Loading...
HomeMy Public PortalAbout2021-34 Approving the continuing professional services agreement with various consultants for architectural and engineering servicesRESOLUTION NO. 2021-34 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, APPROVING THE CONTINUING PROFESSIONAL SERVICES AGREEMENT WITH VARIOUS CONSULTANTS FOR ARCHITECTURAL AND ENGINEERING SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2021-08; PROVIDING FOR AUTHORIZATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village of Key Biscayne ("Village") issued Request for Qualifications No. 2021-08 ("RFQ") for continuing professional services relating to architecture and engineering services (the "Services"); and WHEREAS, the RFQ sought qualifications for the Services in twelve different categories; and WHEREAS, 29 firms submitted their qualifications by the RFQ deadline; and WHEREAS, on February 19, 2021, an Evaluation Committee appointed by the Village Manager short listed firms and ranked the top three consultants in each of the twelve different categories (the "Consultants"); and WHEREAS, on May 18, 2021, the Village Council approved Resolution No. 2021-26, selecting the Consultants to provide the Services in each of their respective categories and authorizing the Village Manager to negotiate agreements with each of the Consultants; and WHEREAS, the Village Manager has negotiated the continuing professional services agreement in substantially the form attached hereto as Exhibit "A" (the "Agreement") with each of the Consultants to provide the Services in each of their respective categories in accordance with the Rate Schedules attached hereto as Exhibit "B"; and WHEREAS, the Village Council desires to approve the Agreement with the Consultants to provide the Services in each of their respective categories and authorize the Village Manager to execute the Agreement with the Consultants; and WHEREAS, the Village Council finds that this Resolution is in the best interest and welfare of the residents of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section I. Recitals. That each of the above -stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Approval. That the Village Council approves the Agreement in substantially the form attached hereto as Exhibit "A" and the Rate Schedules attached hereto as Exhibit "B " Section 3. Authorization. That the Village Council hereby authorizes the Village Manager to execute the Agreement for the Services with each of the Consultants in their respective categories, in substantially the form attached hereto as Exhibit "A" and in accordance with the Rate Schedules attached hereto as Exhibit "B," subject to the approval of the Village Attorney as to form, content, and legal sufficiency. Section 4. Effective Date. That this Resolution shall be effective immediately upon adoption. PASSED and ADOPTED this 27`" day of July ATTEST: D JOCE B. KO VILLAGE CLERK \(0 , 2021. Page 2 of 3 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: z TIC. WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. VILLAGE ATTORNEY Page 3 of 3 CONTINUING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND CES CONSULTANTS, INC. THIS AGREEMENT (this "Agreement") is made effective as of the 1st day of November , 2021 (the "Effective Date"), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, (the "Village"), and CES CONSULTANTS, INC., a Florida Corporation (hereinafter, the "Consultant"). WHEREAS, the Village desires certain professional architectural and engineering services; and WHEREAS, the Consultant will perform professional architectural and engineering services on behalf of the Village, all as further set forth in the Proposal dated February 12, 2021, attached hereto as Exhibit "A," and the Scope of Services, attached hereto as Exhibit B" (the "Services"); and WHEREAS, the Consultant and Village, through mutual negotiation, have agreed upon a fee for the Services; and WHEREAS, the Village desires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the Village agree as follows: 1. Scope of Services. 1.1. The Contractor shall furnish the Services and provide deliverables for various project aspects for the Village (each a "Project"), as requested by the Village and detailed in a "Statement of Work" or "Statement of Work" which the Village will provide the Contractor when engaging the Contractor to work on a specific Project in a form 1.2. Prior to commencement of work on a specific Project, the Contractor will provide the Village with a fixed lump sum cost for the Services set forth in the Statement of Work calculated using the rates set forth on the Rate Schedule attached hereto as Exhibit "C." 1.3. If the Village approves the fixed lump sum cost for the Project, the Village will provide the Contractor with a Notice to Proceed to perform the Services set forth in the Statement of Contract No. 2021-08-15 Page 1 of 40 Work. Contractor acknowledges that it shall not undertake to perform any Services on any Project until it has received from the Village the Notice to Proceed on such Project. 1.4. Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter "Deliverables") to the Village. 1.5. The Contractor shall abide by the terms and requirements of the RFP, as though fully set forth herein. 2. Term/Commencement Date. 2.1. This Agreement shall become effective upon the Effective Date and shall remain in effect for through three (3) years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two (2) additional one (1) year periods on the same terms as set forth herein upon written notice to the Contractor. 2.2. Contractor agrees that time is of the essence and Contractor shall complete the Services within the timeframes set forth in the Statement of Work and the Notice to Proceed for each Project in the manner provided in this Agreement, unless extended by the Village Manager. 3. Compensation and Pav mcnt. 3.1. Compensation for Services provided by Contractor shall be in accordance with the approved fixed lump sum set forth in the Statement of Work or the Notice to Proceed for such Project, which shall be based on the Rate Schedule attached hereto as Exhibit "C." 3.2. During each Project. Consultant shall deliver an invoice to Village no more often than once per month detailing Services completed and the amount due to Consultant under the Statement of Work for such Project. Fees shall be paid in arrears each month, pursuant to Consultant's invoice, which shall be based upon the percentage of work completed for each Project. The Village shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the Village Manager. 3.3. Contractor's invoices must contain the following information for prompt payment: 3.3.1. Name and address of the Consultant; 3.3.2. Purchase Order number; 3.3.3. Contract number; 3.3.4. Date of invoice; 3.3.5. Invoice number (Invoice numbers cannot be repeated. Repeated invoice numbers will be rejected); Contract No. 2021-08-15 Page 2 of 40 3.3.6. Name and type of Services; 3.3,7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above information will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to pavables@keybiscayne.fl.gov. 4. Subcontractors. 4.1. The Contractor shall be responsible for all payments to any subcontractors and shall maintain responsibility for all work related to the Services and/or any Project. 4.2. Contractor may only utilize the services of a particular subcontractor with the prior written approval of the Village Manager, which approval shall be granted or withheld in the Village Manager's sole and absolute discretion. 5. Village's Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2. Upon Consultant's request, Village shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant's Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant's Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Consultant shall at Consultant's sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first- class manner. 6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Contract No. 2021-08-15 Page 3 of 40 Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the Village. 8. Termination. 8.1. The Village Manager, without cause, may terminate this Agreement upon five (5) calendar days' written notice to the Consultant, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of termination by the Village, the Consultant shall be paid for all work accepted by the Village Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A -X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Consultant's insurance and shall not contribute to the Consultant's insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000.000 each. Contract No. 2021-08-15 Page 4 of 40 9.1.2. Workers Compensation and Employer's Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer's Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker's Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non -Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($L000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of insurance shall be provided to the Village, reflecting the Village as an Additional Insured (except with respect to Professional Liability Insurance and Worker's Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by Village and prior to commencing Services. Each certificate shall include no less than (30) thirty -day advance written notice to Village prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the Village. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The Village reserves the right to inspect and return a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village. 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker's Compensation Insurance, the Village is to be specifically included as an Additional Insured for the liability of the Village resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant's insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Consultant's insurance. The Consultant's insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. Contract No. 2021-08-15 Page 5 of 40 9.4. Deductibles. All deductibles or self -insured retentions must be declared to and be reasonably approved by the Village. The Consultant shall be responsible for the payment of any deductible or self -insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver ofJury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its 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. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. Consultant shall indemnify and hold harmless the Village, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant's performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the Village for all its expenses including reasonable attorneys' fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant's performance or non-performance of this Agreement. 12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the Village 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 Village is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3. The provisions of this section shall survive termination of this Agreement. 13. 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 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. Contract No. 2021-08-15 Page 6 of 40 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami -Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1. 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 Village which are conceived, developed or made by Consultant during the term of this Agreement ("Work Product") belong to the Village. Consultant shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (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). 16.2. Consultant agrees to keep and maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement. The Village 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 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 Village. 16.3. Upon request from the Village's custodian of public records, Consultant shall provide the Village 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 1 19, Florida Statutes, or as otherwise provided by law. 16.4. 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 Village. 16.5. 