request that the Committee provide additional information as to the ranking of the Proposals. Upon approval of the Committee's recommendation, the Proposers will be listed in rank order on the City’s webpage and on the Vendor Registry and Demand Star webpages for this RFQ; or b. Reject the Committee's recommendation and instruct the Committee to re-evaluate and make further recommendations; or c. Reject all Proposals. 5. Upon successful negotiation of the Agreement(s), Procurement will forward the recommended Agreement(s) to the City Manager for approval, and the City Manager upon acceptance of the negotiated Agreement(s) will recommend that the City Council, when required by the City’s Procurement Code, approve the recommendation of the Committee and the award of the Agreement(s). Where Procurement is not able to successfully negotiate an Agreement with the top ranked Proposer(s), Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement either enter into negotiations with the next ranked Proposer(s) until an Agreement is negotiated or reject all Proposals. 6. After reviewing the City Manager’s recommendation, the City Council may: a. Approve the City Manager’s recommendation and authorize award of the Agreement(s); or b. Reject the City Manager's recommendation to award the Agreement(s); or c. Reject all Proposals and direct the City Manager to re-open negotiations or to solicit new Proposals. 2.4 Evaluation Criteria The Committee shall be composed of at least three (3) but no more than five (5) individuals and ranked in the order of the most responsive and responsible Respondent. The Committee will evaluate submittals and will select the respondents which it will recommend as meeting the best interests of the City. The City shall be the sole judge of its own best interests, the submittals, and the resulting negotiated agreement. The City’s decision will be final. Proposals shall be evaluated according to the following criteria and respective weight: Evaluation Criteria Maximum Points Qualifications, Experience, and Past Performance of Proposer Including, without limitation, years, quality, and applicability of Firm’s prior experience; ability, capacity and skill; whether the firm is a certified minority business enterprise; adequacy of firm to perform, including timeliness, stability, availability and licenses. 40 points Qualifications, Experience, and Past Performance of Project Team Including, without limitation, credentials, qualifications, size and quality of completed and ongoing projects, and other accomplishments of team members and subcontractors. 35 points 201   RFQ No. 2023-08 Page 21 Quality and Completeness of the Project Team and Proposal Including, without limitation, the quality and availability of references, compliance with the response preparation and other submission requirements. 15 points Project Implementation Strategy and Approach Including, without limitation, the firm’s understanding of the City’s needs, local conditions, goals, and objectives. 10 points Extra Points: Following the completion of the allocation of points by the committee, points will be added for the following criteria: Proposer has provided proof of certification showing it is a certified veteran business enterprise or certified service-disabled veteran business enterprise, as defined in City of Doral Code Section 2-324 5 points 2.5 Basis of Award Contracts will be awarded in accordance with Section 287.055, Florida Statutes (“CCNA”). The City intends to award contracts to a manageable number of qualified firms deemed to be the most highly qualified Proposers. No minimum amount of service or compensation will be assured to selected respondent(s) and the City will not be prevented in any manner from retaining other firms at its sole discretion. Individual projects will be awarded to qualified firms pursuant to a supplemental Work Order on a project-by-project basis taking into consideration various factors, including but not limited to past performance; willingness to meet time and budget requirements; location; ability of professional personnel; recent, current, and projected workloads; volume of work previously awarded to each firm; with the object of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified firms. 2.6 Contract Term The Contract shall have an initial term of three (3) years from the Contract’s effective date. Prior to, or upon completion of that initial term, the City shall, at its sole and absolute discretion, have the option to renew the contract for one (1) additional year under the same terms and conditions. 2.7 Use of Sub-consultants For purposes of this RFQ, the terms “Subconsultant” and “Subcontractor” are used interchangeably. A Subconsultant or Subcontractor is any individual, firm, entity, or organization, other than the employees of the Proposer, who has or will have a contract with the Proposer to assist in the performance of Services required under this RFQ. A Subconsultant shall be paid directly by the Proposer and shall not be paid directly by the City. The Proposer must clearly identify in its Proposal the Subconsultants to be utilized in the performance of required Services. The City retains the right to accept or reject any Subconsultant proposed in accordance with the minimum experience requirements set forth in this RFQ or proposed prior to execution of the Agreement. Any and all liabilities regarding the use of a Subconsultant shall be borne solely by the Successful Proposer, and insurance for each Subconsultant must be approved by the City and maintained in good standing throughout the duration of the Agreement. Neither the Successful Proposer nor any of its Subconsultants are considered employees, partners, affiliates, or agents of the City. Failure to list all Subconsultants and provide the required information may disqualify any 202   RFQ No. 2023-08 Page 22 unidentified Subconsultants from performing work under this RFQ. After Proposal submittal, Proposers are expressly prohibited from substituting any Subconsultant or Subcontractor contained in their Proposal. Just cause and prior written approval by the City Manager or City Manager’s authorized designee are required for substitution of any Subconsultants. If approved, the City reserves the right to request additional required documentation as specified in the RFQ. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. The City reserves the right to request that the selected Respondents utilize the services of the proposed Subconsultants to supplement the expertise and resources which may be required at any given time and for the purpose of carrying out the intent of the requirements herein as may be needed for each individual project. The City shall have the right to review and approve any proposed changes to Subconsultants proposed by Respondents during the term of the Agreement. 2.8 Licensing Successful respondent must provide a copy of their occupational/business license and State registration at time of award. Respondents must have the proper license(s) and/or certification(s) to perform what is being requested in this project. Failure to possess the proper license(s) and/or certification(s) may result in disqualification of proposal submittal or termination of the Contract after award. Copies of the respondent’s license(s) and/or certification(s) which are applicable to this project shall be submitted as part of their bid submittal. Pursuant to section 607.1503(1), Florida Statutes, Corporations, out-of-state corporations are required to obtain a Florida Certificate of Authorization from the Florida Department of State, Division of Corporations, to transact business in the State of Florida. 2.9 Agreement Terms and Conditions The Proposer(s) awarded a contract to render the services requested herein shall be required to execute a Professional Services Agreement (“PSA” or “Agreement”) with the City. Certain provisions of the Agreement are non-negotiable, including, without limitation, those provisions explicitly set forth in this RFQ such as hold harmless, duty to defend and indemnify the City, insurance, payment and performance bond(s), etc. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Agreement during the negotiation process. Further details concerning the terms and conditions are contained in the Agreement, as sample of which is included as Exhibit C of this RFQ. A detailed Scope of Work will be developed by the City for each Work Order issued. [END OF SECTION] 203   RFQ No. 2023-08 Page 23 ARTICLE 3 – SCOPE OF WORK / TECHNICAL SPECIFICATIONS 3.1 Scope of Work The services to be provided by the consultant(s) will be general consulting services whereby the consultant(s) may serve as advisor, administrative consultant, or technical consultant to the City. The consultant(s) may be asked to act as a technical resource supporting and supplementing City Staff. Additionally, services may be project-specific and will be assigned on a work-order basis, whereby the consultant(s) will be asked to prepare planning documents, engineering studies, construction plans, technical specifications, bid documents, tabulation of quantities, construction estimates, and/or provide construction management services for specific projects as defined by the City. Construction management services or Construction Engineering and Inspection (“CEI”) services may be required for projects completed by the consultant(s), completed by other consultant(s), or in support of projects completed by City staff. Other professional services to be provided may include, and not be limited to, architectural services for miscellaneous projects; planning, including land and/or space planning; design and/or construction management for various projects such as roadways, drainage, structural, bridge, electrical, mechanical, traffic engineering, civil/site planning, water and sewer, environmental assessments and engineering, land use and zoning, architectural design, landscaping design, economic analysis including life-cycle costs and value engineering, construction management, and project management. From time to time, consultants may be asked to assist the City in project coordination meetings with other municipalities, regulatory agencies, developers, local and state governments. The Successful Proposer(s) shall provide one or more of the following services, among others, in an on-going and as-needed basis with respect to various project sites to be identified by the City. Further details concerning the Scope of Services will be detailed in the ensuing Agreement/s and will be further specified and clarified in Work Order Proposals solicited as project sites are identified.  Roadway and Drainage Design: Includes roadway design, geotechnical, survey, landscaping, lighting, signalization, signing and pavement markings and drainage analysis needed to prepare a complete set of roadway construction plans including drainage calculations and design, traffic control, maintenance of traffic, street lighting, signal permits applications and processing. All documents are to be signed and sealed by a Professional Engineer registered in the State of Florida.  Structural Design: Includes the design, calculations and analysis needed to prepare a complete set of construction documents for bridge structures, retaining wall, culverts, building structures, as needed including foundation designs. All documents to be signed and sealed by a Professional Engineer registered in the State of Florida.  Traffic Engineering and Transportation Planning: Includes field data collection and analysis for the preparation of traffic studies including, but not limited to: Intersection and roadway capacity analysis; signal warrant studies; signal timing analysis and design; traffic circulation studies; traffic calming studies; trip generation; forecasting and assignment; transit and transportation planning; as well as pavement markings and signing. All documents to be signed and sealed by a Professional Engineer registered in the State of Florida.  Civil site planning and design including land use: Includes the preparation of site plans as required by the City. Consultant should be able to prepare comprehensive land use and zoning studies and recommendations as requested by the City Planning Department. All documents to be signed and sealed by a Professional Engineer or Architect registered in the State of Florida. 204   RFQ No. 2023-08 Page 24  Environmental Engineering: Includes field data collection, site investigations, environmental assessments and design as needed to prepare remediation plans for underground storage tanks, hazardous waste materials, asbestos removal, wetland mitigations, endangered species evaluations and permit applications. All documents to be signed and sealed by a Professional Engineer registered in the State of Florida.  Land Use and Zoning: Includes the preparation and revision of amendments to the City’s comprehensive master plan to guide development within the City. Review development proposals to verify compatibility with the City’s concurrency thresholds and requirements to meet the comprehensive plan. All documents to be signed and sealed by a Professional Engineer or Architect registered in the State of Florida or an AICP.  Building Remodeling and/or New Construction: Includes the conceptual design, structural, mechanical, electrical calculations and final design layouts and sketches necessary to prepare a complete set of building plans and specifications (bid documents) for municipal buildings, maintenance facilities, recreation buildings and any other city facilities. All documents to be signed and sealed by a Professional Engineer and/or Registered Architect registered in the State of Florida.  Plans Review and Permitting: Includes the architectural and engineering reviews necessary to confirm plans prepared by individuals or consultants to applicable building and zoning codes, fire codes and Americans with Disabilities Act requirements. Consultant personnel would work under the supervision of the Public Works Director and Building Official of the City. Provides recommendation of approval to City’s Public Works Director and Building Official charged with issuing permits.  Building/Threshold Inspections: Includes specialized architectural and engineering services required for the inspection of construction projects including but not limited to structural, building, plumbing, mechanical, electrical, roofing in accordance with the requirements of the applicable building codes. Personnel assigned by the consultant(s) to this function must be qualified in accordance with State law.  Contract Administration: Includes engineering services necessary for the analysis of construction schedules, construction delay claims, change orders, preparation of progress and final payment estimates, contract correspondence, preparation of minutes for various meetings and public information programs.  Construction Engineering Inspection (CEI): Includes detailed inspections during the construction process, certification of pre—manufactured materials, testing of materials, monitoring conformance to construction plans and specifications, review and approval of shop drawings, review and recommend progress payments, preparation of progress reports.  Material Inspection: Includes laboratory analysis of asphalt, mineral aggregates, concrete, soils and steel, water, sewage, field sampling for laboratory analysis and submission of certified reports as required by the City.  Project Management: Includes engineering management services necessary for the management, supervision of design and construction schedules, analysis of design concepts that may include value engineering responsibilities, supervise the preparation of engineering studies, engineering plans and specifications, contract coordination and correspondence, Grant Management for Local, State, and/or Federal Agencies, preparation of minutes for various meetings including but not limited to utility coordination and pre-construction meetings, and public information programs. 