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/.