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 Contract No. 2021-08-15 Page 7 of 40 shall be delivered by the Consultant to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the Village in a format that is compatible with the Village'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. 16.6. Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7. Consultant's failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the Village. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Jocelyn Brewster Koch Mailing address: 88 West McIntyre Street Key Biscayne, FL 33149 Telephone number: 305-365-5506 Email: Ikoch(a keybiscavne.fl.2ov 17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Consultant, and such firm's familiarity with the Village's area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 19. Independent Contractor. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. Contract No. 2021-08-15 Page 8 of 40 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. 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. 25. 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. 26. Conflicts; Order of Priority. This document without exhibits is referred to as the "Base Agreement." In the event of a conflict between the terms of this Base 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: 26.1. First Priority: this Base Agreement; 26.2. Second Priority: Change Orders with later date taking precedence; 26.3. Third Priority: Exhibit C — Rate Schedule; 26.4. Fourth Priority: Exhibit B — Scope of Services; 26.5. Fifth Priority: Exhibit A — Consultant's Proposal; and 26.6. Sixth Priority: Work Orders, with later date taking precedence. 27. E -Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E -Verify system to verify the work authorization status of all newly hired employees. The Village 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 Contract No. 2021-08-15 Page 9 of 40 visit: https://www.e-verifv.gov/faq/how-do-i-provide-proof-of-my-participationenrollment- in-e-verify. By entering into this Agreement, the Contractor 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. [Remainder of page intentionally left blank. Signature pages follow.[ Contract No. 2021-08-15 Page 10 of 40 V V W JII I1 CI I V GIUF V I IJ. .341-,01-4,10-L"../ I ria I L -MU I -:/Oao:Jrr:lO'GJ'le IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE DocuSigned by. [. 11)A-UA, MittAiSetk. By. c=CCi.<q*urs.",o Steven C. Williamson Village Manager Attest: By: / Jocelyn rewster h 0 Village Clerk Approved as to form and legal sufficiency By: Weiss Scrota Helfman Cole & Bierman, P.G. Village Attorney Addresses for Notice: Village of Key Biscayne Attn: Village Manager 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5514 (telephone) 305-365.8936 (facsimile) aagha@keybiscayne.fl.gov (email) With a copy to: Weiss Scrota Helfman Cole & Bierman, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2525 Ponce de Leon Boulevard, Suite 700 Coral Gables, FL 33134 cfriedmanewsh-law.com (email) Contract No. 2021-08-15 CONSULTANT By: �- — // Name: 3 5e.. i4. Cet.rabet /Iv Title: ✓iu 2Iesrder1 ,/l1 -77,-....1111k IP . Aril. for Notice: (g CIE -5 mssv/4 3 plc. Vpse.._ A. 44-4104.110, Oct lTr3'r41 NO Si.)u lrVi-'' Ave) 5.44-e- k' !G 7e4l6!7 2 4es, 3300-7 (r. - 6/3 - V3.)-.3 (telephone) (facsimile) jest. rL//i csstv+asv1t.*'(rnaii) With a copy to: C€5 Coils., / i..4 As , : 'Rudy #4. or -he 660 S>_ep YS .4ie, SNP [ (26 eP.r4• k,c net dc -e._ 3.5oz 7 &c(f) 0.3 - v3 .r..3 (telephone) L (facsimile) ror I E;1<�4cJce .G�+n�,✓ GO mail} Page 11 of 40 E -VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E -Verify system to verily the work authorization status of all newly hired employees. The Village 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: httts:.' www.e-veriff.govifaq/how-do-i-provide-proof-of-my-participationenrotlment-in-e-verity 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. E Check here to confirm proof of enrollment in E -Verify has been attached to this Affidavit. In the presence of: Witness # Prin am etc. Signed, sealed and delivered by: int Name: ,17)�j� 4 - C&r& b. -//v Title: Vice "Re.si ^ Witness 2'ifr�r4rt Name: w loW Entity Name: CE. Co .1.y4 f fs.•r3i c . ACKNOWLEDGMENT State of Florida County of vVQ.rt The foregoing instrument was acknowledged before me by means of Li``physical presence or O online notarization, this V 'day of t , 2024 , by5.) .. G -r �D h (name of person) as 1/ t CE tS td..e4r1. i— (type of authority) for l P enettAlkuntS, k rtC- • (name of party on behalf of whom instrument is executed). 2,,..:74 JAIEAN I M+UDONADO ComatssbnIFG0198143 /1A.,E,C lai y, < < ` Expires Aprl I?, 2022 o,ndt- ocnow nvii woo MINT s o Public (Print, Stamp, or Type as Commi ed) %/ Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath Contract No. 2021-08-15 Page 12 of 40 8/27/2021 My Company Profile 1E -Verify An official website of the United States government Here's how you know E -Verify Menu My Company My Company Profile Company Information Company Name CES Consultants, Inc. Doing Business As (DBA) Company ID 1728473 Enrollment Date 08/18/2021 Employer ID Number 650792884 DUNS Number 021359208 Total Number of Employees 20 to 99 NAICS Code 541 Sector https://everify.uscis.gov/account/company/profile 1/3 812 712 02 1 My Company Profile 1 E -Verify Professional, Scientific, and Technical Services Subsector Professional, Scientific, and Technical Services Edit Company Information Employer Category Employer Category None of these categories apply Edit Employer Category Company Locations Physical Address 880 SW 145th Avenue Suite 106 Pembroke Pines, FL 33027 Edit Company Locations Hiring Sites Mailing Address Same as Physical Address We have implemented a new policy and require more information for existing and future hiring sites. https://everify.uscis.govlaccounticompany/profile 2/3 8/27/2021 My Company Profile J E -Verify Number of Sites 3 Edit Hiring Sites Company Access and MOU My Company is Configured to: Manage and Verify Employees for Clients Memorandum of Understanding View Current MOU U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Accessibility Plug -ins httpsaleverify.uscis.gov/accounUcompany/profile 3/3 EXHIBIT "A" CONSULTANT'S PROPOSAL Contract No. 2021-08-15 Page 13 of 40 &es February 12, 2021 CONSULTANTS Village of Key Biscayne Submitted via Bonfire Hub Re: Response to Village of Key Biscayne RFQ No. 2021-08CIV — Continuing Architectural & Engineering Services Civil Engineering Dear Members of the Selection Committee, CES Consultants, Inc. (CES),a State -certified MBE firm, is pleased to present the following Statement of Qualifications (SOQ) to provide Continuing Professional Engineering Services to the Village of Key Biscayne (Village or VKB) in our in-house specialty area of Civil Engineering (Roadway and Drainage Design and Modeling). As you will see throughout our 50Q, CES offers the Village a team of qualified personnel that, since our organization in 2001, have provided these professional engineering services on a multitude of local infrastructure improvement projects just like those that will be assigned under this contract. CES understands that the proposed agreement provides the basis for issuing specific work orders to perform specific services required by the Village. The CES Team, which includes 85 full time staff members, will be fully available and committed to the Village to ensure successful implementation and delivery of any task order assigned. The CES Team will be highly responsive and will communicate proactively to keep projects moving, to avoid surprises, and to mitigate delivery risks. We will be accessible and responsive and will interface with your team face-to-face when needed while implementing COVID-19 safety protocols. CES will respond to each work order as an integrated team comprising CES staff, any required subconsultants, and Village staff. The CES Team will be led by President, proposed Contract Manager, and Key Biscayne resident Matt Alvarez, PE and managed by experienced Senior Project Manager Jose Caraballo, PE in technical assignments, in project delivery, in team coordination, and in collaboration with the Village of Key Biscayne. This provides the Village with local, lead personnel who have the credentials, experience, and working relationships with permitting agencies, contractors and nearby utilities that may be affected by this work, as well as experienced support personnel, allowing us to handle multiple concurrent Task Orders. Our Team is committed to exceeding the Village's needs by providing quality, "first ■ priority" service on this important contract to complete implementation of our community's critical infrastructure improvement programs. CIVIL ENGINEERING, DESIGN & MODELING CES has full in-house capabilities to provide civil engineering services, roadway and drainage infrastructure design, construction inspection/observation, and construction management services for a variety of infrastructure projects. CES has participated in important Civil Engineering infrastructure projects for numerous governmental agencies, including the Cities of Miami Beach, West Palm Beach, Riviera Beach, Miramar, Tampa, and New York, Miami -Dade County, Broward County, the South Florida Water Management District, and the Florida Department of Transportation, amongst others. CES staff have extensive experience in both the design and construction inspection/administration of civil infrastructure, roadway and drainage projects ranging from piping networks and pump stations to master planning and modeling. Our professional staff also bring considerable experience with roadway improvements, site development, parks and recreational facilities, stormwater management improvements, airport -related projects, program management, and industrial facilities. The company's services span the project design and implementation process, ranging from feasibility studies and preliminary engineering reports to full design and construction management. 3150 SW 38th Avenue 1 Suite 450 1 Miami, FL 33146 1 305.827.2220 1 cesinfo@cesconsult.com 1 cesconsuit.com License #CA8811 CAS CONSULTANTS The challenges the Village is facing include more frequent and severe hurricanes, power and communication network outages, coastal erosion, a changing regulatory environment, aging infrastructure, increasing maintenance costs, and the need to improve systems performance to ensure the protection of both public assets and private property from ever more frequent flooding and sea level rise. These challenges require prudent decisions and forward -looking planning, and the Village of Key Biscayne is to be commended for taking a proactive approach to finding 21st century solutions to them. As such, the CES Team brings experienced and' knowledgeable professionals and highly qualified subconsultant firms to the Village for the Civil Engineering service category. The CES Team's capability is exemplified by the completion of similar projects presented throughout this SOO. CES, along with our proposed team of potential subconsultants, has participated in important resiliency and stormwater infrastructure projects for numerous governmental agencies, including the City of Miami Beach. CES is the lead design engineer on the City's $72M+ West Avenue North and South Neighborhood and Resiliency Improvement projects to combat Sea Level Rise. These projects are on the 100 Resilient City's watch list of projects and are the largest sea level rise neighborhood improvement projects in Florida. The utilities being installed include 12,800 LF of storm sewer, a 120,000 GPM stormwater pump station and outfall, 16,000 LF of water main, and 7,050 LF of sanitary gravity sewer. The scope of work included the design and construction of the complete replacement and rehabilitation of all public underground water, sanitary sewer, and storm sewer utilities, including a new stormwater pump station, and the design and infrastructure construction of 1.2 miles of roadway in the project's corridor. As the lead civil designer, CES is also responsible for the "Complete Streets" redesign which includes raising the existing grade of the roadway by approximately 30 inches while providing a 10 -year level of service with no structure flooding, a revised typical section