205   RFQ No. 2023-08 Page 25  Landscape Design: Preparation of landscape plans (conceptual thru final drawings and specifications) including tree selection, tree identification and biology, growth characteristics and requirements (water, soil, nutrition), installation and establishment, as well as pruning and maintenance. In order to be considered, Proposers must have experience in all related areas described above and be particularly familiar with the design criteria and standards used within each area of expertise and in particular the practices of the State of Florida Department of Transportation, Miami-Dade County Department of Public Works and Transportation, Miami- Dade County Department of Environmental Resources Management and Miami-Dade County Water and Sewer Department, the State of Florida Department of Health, the State of Florida Department of Environmental Protection and the South Florida Water Management District as well as applicable building codes. Consultants should also be familiar with the standards, practices, requirements and applicable ordinances of the City of Doral. The City understands that not all of the interested firms provide services for all of the disciplines mentioned; therefore the City will consider joint ventures. 3.2 Qualifications All Proposers must meet the following minimum qualifications: - The Proposer shall have been licensed, registered, and authorized to conduct business in the State of Florida under its current business name with professional experience in comprehensive engineering services, preferably for public agencies for the last five (5) consecutive years; and - Proposers must demonstrate substantial experience as an engineering firm through the submission of at least three (3) previously completed or ongoing engineering design projects, within the last ten (10) years. o The projects submitted by Proposer shall be of such size and scope that is representative of Proposer’s qualifications and capacity. o Section F of Standard Form 330 Architect-Engineer Qualifications, attached as Exhibit B, must include the Projects upon which Proposer is relying to satisfy this requirement. The City may consider a Proposal responsive where a Proposer has less than the stipulated minimum number of years of experience solely where the Proposer has undergone a name change and such change-of-name has been filed with the State of Florida, or where the Proposer was a subsidiary of a larger firm and the Proposer’s firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. Failure to meet the above-stated mandatory minimum requirements shall result in the Proposer’s submittal being disqualified as non-responsive. 3.3 Unauthorized Work The Successful Proposer shall not begin work until the City issues a written Notice to Proceed (“NTP”). Such NTP shall constitute the City’s authorization to begin work. Any unauthorized work performed by the Successful Proposer, prior to receiving the NTP, or during the term of the Agreement, shall be deemed non-compensable by the City and shall be at the Proposer’s sole risk and expense. The 206   RFQ No. 2023-08 Page 26 Successful Proposer shall not have any recourse against the City for prematurely performing unauthorized work. 3.4 Site Inspection Proposers should carefully examine the site location before submission of a Work Order proposal and make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all services required pursuant to the mandates and requirements of this RFQ and the Agreement. No plea of ignorance of conditions or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the services pursuant to the Work Order proposal as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for a failure or omission on the part of the Successful Proposer to fulfill, in every detail, all of the requirements, as defined in the Agreement, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. [END OF SECTION] 207   RFQ No. 2023-08 Page 27 ARTICLE 4 – REQUIRED SUBMISSION FORMS INTERESTED PROPOSERS SHALL SUBMIT THE FOLLOWING FORMS IN THE EXACT SEQUENCE PROVIDED, INCLUDING INSERTION OF DOCUMENTS WHERE SPECIFIED. THE FOLLOWING MATERIALS ARE CONSIDERED ESSENTIAL AND NON-WAIVABLE FOR ANY RESPONSE TO THIS SOLICITATION. The required forms are attached to this Solicitation as Exhibit A, and are inclusive of the following: 1. Solicitation Response Form 2. Identification of Qualified Entities 3. Conflict of Interest Disclosure Form 4. E-Verify Program Affidavit 5. Business Entity Affidavit 6. Non-Collusion Affidavit 7. No Contingency Affidavit 8. Disability Non-Discrimination Statement 9. Public Entity Crimes Sworn Statement 10. Drug Free Workplace Program 11. Copeland “Anti-Kickback” Act Affidavit 12. Equal Employment Opportunity Certification 13. Cone of Silence Certification 14. Tie Bids Certification 15. Conformance with OSHA Standards 16. Respondent’s Certification 17. Certificate of Authority 208 EXHIBIT A – REQUIRED SUBMISSION FORMS SOLICITATION RESPONSE FORM City of Doral RFQ No. 2023-08 General Engineering and Architectural Services Date Submitted Company Name* Date of Entity Formation Entity Type (select one) Corporation / Partnership / Limited Liability Company / Other Corporate Address Office Location Location Work will take Place, if different than above Taxpayer Identification No.** Veteran Business Enterprise Certification*** Authorized Representative(s) (Name and Title) * Please attach a copy of your registration from the website www.sunbiz.org establishing that your firm is authorized to conduct business in the State of Florida pursuant to authority granted by the Florida Department of State Division of Corporations. ** Please attach a copy of your completed IRS Form W-9 available on the IRS site. *** Please attach a copy of your approved certification, if any. 1. The undersigned Bidder/Proposer agrees, if this Proposal is accepted by the City, to enter into an agreement with the City of Doral to perform and furnish all goods and/or services as specified or indicated in the Contract for the Price and within the timeframe indicated in this proposal and in accordance with the terms and conditions of the Contract. 2. Bidder/Proposer accepts all of the terms and conditions of the Solicitation, including without limitation those dealing with the disposition of Proposal Security. This Proposal will remain subject to acceptance for 180 days after the day of Proposal opening. Bidder/Proposer agrees to sign and submit the Contract with any applicable documents required by this RFQ within ten days after the date of City’s Notice of Award (If applicable). 3. By responding to this sealed Solicitation, the Bidder/Proposer makes all representations required by the Solicitation and further warrants and represents that Bidder/Proposer acknowledges that it has received and examined copies of the entire Solicitation documents including all of the following addenda: 209 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 29 Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Check here If no Addenda were issued. 4. Bidder/Proposer further warrants and represents that it has familiarized themselves with the nature and extent of the Solicitation which will become, upon award, a part of the Contract, as well as the required goods and/or services, and applicable laws and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. 5. Bidder/Proposer further warrants and represents that it has given the City written notice of all errors or discrepancies it has discovered in this Solicitation and Contract and the resolution thereof by the City is acceptable to Bidder/Proposer. 6. Bidder/Proposer further warrants and represents that this Bid/Proposal is genuine and not made in the interest of or on behalf of any other undisclosed person, firm or corporation; Bidder/Proposer has not directly or indirectly induced or solicited any other Bidder/Proposer to submit a false or sham Proposal; Bidder/Proposer has not solicited or induced any person, firm or corporation to refrain from submitting; and Bidder/Proposer has not sought by collusion to obtain for itself any advantage over any other Bidder/Proposer or over the City. 7. Communications concerning this Proposal shall be addressed to: Bidder/Proposer: Telephone: Email Address: Attention: 8. The terms used in this response which are defined in the above-referenced Solicitation shall have the meanings assigned to them in such Solicitation. STATEMENT I understand that a "person" as defined in 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 Proposals or applies to Bid 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 "persons" includes officers, directors, executives, partners, shareholders, employees, members, and agents active in management of the entity. SUBMITTED THIS _____ DAY OF ________________, 2023. Company Name: Company Address: Authorized Representative Signature: 210 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 30 IDENTIFICATION OF QUALIFIED ENTITIES Proposers must have experience in all related areas described in Section 3.1 of the RFQ. Accordingly, Proposers shall specify whether such experience requirement is satisfied by the Proposer and/or any of its proposed subcontractors by identifying the applicable entity with the category of experience and applicable years of experience. Resumes and experience submitted with the Proposal must specify and substantiate the experience and qualifications provided herein. Supplement in the same format as below, as needed. Category Qualified Entity(ies) Years of Experience Roadway and Drainage Design Structural Design Traffic Engineering and Transportation Planning Civil Site Planning and Design including Land Use Environmental Engineering Land Use and Zoning Building Remodeling and/or New Construction Plans Review and Permitting Building/Threshold Inspections Contract Administration Construction Engineering Inspection (CEI) Material Inspection Project Management Landscape Design 211 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 31 CONFLICT OF INTEREST DISCLOSURE FORM All entities interested in conducting business with the City must complete and return this Conflict-of- Interest Disclosure Form. All entities interested in or conducting business with the City are subject to comply with the City of Doral’s conflict of interest policies as stated within the certification section below. If a current or proposed vendor has a relationship with a City of Doral official or employee or an immediate family member of a City of Doral official or employee, the vendor shall disclose the information required below. Bidder/Proposer certifies as follows: 1. No City official or employee or City employee’s immediate family member has an ownership interest in vendor’s company or is deriving personal financial gain from this contract. 2. No retired or separated City official or employee who has been retired or separated from the City for less than one (1) year has an ownership interest in vendor’s Company. 3. No City employee is contemporaneously employed or prospectively will be employed by the vendor. 4. Vendor hereby declares it has not and will not provide gifts or hospitality of any dollar value or any other gratuities to any City employee or elected official to obtain or maintain a contract. Conflict of Interest Disclosure* Name of City of Doral employees, elected officials, or immediate family members with whom there may be a potential conflict of interest: ___________________________________ ___________________________________ ___________________________________ ( ) Relationship to employee ( ) Interest in vendor’s company ( ) Other (please describe below): ___________________________________ ___________________________________ ___________________________________ ( ) No Conflict of Interest *Disclosing a potential conflict of interest does not automatically disqualify vendors. In the event vendors do not disclose potential conflicts of interest and they are detected by the City, vendor will be exempt from doing business with the City. Company Name: Authorized Representative Name: Authorized Representative Title: Authorized Representative Signature: Date: I certify that this Conflict-of-Interest Disclosure has been examined by me and that its contents are true and correct to my knowledge and belief and I have the authority to so certify on behalf of the Bidder/Proposer by my signature below: 212 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 32 E-VERIFY PROGRAM AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. Additionally, I have reviewed Section 448.095, Florida Statutes and 48 CFR 52.222-54 and have sufficient knowledge of the personnel practices of the Contractor to execute this Declaration on behalf of the Contractor. 2. The Contractor has registered with and utilizes the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in F.S. 448.095, which prohibits the employment, contracting or sub-contracting with an unauthorized alien. 3. The Contractor does not knowingly employ applicants or retain in its employ a person whose immigration status makes them ineligible to work for the Contractor. 4. The Contractor has verified that any subcontractors utilized to deliver goods or services to the City through the Contractor’s contract with the City use the E-Verify system and do not knowingly employ persons whose immigration status makes them ineligible to work for the subcontractor. The undersigned further confirms that it has obtained all necessary affidavits from its subcontractors, if applicable, in compliance with F.S. 448.095, and that such affidavits shall be provided to the City upon request. 5. Failure to comply with the requirements of F.S. 448.095 may result in termination of the employer’s contract with the City of Doral. Finally, the undersigned employer hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number: Date of Authorization: I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 213 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 33 BUSINESS ENTITY AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2. The full legal name and business address (post office address not acceptable) of the person(s) or entity contracting or transacting business with the City of Doral (“City”) are as follows: Legal Name of Contractor Fictitious Name (DBA) if applicable Street Address FEIN/EIN (if none, Social Security Number) 3. The following individuals are the officers of the Contractor: (supplement chart if necessary) Name Address Position 4. The following individuals or entities hold, directly or indirectly, five percent or more of the Contractor or are the beneficiaries of such Contractor in trust: (supplement chart if necessary) Name Address Percentage Interest 214 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 34 5. The following individuals or entities have or will have an interest (over 5%) in the proposed transaction with the City (excluding subcontractors, suppliers, laborers, or lenders): (supplement chart if necessary) Name Address Interest I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 215 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 35 NON-COLLUSION AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2. Affiant is fully informed respecting the preparation and contents of the attached Bid/Proposal by Contractor and of all pertinent circumstances respecting such Bid/Proposal. 3. Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal. 4. Neither the said Contractor nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including Affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other firm or person to submit a collusive or sham Bid/Proposal in connection with the Work for which the attached Bid/Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any firm or person to fix any overhead, profit, or cost elements of the Bid/Proposal or of any other person submitting a response to the solicitation, or to fix any overhead, profit, or cost elements of the quoted price(s) or the quoted price(s) of any other bidding/proposing person, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any person interested in the proposed Work. 5. The price(s) quoted in the attached Bid/Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Contractor or any other of its agents, representatives, owners, employees or parties in interest, including this Affiant. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 216 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 36 NO CONTINGENCY AFFIDAVIT I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2. Affiant is fully informed respecting the preparation and contents of the attached Bid/Proposal by Contractor and of all pertinent circumstances respecting such Bid/Proposal. 3. Affiant on behalf of Contractor represents that neither Contractor nor any principal, employee, agent, representative or family member has promised to pay, and Contractor has not and will not pay, a fee the amount of which is contingent upon the City of Doral awarding this contract. 4. Affiant on behalf of Contractor warrants that neither it, nor any principal, employee, agent, representative has procured, or attempted to procure, this contract in violation of any of the provisions of the Miami-Dade County conflict of interest and code of ethics ordinances; and 5. Affiant on behalf of Contractor acknowledges that a violation of this warranty may result in the termination of the contract and forfeiture of funds paid, or to be paid, to the Contractor if awarded the contract. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 217 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 37 DISABILITY NON-DISCRIMINATION STATEMENT AMERICANS WITH DISABILITIES ACT (ADA) I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized and fully informed to make the statements contained in this affidavit on behalf of the Contractor. 2. Affiant on behalf of Contractor represents that the Contractor is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501 553.513, Florida Statutes: The Rehabilitation Act of 1973, 229 USC Section 794; The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42 USC Section 3601-3631. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 218 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 38 PUBLIC ENTITY CRIMES SWORN STATEMENT SECTION 287.133(3)(a) FLORIDA STATUTES I, the undersigned affiant, swear or affirm that: 1. I am an agent of the below-named company (“Contractor”) authorized to make the statements contained in this affidavit on behalf of the Contractor. 2. This sworn statement is submitted to the City of Doral by the below named affiant on behalf of the Contractor, whose business address is and who was the following taxpayer identification number: (utilize FEIN for entity and Social Security number if for individual) 3. I 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 with the United States, including, but not limited to, any Bid or Contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 4. I understand that "convicted" or "conviction" as defined in Para. 287.133(1)(b), Florida Statutes, 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 trail court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 5. I understand that an "affiliate" as defined in Para. 287.133(1)(a), Florida Statutes, means: • A predecessor or successor of a person convicted of a public entity crime; or • Any 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 officers, directors, executors, 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 another 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 prime 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. 6. I understand that a "person" as defined in Para. 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 Proposals or applies to Bid 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 "persons" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of any entity 7. 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.) 219 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 39 _______ 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 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 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 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.) 8. I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE CITY OF DORAL IS FOR THE CITY OF DORAL 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 CITY OF DORAL 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. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 220 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 40 DRUG FREE WORKPLACE PROGRAM The undersigned company in accordance with Florida statute 287.087 hereby certifies that the company does all of the following: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform Employees about the dangers of drug abuse in the workplace, the business’ policy of maintaining drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a conditions of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6. Make good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Company Name: Authorized Representative Name: Authorized Representative Title: Authorized Representative Signature: Date: 221 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 41 COPELAND “ANTI-KICKBACK” ACT AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Doral, its elected officials, or its consultants, as a commission, kickback, reward or gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. I hereby declare under penalty of perjury that the foregoing representations are true and correct. ______________________________________ __________________________________ Company Name Affiant Name (Printed) ______________________________________ __________________________________ Affiant Signature Date Signed STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 222 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 42 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION I do hereby certify that I have read and understand the Equal Employment Opportunity requirements set forth in this Solicitation and that the below-named Company is in compliance and shall continue to comply with the same. CONE OF SILENCE CERTIFICATION I do hereby certify that I have read and understand the “Cone of Silence” requirements set forth in this Solicitation and further certify that neither I, nor any agent or representative of the Company has violated this provision. TIE BIDS CERTIFICATION I do hereby certify that I have read and understand the requirements/procedures for Tie Proposals set forth in this Solicitation. By my signature, I acknowledge that the attachment of this executed form certifying the above, as such, is required to complete a valid bid. Company Name: Authorized Representative Name: Authorized Representative Title: Authorized Representative Signature: Date: 223 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 43 CONFORMANCE WITH OSHA STANDARDS To the City of Doral, We __________________________________________________________, hereby acknowledge and Contractor agree that we, as the proposed Contractor for City of Doral for this Solicitation, 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 Doral, against any and all liability, claims, damages losses and expenses they may incur due to the failure of: ____________________________ ____________________________ ____________________________ ____________________________ (List all Subcontractor’s Names) to comply with such act or regulation. _________________________________________ CONTRACTOR ______________________________________ BY: ________________________ ATTEST 224 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 44 RESPONDENT'S CERTIFICATION I, as and authorized representative of the below named business entity have carefully examined the Solicitation, including all sections, exhibits, addenda, and any other documents accompanying or made a part of this Solicitation. I hereby propose to furnish the goods or services specified in the Solicitation. I agree that my Bid/Proposal will remain firm for a period of 180 days in order to allow the City adequate time to evaluate the Proposals/Proposals. I certify that all information contained in this Bid/Proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Bid/Proposal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract. I further certify, under oath, that this Bid/Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal for the same product or service; no officer, employee or agent of the City of Doral or any other Respondent is interested in said Bid/Proposal; and that the undersigned executed this Respondent's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. ___________________________________________ Name of Business STATE OF COUNTY OF The foregoing instrument was acknowledged, subscribed and sworn to before me this ____ day of ________________, 20___ by means of ☐ physical presence or ☐ online notarization, by _________________________, who is personally known to me or who has produced the following identification: . [Notary Seal] Notary Public for the State of My commission expires: 225 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 45 CERTIFICATE OF AUTHORITY (If Corporation) STATE OF COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of , a Corporation existing under the laws of the State of __________________, held a meeting on ________________, 20_____, wherein the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Corporation, is hereby authorized to execute the Bid/Proposal dated _______ ___________, 20_____, which shall be submitted to the City of Doral on behalf of this Corporation, and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Corporation this _______, day of _____________________, 20____. Secretary: ___________________________________ (SEAL) 226 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 46 CERTIFICATE OF AUTHORITY (If Partnership) STATE OF COUNTY OF I HEREBY CERTIFY that a meeting of the Partners of , a Corporation existing under the laws of the State of __________________, held a meeting on ________________, 20_____, wherein the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Corporation, is hereby authorized to execute the Bid/Proposal dated _______ ___________, 20_____, which shall be submitted to the City of Doral on behalf of this Partnership, and that their execution thereof, attested by the , shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Partnership this _______, day of _____________________, 20____. Attest: _______________________________ (SEAL) 227 Exhibit A – Required Submission Forms   RFQ No. 2023-08 Page 47 CERTIFICATE OF AUTHORITY (If Limited Liability Company) STATE OF COUNTY OF I HEREBY CERTIFY that a meeting of , a Limited Liability Company (“Company”) existing under the laws of the State of __________________, held a meeting on ________________, 20_____, wherein the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Company, is hereby authorized to execute the Bid/Proposal dated _______ ___________, 20_____, which shall be submitted to the City of Doral on behalf of this Company, and that their execution thereof, attested by the , shall be the official act and deed of this Company." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Company this _______, day of _____________________, 20____. Attest: _______________________________ (SEAL) 228 RFQ No. 2023-08 Page 48 EXHIBIT B – ARCHITECT-ENGINEER QUALIFICATIONS [Exhibit found on following page] 229 ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000-0157 Expiration Date: 2/29/2024 STANDARD FORM 330 (REV. 7/2021) PAGE 1 OF INSTRUCTIONS Prescribed by GSA - FAR (48 CFR) 53.236-2(b) PURPOSE Federal agencies use this form to obtain information from architect-engineer (A-E) firms about their professional qualifications. Federal agencies select firms for A-E contracts on the basis of professional qualifications as required by 40 U.S.C. chapter 11, Selection of Architects Engineers, and Part 36 of the Federal Acquisition Regulation (FAR). The Selection of Architects and Engineers statute requires the public announcement of requirements for A-E services (with some exceptions provided by other statutes), and the selection of at least three of the most highly qualified firms based on demonstrated competence and professional qualifications according to specific criteria published in the announcement. The Act then requires the negotiation of a contract at a fair and reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other sources, including performance evaluations, any additional data requested by the agency, and interviews with the most highly qualified firms and their references. GENERAL INSTRUCTIONS Part I presents the qualifications for a specific contract. Part II presents the general qualifications of a firm or a specific branch office of a firm. Part II has two uses: 1. An A-E firm may submit Part II to the appropriate central, regional or local office of each Federal agency to be kept on file. A public announcement is not required for certain contracts, and agencies may use Part II as a basis for selecting at least three of the most highly qualified firms for discussions prior to requesting submission of Part I. Firms are encouraged to update Part II on file with agency offices, as appropriate, according to FAR Part 36. If a firm has branch offices, submit a separate Part II for each branch office seeking work. 2. Prepare a separate Part II for each firm that will be part of the team proposed for a specific contract and submitted with Part I. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team. INDIVIDUAL AGENCY INSTRUCTIONS Individual agencies may supplement these instructions. For example, they may limit the number of projects or number of pages submitted in Part I in response to a public announcement for a particular project. Carefully comply with any agency instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. DEFINITIONS Architect-Engineer Services: Defined in FAR 2.101. Branch Office: A geographically distinct place of business or subsidiary office of a firm that has a key role on the team. Discipline: Primary technical capabilities of key personnel, as evidenced by academic degree, professional registration, certification, and/or extensive experience. Firm: Defined in FAR 36.102. Key Personnel: Individuals who will have major contract responsibilities and/or provide unusual or unique expertise. SPECIFIC INSTRUCTIONS Part I - Contract-Specific Qualifications Section A. Contract Information. 1. Title and Location. Enter the title and location of the contract for which this form is being submitted, exactly as shown in the public announcement or agency request. 2. Public Notice Date. Enter the posted date of the agency's notice on the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency request for this contract. 3. Solicitation or Project Number. Enter the agency's solicitation number and/or project number, if applicable, exactly as shown in the public announcement or agency request for this contract. Section B. Architect-Engineer Point of Contact. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. Provide information for a representative of the prime contractor or joint venture that the agency can contact for additional information. AUTHORIZED FOR LOCAL REPRODUCTION Paperwork Reduction Act Statement - This information collection meets the requirements of 44 USC § 3507, as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget (OMB) control number. The OMB control number for this collection is 9000-0157. We estimate that it will take 29 hours (25 hours for part 1 and 4 hours for Part 2) to read the instructions, gather the facts, and answer the questions. Send only comments relating to our time estimate, including suggestions for reducing this burden, or any other aspects of this collection of information to: U.S. General Services Administration, Regulatory Secretariat Division (M1V1CB), 1800 F Street, NW, Washington, DC 20405. 230 Section C. Proposed Team. 9-11. Firm Name, Address, and Role in This Contract. Provide the contractual relationship, name, full mailing address, and a brief description of the role of each firm that will be involved in performance of this contract. List the prime contractor or joint venture partners first. If a firm has branch offices, indicate each individual branch office that will have a key role on the team. The named subcontractors and outside associates or consultants must be used, and any change must be approved by the contracting officer. (See FAR Part 52 Clause "Subcontractors and Outside Associates and Consultants (Architect-Engineer Services)"). Attach an additional sheet in the same format as Section C if needed. Section D. Organizational Chart of Proposed Team. As an attachment after Section C, present an organizational chart of the proposed team showing the names and roles of all key personnel listed in Section E and the firm they are associated with as listed in Section C. Section E. Resumes of Key Personnel Proposed for this Contract. Complete this section for each key person who will participate in this contract. Group by firm, with personnel of the prime contractor or joint venture partner firms first. The following blocks must be completed for each resume: 12. Name. Self-explanatory. 