to incorporate a pedestrian/bicyclist-friendly corridor, public/private property harmonization, new traffic signals, street lighting, and landscaping. Undertaking roadway improvements utilizing an integrated Complete Streets approach is an efficient and cost effective way to help mitigate the effects of sea level rise and street flooding due to more intense precipitation events in that roadways are considered as an extension of the stormwater management system. Green and blue infrastructure can be incorporated into the roadway design along with increasing pervious areas and roadway elevations based on flooding and sea level rise projections. The company's civil engineering services span the project design and implementation process, ranging from feasibility studies and preliminary engineering reports to full design and construction management. CES also provides electrical engineering assessment and design services related to civil engineering projects, to include SCADA control panels and associated electrical design for stormwater pump stations. The CES Team has no learning curve and can get these civil infrastructure, roadway, and drainage projects out the door immediately, providing VKB residents and businesses with cost-effective solutions and peace of mind —improving the community and our quality of life. THE CES TEAM: LOCAL, CAPABLE B AVAILABLE The highly qualified CES Team has demonstrated civil infrastructure, roadway, and drainage modeling, design and construction knowledge, capability, and capacity. We not only understand local conditions and pricing, but the project delivery, budgetary, and scheduling challenges facing the Village of Key Biscayne. CES has an experienced in-house team of qualified professionals —a team with strong technical expertise and knowledge. The CES Team understands that maintaining good working relationships with city, county, state and federal regulatory agencies is critical for successfully permitting civil, roadway and drainage infrastructure projects. Our Team has developed a strong rapport with various Miami Dade County departments, the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP), U.S. Army Corps of Engineers (USACE), and the EPA, amongst others. These established relationships help expedite permitting, particularly through County agencies. 0ur professional team will be available to the Village immediately upon contract award. Our current workload is minimal and, when combined with our staff resources, allows us to handle multiple tasks concurrently. The CES Team's "can -do" attitude provides access to a full spectrum of qualified, committed professionals, the latest knowledge in technologies and regulations License #CA8811 CAS CONSULTANTS applicable to your needs, and a focus on successful, results -driven solutions. With the depth and breadth of the CES Team's technical knowledge and capabilities and the availability of engineering and construction staff, we are uniquely qualified to provide the professional services required under this contract and can promptly respond to any requested services. WORKING AS A COHESIVE TEAM WITH THE VILLAGE Our plan for work order assignments under this contract is to institute regular coordination and progress meetings and to maximize the use of online tools to ensure and optimize Village involvement. Zoom and Microsoft Teams Meetings are just some of the tools CES has effectively used for informal, immediate communication where documents must be viewed by remote participants. We know that the work being done for these VKB projects is not the only item of business demanding your time, and that projects released under this type of work order agreement typically need "to be done yesterday." For this reason, we will conduct efficient meetings using detailed and time -limited agendas, especially in this era of COVID-19. Communication with Village Staff will be our #1 priority throughout the Contract! ABILITY TO COMPLETE PROJECTS ON TIME a ON BUDGET The CES Team will be fully available and committed to the Village to ensure successful implementation and delivery of any task order assigned. The CES Team will be highly responsive and will communicate proactively to keep projects moving, to avoid surprises, and to mitigate delivery risks. We will be accessible and responsive and will interface with your team face-to-face when needed. The CES Team's continued success is due in part to the collaborative and proactive management style that we bring to each and every work order. Prior to beginning work, we will meet with the Village and other stakeholders to ensure that we fully understand your goals and preferences. This information will be relayed to the entire team, ensuring that there is a common vision and a clear understanding of how we will achieve this vision while maximizing the return on your investments. With a diverse and "deep bench" of in-house design engineers and modelers, each task order will be addressed with assignment of the right professionals, each of whom are ready to start and experienced in the work required. This approach drives solid budget control. The CES Team is dedicated to working cohesively with the Village to define, plan, design and implement any necessary infrastructure improvements for the Village of Key Biscayne. COMMUNITY IMPACTS/PUBLIC PERCEPTION Infrastructure improvements, particularly roadway, drainage, underground utility, and stormwater work in residential areas, by their very nature, have major impacts on the communities in which they are located. Construction of these critical infrastructure improvements very often involves noise, dust, and heavy machinery. Parking often is disrupted, water service turned off, and traffic rerouted. Residents and businesses quite reasonably want to know what is being done, when it will be done, how they will be affected, and when it will all end. The CES Team will work directly with the Village and our proposed Public Outreach consultant, Media Relations Group, early in the project planning process to ensure that public concerns are understood and considered. Our team members are well versed and experienced in working with the public on similar infrastructure projects, bringing Vocal insight into public concerns and aspirations for any project. The CES Team will work directly with VKB early in the project planning process to ensure that public concerns are understood and considered. Our team members are well versed and experienced in working with the public on similar infrastructure projects, bringing local insight into public concerns and aspirations for any project. License #CA8811 Des CGNSOLTANTS VALUE WE BRING TO THE VILLAGE The CES Team's diversified experience in planning, modeling, design, permitting, regulatory compliance, and construction of civil, roadway, and drainage infrastructure enables a thorough understanding of the key factors needed to successfully execute projects. The following elements are crucial to project success: Quality Design & Deliverables achieved through our local technical expertise, our rigorous QA/QC protocols, and the extensive experience and capabilities of our staff. Meeting the Project Schedule by leveraging our extensive experience with regulatory agencies and carefully taking all variables into account to develop a realistic, accelerated project schedule to achieve project completion within the desired timeframe. » » Working as a Cohesive Team in close collaboration via frequent, highly -responsive communication with the City and with members of the CES Team ensures that everyone is "on the same page" and that everyone has the information that they need to be successful and deliver exceptional results. Regulatory Compliance is a key focus to ensure that your projects are fully compliant with current environmental regulations, laboratory procedures, and reporting requirements. Our Team's technical experts will also ensure that you are fully apprised of emerging regulations as well as the latest technological advances to maximize efficiency and quality. Depth of Facility Operations, our extensive resources will be available to support you thorough development of consistent practices and SOPs, enhancement of O&M manuals, training of staff in all areas of infrastructure operations, startup of facilities, and regular monitoring of equipment and process performance. We (look forward to the opportunity to work side -by - side with the Village of Key Biscayne and believe that our specific expertise and local experience will provide you with a truly successful continuing service program for your Civil Engineering, Roadway, and Drainage projects. We thank you for this opportunity to submit our qualifications and look forward to doing business with the Village while supporting your mission to "protect our natural assets and upgrade our infrastructure to build a resilient future for the Village of Key Biscayne that strengthens our Island Paradise from current and future climate related threats." Please contact our office with questions or comments. Sincerely, CES Consultants, Inc. Rudy M. Ortiz, PE, CGC Owner & Chief Executive Officer With the depth and breadth of the CES Team's technical knowledge and capabilities and the availability of engineering, design and modeling staff, we are uniquely qualified to provide the professional services required by the Village of Key Biscayne under this contract. o Matt Alvarez, PE President & Contract Manager License #CA8811 Client#: 1053638 CESCON ACORD-r. M CERTIFICATE OF LIABILITY INSURANCE (MMIDd1YYYYj 1z1(M M202a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). I PRODUCER USI Insurance Services, LLC 2502 N Rocky Point Drive Suite 400 Tampa, FL 33607 N !`CT PHONE 813 321-7500 FAx (A c, No, E:It): (AIC, No): - E-MAIL ADDRESS. INSURER(S) AFFORDWG COVERAGE NAIL* INSuRER A : Travelers Property Cas. Co. of America 25674 INSURED CES Consultants, Inc. 880 Southwest 145th Avenue, Suite 106 Pembroke Pines, FL 33027 INSURER B : Phoenix Insurance Company 25623 INSURER c : Specialty Insurance Company 37885 INSURER o: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBRI WVD POLICY NUMBER POLICY EFF (MM/DOIYYYY) POLICY EXP (MMIDDfYYYY) OMITS A X COMMERCIAL GENERAL LIABILITY X X 6609D349718 12/06/2020 12106/2021 EACHOCCURRENCE S1,,000,000 $1,000,000 CLAIMS -MADE 14 OCCUR PEREM EaEoccu ence) MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRO - 1 PER: LOC GENERALAGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG $2,000,000 _ $ A AUTOMOBILE X X ,_, LIABILITY ANY AUTO I X AUTOS NON -OWNED AUTOS ONLY X X BA2R165655 12/06/2020 12/06/2021 COMBINED SINGLE LIMIT fEa accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LAB EXCESS LIAR X OCCUR CLAIMS -MADE X X CUP4K364717 12/06/2020 12!06/2021 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X RETENT ON $10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) ff yes, describe under DESCRIPTION OF OPERATIONS below Y! N N t A X UB0P573198 12/06/2020 12/06/2021 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE- EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional Liability I DPR9969869 12106/2020 12/06/2021 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability coverage is written on a claims -made basis. CERTIFICATE HOLDER CANCELLATION For Proposals SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S30563749/M30563004 O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD USBZP c -es CONSULTANTS January 15, 2021 Village of Key Biscayne Submitted via Bonfire Hub Re: Village of Key Biscayne RFQ No. 2021-08C1V: Continuing Architectural & Engineering Services, Civil Engineering Warranty Statement To Whom It May Concern, I declare, under penalty of perjury, that CES Consultants, Inc. is not insolvent, is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation or other legal or administrative proceedings or investigations of any kind that would have an adverse effect on its ability to perform its obligations under the Contract. Firm Name: CES Consultants, Inc. Authorized Representative: Rudy M, Ortiz. PE, CGC Title: CEO & Owner Authorized Signature: ACKNOWLEDGMENT State of Florida County of Dade BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared on this 15th day