13. Role in this contract. Self-explanatory. 14. Years Experience. Total years of relevant experience (block 14a), and years of relevant experience with current firm, but not necessarily the same branch office (block 14b). 15. Firm Name and Location. Name, city and state of the firm where the person currently works, which must correspond with one of the firms (or branch office of a firm, if appropriate) listed in Section C. 16. Education. Provide information on the highest relevant academic degree(s) received. Indicate the area(s) of specialization for each degree. 17. Current Professional Registration. Provide information on current relevant professional registration(s) in a State or possession of the United States, Puerto Rico, or the District of Columbia according to FAR Part 36. 18. Other Professional Qualifications. Provide information on any other professional qualifications relating to this contract, such as education, professional registration, publications, organizational memberships, certifications, training, awards, and foreign language capabilities. 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that demonstrates the person's capability relevant to her/his proposed role in this contract. These projects do not necessarily have to be any of the projects presented in Section F for the project team if the person was not involved in any of those projects or the person worked on other projects that were more relevant than the team projects in Section F. Use the check box provided to indicate if the project was performed with any office of the current firm. If any of the professional services or construction projects are not complete, leave Year Completed blank and indicate the status in Brief Description and Specific Role (block (3)). Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Select projects where multiple team members worked together, if possible, that demonstrate the team's capability to perform work similar to that required for this contract. Complete one Section F for each project. Present ten projects, unless otherwise specified by the agency. Complete the following blocks for each project: 20. Example Project Key Number. Start with "1" for the first project and number consecutively. 21. Title and Location. Title and location of project or contract. For an indefinite delivery contract, the location is the geographic scope of the contract. 22. Year Completed. Enter the year completed of the professional services (such as planning, engineering study, design, or surveying), and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete, leave Year Completed blank and indicate the status in Brief Description of Project and Relevance to this Contract (block 24). 23a. Project Owner. Project owner or user, such as a government agency or installation, an institution, a corporation or private individual. 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which contracted for the professional services, who is very familiar with the project and the firm's (or firms') performance. 23c. Point of Contact Telephone Number. Self-explanatory. 24. Brief Description of Project and Relevance to this Contract. Indicate scope, size, cost, principal elements and special features of the project. Discuss the relevance of the example project to this contract. Enter any other information requested by the agency for each example project. STANDARD FORM 330 (REV. 7/2021) PAGE 2 OF INSTRUCTIONS 231 Jane A. Smith Joseph B. Williams Tara C. Donovan Chief Architect Chief Mechanical Engineer Chief Electricial Engineer 29. EXAMPLE PROJECTS KEY 25. Firms from Section C Involved with this Project. Indicate which firms (or branch offices, if appropriate) on the project team were involved in the example project, and their roles. List in the same order as Section C. Section G. Key Personnel Participation in Example Projects. This matrix is intended to graphically depict which key personnel identified in Section E worked on the example projects listed in Section F. Complete the following blocks (see example below). 26. and 27. Names of Key Personnel and Role in this Contract. List the names of the key personnel and their proposed roles in this contract in the same order as they appear in Section E. 28. Example Projects Listed in Section F. In the column under each project key number (see block 29) and for each key person, place an "X" under the project key number for participation in the same or similar role. 29. Example Projects Key. List the key numbers and titles of the example projects in the same order as they appear in Section F. Section H. Additional Information. 30. Use this section to provide additional information specifically requested by the agency or to address selection criteria that are not covered by the information provided in Sections A-G. Section I. Authorized Representative. 31. and 32. Signature of Authorized Representative and Date. An authorized representative of a joint venture or the prime contractor must sign and date the completed form. Signing attests that the information provided is current and factual, and that all firms on the proposed team agree to work on the project. Joint ventures selected for negotiations must make available a statement of participation by a principal of each member of the joint venture. 33. Name and Title. Self-explanatory. STANDARD FORM 330 (REV. 7/2021) PAGE 3 OF INSTRUCTIONS SAMPLE ENTRIES FOR SECTION G (MATRIX) 26. NAMES OF KEY PERSONNEL (From Section E, Block 12) 27. ROLE IN THIS CONTRACT (From Section E, Block 13) 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in "Example Projects Key" section below first, before completing table. Place "X" under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 X X X X X X X XX NUMBER TITLE OF EXAMPLE PROJECT (From Section F)NUMBER TITLE OF EXAMPLE PROJECT (From Section F) XYZ Corporation Headquarters, Boston, MA Founder's Museum, Newport, RI Federal Courthouse, Denver, CO Justin J. Wilson Federal Building, Baton Rouge, LA 1 2 6 7 232 Part II - General Qualifications See the "General Instructions" on page 1 for firms with branch offices. Prepare Part II for the specific branch office seeking work if the firm has branch offices. 1. Solicitation Number. If Part II is submitted for a specific contract, insert the agency's solicitation number and/or project number, if applicable, exactly as shown in the public announcement or agency request. 2a-2e. Firm (or Branch Office) Name and Address. Self- explanatory. 3. Year Established. Enter the year the firm (or branch office, if appropriate) was established under the current name. 4. Unique Entity Identifier. Insert the unique entity identifier issued by the entity designated at SAM. See FAR part 4.6. 5. Ownership. a. Type. Enter the type of ownership or legal structure of the firm (sole proprietor, partnership, corporation, joint venture, etc.). b. Small Business Status. Refer to the North American Industry Classification System (NAICS) code in the public announcement, and indicate if the firm is a small business according to the current size standard for that NAICS code (for example, Engineering Services (part of NAICS 541330), Architectural Services (NAICS 541310), Surveying and Mapping Services (NAICS 541370)). The small business categories and the internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your local U.S. Small Business Administration office for any questions regarding Business Status. 6a-6c. Point of Contact. Provide this information for a representative of the firm that the agency can contact for additional information. The representative must be empowered to speak on contractual and policy matters. 7. Name of Firm. Enter the name of the firm if Part II is prepared for a branch office. 8a-8c. Former Firm Names. Indicate any other previous names for the firm (or branch office) during the last six years. Insert the year that this corporate name change was effective and the associated unique entity identifier. This information is used to review past performance on Federal contracts. 9. Employees by Discipline. Use the relevant disciplines and associated function codes shown at the end of these instructions and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code blank. List no more than 20 disciplines. Group remaining employees under "Other Employees" in column b. Each person can be counted only once according to his/her primary function. If Part II is prepared for a firm (including all branch offices), enter the number of employees by disciplines in column c(1). If Part II is prepared for a branch office, enter the number of employees by discipline in column c(2) and for the firm in column c(1). 10. Profile of Firm's Experience and Annual Average Revenue for Last 5 Years. Complete this block for the firm or branch office for which this Part II is prepared. Enter the experience categories which most accurately reflect the firm's technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the end of these instructions, and list in the same numerical order. After the listed experience categories, write in any unlisted relevant project experience categories and leave the profile codes blank. For each type of experience, enter the appropriate revenue index number to reflect the professional services revenues received annually (averaged over the last 5 years) by the firm or branch office for performing that type of work. A particular project may be identified with one experience category or it may be broken into components, as best reflects the capabilities and types of work performed by the firm. However, do not double count the revenues received on a particular project. 11. Annual Average Professional Services Revenues of Firm for Last 3 Years. Complete this block for the firm or branch office for which this Part II is prepared. Enter the appropriate revenue index numbers to reflect the professional services revenues received annually (averaged over the last 3 years) by the firm or branch office. Indicate Federal work (performed directly for the Federal Government, either as the prime contractor or subcontractor), non-Federal work (all other domestic and foreign work, including Federally-assisted projects), and the total. 12. Authorized Representative. An authorized representative of the firm or branch office must sign and date the completed form. Signing attests that the information provided is current and factual. Provide the name and title of the authorized representative who signed the form. STANDARD FORM 330 (REV. 7/2021) PAGE 4 OF INSTRUCTIONS 233 List of Disciplines (Function Codes) STANDARD FORM 330 (REV. 7/2021) PAGE 5 OF INSTRUCTIONS Code Description 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 Hydraulic Engineer Hydrographic Surveyor Hydrologist Industrial Engineer Industrial Hygienist Interior Designer Land Surveyor Landscape Architect Materials Engineer Materials Handling Engineer Mechanical Engineer Mining Engineer Oceanographer Photo Interpreter Photogrammetrist Planner: Urban/Regional Project Manager Remote Sensing Specialist Risk Assessor Safety/Occupational Health Engineer Sanitary Engineer Scheduler Security Specialist Soils Engineer Specifications Writer Structural Engineer Technician/Analyst Toxicologist Transportation Engineer Value Engineer Water Resources Engineer Code Description Acoustical Engineer Administrative Aerial Photographer Aeronautical Engineer Archeologist Architect Biologist CADD Technician Cartographer Chemical Engineer Chemist Civil Engineer Communications Engineer Computer Programmer Construction Inspector Construction Manager Corrosion Engineer Cost Engineer/Estimator Ecologist Economist Electrical Engineer Electronics Engineer Environmental Engineer Environmental Scientist Fire Protection Engineer Forensic Engineer Foundation/Geotechnical Engineer Geodetic Surveyor Geographic Information System Specialist Geologist Health Facility Planner 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 234 List of Experience Categories (Profile Codes) Acoustics, Noise Abatement Aerial Photography; Airborne Data and Imagery Collection and Analysis Agricultural Development; Grain Storage; Farm Mechanization Air Pollution Control Airports; Navaids; Airport Lighting; Aircraft Fueling Airports; Terminals and Hangars; Freight Handling Arctic Facilities Animal Facilities Anti-Terrorism/Force Protection Asbestos Abatement Auditoriums & Theaters Automation; Controls; Instrumentation Barracks; Dormitories Bridges Cartography Cemeteries (Planning & Relocation) Charting: Nautical and Aeronautical Chemical Processing & Storage Child Care/Development Facilities Churches; Chapels Coastal Engineering Codes; Standards; Ordinances Cold Storage; Refrigeration and Fast Freeze Commercial Building (low rise) ; Shopping Centers Community Facilities Communications Systems; TV; Microwave Computer Facilities; Computer Service Conservation and Resource Management Construction Management Construction Surveying Corrosion Control; Cathodic Protection; Electrolysis Cost Estimating; Cost Engineering and Analysis; Parametric Costing; Forecasting Cryogenic Facilities Dams (Concrete; Arch) Dams (Earth; Rock); Dikes; Levees Desalinization (Process & Facilities) Design-Build - Preparation of Requests for Proposals Digital Elevation and Terrain Model Development Digital Orthophotography Dining Halls; Clubs; Restaurants Dredging Studies and Design Ecological & Archeological Investigations Educational Facilities; Classrooms Electrical Studies and Design Electronics Elevators; Escalators; People-Movers Embassies and Chanceries Energy Conservation; New Energy Sources Engineering Economics Environmental Impact Studies, Assessments or Statements Environmental and Natural Resource Mapping Environmental Planning Environmental Remediation Environmental Testing and Analysis Fallout Shelters; Blast-Resistant Design Field Houses; Gyms; Stadiums Fire Protection Fisheries; Fish ladders Forensic Engineering Forestry & Forest products Garages; Vehicle Maintenance Facilities; Parking Decks Gas Systems (Propane; Natural, Etc.) Geodetic Surveying: Ground and Air-borne Geographic Information System Services: Development, Analysis, and Data Collection Geospatial Data Conversion: Scanning, Digitizing, Compilation, Attributing, Scribing, Drafting Graphic Design Harbors; Jetties; Piers, Ship Terminal Facilities Hazardous Materials Handling and Storage Hazardous, Toxic, Radioactive Waste Remediation Heating; Ventilating; Air Conditioning Health Systems Planning Highrise; Air-Rights-Type Buildings Highways; Streets; Airfield Paving; Parking Lots Historical Preservation Hospital & Medical Facilities Hotels; Motels Housing (Residential, Multi-Family; Apartments; Condominiums) Hydraulics & Pneumatics Hydrographic Surveying STANDARD FORM 330 (REV. 7/2021) PAGE 6 OF INSTRUCTIONS Code Description Code Description A01 A02 A03 A04 A05 A06 A07 A08 A09 A10 A11 A12 B01 B02 C01 C02 C03 C04 C05 C06 C07 C08 C09 C10 C11 C12 C13 C14 C15 C16 C17 C18 C19 D01 D02 D03 D04 D05 D06 D07 D08 E01 E02 E03 E04 E05 E06 E07 E08 E09 E10 E11 E12 E13 F01 F02 F03 F04 F05 F06 G01 G02 G03 G04 G05 G06 H01 H02 H03 H04 H05 H06 H07 H08 H09 H10 H11 H12 H13 235 List of Experience Categories (Profile Codes continued) Product, Machine Equipment Design Pneumatic Structures, Air-Support Buildings Postal Facilities Power Generation, Transmission, Distribution Public Safety Facilities Radar; Sonar; Radio & Radar Telescopes Radio Frequency Systems & Shieldings Railroad; Rapid Transit Recreation Facilities (Parks, Marinas, Etc.) Refrigeration Plants/Systems Rehabilitation (Buildings; Structures; Facilities) Remote Sensing Research Facilities Resources Recovery; Recycling Risk Analysis Rivers; Canals; Waterways; Flood Control Roofing Safety Engineering; Accident Studies; OSHA Studies Security Systems; Intruder & Smoke Detection Seismic Designs & Studies Sewage Collection, Treatment and Disposal Soils & Geologic Studies; Foundations Solar Energy Utilization Solid Wastes; Incineration; Landfill Special Environments; Clean Rooms, Etc. Structural Design; Special Structures Surveying; Platting; Mapping; Flood Plain Studies Sustainable Design Swimming Pools Storm Water Handling & Facilities Telephone