of January, 2021 before me, Rudy M. Ortiz, PE, CGC, CEO & Owner of CES Consultants, Inc.. an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing statement as the proper official of CES Consultants, Inc. for the use and purposes mentioned in it and affixed the official seal of the entity, and that the instrument is the act and deed of that entity. He is personally known to me. VN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this 15th day of January 2021. Witness my hand and official seal: `-- Signature of Notary Public:> l )11d4 -0,c4 Printed Name of Notary Public: Lisette M. Sierra Notary Seal: 4 ; Yp LSSETTE MARIE SIERRA r° • ': Notary PoPlic • State of Florida I Commission p G6 259610 ( `? o n` My Comm Expires Sep 13, 2D22 P Bonded through Nationale Notary Assn. 3150 SW 38th Avenue I Suite 450 I Miami, FL 33146 1 305.827.2220 I cesinfofacesconsult.com I cesconsult.com License #CA8811 C�9 CONSULTANTS January 29, 2021 Village of Key Biscayne Submitted via Bonfire Hub Re: Village of Key Biscayne RFQ No. 2421-48CIV: Continuing Architectural & Engineering Services, Civil Engineering Litigation Statement To Whom It May Concern, I declare, under penalty of perjury, that one (1) litigation or regulatory action has been filed against CES Consultants, Inc. in the last five (5) years, however this litigation is not related to the services the firm provides in the regular course of business. Details for the additional named third -party case, for which CES has neither exposure nor liability, are as follows: Jesus Patricio Lopez vs. The City of New York, Keith Hayes, Jr., Gazebo Contracting, Inc., and CES Consultants, Inc. New York State Supreme Court Case # 151196/2018 Dated: September 18, 2019 Jesus Patricio Lopez, employed at time of incident by Gazebo Contracting, was working on a job site when a drunk driver struck him with his vehicle. CES, a named third party subcontractor at the job site, has little to no exposure or liability and has not been contacted regarding the case for sometime. Our carrier continues to monitor the case and will close it once the responsible parties reach a settlement agreement. Firm Name: CES Consultants, Inc. Authorized Representative: Rudy M. Ortiz, PE, CGC Title: CEO & Owner Authorized Signature: ACKNOWLEDGMENT State of Florida County of Dade BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared on this. 29th day of January 2021 before me, Rudy M. Ortiz, PE, CGC, CEO & Owner of CES Consultants, Inc., an organization authorized to do business in the State of Florida, and acknowledged and executed the foregoing statement as the proper official of CES Consultants, Inc. for the use and purposes mentioned in it and affixed the official seal of the entity, and that the instrument is the act and deed of that entity. He is personally known to me. IN WITNESS OF THE FOREGOING. I have set my hand and official seal at in the State and County aforesaid on this 29th day of January, 2021. Witness my hand and official seal: Signature of Notary Public! �,l:z l ICJ , 5Z Printed Name of Notary Public: Lisette M. Sierra Notary Seal: LISETTE MARIE SIERRA Notary Ruhlic - State of Florida II Commission # GG 258610 My Comm. Expires Sep 13, 2022 Bonded through National Notary Assn. 3150 SW 38th Avenue 1 Suite 450 1 Miami, FL 33146 I 305.827.2220 1 cesinfo@cesconsult.com 1 cesconsult.com License #CA8811 CERTIFICATE OF AUTHORITY (IF CORPORATION) HEREBY CERTIFY that at a meeting of the Board of Directors of CES Consultants, Inc. State of Florida , held on the 117tPay of September 2019 a resolution was duly passed and adopted authorizing (Name) Rudy M. Ortiz, PE, CGC as (Title) CEO & Owner of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. , a corporation organized and existing under the laws of the IN WITNESS WHEREOF, I have hereunto set my hand this 15th day of January , Zp 21 Secrets President: Print Name: Rudy M. Ortiz, PE, CGC Print Name: Blake Guillory, PE, D.WRE CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Partners of , a partnership organized and existing under the laws of the State of , held on the day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Partner: Print Name: Print Name: Form COA CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 _ Signed: Print: In the presence of: Witness #1: Signature: Print: Witness #2: Signature: Print: Form COA ACKNOWLEDGMENT State of Florida County of Dade On this 15th day of January personally appeared Rudy M. Ortiz, PE, CGC 11-111Y , 20 21 before me the undersigned, , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: ;4;PrvU� LI5ETTE MARIE SIERRA II otary Pua,ic - State or Florida ` CammIss6on x GG 258610 of r.0' My Comm. Expires Sep 13, 2022 1 Sanded through National Notary Assn. X Personally known to me; or l.2-l�P dA CC4tCe Notary Public (Print, Stamp, or Type as Commissioned) Produced identification (Type of Identification: X Did take an oath; or Did not take an oath Form COA FORM CD COMPANY DECLARATION FORM 1 certify that any and all information contained in this Response is true. I certify that this Response is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a Response for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the solicitation and certify that I am authorized to sign for the Respondent's firm. Please print the following and sign your name: CES Consultants, Inc. FIRM NAME 3150 SW 38th Ave, Suite 450 Miami, FL 33146 PRINCIPAL BUSINESS ADDRFESS 305.827.2220 N/A TELEPHONE FACSIMILE cesinfo@cesconsult.com EMAIL ADDRESS 650792884 FEDERAL I.D. NO. City of Miami LBT Account #161310 Receipt #185722 MUNICIPAL BUSINESS TAX RECEIPT OR SOCIAL SECURITY NUMBER OR OCCUPATIONAL LICENSE NO. Rudy M. Ortiz, PE, CGC NAME CEO & Owner TITLE AUTHORIZED SIGNATUR Form CD FORM SEA SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR BIDDER IS DEEMED TO BE NON -RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE VILLAGE OF KEY BISCAYNE AND ARE STATEMENTS MADE: By: Rudy M. Ortiz, PE, CGC For (Name of Proposing or Bidding Entity): CES Consultants, Inc. Whose business address is: 3150 SW 38th Ave, Suite 450 Miami, FL 33146 And (if applicable) its Federal Employer Identification Number (FEIN) is: 650792884 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees 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 1, Employment; Title I I, 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. RMO Proposer Initials Form SEA Public Entity Crimes Affidavit 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 of 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 or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 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 trial 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. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in 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 prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or 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 "person" includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Rased on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) L 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 ad 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, Form SEA 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. [ 1 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 determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. RMO Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami -Dade County conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. RMO Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the Village of Key Biscayne (the " Village") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no Village employee, nor any elected or appointed officer (including Village board members) of the Village, nor any spouse, parent or child of such employee or elected or appointed officer of the Village, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such Village 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 Form SEA in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by Village. Further, Proposer recognizes that with respect to this transaction or bid, if any Proposer violates or is a party to a violation of the ethics ordinances or rules of the Village, the provisions of Miami -Dade County Code Section 2-11.1, as applicable to Village, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the bid or proposal is submitted and may be further disqualified from submitting any future bids or proposals for goods or services to Village. RMO Proposer Initials Anti -Collusion Affidavit 1. Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and all pertinent circumstances respecting the Proposal/Bid; 2. The Proposal/Bid is genuine and is not a collusive or sham Proposal/Bid; and 3. Neither the Proposer/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Bidder, firm, or person to submit a collusive or sham Proposal/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Bidder, firm, or person to fix the price or prices in the attached Proposal/Bid' or of any other Proposer/Bidder, or to fix any overhead, profit, or cost element of the Proposal/Bid price or the Proposal/Bid price of any other Proposer/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Village of Key Biscayne or any person interested in the proposed Contract. RMO Proposer Initials Scrutinized Company Certification 1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, 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. 2. If the Agreement that may result from this RFP is for more than one million dollars, the Proposer 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 Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false Form SEA certification; or if the Proposer, 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. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. RMO Proposer Initials Acknowledgment, Warranty, and Acceptance 1. Consultant warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2. Consultant warrants that it has read, understands, and is willing to comply with all requirements of Soliciation No. 2021-o8WR and any addendum/addenda related thereto. 3. Consultant warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the Village Council or Village Manager, as applicable. 4. Consultant warrants that all information provided by it in connection with this Proposal is true and accurate. RMO Proposer Initials Truth in Negotiation Certification The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Village determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of the final billing or acceptance of the work by the Village, whichever is later. RMO Proposer Initials Sworn Signature of Proposing Entity Representative and Notarization for all above Affidavits follows on the next page. Form SEA In the presence of: Witness #1 Print Name: Luciano Perera Witness #2 Print Name: Blake Guillory State of Florida County of Dade Signed, sealed and delivered by: frt Print Name: Rudy M. Ortiz, PE, C Title: CEO & Owner ACKNOWLEDGMENT On this 15th day of January personally appeared Rudy M. Ortiz, PE, CGC , 20 21 , before me the undersigned, , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: G.i o.t LISETTE MARIE SIERRA r:• - Notary Public State of Florida Commission N GG 2586)0 pr n- My Comm.. Expires Sept 3, 2022 Bonded through Nat,onal Nate y Assr, X 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 Form SEA ADDENDUM ACKNOWLEDGEMENT FORM Solicitation Title: Continuing A/E Services - Construction Engineering & Inspection Solicitation No.: 2021-©8ClV Listed below are the dates of issue for each Addendum received in connection with this Solicitation: Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. 