Systems (Rural; Mobile; Intercom, Etc.) Testing & Inspection Services Traffic & Transportation Engineering Topographic Surveying and Mapping Towers (Self-Supporting & Guyed Systems) Tunnels & Subways STANDARD FORM 330 (REV. 7/2021) PAGE 7 OF INSTRUCTIONS Code Description Code Description I01 I02 I03 I04 I05 I06 J01 L01 L02 L03 L04 L05 L06 M01 M02 M03 M04 M05 M06 M07 M08 N01 N02 N03 O01 O02 O03 P01 P02 P03 P04 P05 P06 P07 P08 P09 P10 P11 P12 P13 R01 R02 R03 R04 R05 R06 R07 R08 R09 R10 R11 R12 S01 S02 S03 S04 S05 S06 S07 S08 S09 S10 S11 S12 S13 T01 T02 T03 T04 T05 T06 Industrial Buildings; Manufacturing Plants Industrial Processes; Quality Control Industrial Waste Treatment Intelligent Transportation Systems Interior Design; Space Planning Irrigation; Drainage Judicial and Courtroom Facilities Laboratories; Medical Research Facilities Land Surveying Landscape Architecture Libraries; Museums; Galleries Lighting (Interior; Display; Theater, Etc.) Lighting (Exteriors; Streets; Memorials; Athletic Fields, Etc.) Mapping Location/Addressing Systems Materials Handling Systems; Conveyors; Sorters Metallurgy Microclimatology; Tropical Engineering Military Design Standards Mining & Mineralogy Missile Facilities (Silos; Fuels; Transport) Modular Systems Design; Pre-Fabricated Structures or Components Naval Architecture; Off-Shore Platforms Navigation Structures; Locks Nuclear Facilities; Nuclear Shielding Office Buildings; Industrial Parks Oceanographic Engineering Ordnance; Munitions; Special Weapons Petroleum Exploration; Refining Petroleum and Fuel (Storage and Distribution) Photogrammetry Pipelines (Cross-Country - Liquid & Gas) Planning (Community, Regional, Areawide and State) Planning (Site, Installation, and Project) Plumbing & Piping Design Prisons & Correctional Facilities 236 List of Experience Categories (Profile Codes continued) STANDARD FORM 330 (REV. 7/2021) PAGE 8 OF INSTRUCTIONS Code Description U01 U02 U03 V01 W01 W02 W03 W04 Z01 Unexploded Ordnance Remediation Urban Renewals; Community Development Utilities (Gas and Steam) Value Analysis; Life-Cycle Costing Warehouses & Depots Water Resources; Hydrology; Ground Water Water Supply; Treatment and Distribution Wind Tunnels; Research/Testing Facilities Design Zoning; Land Use Studies 237 5. NAME OF FIRM PART I - CONTRACT-SPECIFIC QUALIFICATIONS ARCHITECT-ENGINEER QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) 4. NAME AND TITLE 8. E-MAIL ADDRESS7. FAX NUMBER6. TELEPHONE NUMBER (Check)PRIMEJ-V PARTNERSUBCON- TRACTOR9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a. b. c. d. e. f. STANDARD FORM 330 (REV. 7/2021) D. ORGANIZATIONAL CHART OF PROPOSED TEAM (Attached) CHECK IF BRANCH OFFICE CHECK IF BRANCH OFFICE CHECK IF BRANCH OFFICE CHECK IF BRANCH OFFICE CHECK IF BRANCH OFFICE CHECK IF BRANCH OFFICE AUTHORIZED FOR LOCAL REPRODUCTION 238 12. NAME 13. ROLE IN THIS CONTRACT 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14. YEARS EXPERIENCE b. WITH CURRENT FIRMa. TOTAL 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)16. EDUCATION (Degree and Specialization) 15. FIRM NAME AND LOCATION (City and State) STANDARD FORM 330 (REV. 7/2021) PAGE 2 a. b. c. d. (1) TITLE AND LOCATION (City and State) PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (1) TITLE AND LOCATION (City and State)(2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (1) TITLE AND LOCATION (City and State)(2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (1) TITLE AND LOCATION (City and State)(2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) e. Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Check if project performed with current firm (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State)(2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) (2) YEAR COMPLETED (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm 239 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) a. PROJECT OWNER 21. TITLE AND LOCATION (City and State) 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) 20. EXAMPLE PROJECT KEY NUMBER a. b. c. d. e. f. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (City and State) STANDARD FORM 330 (REV. 7/2021) PAGE 3 (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (City and State)(3) ROLE b. POINT OF CONTACT NAME 23. PROJECT OWNER'S INFORMATION c. POINT OF CONTACT TELEPHONE NUMBER (3) ROLE(1) FIRM NAME (2) FIRM LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 240 TITLE OF EXAMPLE PROJECT (From Section F) G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 1 2 3 4 5 6 7 8 9 10 STANDARD FORM 330 (REV. 7/2021) PAGE 4 26. NAMES OF KEY PERSONNEL (From Section E, Block 12) 27. ROLE IN THIS CONTRACT (From Section E, Block 13)1 2 3 4 5 6 7 8 9 10 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT (From Section F)NUMBER 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in "Example Projects Key" section below before completing table. Place "X" under project key number for participation in same or similar role.) 241 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330 (REV. 7/2021) PAGE 5 242 PART II - GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) a. SIGNATURE ARCHITECT-ENGINEER QUALIFICATIONS 2a. FIRM (or Branch Office) NAME 2b. STREET 2c. CITY 2d. STATE 2e. ZIP CODE 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 5. OWNERSHIP b. Discipline c. Number of Employees 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS b. Experience c. Revenue Index Number (see below) STANDARD FORM 330 (REV. 7/2021) PAGE 6 1. SOLICITATION NUMBER (If any) 8a. FORMER FIRM NAME(S) (If any)8b. YEAR ESTABLISHED 9. EMPLOYEES BY DISCIPLINE Total (1) FIRM (2) BRANCH 1.Less than $100,000 2.$100,000 to less than $250,000 3.$250,000 to less than $500,000 4.$500,000 to less than $1 million 5.$1 million to less than $2 million 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) 7. NAME OF FIRM (If Block 2a is a Branch Office) 6a. POINT OF CONTACT NAME AND TITLE 6c. EMAIL ADDRESS 8c. UNIQUE ENTITY IDENTIFIER a. Federal Work b. Non-Federal Work c. Total Work 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. b. DATE c. NAME AND TITLE a. Function Code a. Profile Code 6b. TELEPHONE NUMBER a. TYPE b. SMALL BUSINESS STATUS PROFESSIONAL SERVICES REVENUE INDEX NUMBER 6.$2 million to less than $5 million 7.$5 million to less than $10 million 8.$10 million to less than $25 million 9.$25 million to less than $50 million 10.$50 million or greater Other Employees 243 RFQ No. 2023-08 Page 49 EXHIBIT C – DRAFT PROFESSIONAL SERVICES AGREEMENT [Exhibit found on following page] 244 1 CONTINUING PROFESSIONAL SERVICES FINAL AGREEMENT Between CITY OF DORAL, FL And [INSERT ENTITY NAME] THIS AGREEMENT is made between CITY OF DORAL, FLORIDA, a Florida municipal corporation, (hereinafter referred to as the “CITY”) and [INSERT ENTITY NAME], a ____________corporation authorized to do business in the State of Florida, (hereinafter referred to as the “CONSULTANT”), whose principal place of business is _____________________________________________________________. CITY and CONSULTANT may be referred to individually as “Party” or collectively as “Parties.” RECITALS WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY requested qualifications from qualified engineers and selected the CONSULTANT to provide professional engineering services with respect to assigned Work Orders; and WHEREAS, the CITY solicited proposals from qualified consultants on _________, 2023, pursuant to the CITY’s Request for Qualifications (“RFQ”) No. 2023-08, which RFQ and all addenda thereto is attached hereto as Exhibit “A” and is incorporated into this Agreement by reference and made a part hereof; and WHEREAS, the CONSULTANT has submitted a Response to RFQ, date _________, 2023, which Response (“Response to RFQ”) is attached hereto as Exhibit “B” and incorporated into this Agreement by reference and made a part hereof; and WHEREAS, the CONSULTANT is willing and able to perform such professional, services for the CITY within the basic terms and conditions set forth in this agreement (hereinafter referred to as “Continuing Services Agreement or Agreement”); and WHEREAS, based on the representations of CONSULTANT in their Response to RFQ, which representations the CITY selected the CONSULTANT to provide said Continuing Professional Civil Engineering Services to the CITY; and WHEREAS, the purpose of this Continuing Services Agreement is not to authorize the Consultant 245 2 to perform a Specific Project, but to set forth certain general terms and conditions, which shall govern the relationship between CITY and CONSULTANT and which shall be incorporated into subsequent supplemental agreements/work orders for Specific Projects or services when required; and WHEREAS, this agreement shall become effective January 4th, 2024. AGREEMENT NOW THEREFORE, in consideration of the foregoing recitals, which are incorporated herein and made a part hereof by this reference, the mutual terms, conditions, promises and covenants set forth below, and other good and valuable consideration, the sufficiency of which the Parties hereby acknowledge, the CITY and CONSULTANT agree as follows: SECTION 1. DEFINITIONS. The following definitions and references are given for the purpose of interpreting the terms as used in this Agreement and apply unless the context indicates a different meaning: 1.1 Compensation: The total amount paid by the CITY for the CONSULTANT’S professional services for a specific project, exclusive of reimbursable expenses. 1.2 Reimbursable Expenses: the direct non-salary expenses directly attributable to the Project. Reimbursable expenses include application and permit fees paid for securing approval of authorities having jurisdiction over the Specific Project; travel expenses; and Subconsultant’s fees. 1.3 Work Order: an agreement to provide services for a particular Project. 1.4 Subconsultant Fee: the direct and actual cost of the Subconsultant with no markup, as reflected by actual invoices of the Subconsultant. 1.5 Travel Expenses: Travel expenses, whether within or outside of Miami-Dade County, and whether to the Specific Project or otherwise, shall not be reimbursed unless CONSULTANT has secured advance written authorization for such travel from the CITY Manager. All approved travel expenses will be reimbursed in accordance with the CITY’s adopted travel policy. SECTION 2. SPECIFIC PROJECTS/SCOPE OF SERVICES. 246 3 2.1 In accordance with the Consultants’ Competitive Negotiation Act, the CONSULTANT may provide professional services to the CITY for Specific Projects as authorized from time to time by either the CITY Council or CITY Manager as authorized by subsection 2.8. The services shall be for the following types of Projects or similar disciplines: Professional Engineering Services as described in assigned Work Orders. 2.2 When the need for services for a Specific Project occurs, the CITY Manager may enter into negotiations with the CONSULTANT for that Specific Project under the terms and conditions of this Agreement. The CITY shall initiate said negotiations by providing the CONSULTANT with a “Scope of Services Request,” requesting from the CONSULTANT a proposal to provide professional services for the Specific Project. The CONSULTANT shall prepare a proposal which includes those subjects specified in Subsection 2.3 (a) through (g). The CITY Manager, or their designee, and CONSULTANT shall negotiate the terms of the Specific Project in accordance with the provisions of Subsection 2.3. 2.3 The CITY and CONSULTANT shall utilize as the agreement for each Specific Project a Work Order (“Project Agreement”), a copy of which is attached and incorporated into this Agreement as Exhibit “C”. Each agreement for a Specific Project will, by mutual agreement, set forth, among other things, the following: a. The Scope of Services; b. The Deliverables; c. The Time and Schedule of Performance and Term; d. The amount of Compensation; e. The Personnel assigned to the Specific Project; f. Any additional contractual requirements of Section 287.055, Florida Statutes, for consultant agreements; and g. Any modifications to the Project Agreement, if mutually agreed upon by the parties. 2.4 It is at the CITY’s sole discretion to determine the most appropriate method of compensation for each Project Agreement. The CONSULTANT will submit an Estimate of Work Effort that lists the number of hours needed for each job classification under each work type. The Estimate of Work Effort will include the hourly professional service rates for each job 247 4 classification listed in Exhibit “D” that includes all overhead expenses, operating margin, and direct expenses. The Project Agreement shall specify the Consultant’s method of compensation with a maximum amount of compensation that may not be exceeded without additional approval. 2.5 The professional services to be rendered by the CONSULTANT shall commence subsequent to the execution of each Project Agreement. Performance of work by CONSULTANT prior to execution of a Project Agreement shall be at Consultant’s sole risk. Upon the commencement of the term of the Project Agreement, the CONSULTANT shall commence services to the CITY on the Commencement Date, and shall continuously perform services to the CITY, without interruption, in accordance with the time frames set forth in the Project Agreement. It is the CONSULTANT’s sole responsibility to seek an extension from the CITY of the timeframe to complete a project, if necessary. The number of calendar days provided in the Project Agreement for completion of the Project or any extension date , whichever shall last occur, shall constitute the Contract Time. 2.6 The CONSULTANT shall submit to the CITY all final deliverables within the Contract Time as noted in each Project Agreement and associated CONSULTANT Proposal. 2.7 Unless otherwise excused by the CITY in writing, in the event that the CONSULTANT fails to meet to the contract time for completion of services as determined by the Project Schedule, the CONSULTANT shall pay to the CITY the sum of dollars identified below per day for each and every calendar day unexcused delay beyond the completion date, plus approved time extensions, until completion of the project: $200.00 per day. The CONSULTANT may request an extension if the factors involved are not under their direct control. Any sums due and payable hereunder by the CONSULTANT shall be payable, not as a penalty, but as liquidated damages representing an estimate at or before the time of executing this Agreement. When the CITY reasonably believes that completion will be inexcusably delayed, the CITY shall be entitled, but not required, to withhold from any amounts otherwise due the CONSULTANT an amount then believed by the CITY to be adequate to recover liquidated damages applicable to such delays. If and when the CONSULTANT overcomes the delay in achieving completion, or any part thereof, for which the CITY has withheld payment, the CITY shall promptly release to the CONSULTANT the remainder of the funds withheld, but no longer applicable, as liquidated damages. 2.8 The CITY reserves the right, at its sole discretion, to suspend the methods of equitable distribution for any CONSULTANT that has not performed to the CITY’s expectations on current or past projects. The CITY will provide performance reviews at the mid-point and completion of the agreed upon Work Order Schedule and based on the reviews, if the CITY in its sole discretion is dissatisfied, the CITY may select another CONSULTANT in the Pool. 248 5 2.9 The CITY Manager is authorized to negotiate and execute a Project Agreement for Projects in which the CONSULTANTS’ services do not exceed $15,000.00. 2.10 The Contract Documents for each Specific Project shall incorporate this Continuing Services Agreement. In the event that any of the terms or conditions of this Agreement conflict with the Project Agreement, the provisions of the Project Agreement shall apply. SECTION 3. TERM/TERMINATION/SUSPENSION. 3.1 Term of Agreement: This Continuing Agreement shall commence on the date this instrument is fully executed by all parties and shall continue in full force and effect for a period of two years with an option to renew for one (1) additional year, unless further extended by option or renewal and/or until terminated pursuant to Section 3.2 or other applicable sections of this Agreement. Each Project Agreement shall specify the period of service agreed to by the CITY and CONSULTANT for services to be rendered under said Project Agreement. Notwithstanding the above, this Agreement shall not commence before January 4, 2024. 3.2 Effect on Project Agreement: Nothing in this section shall be construed to create a right by either party to terminate any ongoing Project Agreement(s). 3.3 Non-Exclusive Agreement: Notwithstanding the provisions of Subsection 3.1, the CITY Manager may issue requests for proposals for this professional discipline at any time and may utilize the services of any other consultants retained by the CITY under similar continuing services agreements. Nothing in this Agreement shall be construed to give the CONSULTANT a right to perform services for a specific project. 3.4 Termination For Cause: A Project Agreement may be terminated by either party for cause, upon fourteen (14) calendar days written notice to the other party should the other party fail substantially to perform in accordance with its material terms through no fault of the party initiating the termination. Cause shall be defined as a substantial failure by the other party to perform in accordance with the terms and conditions contained in this Agreement and/or any Project Agreement through no fault of the terminating party. In the event that CONSULTANT abandons this Project Agreement or causes it to be terminated by the CITY, the CONSULTANT shall indemnify the CITY against any loss pertaining to this termination. In the event that the CONSULTANT is terminated by the CITY for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience under Section 3.5 of this Agreement and the provision of Section 3.5 shall apply. 3.5 Termination For Convenience: A Project Agreement may be terminated by the CITY for convenience upon fourteen (14) calendar days’ written notice to the CONSULTANT. In 249 6 the event of termination, the CONSULTANT shall incur no further obligations in connection with the Project and shall, to the extent possible, terminate any outstanding subconsultant obligations. The CONSULTANT shall be compensated for all services performed to the satisfaction of the CITY and for reimbursable expenses incurred prior to the date of termination. The CONSULTANT shall promptly submit to the CITY its invoice for final payment and reimbursement and the invoice shall comply with the provisions of Section 4.1 of this Agreement. Under no circumstances shall the CITY make any payment to the CONSULTANT for services which have not been performed. Additionally, the City shall not make payment for the following items: (i) Anticipated profits or fees to be earned on completed portions of the work; (ii) Consequential damages; (iii) Costs incurred in respect to services performed in excess of reasonable quantitative requirements of this Agreement and/or Project Agreement(s); (iv) Expenses of CONSULTANT due to the failure of CONSULTANT or its subconsultants to discontinue services after notice of termination has been given to the CONSULTANT; (v) Losses upon other contracts or from sales or exchanges of capital assets or Internal Revenue Code Section 1231 assets; and (vi) Damage or loss caused by delay. 3.6 Assignment Upon Termination: Upon termination of a Project Agreement, a copy of all of the CONSULTANT’s work product shall become the property of the CITY and the CONSULTANT shall, within ten (10) working days of receipt of written direction from the CITY, transfer to either the CITY or its authorized designee, a copy of all work product in its possession, including but not limited to designs, specifications, drawings, studies, reports and all other documents and data in the possession of the CONSULTANT pertaining to this Project Agreement. Further, upon the CITY’S request, the CONSULTANT shall assign its rights, title and interest under any subcontractor’s agreements to the CITY. 3.7 Suspension for Convenience: The CITY shall have the right at any time to direct the CONSULTANT to suspend its performance, or any designated part thereof, for any reason whatsoever or without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed by the CITY, the CONSULTANT shall immediately comply with same. In the event the CITY directs a suspension of performance as provided for herein through no fault of the CONSULTANT, the CITY shall pay to the CONSULTANT its reasonable costs, actually incurred and paid, of demobilization and remobilization, as full compensation for any such suspension. SECTION 4. BILLING & PAYMENT TO THE CONSULTANT. 4.1 Billing: CONSULTANT shall submit invoices which are identified by the specific 250 7 Work Order number on a monthly basis in a timely manner. These invoices shall identify the nature of the work performed, the phase of work, and the estimated percent of work accomplished in accordance with the Fee Schedule set forth in the Project Agreement. Invoices for each phase shall not exceed amounts allocated to each phase of the Project plus reimbursable expenses accrued during each phase. The statement shall show a summary of fees with accrual of the total and credits for portions previously paid by the CITY. The CITY shall pay CONSULTANT within thirty (30) calendar days of approval by the CITY Manager of any invoices submitted by CONSULTANT to the CITY. 4.2 Disputed Invoices: In the event that all or a portion of an invoice submitted to the CITY for payment to the CONSULTANT is disputed, or additional backup documentation is required, the CITY shall notify the CONSULTANT within fifteen (15) working days of receipt of the invoice of such objection, modification or additional documentation request. The CONSULTANT shall provide the CITY with additional backup documentation within five (5) working days of the date of the CITY’S notice. The CITY may request additional information, including but not limited to, all invoices, time records, expense records, accounting records, and payment records of the CONSULTANT. The CITY shall pay to the CONSULTANT the undisputed portion of the invoice. The parties shall endeavor to resolve the dispute in a mutually agreeable fashion. 4.3 Suspension of Payment: In the event that the CITY becomes credibly informed that any representations of the CONSULTANT are wholly or partially inaccurate, or in the event that the CONSULTANT is not in compliance with any term or condition of this Agreement and/or any Project Agreement, the CITY may withhold payment of sums then or in the future otherwise due to the CONSULTANT until the inaccuracy, or other breach of the Agreement(s), and the cause thereof, is corrected to the CITY’s reasonable satisfaction. 4.4 Retainage: The CITY reserves the right to withhold retainage in the amount of ten percent (10%) of any payment due to the CONSULTANT until the project is completed. For projects that are divided into several phases, any retainage shall be withheld and released individually for each phase of the project. Said retainage may be withheld at the sole discretion of the CITY Manager and as security for the successful completion of the CONSULTANT’S duties and responsibilities under the Project Agreement. 4.5 Final Payment: Submission of the CONSULTANT’S invoice for final payment and reimbursement shall constitute the CONSULTANT’S representation to the CITY that, upon receipt from the CITY of the amount invoiced, all obligations of the CONSULTANT to others, including its subconsultants, incurred in connection with the Project, shall be paid in full. The CONSULTANT shall deliver to the CITY all documents requested by the CITY evidencing payments to any and all subconsultants, and all final specifications, plans, or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment shall constitute a waiver of any and all claims against the CITY by the CONSULTANT. 251 8 SECTION 5. ADDITIONAL SERVICES AND CHANGES IN SCOPE OF SERVICES. 5.1 Changes Permitted. Changes in the Scope of Services of a Project Agreement consisting of additions, deletions, revisions, or any combination thereof, may be ordered by the CITY by Change Order without invalidating the Project Agreement. 5.2 Change Order Defined. Change Order shall mean a written order to the CONSULTANT executed by the CITY, issued after execution of a Project Agreement, authorizing and directing a change in the Scope of Services or an adjustment in the Contract Price or the Contract Time, or any combination thereof. The Contract Price and/or the Contract Time may be changed only by Change Order. 5.3 Effect of Executed Change Order. The execution of a Change Order by the CITY and the CONSULTANT shall constitute conclusive evidence of the CONSULTANT’s agreement to the ordered changes in the Scope of Services or an adjustment in the Contract Price or the Contract Time, or any combination thereof. The CONSULTANT, by executing the Change Order, waives and forever releases any claim against the CITY for additional time or compensation for matters relating to or arising out of or resulting from the Services included within or affected by the executed Change Order. 5.4 Modifications to Scope of Services: The CITY may request changes that would increase, decrease, or otherwise modify the Scope of Services. Such changes must be contained in a written change order executed by the parties in accordance with the provisions of the Continuing Services Agreement, prior to any deviation from the terms of the Project Agreement, including the initiation of any extra work. SECTION 6. SURVIVAL OF PROVISIONS. Any terms or conditions of either this Agreement or any subsequent Project Agreement that require acts beyond the date of the term of either agreement, shall survive termination of the agreements, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. SECTION 7. CITY’S RESPONSIBILITIES. 7.1 Assist CONSULTANT by placing at its disposal all available information as may be requested in writing by the CONSULTANT and allow reasonable access to all pertinent information relating to the services to be performed by CONSULTANT. 7.2 Furnish to CONSULTANT, at the CONSULTANT’S written request, all available maps, plans, existing studies, reports and other data, in the CITY’s possession, pertinent to the 252 9 services to be provided by CONSULTANT. 7.3 Arrange for access to and make all provisions for CONSULTANT to enter upon public property as required for CONSULTANT to perform services. SECTION 8. CODE OF ETHICS. 8.1 The code of ethics of the Florida Engineering Society shall be incorporated in this Agreement by this reference. 8.2 CONSULTANT warrants and represents that its employees shall abide by the Code of Ethics for Public Officers and Employees, Chapter 112, Florida Statutes. SECTION 9. POLICY OF NON-DISCRIMINATION/WAGES. 9.1 The CONSULTANT shall comply with all federal, state, and local laws and ordinances applicable to the work or payment for work and shall not discriminate on the grounds of race, color, religion, sex, age, marital status, national origin, physical or mental disability in the performance of work under this Agreement. 9.2 If the project is subject to federal and grant funding that requires specific wage and non-discrimination provisions, CONSULTANT shall be required to comply with the same. SECTION 10. OWNERSHIP OF DOCUMENTS/DELIVERABLES. 10.1 All finished or unfinished documents, including but not limited to, detailed reports, studies, plans, drawings, surveys, maps, models, photographs, specifications, digital files, and all other data prepared for the CITY or furnished by the CONSULTANT pursuant to any Project Agreement, shall become the property of the CITY, whether the Project for which they are made is completed or not, and shall be delivered by CONSULTANT to the CITY within five (5) calendar days after receipt of written notice requesting delivery of said documents or digital files. The CONSULTANT shall have the right to keep one record set of the documents upon completion of the Project, however, in no event shall the CONSULTANT, without the CITY’S prior written authorization, use, or permit to be used, any of the documents except for client or educational presentations or seminar use. 10.2 All subcontracts for the preparation of reports, studies, plans, drawings, specifications, digital files or other data, entered into by the CONSULTANT for each Specific Project shall provide that all such documents and rights obtained by virtue of such contracts shall become the property of the CITY. 253 10 10.3 All final plans and documents prepared by the CONSULTANT shall bear the endorsement and seal of a person duly registered as a Professional Engineer, Architect, Landscape Architect, Professional Geologist, or Land Surveyor, as appropriate, in the State of Florida and date approved and/or sealed. 10.4 All deliverables should be provided in hard copy format as well as electronic format to the CITY. Drawings should be provided in CADD, spread sheets in Excel, and written documentation should be provided in Microsoft Word. The date of submittal to the CITY shall be deemed to be the latter of delivery of hard copies and delivery of electronic copies, as applicable. 10.5 Any modifications by the City to any of the CONSULTANT’s documents, without written authorization by the CONSULTANT will be at the City's sole risk and without liability to the CONSULTANT. SECTION 11. RECORDS/AUDITS. 11.1 CONSULTANT shall maintain and require subconsultants to maintain, complete and correct records, books, documents, papers and accounts pertaining to the Specific Project. Such records, books, documents, papers and accounts shall be available at all reasonable times for examination and audit by the CITY Manager or any authorized CITY representative with reasonable notice and shall be kept for a period of three (3) years after the completion of each Project Agreement. Incomplete or incorrect entries in such records, books, documents, papers or accounts will be grounds for disallowance by or reimbursement to the CITY of any fees or expenses based upon such entries. Disallowed fees will be paid when incomplete or incorrect entries are remedied to the satisfaction of the CITY. 11.2 The CONSULTANT shall comply with Chapter 119, Florida Statutes, as applicable. 11.3 Refusal of the CONSULTANT to comply with the provisions of Sections 11.1 or 11.2 shall be grounds for termination for cause by the CITY of this Agreement or any Project Agreement. SECTION 12. NO CONTINGENT FEE. CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. In the event the CONSULTANT violates this provision, the CITY shall have the right to terminate this Agreement or any Project 254 11 Agreement, without liability, and at its sole discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. SECTION 13. INDEPENDENT CONTRACTOR. The CONSULTANT is an independent contractor under this Agreement and any Project Agreements. Personal services provided by the CONSULTANT shall be by employees of the CONSULTANT and subject to supervision by the CONSULTANT, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security, health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement or any Project Agreements shall be those of the CONSULTANT. SECTION 14. ASSIGNMENT; AMENDMENTS. 14.1 This Agreement shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONSULTANT, without the prior written consent of the CITY. 14.2 No modification, amendment or alteration in the terms or conditions of this Agreement shall be effective unless contained in a written document executed with the same formality as this Agreement. SECTION 15. INDEMNIFICATION/HOLD HARMLESS. 15.1 Pursuant to Section 725.08, Florida Statutes, the CONSULTANT shall indemnify, and hold harmless the City, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, to the extent caused by CONSULTANT's, or any persons employed or utilized by the CONSULTANT in the performance of this Agreement or any Project Agreement, negligent acts, errors, omission negligence, reckless, or intentionally wrongful conduct under this Agreement. Consultant shall reimburse the City for all its expenses including reasonable attorneys’ fees and costs incurred, up though and inclusive of any appeals, in and about the defense of any such claim or investigation and for any judgment or damages to the extent caused by CONSULTANT's and/or and of the CONSULTANT’S subconsultant’s negligent acts, errors, omission negligence, reckless, or intentionally wrongful conduct. 