1 Dated Dated Dated Dated Dated Dated Dated Dated Dated Dated Dated February 12, 2021 ❑ No Addendum issued for this Solicitation Firm's Name: CES Consultants, Inc. Authorized Representative's Name: Rudy M. Ortiz, PE, CGC Title: CEO & Owner li Authorized Signature: ig Form AA Village of Key Biscayne RFQ# 2021-O8CIV: Continuing Architectural & Engineering Services, Civil Engineering PROPOSAL NARRATIVE CES Consultants, Inc. is a 100% minority -owned, full -service engineering firm founded in 2001. CES provides professional Civil/ Roadway, Stormwater and Drainage Engineering Design and Modeling Services to municipal and public agency clients. Since the firm's inception, CES personnel have been involved in some of the largest infrastructure improvement projects in Florida. The company's professional staff collectively has extensive experience in the areas of Civil Engineering, Roadway, Grading and Drainage Design, Stormwater Modeling and Engineering Design, Water and Wastewater Design, Structural Engineering, Mechanical and Electrical Engineering, Program Management, Construction Management, Project and Cost Control, Estimating, Construction Engineering Inspection Services, Permitting Services, QA/QC, Scheduling, and Owner Representation. The challenges the Village is facing include more frequent and severe hurricanes, power and communication network outages, coastal erosion, a changing regulatory environment, aging infrastructure, increasing maintenance costs, and the need to improve systems performance to ensure the protection of both public assets and private property from ever more frequent flooding and sea level rise. These challenges require prudent decisions and forward -looking planning, and the Village of Key Biscayne is to be commended for taking a proactive approach to finding 21st century solutions to them. We understand and support your mission to "protect our natural assets and upgrade our infrastructure to build a resilient future for the Village of Key Biscayne that strengthens our Island Paradise from current and future climate related threats." As such, the CES Team brings experienced and knowledgeable professionals and highly qualified subconsultant firms to the Village for the Civil Engineering service category. The CES Team's capability is exemplified by the completion of similar projects presented throughout this SOO, particularly our two design -build projects currently entering construction for the City of Miami Beach, the West Avenue North and South Neighborhood Utility and Resiliency Improvements projects. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure contribute to frequent flooding of facilities in the West Avenue basin. The "Complete Streets" resiliency projects, completed by the same proposed design team, including subconsultants, will provide the community both better multimodal access and protection from flooding during storm events and high seasonal tides by raising the roadway approximately 30 inches while providing a 10 -year level of service with no structure flooding. The project includes a new multimodal roadway design along with the replacement and upgrade of water mains, sanitary gravity sewer, storm sewers, and a new 120,000 GPM stormwater pump station and outfall. Undertaking roadway improvements utilizing an integrated Complete Streets approach is an efficient and cost effective way to help mitigate the effects of sea level rise and street flooding due to more intense precipitation events in that roadways are considered as an extension of the stormwater management system. Green and blue infrastructure can be incorporated into the roadway design along with increasing pervious areas and roadway elevations based on flooding and sea level rise projections. Civil Engineering & Design Solutions CES has full in-house capabilities to provide civil engineering services, infrastructure and utility design, construction inspection/ observation, and construction management services for a variety of infrastructure projects. CES has participated in important Roadway and Drainage infrastructure projects for numerous governmental agencies, including the Cities of Fort Lauderdale, Miami Beach, North Miami, Riviera Beach, Pembroke Pines, and Miramar, Broward County, Miami -Dade County, Palm Beach County, the Florida Department of Transportation, and the South Florida Water Management District, amongst others. CES staff have extensive experience in both the design and construction inspection/administration of roadway, grading, drainage, and utility projects ranging from 2" to 120" diameter piping networks, pump stations, master planning and hydraulic modeling. Our professional staff also bring considerable experience with site development, parks and recreational facilities. stormwater management improvements, and program management. The company's services span the project design and implementation process, ranging from feasibility studies and preliminary engineering reports to full design and construction management. The CES Team offers technically sophisticated, applicable, and practical solutions to every facet of this contract. As evidenced throughout this SOO, the CES Team brings a strong portfolio of similar multi -disciplinary engineering projects requiring planning, modeling, engineering, permitting, and construction. AND PROP PERFORMANCE C- RFORMANCE 9 Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering PERSONNEL QUALIFICATIONS Per Addendum #1, Clarification #4, the "Submission requirements on the Procurement Portal were revised to remove the "Personnel Qualifications" section. The matter requested was already covered by the Questionnaire and the "Organizational Chart" and "Resumes for Key Staff' sections." As the "Personnel Qualifications" section is still a required upload on the online portal but this section is no longer required, this document has been uploaded solely to fulfill the online portal's requirements to complete and finalize the submission process. AND PROVEN PERFORMANCE C -8S Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering TECHNICAL APPROACH 6 UNDERSTANDING UNDERSTANDING OF THE VILLAGE'S NEEDS, GOALS B OBJECTIVES The Village of Key Biscayne (Village) is a vibrant island community located within Miami -Dade County. The Village offers its residents a very active lifestyle from biking on Virginia Key to exploring the natural wonders of the Bill Baggs Cape Florida State Recreation Area. Visitors and residents alike can lounge by the beach or learn about the sea life at the Miami Seaquarium. This community is always on the move, and as such requires multimodal improvements that allow its residents the freedom to enjoy their community. Being a coastal community, the Village is experiencing the same issues related to sea level rise as its neighbors at the City of Miami and the City of Miami Beach. Rising tides, king tides, storm surge, and increasing rain intensity are all impacting the Village and its residents. Excessive flooding is causing damage to private property, reducing the useful life of critical infrastructure, and reducing the quality of life of residents. In order to get ahead of these issues, the Village officials are forging a plan to develop "Complete Streets." This is a campaign to invest in improving the aging infrastructure, addressing sea level rise, and providing residents with a multimodal network that gets them doing the things they love. Complete Streets is a solution that includes protecting the Village's infrastructure investment by raising roadways, utilizing natural solutions to deal with stormwater by incorporating green solutions such as vegetative swales, improving resident movements by providing wider sidewalks and developing multimodal connectivity, and improving safety by incorporating roundabouts and bike lanes. CES is extremely familiar with the Complete Streets concept as we are currently assisting the City of Miami Beach in a landmark Complete Streets project to improve the West Avenue Basin. This project includes raising the roadway, reclaiming the right of way, developing a more pedestrian friendly experience with wider sidewalks and lush landscape, multimodal connectivity with dedicated bike lanes, and a stormwater management system that moves well over 120,000 GPM of stormwater while still providing sufficient water quality to protect the natural resources found In Biscayne Bay. We have gained much knowledge from this experience. We have engaged directly with residents, local environmental groups, regulatory agencies, and local politicians, and we have listened to each group's wants and needs. At first it seems as if the perceived dichotomy between these groups feels like this type of project is impossible, but the reality is they all want the same thing, to continue enjoying our community. Once this fact was uncovered, we were able to develop a project that satisfies all stakeholders. We are extremely proud of our efforts in this project, but we are prouder that we can share this knowledge and the projects' "lessons learned" with other communities. North of 14th Street .Preferred Typical Section RESPONSIVE AND PRDVPERFORMANCE W -V Village of Key Biscayne RFQ# 2021-08CIV': Continuing Architectural & Engineering Services, Civil Engineering CIVIL ENGINEERING SERVICES The Village of Key Biscayne is facing the same challenges that many coastal communities will soon need to address: increased population growth, more intense storm events, sea level rise, and the need to invest in aging and outdated infrastructure. The challenge lies in the fact that the necessary solutions require new innovation and forward -looking planning. The solutions require creativity, understanding, and forward thinking, because much of the subject matter will be new to all stakeholders. CES has prepared the following project approach and methodology specifically for the Village based on our past/current experience and our understanding of the Village of Key Biscayne's issues, challenges, and the requirements expected of the probable Village projects. As you will see throughout our SOQ, the CES Team has the unique experience, resources, knowledge of the project scope, and available personnel to provide all the required services of this very important infrastructure improvement program. REQUIRED ENGINEERING SERVICES To undertake the civil engineering, roadway and drainage improvements outlined in VKB's GO Bond program, the Village wishes to select the services of multiple qualified engineering design firms to perform the following potential services: » » » » » Data Collection Site Visits Topographical Survey including easements Sub -Surface Utility Explorations Geotechnical Investigations (e.g. soil survey, corrosion analysis) Field Testing Studies and Reports Stakeholder Coordination Public Outreach Support » Hydraulic Analysis and Modeling Permitting Cost Estimating Bidding Support Value Engineering Asset Management Engineering and Landscape Architecture services during planning, evaluation, design and/or construction TYPICAL SCOPE OF SERVICES The scope of services for these project types will likely include but not be limited to: Review as -built drawings, technical specifications and previous reports Review operating conditions Perform hydraulic analysis and modeling including valve criticality assessment and surge analysis Recommend any repairs and improvements Roadway & Drainage Design Roadway & Drainage Construction Construction Services (Construction Inspection, or Engineering during Design) These are all services that will help the Village develop the necessary improvements, but to truly achieve success combating sea level rise, the Village needs a consultant with experience in sea level rise —a consultant that has previously dealt with raising roads and all that comes with it; a consultant that understands harmonizing private properties with an elevated roadway; and a consultant that understands the regulatory challenges of seemingly uncharted territory. The CES Team has previously dealt with this precise situation --of permitting something that hasn't been permitted before, learning from past experiences, bridging the harmonization gap between public and private property, addressing stormwater issues that arise when you raise a road and impact existing private property, and guiding political figures in developing policy based on a sound engineering foundation. AND PRDVPERFORMANCE c -es Village of Key Biscayne RFQ# 2021-08CIV: continuing Architectural & Engineering Services, Civil Engineering KEY PROJECT SUCCESS FACTORS The CES Team's diverse experience in infrastructure design and construction brings extensive knowledge of the key factors critical to the successful execution of work for the Village. For instance, we have learned the importance of strong and clear government policy to assist in addressing sea level rise issues. By assisting the governmental body in developing policy that has the residents in mind, solutions to sea level rise can take shape. This ultimately saves time and money, as complete streets projects that address sea level rise can be developed and executed without delays. Understanding the project's parameters and limits prior to commencing design prevents project delays from occurring. Meeting the Project Schedule(s) Through your Capital Improvement Plan, the Village has established targeted project execution to occur expeditiously to meet the needs of their community. The CES Design Team will develop and execute project schedules for design services to allow for construction completion schedules that match the desired Village timeframe. Our Team's core personnel, including Contract Manager. Key Biscayne point of contact, and Key Biscayne resident Mathew Alvarez, PE, Project Manager Jose Caraballo, PE, and OA/OC Reviewers Torn Burke, PE and David Hoot, PE, are available immediately and will be mobilized upon the Notice to Proceed. Our approach to the project schedule is to break the work into multiple phases/contracts, expediting specific activities that enhance the overall schedule. For example, if permitting and design activities can be completed early for one of the project phases, a separate construction package can be issued to get a head start on that work. Multiple contract packages can also have local economic benefits, allowing smaller local and specialty contractors to participate in the program. We also foresee a potential solution to construction contract development by bundling one or more project elements/ segments into one contract to maximize bidding results for the Village, to focus construction activities in one area, and to mitigate local impacts by reducing the overall construction schedule of improvements with concurrent construction. Working as a Cohesive Team with VKB We understand that the most important aspect to having a successful project is the communication between all project participants with the Village, stakeholders, and our Team. Having regular meetings (whether in person or virtual with the current Covid-19 situation) is a key component of always having everyone informed and agreeing with the ongoing work. For virtual coordination, meetings, or project data transfer, CES utilizes multiple platforms to fit the Team needs, including Zoom, Teams, Webex, Autodesk, Google Meets, and others. The CES Team will develop complete and detailed design documents in accordance with VKB design, AUTOCAD standards, and regulatory requirements. Technical and constructability reviews by senior staff will be conducted for project quality assurance and constructability. Community Impact Mitigation & Permitting Agency Coordination We anticipate the following early action and issue resolutions to be important for the timely completion of these projects: A Traffic disruption along major arterial roads, and the need to minimize impact during high traffic volume periods Need proper MOT consideration A Work along roads in areas adjacent to residential developments, schools, and canals with sensitive habitat Environmental mitigation » » » A » Construction of crossings under key transportation corridors or waterways HOD, trenchless technology Bypass pumping during roadway rehabilitation Maintaining continuous water, sewer and reclaimed water service Coordination with critical regulatory agencies & FDOT Early permitting involvement and plans Disruption of the operations of businesses along a project route Community notifications/after hours work schedule Disruptions created by construction on narrow residential streets Public/community involvement Maintenance of all utility services during construction Coordination and conflict resolution RESPONSIVE AND OP PIiOVPERFORMANCE cis Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Knowledge Maximizes Cost Efficiencies An aggressive plan for community involvement and outreach during the early phases of design planning will be crucial to avoiding delays in project implementation. Because of the diverse conditions that may exist along improvement corridors —sensitive habitat, residential developments, commercial properties, and planned development areas —it is likely that some groups will have concerns about the project components, a specific alignment, or the project schedule. The CES Team will work with VKB to provide the key information needed to convey the scope, timing, and benefits of the work to the community and to these stakeholders. Optimizing Costs Upon project commencement, the CES Team will conduct an initial screening to optimize route alignments and/or connections at facility locations (pump stations, manholes, specialty vaults) based on field record data and a structured, numerical evaluation technique that we have successfully used on previous projects, enabling comparisons of alternatives with respect to a wide range of technical and non -technical issues. This technique will require input from VKB, as well as our environmental and community outreach team members. In a collaborative effort, each of the various evaluation categories (e.g., construction costs, constructability, environmental impacts, schedule, operational flexibility, operational reliability, etc.) will be assigned a value signifying its relative importance (Le., weight); the CES Team will then compare alternative alignments with respect to each category to define a ranking. For each category and for each alternative, the product of the weight and the ranking will establish a score, and the sum of the scores for each alternative will be used to establish the preferred alignment alternative. Successfully Managing the Design Effort The CES Team will ensure that major design elements requiring decisions by VKB will be identified at an early stage and that agreement is reached before embarking on the subsequent design. Our approach to management of the design process will be multi -faceted, involving: » Establishing a detailed design work schedule with multiple and frequent opportunities to assess progress, to perform QA/QC and constructability reviews, and for coordination with VKB > Understanding the easement situation for each project site and not beginning hard design until all easements are received » Establishing a clear schedule for the delivery of work products, incorporating specific dates for internal deliverables, including preliminary draft submittals, cross-checking by other technical disciplines, and QA/QC reviews Monitoring the allocation of resources of the CES Team Regularly assessing the status of production to ensure the timely completion of project submittals Developing a detailed staffing plan that provides an efficient schedule for the involvement of all technical disciplines Keeping VKB operations staff involved during the entire design phase Conducting project team meetings to coordinate diverse technical disciplines, which will also afford VKB an opportunity to assess the status of the design Requiring that all project records be accurate, neat, complete, indexed, understandable, and dated Closely coordinating all design support disciplines to avoid design conflicts and data acquisition delays Ensuring that deliverables are submitted according to schedule The above approach has proven very successful on the West Avenue contract with the City of Miami Beach. PROVEN C-09 AND PERFORMANCE tr Village of Key Biscayne RFQft 2021-o8CIV: Continuing Architectural & Engineering Services, Civil Engineering Integrating VKB Standards & Requirements A working knowledge of VKB standards, procedures and your general project implementation approach is an important asset in performing this design work. The CES Team has this knowledge. CES Team staff have intimate knowledgeable of and first-hand working experience with VKB standards. Our key professionals have researched and studied the VKB standards. » CES Team staff have established strong relationships with the majority of the regulatory agencies spearheading complete streets projects. The CES Team has a comprehensive working knowledge of VKB General Conditions and Standard Specifications, Standard Drawings and Standard Details, and accepted/approved AutoCAD standards for contract drawings. We will also incorporate new VKB standards as may be developed during design. THE CES TEAM APPROACH In order to meet and exceed these Key Success Factors, our proposed project approach has been developed based on our knowledge of VKB procedures, the identification of the key factors for implementing the program, and our extensive previous experience in the successful design and implementation of similar infrastructure projects. The objectives of the CES Team are to: 1. Develop and successfully complete projects that meet the technical goals of the project for VKB. 2. Develop projects that will be compatible with the surrounding community and cause the least disruption to residents and traffic patterns during construction. 3. Provide project designs that are cost-effective, constructible, sustainable and of the greatest value to VKB. The CES Team proposes to complete projects in multiple phases, to include: Preliminary Design Phase: This phase will consist of preliminary engineering studies that will address the key factors previously identified, including: » » » » » Establishing the basis of design, site/field investigation with VKB Development of ROW cross section Incorporation of multimodal facilities Selection of infrastructure size, location and alignment Special considerations - schools, hospitals, special needs facilities Permits/easements required » Selection of materials, potential environmental mitigation Landscaping and hardscaping requirements and restrictions Schedule - quick start; fast track: milestones Estimates of probable construction costs Construction sequencing and phasing Maintenance of traffic Community and public relations Final Design Phase: This phase will include production of 30%, 60%, 90%, Permitting, and 100% construction documents and permit acquisition. Post -Design Services: This phase will include assistance with bidding, issuing addenda, and pre -bid meetings. Engineering During Construction: This phase will include assisting VKB staff or consultants with construction management services and resident engineering during the construction phases of the project. RESPONSIV AND PROVEN CIS Village of Key Biscayne RFQ# 2o21no8CIV: Continuing Architectural & Engineering Services, Civil Engineering PROJECT IMPLEMENTATION METHODOLOGY The CES Team recognizes that the anticipated projects will require the implementation of a multi -phased approach throughout the life of each project. This project implementation methodology will ensure that unnecessary pitfalls are avoided, that the impact to businesses, schools and residential communities are minimized, and that change orders during the construction phase are curtailed. Existing Conditions Confirmation Project site reconnaissance, field checking of topographic and utility survey, existing ROW, and verifying project limits Conducting test pits or air/vacuum extractions (SUE) to locate unclearly defined utilities (air/vacuum soil extraction is a proven technology for locating and verifying underground utilities while essentially eliminating the potential for damage to the utility) Confirming utility clearances and potential relocation requirements Existing ROW & Easements Early coordination and planning with the Village and impacted neighborhoods Field checking of project limits, and existing and potential for new easements and ROW List of all items encroaching into the ROW Environmental/Geotechnical Soil Borings Performing soil borings or geotechnical evaluation of specific or suspicious field conditions or alignment locations Locating and survey of soil borings to confirm subsurface conditions, and characterizing contaminated soils, if discovered Site Analysis Preliminary planning of ROW cross section alternatives and impacts with VKB Field walkover and confirming proposed siting Identifying and