15.2 The provisions of this section shall survive termination of this Agreement. SECTION 16. INSURANCE. The CONSULTANT shall secure and maintain throughout the duration of this Agreement and any Project Agreement, insurance of such type and in such amounts necessary to protect its interest and the interest of the CITY against hazards or risks of loss as specified in the CITY’s solicitation documents. The underwriter of such insurance shall be 255 12 qualified to do business in Florida and have agents upon whom service of process may be made in the State of Florida. The CITY shall be listed as an additional insured on all polices, with the exception of workers’ compensation coverage, if applicable. The insurance coverage shall be primary insurance with respect to the CITY, its officials, employees, agents and volunteers. Any insurance maintained by the CITY shall be in excess of the CONSULTANT’S insurance and shall not contribute to the CONSULTANT’S insurance. Additionally, CONSULTANT shall obtain additional insurance coverage as the CITY may require for a specific Project Agreement. Section 17. REPRESENTATIVE OF CITY AND CONSULTANT. 17.1 CITY Representative: It is recognized that questions in the day-to-day conduct of this Agreement will arise. The CITY designates the CITY Manager or their designee, as the person to whom all communications pertaining to the day-to-day conduct of this Agreement shall be addressed. 17.2 CONSULTANT Representative: CONSULTANT shall inform the CITY Representative, in writing, of the representative of the CONSULTANT to whom all communications pertaining to the day-to-day conduct of this Agreement shall be addressed. SECTION 18. COST AND ATTORNEY’S FEES/WAIVER OF JURY TRIAL. 18.1 If either the CITY or CONSULTANT is required to enforce the terms of this Agreement or any Project Agreement by court proceedings or otherwise, whether or not formal legal action is required, the prevailing party shall be entitled to recover from the other party all costs, expenses, and attorney’s fees in any state or federal administrative, circuit court and appellate court proceedings. 18.2 In the event of any litigation arising out of this Agreement, each party shall be responsible for their attorneys' fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 18.3 In the event of any litigation arising out of this Agreement or Project Agreement, each party hereby knowingly, irrevocably, voluntarily and intentionally waives its right to trial by jury. SECTION 19. PRIORITY OF AUTHORITY OF INSTRUMENTS. The relationship between the Parties shall be governed by several contract documents, all of which, when read together, shall constitute one agreement between the Parties. The contract documents include this Agreement, one or more ensuing Project Agreements, and the City solicitation documents. In the event of conflict between or amongst the contract documents, priority shall be as follows: Project Agreements, then this Agreement, and followed by the City’s solicitation documents, including 256 13 any addenda thereto. Otherwise, there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in the contract document. Accordingly, it is agreed that no deviation from the terms of this Agreement shall be predicated upon any prior representations or agreements whether oral or written. SECTION 20. CONSULTANT’S RESPONSIBILITIES. 20.1 Any and all drawings, studies, plans, specifications, or other construction or contract documents prepared by the CONSULTANT shall be accurate, coordinated and adequate for construction and shall comply with all applicable CITY Codes, state and federal laws, rules and regulations. 20.2 The CONSULTANT shall exercise the same degree of care, skill and diligence in the performance of the services for each Project Agreement as is ordinarily provided by a professional engineer, architect, landscape architect, surveyor or mapper under similar circumstances. If at any time during the term of any Project Agreement or the construction of the Project for which the CONSULTANT has provided engineering, architectural landscape architectural, surveying or mapping services under a prior Project Agreement, it is determined that the CONSULTANT’S documents are incorrect, defective or fail to conform to the Scope of Services of the particular Project, upon written notification from the CITY, the CONSULTANT shall immediately proceed to correct the work, re-perform services which failed to satisfy the foregoing standard of care, and shall pay all costs and expenses associated with correcting said incorrect or defective work, including any additional testing, inspections, and construction and reimbursements to the CITY for any other services and expenses made necessary thereby, save and expect any costs and expenses which the CITY would have otherwise paid absent the CONSULTANT’S error or omission. The CITY’S rights and remedies under this section are in addition to, and are cumulative of, any and all other rights and remedies provided by this Agreement, the Project Agreement, by law, equity or otherwise. 20.3 The Consultant shall, all times during the term of the Agreement, maintain in good standing all required licenses, certifications and permits required under federal, state, and local laws necessary to perform the services. 20.4 The CONSULTANT’S obligations under Paragraph 20.2 of this Agreement shall survive termination of this Agreement or any Project Agreement. SECTION 21. SUBCONSULTANTS. 21.1 In the event the CONSULTANT requires the services of any subconsultants or other professional associates in connection with services covered by any Project Agreement, the CONSULTANT must secure the prior written approval of the CITY. The CONSULTANT shall use 257 14 his/her best efforts to utilize subconsultants whose principal place of business is located within the CITY or Miami-Dade County, Florida and adhere to all local CITY ordinances. 21.2 Any subcontract with a subconsultant shall afford to the CONSULTANT rights against the subconsultant which correspond to those rights afforded to the CITY against the CONSULTANT herein, including but not limited to those rights of termination as set forth herein. 21.3 No reimbursement shall be made to the CONSULTANT for any subconsultants that have not been previously approved by the CITY for use by the CONSULTANT. 21.4 Any subconsultant shall be bound by the terms and conditions of this Agreement and comply with the same insurance requirements as described in Section 16. Section 22. EMPLOYMENT ELIGIBILITY VERIFICATION (E-VERIFY). 22.1 CONSULTANT must comply with the Employment Eligibility Verification Program (“E- Verify Program”) developed by the federal government to verify the eligibility of individuals to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated herein by reference. If applicable, in accordance with Subpart 22.18 of the Federal Acquisition Register, the CONSULTANT must (1) enroll in the E-Verify Program, (2) use E-Verify to verify the employment eligibility of all new hires working in the United States; (3) use E-Verify to verify the employment eligibility of all employees assigned to the Agreement; and (4) include this requirement in certain subcontracts, such as construction. Information on registration for and use of the E-Verify Program can be obtained via the internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify. 22.2 CONSULTANT shall also comply with Florida Statute 448.095, which directs all public employers, including municipal governments, and private employers with 25 or more employees to verify the employment eligibility of all new employees through the U.S. Department of Homeland Security’s E-Verify System, and further provides that a public entity may not enter into a contract unless each party to the contract registers with and uses the E- Verify system. Florida Statute 448.095 further provides that if a CONSULTANT enters into a contract with a subcontractor, the subcontractor must provide the CONSULTANT with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. In accordance with Florida Statute 448.095, CONSULTANT, if it employs more than 25 employees, is required to verify employee eligibility using the E-Verify system for all existing and new employees hired by CONSULTANT during the contract term. Further, CONSULTANT must also require and maintain the statutorily required affidavit of its subcontractors. It is the responsibility of CONSULTANT to ensure compliance with E-Verify requirements (as applicable). To enroll in E-Verify, employers should visit the E-Verify website (https://www.e-verify.gov/employers/enrolling-in-e-verify) and follow the instructions. 258 15 CONSULTANT must retain the I-9 Forms for inspection, and provide an executed E-Verify Affidavit, which is attached hereto as Exhibit “E”. SECTION 23. SCRUTINIZED COMPANIES. Provider certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Customer may immediately terminate this Agreement at its sole option if the Provider or its subcontractors are found to have submitted a false certification; or if the Provider, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. If this Agreement is for more than one million dollars, the Provider certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the Customer may immediately terminate this Agreement at its sole option if the Provider, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Provider, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 24. COMPLIANCE WITH FLORIDA PUBLIC RECORD LAW. Pursuant to Section 119.0701, Florida Statutes, CONSULTANT agrees to: (i) Keep and maintain public records in CONSULTANT’s possession or control in connection with CONSULTANT’s performance under this agreement. CONSULTANT shall 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 Agreement, and following completion of the Agreement until the records are transferred to the CITY. (ii) Upon request from the CITY’s custodian of public records, CONSULTANT shall provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. (iii) Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the CITY. Notwithstanding, it is understood that at all times CONSULTANT’s workpapers shall remain the sole property of CONSULTANT and are not subject to the terms of this Agreement. 259 16 (iv) Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to this Agreement in the possession of CONSULTANT shall be delivered by CONSULTANT to the CITY Manager, at no cost to the CITY, within seven (7) days. All such records stored electronically by CONSULTANT shall be delivered to the CITY in a format that is compatible with the CITYs information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, CONSULTANT shall destroy any and all duplicate records that are exempt or confidential and exempt from public records disclosure requirements. Notwithstanding the terms of this Section, the Parties agree and it is understood that CONSULTANT will maintain a copy of any information, confidential or otherwise, necessary to support its work product generated as a result of its engagement for services, solely for reference and archival purposes in accordance with all applicable professional standards, which will remain subject to the obligations of confidentiality herein. (v) Any compensation due to CONSULTANT shall be withheld until all records are received as provided herein. (vi) CONSULTANT’S failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the CITY. IF THE PROVIDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROVIDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, THE PROVIDER SHALL CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (TELEPHONE NUMBER: 305-593-6730 E-MAIL ADDRESS: CONNIE.DIAZ@CITYOFDORAL.COM, AND MAILING ADDRESS: THE CITY OF DORAL HALL 8401 NW 53RD TERRACE, DORAL, FL 33166. SECTION 25. NOTICES. Whenever either party desires to give notice to the other, it must be given by hand delivery or written notice, sent by certified United States mail, with return receipt requested or a nationally recognized private mail delivery service, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to-wit: FOR CONSULTANT: _____________________ _____________________ _____________________ 260 17 Telephone: ( ) Facsimile: ( ) FOR CITY: CITY of Doral Attention: Barbara Hernandez, City Manager 8401 NW 53rd Terrace Doral, FL 33166 T (305) 593-6725 F (305) 593-6619 WITH A COPY TO: City Attorney Valerie Vicente, ESQ. Nabor, Giblin & Nickerson, P.A. 8401 NW 53rd Terrace Doral, FL 33166 SECTION 26. TRUTH-IN-NEGOTIATION CERTIFICATE. Signature of this Agreement by CONSULTANT shall act as the execution of a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of this Agreement or any Project Agreement are accurate, complete, and current at the time of contracting. Each Project Agreement’s contract prices and any additions shall be adjusted to exclude any significant sums by which the CITY determines the Project’s contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such adjustments shall be made within one year following the end of each Project Agreement. SECTION 27. CONSENT TO JURISDICTION. The parties submit to the jurisdiction of any Florida state or federal court in any action or proceeding arising out of relating to this Agreement or any Project Agreement. Venue of any action to enforce this Agreement or any Project Agreement shall be in the courts of the 11th Judicial Circuit in and for Miami-Dade County, Florida or in the event of federal jurisdiction the United States District Court for the Southern District of Florida. SECTION 28. GOVERNING LAW. Notwithstanding any conflict of laws, this Agreement and any subsequent Project Agreement shall be construed in accordance with and governed by the laws of the State of Florida. SECTION 29. HEADINGS. Headings are for convenience of reference only and shall not be considered in any interpretation of this Agreement. 261 18 SECTION 30. EXHIBITS. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The Exhibits if not physically attached, should be treated as part of this Agreement, and are incorporated by reference. SECTION 31. SEVERABILITY. If any provision of this Agreement or any Project Agreement or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. SECTION 32. COUNTERPARTS. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. SECTION 33. FORCE MAJEURE. It is understood that performance of any act by the City or Consultant hereunder may be delayed or suspended at any time while, but only so long as, either party is hindered in or prevented from performance by acts of God, the elements, war, rebellion, strikes, lockouts, pandemics or any cause beyond the reasonable control of such party, provided however, the City shall have the right to provide substitute service from third parties or City forces as may be necessary to meet City needs. If the condition of force majeure exceeds a period of fourteen (14) days, the City may, at its option and discretion, cancel or renegotiate the Agreement. SECTION 34. INTERPRETATION. 34.1 The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as “herein,” “hereof,” “hereunder,” and “hereinafter” refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. 34.2 Preparation of this Agreement has been a joint effort of the CITY and CONSULTANT and 262 19 the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. SECTION 35. THIRD PARTY BENEFICIARY. CONSULTANT and the CITY agree that it is not intended that any provision of this Agreement establishes a third-party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. SECTION 36. NO ESTOPPEL. Neither the CITY’s review, approval and/or acceptance of, or payment for services performed under this Agreement shall be construed to operate as a waiver of any rights under this Agreement of any cause of action arising out of the performance of this Agreement, and CONSULTANT shall be and remain liable to the CITY in accordance with applicable laws for all damages to the CITY caused by CONSULTANT’s negligent performance of any of the services under this Agreement. The rights and remedies provided for under this Agreement are in addition to any other rights and remedies provided by law. SECTION 37. FLORIDA STATUTE 558.0035 PURSUANT TO FLORIDA STATUTES CHAPTER 558.0035 AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE. [THIS AREA INTENTIONALLY LEFT BLANK. SIGNATURES TO FOLLOW.] 