resolving potential issues and conflicts Uninterrupted Service during Construction Early planning of the sequence of construction and emergency plans for existing utility damage/failures due to construction activities Maintaining utility service throughout construction, including stormwater management » Identifying special conditional needs like schools, hospitals, businesses, etc. The CES Team will analyze and carefully plan every aspect of a project including interagency coordination, easement acquisition, permitting and regulatory compliance, pre -design, design, and limited construction phase, relying on proven project implementation methods. Regulatory Permitting Early scoping meetings with agencies to define permit requirements and schedule for prompt submittals and approvals, to include the Village, Miami Dade County, FDOT, SFWMD, FDEP, and DERM Special construction activity limitations and traffic management » Design & Construction Bid Documents » Simplified value engineering analysis of the project and possible alternatives Preparing plans and specifications in accordance with VKB standards Opinion of probable construction costs based on historical bid data Finalizing and submitting permit applications on behalf of VKB AND PROVENPERFORMANCE c -es Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Constructability Reviews CES, which also has a construction arm, has expertise in-house to perform constructability reviews, highlighting document errors, omissions, and conflicts among the work elements during the design phase to help prevent change orders and claims during construction, As an added value to VKB, we can provide independent staff with professional licenses and certifications including Professional Engineers (PEs), Certified General Contractors (CGCs), and Certified Professional Estimators (CPEs) and expertise with infrastructure projects. Opinion of Probable Cost As previously mentioned, CES has the advantage of having an in-house construction arm, which greatly enhances our ability to provide accurate Opinions of Probable Costs for our designs. This is a benefit to VKB that most of our competitors don't have. Community Impacts/Public Perception Roadway work, by its very nature, has major impacts on the communities in which it is located. Construction of these critical infrastructure improvements often involves noise, dust, and heavy machinery. Parking often is disrupted, utility services temporarily turned off, and traffic rerouted. Residents and businesses quite reasonably want to know what is being done, when it will be done, how they will be affected, and when it will all end. The CES Team will work directly with the Village and with the community early in the project planning process to ensure that public concerns are understood and considered. Our team members are well versed and experienced in working the public on similar projects, bringing local insight to public concerns and aspirations for any assigned project. Local knowledge indicates that many communities and development associations are active, are politically aware, and may not be receptive to large construction projects at first. When involved early in the process, an active, politically aware community can be an asset in developing large projects. Therefore, our public involvement effort will proactively capitalize on a community's active nature. Construction Management Services The increasing complexity of many construction projects and the escalating demands for project performance continue to drive significant changes in design and construction. Project integration and technical support of construction operations provide a promising response to these demands. The CES Team understands that to execute successful construction we must: )D » Integrate early planning with nearby residents/ businesses that may be impacted Plan for regulatory compliance Consider the construction methods and sequences during design Provide information to support effective construction Identify and provide construction -applied resources Create an environment for safe, productive, and high -quality work Technically support efficient construction operations and completion RESPONSIVE AND DEPEND PDpVPERFORMANCE Des Village of kev Bisca ne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Services during Construction The CES Team is committed to providing engineering services,. full-time or periodic site inspections and attendance at meetings, review of shop drawings, response to information requests, review of claims and potential change orders, review of contract schedules, review of schedule of values, and review of as -built drawings. In addition, we will coordinate with VKB to establish a plan to implement projects, to establish and track project schedule, budget, and deadlines, to prepare status reports, and to attend meetings as requested. The CES Team will assist VKB with detailing the submittal process for the contractor to give specific requirements on how and when the submittals are to be prepared and packaged. Using electronic submittals will greatly speed up any needed review by our engineering staff. Submittal information can be transmitted in seconds and response time cut to days. These project management systems show VKB where the submittal is in our review process and what individual needs to act on it for completion. This makes the submittal process more efficient and identifies areas that can potentially cause delays. Construction Inspection (as required) Construction inspectors are responsible for verifying that construction work is performed in accordance with the contract documents. The CES Team will provide VKB with inspectors as requested during the construction phase. While on -site, each inspector will prepare a daily inspection report to document the field construction activities, contractor/subcontractor workforce levels, major construction equipment, deliveries of permanent materials and equipment, unusual occurrences, accidents, work interruptions, delays, names of visitors, and weather conditions. Documentation of construction activities will include progress photos, archival photos, and videotape, as necessary. The contractor's work will be tracked according to quantity and quality, and actual progress will be compared with anticipated progress to keep projects on schedule. PROJECT MANAGEMENT The CES Team's project management principles, procedures, and methods, established over the years through the execution of significant infrastructure engineering projects, will be tailored to meet the Village's Civil projects' needs. The CES Team's Project and Design Managers will prepare a project - specific Project Management Plan (PMP) for each Contact Service Agreement (CSA) task assigned. The PMP will provide VKB and the CES Team's internal management with assurance that the objectives of each project are defined, understood and achieved. The PMP will represent how the CES Team will manage and implement its services on each project. The intent of the PMP is to establish the project requirements; to set a basis for controlling scope, schedule, and budget of the project tasks; and to describe the principal responsibilities and authority of the project participants. The PMP is intended to be a dynamic document and will be reviewed quarterly, with its contents revised as necessary to address changes in the policies and procedures of both our team and the Village. Project Kick-off Meeting The CES Team will begin with a kick-off meeting to identify the key participants, to discuss the project's purpose and goals, to define team member roles and responsibilities, and to identify expectations. The planning and scheduling of the implementation conference will be the responsibility of our Project Manager, working in conjunction with the VKB Project Manager. AND PROVENPERFORMANCE Des Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Project Reporting CES will distribute minutes of meetings within three working days of the conclusion of any meeting. Action items resulting from the meeting will be identified, including a responsible individual and a date when the action is to be completed. Action items will be entered into a tracking database and will be reviewed by the Project Manager on a weekly basis. Any action item that is delinquent will be reviewed to determine the reason it has not been completed. Monthly status reports will be the primary method for officially communicating the status of the project. The preparation of these reports will be the responsibility of the Project Manager with support from the project staff. The report will include cost and schedule updates by Work Breakdown Structure, variance analyses, recommended corrective actions, and updated forecasts. The status report will also include an executive summary with narratives regarding the accomplishments for the month, projected activities for the following month, and the identification of any issues that may have arisen, along with suggested approaches and resolutions. Subconsultant Coordination Each CES Team subconsultant has infrastructure design and construction management experience, in addition to specialized services for public participation, surveying, geotechnical, and electrical. Each subconsultant is given a specific scope, budget, and schedule. The Project Manager meets with each subconsultant on a periodic basis to coordinate key technical issues, schedule requirements, and upcoming work. If the subconsultant falls behind schedule, they will be required to add staffing until the progress meets the schedule. CES QA/QC plan to ensure consistent deliverables to VKB. All subconsultants will be required to follow the Project Design Schedule As part of the PMP, a design schedule will be prepared based on the tasks outlined in the scope of work. The design schedule will indicate the overall project schedule and the duration of each major phase that leads to the bid documents. Submittal dates, review periods, and the printing schedule will also be included. The schedule will not only depict the most efficient flow of work from design discipline to design discipline but will also illustrate the required deliverable production schedule. Adherence to the project schedule is achieved by a continuous analysis of staffing resources and requirements and production cost/schedule monitoring. CES can provide a schedule in various platforms but have found MS Project or P3e or P6 to be the most prudent scheduling tools. Budget Monitoring & Control The CES Team will develop and implement a Work Breakdown Structure (WBS) based on a logical organization of the work with flexibility to adjust with the evolution of the project. The WBS will include all tasks and any overall management tasks but will be primarily directed towards deliverable products. The WBS will form the basis for identifying schedule activities and monitoring cost. The PMP will identify Task Leaders responsible for administering each WBS. For example, WBSs for these projects will include each design discipline, and the Task Leader will be responsible for that WBS. We will also develop standard cost control reports for every level of the WBS, consistent with the schedule, and will track original budget, earned value, approved changes, current budget, current expenditures, estimate to complete, pending changes, and anticipated changes. The cost reports will compare planned versus actual expenses and identify variances at the cost account level. Explanation of the variances will be the responsibility of the WBS managers. Regular monitoring will allow the Project Manager to identify negative cost trends, to determine the root cause of the variances, and to establish corrective actions to rectify the situation. PROVEN C-09 iik5i�0iVSlwE AND Gti PERFORMANCE tip++ W Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering Quality Assurance/Quality Control Our Project Manager will develop a QA/QC Plan at the onset of the project that defines the formal QA/QC requirements that will be implemented throughout the project. The CES Team will conduct QA/QC reviews for all projects. Internal reviews, checks, and coordination will be conducted on an on -going basis to