263 20 IN WITNESS WHEREOF, the parties execute this Agreement on the respective dates under each signature: The CITY, signing by and through its CITY Manager, attested to by its CITY Clerk, duly authorized to execute same and by CONSULTANT by and through its ____________________, whose representative has been duly authorized to execute same through a resolution of the corporation or partnership. ATTEST: CITY OF DORAL Connie Diaz, City Clerk Barbara Hernandez, City Manager Date: Approved as to form and legality for the sole use and reliance of the City of Doral: Valerie Vicente, ESQ Nabor, Giblin & Nickerson, P.A. City of Doral City Attorney 264 21 ATTEST: CONSULTANT By: Secretary Date: WITNESSES: Print Name: Print Name: 265 22 EXHIBIT “C” PROJECT AGREEMENT Between 266 23 EXHIBIT “D” CONSULTANT’S BILLING RATE Job Classification Rate / Hour Principal Engineer Project Manager Senior Engineer Project Engineer Engineering Technician CADD Technician GIS Technician Construction Sr. Inspector/Sr. Engineer CEI Inspector Land Planner Planner Senior Economist Economist Senior Urban Designer Urban Designer Certified Arborist Environmental Specialist Plan Review – Structural Plan Review – MEP/General Building/Roofing MEP/Roofing/Trade Inspectors All Building/Threshold Inspectors Senior Architect Architect Landscape Architect Clerical Senior Surveyor and Mapper Surveyor and Mapper Survey Technician Survey Field Crew (8HR Day) 267 City of Doral Request for Qualifications General Engineering and Architectural Services RFQ No. 2023-08 PROPOSAL TABULATION AND RANKING The Evaluation Committee has scored and ranked responsive proposals as follows. The City Manager has authorized negotiations in accordance with Florida CCNA with the eleven (11) top ranked firms below. 268 *tie proposals ranked rn accordance with RFQ General Conditions Rank Firm Score ]Gannett Fleming 489 2 BCC Engineering.LLC 4B7 3 Stan tec Consulting Services 480 4 CHA Consulting*477 5 A.D.A.Engineering,Inc.*477 6 Kimley-Horn 475 7 Madin Engineering 474 8 The Corradino Group Inc.467 9 AECOM Technical Services,Inc,464iOEXPUSServicesInc.463 H ArdLima Group Inc.462 t2 Volkert,Inc 459 13 KOI Technologies Inc.456 M CHF Engineers &Surveyors 455 15 Keith and Associates,Inc.454 [6 CTS Engineering,Inc,450 [7 Eastern Engineering Group 424 24A .............................................................................................MIAMI HERALD FRIDAY APRIL 25 2025 Courteous Palm Beach Buyer seeks quality art,Old Masters to Modern,Pi- casso Pottery,Antiques,Jewelry,Fine Watches,Silver,Chinese etc 561-801- 0222 Public Auction 1st Choice Storage will be holding a public auction at www.storageauc- tions.com on Monday May 12,2024 at 1PM,for 6959 N Waterway DR Miami, FL 33155 to sell personal property de- scribed below belonging to the indi- vidual listed:B0008,B0043 Alexander Alfaras,car,tools,boxes. IPL0227552 Apr 25,May 2 2025 Window Cleaning -Home & Condo Crystal-clear windows,or you don’t pay. Call or text for a quote:(954)758- 9829 10%off this week only! Woodlawn South Cemetery Lot 11655 SW 117th Avenue Miami Prevaulted Lot for Two with Headstone for Two Section 35D,Lot 25,Space #4 786-714-3839 $21,000 160 acres real estate in the Bahamas. Prime Real Estate for sale in the Ba- hamas!Call 754-242-5407 now if interested. Buyers from Mexico &Brasil Buying Apartments &Houses,Call David Heinrich Keyes 305-926-3106 A community for seniors 62 &better 19755 SW 110th Ct. Miami,Florida 33157 1 &2 bedroom apartments starting at $1,209.00. Please call:305-250-2369 A community for seniors 62 &better 14380 SW 261 St. Miami,Fl 33032 1 &2 bedroom apartments starting at $1,215.00. Please call:786-321-2742 Peaceful 4.5 Acre Mountain &Meadow Property! MINUTES To Lake Nottely, Murphy &Blairsville Serene 241+/-feet Of bab- bling Cold Streamfront! Idyllic Mountain,Pond &Meadow Views!No HOA-use the land your way!Land is Fully usable:ideal for RVing,Camping,Or Building!Perfect Location:15 minutes from downtown Murphy,NC,or Blairsville,GA.Min- utes from Lake Nottely’s two marinas and three boat ramps!Surrounded by National Forest and near Multiple Parks!Must be Sold! SACRIFICE PRICE $30,000! Please Call (828)827-5476 NOTICE OF PUBLIC HEARING AND REGULAR MEETING OF THE CORAL KEYS HOMES COMMUNITY DEVELOPMENT DISTRICT The Board of Supervisors of the Coral Keys Homes Community Devel- opment District will hold a regular meeting and a public hearing on May 20,2025,at 9:00 a.m.at 7:00 p.m.at the Club Keys Pointe Clubhouse,350 NE 5th Place, Florida City,Florida 33034 for the purpose of hearing comments and objections on the adoption of the budget(s)for the operation and maintenance of District facilities for Fiscal Year 2026.In addition,the Board will hear public comment and objections relative to the levy of a non ad valorem assessment pursuant to Florida Law for the purpose of funding operations and maintenance and prin- cipal and interest expenses of the Dis- trict.The District may also fund vari- ous facilities through the collection of certain rates,fees and charges which are identified within the budget(s).A copy of the budget(s)may be obtained at the offices of the District Manager, 5385 N.Nob Hill Road,Sunrise, Florida 33351,during normal busi- ness hours. The Board will also consider any other business,which may properly come before it.The meeting may be con- tinued to a date,time,and place to be specified on the record at the meeting. The meeting is open to the public and will be conducted in accordance with the provisions of Florida Law for Com- munity Development Districts. There may be occasions when one or more Supervisors will participate by telephone.At the above location there will be present a speaker telephone so that any interested person can attend the meeting at the above location and be fully informed of the discussions taking place either in person or by telephone communication. Any person requiring special accom- modations at this meeting because of a disability or physical impairment should contact the District Office at (954)721-8681 at least five calendar days prior to the meeting. Each person who decides to appeal any decision made by the Board with respect to any matter considered at the meeting is advised that person will need a record of the proceedings and that accordingly,the person may need to ensure that a verbatim record of the proceedings is made,including the testimony and evidence upon which such appeal is to be based. Ben Quesada Manager IPL0223605 Apr 25,May 2 2025 Lake Okeechobbe Waterfront,Seawall,Docks,Boat Ramp,10 UN MOTEL-4+RV spaces, Income $200k 863-244-7695 $1.6m FREE RENT TILL April 30,2025 15 Flamingo Road Key Largo,Florida Beautiful Mobile Home on Deep Water Canal For Sale:Cozy 2 bed,1 bath mobile home in Key Largo,FL –Bay- side gem!Nestled on a 50-ft dock with deep-water canal access,per- fect for boating &skiing.Quick Atlan- tic Ocean access &close to water- front restaurants.Your Florida dream awaits!Contact for details. 813-477-0862 $649,000 Garage Sales Want to Buy Real Estate Commercial For Rent For Sale jobs.miamiherald.com Service Directory GA MTN ACREAGE FOR SALE 42 acres of unrestricted property in North Ga Mtns for sale-borders Na- tional Forest.All natural hardwoods and mountain laurel with several rid- geline views!Must see! 706-835-9365 $14,000/acre Legals classifieds.miamiherald.com 305.350.2111 Announcements Announcements Auctions Estate Sales CITY OF SOUTH MIAMI,FLORIDA CITY COMMISSION MEETING NOTICE OF PUBLIC HEARING Notice is hereby given that the City Commission will hold a public hearing on Tuesday,May 6,2025,at 7:00 p.m. at South Miami City Hall Commission Chambers,6130 Sunset Drive,South Miami,FL 33143,to consider the fol- lowing public hearing item(s): A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,APPROV- ING A MULTI-YEAR FIRST AMENDED INTERLOCAL AGREEMENT WITH MI- AMI-DADE COUNTY (“COUNTY”)FOR INCLUSION IN THE COUNTY CURB- SIDE RECYCLING PROGRAM;AU- THORIZING THE CITY MANAGER TO NEGOTIATE,FINALIZE AND EXECUTE THE FIRST AMENDED INTERLOCAL AGREEMENT WITH THE COUNTY; PROVIDING FOR AUTHORIZATION, IMPLEMENTATION,CORRECTIONS, AND AN EFFECTIVE DATE. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,APPROV- ING A PROPOSAL AND AGREEMENT WITH THE CORRADINO GROUP,INC. TO PERFORM GENERAL PLANNING SERVICES FOR THE DEVELOPMENT SERVICES UTILIZING THE TERMS AND CONDITIONS OF THE COMPET- ITIVELY BID CITY OF DORAL CON- TINUING PROFESSIONAL SERVICES AGREEMENT COMPETITIVELY BUD PURSUANT TO RFQ NO.2023-08; PROVIDING FOR AUTHORIZATION, IMPLEMENTATION,CORRECTIONS, AND AN EFFECTIVE DATE. AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AMEND- ING THE ZONING MAP OF THE CITY OF SOUTH MIAMI TO CHANGE THE ZONING DISTRICT OF THE PROPER- TY LOCATED AT 6540 MANOR LANE FROM “DUPLEX RESIDENTIAL”(RT-6) TO “TOWNHOUSE RESIDENTIAL”(RT- 18);PROVIDING FOR CORRECTIONS; SEVERABILITY;CONFLICTS;IMPLE- MENTATION;AND AN EFFECTIVE DATE. Commission members will partici- pate in Chambers or by video con- ferencing through the Zoom platform and members of the public may join the meeting via Zoom at (https:// zoom.us/j/3056636338),by phone by calling +1-786-635-1003 and en- tering Meeting ID:3056636338 when prompted,or in person in the Com- mission Chambers,and where their appearance will be broadcast on the Zoom platform,and where they can participate. All interested parties are invited to at- tend and will be heard. For further information,please con- tact the City Clerk’s Office at:305- 663-6340. Pursuant to Section 286.0105,Fla. Stat.,the City hereby advises the pub- lic that if a person decides to appeal any decision made by the Commis- sion with respect to this matter,such person must ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based.This notice does not constitute consent by the City for the introduction or admission of otherwise inadmissible or irrelevant evidence, nor does it authorize challenges or appeals not otherwise allowed by law. ADA:To request a modification to a policy,practice or procedure or to request an auxiliary aide or service in order to participate in a City program, activity or event,you must on or be- fore 4:00 p.m.3 business days before the meeting (not counting the day of the meeting)deliver your request to the City Clerk by telephone:305- 663-6340,by mail at 6130 Sunset Drive,South Miami,Florida or email at npayne@southmiamifl.gov. Nkenga A.Payne,CMC,FCRM City Clerk IPL0229669 Apr 25 2025 ESTATE SALES by MATTY MIAMI-3553 SW 150 CT,FRI.10- 3,SAT.9-3,SUN.10-2.Fabulous 3day sale just in time for Mother’s Day!Lots of costume jewelry/ clothes/purses/shoes,asian in- spired furniture/home decor/home accessories,coffee tables,display cabinets,Lladro,king bedroom set, twin/full bunk beds,side tables/ chairs,art,glass/kitchen/barware,pa- tio set,blue pots,bbq and more!Matty (305)799-7825 Estate Sale 600 Santurce Ave Coral Gables/South Gables Furniture, tools,lawn mower,pressure cleaner, patio furniture,clothing,&lots of other household items!4/26 9am-1pm GARAGE SALE921SUNSETRD4-26 ONE DAY ONLY CORAL GABLES Ukrainian Beauty Takes the Crown:Elena Zolotarova Wins Miss USA Universe 2025 In a stunning and historic moment, Ukrainian-born Elena Zolotarova has claimed the main crown at Miss USA Universe 2025,making headlines across the nation.This isn’t just a vic- tory —it’s a cultural sensation,a story of grace,resilience,and the power of dreams coming true on the grandest stage of them all. Originally from Ukraine,Elena moved to the United States in search of new opportunities —and today,she stands as a symbol of strength and interna- tional beauty.Representing the state of New Jersey,she dazzled both the judges and the audience with her el- egance,intelligence,and undeniable presence. Her win marks a significant moment not only for the pageant world but for all women who dare to rise above challenges and shine.Elena’s journey is a powerful reminder that borders do not define talent,and true queens are crowned not only for beauty —but for heart. Notice of Public sale personal property Extra Space Storage on behalf of itself or its affiliates,Life Storage or Storage Express will hold a public auction to sell personal property described be- low belonging to those individuals listed below at the location indicat- ed:5/07/25 at 12:00pm at the Extra Space Storage facility located at: 5713 NW 27th Ave Miami,FL 33142 (305)615-1799 Pedro Jose Espinoza-Electronics, Tools and supplies Steffan Bogle-Boxes Darius Dasent-Dishes&Kitchenware, Electronics,Boxes Salt Fish Nikkei Cuisine LLC-Food Trailer Juan Manuel Alva-Food Trailer Palanthra Young-Clothing and shoes, Electronics,Furniture Jhonathan Wesley Jackson-Cloth- ing&Shoes,Books,Memorabilia The auction will be listed and ad- vertised on www.storagetreasures. com.Purchases must be made with cash only and paid at the above ref- erenced facility in order to complete the transaction.Extra Space Storage may refuse any bid and may rescind any purchase up until the winning bid- der takes possession of the personal property. IPL0228608 Apr 18,25 2025 BAHAMAS-SOUTH BIMINI OCEANFRONT flats 55’x250’,Lots & Acreage in booming,beautiful S.Bi- mini.CapitalistAES@gmail.com 561-432-6615 $25,000 LEGAL NOTICE In accordance with Section 121.055 of the Florida Statutes,Miami-Dade County intends to designate the fol- lowing listed position for inclusion in the Senior Management Service Class of the Florida Retirement System: Ast Dir Aviation Aviation Spc Advsr Const&Otrch Aviation Spcl Advsr Energy&Rslc IPL0228396 Apr 18,25 2025 Ocean Ophthalmology Fred Chien MD Dr.Fred Chien is leaving Ocean Oph- thalmology his last day will be May 9th 2025 All medical Records can be found at Ocean Ophthalmology 1400 NE Miami Gardens Dr.Suite 203 North Miami Beach Fl 33179 ROOM FOR RENT Fully renovated and furnished room: Utilities/Wi-Fi included.770.8513899 Merchandise 269 r BEST DEAL! W1U\f J JHiami Hcralli Rental Off.-8400 NW 66 St. 305-591-1647 AIRPORT -NW 58 ST WAREHOUSE-RENT Warehouse &office complex Lease 1200,1800, 2500,3300,4200,5000, 6000,6600,8500 sq ft up Street or Dock ClassifiedE (TANNERYR®W -REDLANDS<CROSSING ~v- SUBSCRIBE &SAVE! Get 52 Issues For ONLY $368s<$51.48! THAT’S JUST $.99 A WEEK! GET ALL THIS &MORE,EVERY WEEK IN US WEEKLY MAGAZINE: 4 Hot Hollywood:Exclusive celebrity news and the latest scoop from our insiders 4"Hot Pics:The week’s most buzzworthy snapshots of your favorite Hollywood stars 4 Revealing Interviews:Celebrities share intimate stories about their lives 1 85%OFF THE NEWSSTAND COVER PRICE* SCAN NOW TO SAVE! Or go to www.usmagazine.com/saveme85 PLUS H FREE HOME DELIVERY!D ORDERING IS QUICK &EASY! OR Fl LL OUT THIS COU PON &MAIL TO:US WEEKLY P.O.BOX 5015,BOONE,IA 50950 YES!SEND ME 1 YEAR (52 WEEKLY ISSUES)FOR ONLY $51.48! OR SEND ME 6 MONTHS (26 WEEKLY ISSUES)FOR ONLY $30.94! Email Address K5USMN Option #1 -Pay by check or money order.Make check or money order out to Us Weekly Option #2 -Charge my credit card:Credit Card # Visa MC Discover AmEx Exp.Date: Name Street Apt City State Zip Signature Required: ‘Savings based on $6.99 U.S.cover price.Plus sales tax where applicable.Offer valid in U.S.only.Us Weeklyis currently published weekly.Double issues may be published,which count as two issues.Please allow 4-6 weeks for delivery of your first issue.All subscription account payments are non-refundable.Subscriptions are subject to A360 Media’s Terms and Conditions:https://accelerate360.com/terms-and-conditions/and Privacy Policy: https://accelerate360.com/privacy-policy/. Your Favorite Word Search Puzzle Magazine! 6 Issues For ONLY $59.94 $29.97! OR FILL OUTTHIS COUPON &MAILTO:Take A Break P.O.Box 5015,Boone,IA 50950 YES!$END ME 6 WORD SEARCH l$SUES FOR ONLY $29.97! °R Locklt>SauihSENDME12WORDSEARCHISSUESFORONLY$53.95!^j^Wes! Name Street Apt City State Zip Email Address K5TBMN Option #1 -Pay by check or money order:Make check or money order out to Take A Bi Option #2 -Charge my credit card:Credit Card # Visa MC Discover AmEx Exp.Date: Signature Required: ‘Savings based on $9.99 U.S.cover price.Plus sales tax where applicable.Offer valid in U.S.only.Take a Break Word Search is currently published monthly.Double issues may be published,which count as two issues.Please allow 4-6 weeks for delivery of your first issue.All subscription account payments are non-refundable.Subscriptions are subject to A360 Media’s Terms and Conditions:https://accelerate360.com/terms-and-conditions/and Privacy Policy:https://accelerate360.com/privacy-policy/.