coordinate between various disciplines to ensure a fully integrated product. We will conduct internal meetings to review the status of drawings, specifications, process calculations, permitting issues, vendor coordination, and sub - consultant work. The 90% phase represents essentially complete contract documents requiring final review and could be offered/ used for permit drawings and applications. In the 90% discipline check, the Task Leader associated with each design discipline (i.e., civil, mechanical, electrical, structural, and instrumentation and controls) will perform a detailed review of plans and specifications within their discipline. At the same time, interface points associated with other disciplines will be reviewed. The Project Manager performs a detailed check of the entire design package. The final interdisciplinary review is conducted at the 90% complete level and primarily represents a coordination check between design disciplines to ensure complete compatibility. Representatives of each discipline will convene at a meeting chaired by the Project Manager. Each design will be reviewed with emphasis on interface/coordination requirements. PROJECT APPROACH Based on our experience performing roadway and drainage projects, we understand the typical community concerns and resident complaints that may be involved. By spending time in the field, we understand that what residents want most is a mechanism to voice their concerns and someone that will actually listen. Our team strategy is to provide full disclosure to residents, VKB staff, and all other stakeholders throughout a project's duration. We will work with the Village's Public Information consultant and assist them as needed. Our team has seasoned PM's, engineers and field representatives that have experience listening to and conversing with the residents with this type of neighborhood improvement projects. QA/QC (Assuring Success) Experience has taught us that the more we think about quality each step of the way, the better the final result. Early in each project, the CES Team will engage our highly -experienced QA/ QC Reviewers, Tom Burke, PE and David Hoot, PE. The team's purpose is to ensure quality planning, design, and constructability. These experts will be available as required to offer advice to review the work for QA/QC to ensure it meets the VKB Approved Materials and Equipment Lists. Our Team's technical review process includes QA/QC, in-house value engineering, and constructability reviews. QA/QC begins with the first day of the project effort and continues until final acceptance of the work product. Our QA/ QC procedures are focused toward providing a final product that is best for VKB. Ultimately, the CES Team will rely on our internal QA/QC procedures to ensure that we provide VKB with the best possible service and on time and within budget delivery for all projects assigned. FRO AND PROVEN PERFORMANCE De Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Permitting The permitting effort required to execute municipal and neighborhood improvement projects poses workable challenges, because permits within the public right-of-way or easements are required for the installation of the new utilities. Our Team will address the permitting process through a very clear and simple database. This database will maintain and identify each individual permit required for the entire project and will track the status of each permit, including regulator inspections and permit close—outs. Each individual permit will have stand-alone inspections from the regulatory agencies and individual close-out paperwork. The action of opening and closing a permit is not difficult but does require strong organizational tools and discipline. Our team members have assisted VKB, FDEP, DERM, and other agencies in the implementation of a successful permitting process. Public Right -of -Way Permitting Permits that are required within the right-of-way will not vary from the standard design -bid -build, however what will vary is the volume or timing. As we are likely going to fast -track the project via a phasing structure, we will require the same permits for each segment. While this will create additional permitting efforts, it will allow us to accelerate the schedule, achieving our milestone goals and project completion in an expedited manner. Surveying & Easement Acquisition A thorough understanding of existing above ground/ underground utilities and surficial features is essential to a well -planned, quality design that results in minimum risk to VKB during construction. Detailed survey of these existing conditions provides the design team with key information for locating new facilities, determining what utilities are in conflict with planned designs and may need relocation, establishing construction staging and work areas, and ensuring compliance with local setbacks. RESPONSIVE Ally DEPENDl,PRO PERFORMANCE C -es Along with normal survey of the right-of-way area, easement acquisition may be required for the proposed improvements. The legal process of obtaining temporary and/or permanent easements is long and could affect the design and construction schedule. CES will identify owners and requirements to obtain easements for the installation of pipe, meter, and other appurtenances. Legal processes, fees, schedules, and conditions for said land acquisition will be identified and provided to VKB during the design phase. Items that may be required during this phase are: Provision of a legal description and sketch for each affecting temporary construction, utility easement or ROW take, performed to VKB Standards. Physical delineation of parcels (with paint, stakes, flagging, etc.) in the interest of both the property owner and the appropriate agency. Physical delineation of the parcel to be a helpful tool for when the property parcel is to be appraised for acquisition or temporary easement usage Determination of the different types of easements or ROW takes that may arise for the project, to include: Temporary Construction Areas for storage of equipment, material, trailers, etc. Vehicular and Pedestrian Ingress -Egress for potential traffic flow Retention areas Parking Temporary relocations of affected utilities Village of Key Biscayne RFQ# 2021-08CIV: Continuin Architectural & Engineering Services, Civil Engineerin Subsurface Utility Engineering (SUE) & Soft Digs for Utility investigation As -built information provided from utilities is often not sufficiently accurate for a reliable design, resulting in unforeseen conflicts during construction. Subsurface Utility Engineering (SUE) is an engineering process for accurately identifying the quality of subsurface utility information needed for design projects and assists with verifying the elevation and horizontal location for existing utilities. Our team, when applicable and necessary, will verify vertical elevations and horizontal locations (VVHs) for existing public and private utilities. The exact location of critical utilities will be confirmed by field survey. Geotechnical investigations Detailed geotechnical (underground) evaluations may be necessary prior to designing the water or force mains. This information will assist the design team in preparing the design and anticipating any conditions that will impact the material, location or installation of the planned utility. Specific attention is given to existing soil/rock conditions, seasonal groundwater elevations, and other site features in the investigation. The geotechnical information is critical for the design team when considering excavation, dewatering during construction, ground failure protection for adjacent properties, and proper compaction of backfilled soils to avoid undesirable ground settlement. Utility Coordination & Conflicts Many underground utilities exist within the roadways of the Village, therefore avoiding conflicts is an early planning activity. The initial identification of existing utilities during the site survey provides the design team with the information needed to design around a utility or to design for relocation of the utility. Of the most prominent utilities typically encountered, FPL requires significant early planning and coordination, Maintenance of Traffic Planning (MOT) The area surrounding a construction site typically includes local and FDOT roadways, local residential and business traffic, schools, churches, hospitals, emergency service routes, and pedestrian traffic. MOT Plans are required by Miami Dade County and FDOT for all construction projects, along with sufficient details for the contractor to obtain an MOT permit and to maintain appropriate safety signage and lighting. The MOT ensures the contractor is aware of the vehicular and pedestrian traffic within the project area, as well as for emergency services. The CES Team will prioritize the engagement of the local fire station, local police station, and local schools to constantly keep them informed of our activities. This allows for continuous workflow and limits the impact to local emergency services. Site Restoration The project sites will likely lie within local and commuter roadways and in residential neighborhoods where construction activities will impact both the public right-of-way and, potentially, private property. It is therefore essential to dearly identify existing conditions within the construction documents and to design restorative measures for the contractor to follow in returning the site to pre -construction conditions. It is also essential for the team to collect and store pre -construction photographs and video to facilitate the restoration of property to pre -construction conditions. Uninterrupted Service Maintaining water supply and wastewater service to each individual residence or community, as well as bypass operations for pipelines or pump stations temporarily out of service, is essential during the construction of horizontal infrastructure projects that may affect underground utilities. Providing uninterrupted service to the community and individual residents is first and foremost. Disruption of utility service is not permissible to the CES Team or VKB. We have extensive previous experience with municipal infrastructure replacement programs, connections and tie-ins, and new pipeline installation, and through this experience, our Team understands how to minimize uninterrupted service during construction activities. Construction Sequence & Staging The sequencing of construction for public infrastructure work must incorporate construction of the work, for example the stormwater system, while operation of the existing system continues. In addition, the order of construction must not conflict with follow-on work, must maintain site access for construction and local roadway access for residents, businesses, and emergency services, and provide far ready and accessible storage of contractor equipment and materials during construction. PROVEN C�]S AND PERFORMANCE W��7 Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering 1.5.1 CONTRACT INFORMATION Below are five (5) recent contracts in which CES Consultants has provided similar services to other public entities. Contract/Project Name: D/B NW 13th Street Phase I Force Maim Replacement Entity Name: City of Fort Lauderdale Contact Name: Raymond Rammo, PE, MS Contact Phone: Office: 954.828.5990 Cell: 305.922.4645 Contact Email: rrammo( fortlauderdale.gov Contract/Project Name: West Avenue Basin Stormwater Model Entity Name: City of Miami Beach Contact Name: Jorge Rodriguez Contact Phone: 305.673.7071 Contact Email: jorgerodriguez@miamibeachfl.gov Contract/Project Name: City of Miami Beach Public Works Manual Review & Update Entity Name: City of Miami Beach/ Hazen & Sawyer Contact Name: Jorge Rodriguez/ Beth Waters, PE Contact Phone: 305.673.7071/ 305.443.4001 Contact Email: jorgerodriguez miamibeachfl.gov/ bwaters@hazenandsawyer.com Contract/Project Name: MDWASD Pump Station Improvement Program (Phase II) Entity Name: Miami -Dade County Water & Sewer Dept. Contact Name: Reinaldo J. Rivera, PE Contact Phone: 305.903.5024 Contact Email: Reinaldo.Rivera@miamidade.gov Contract/Project Name: Miramar Infrastructure Improvements & Service Conversions, Phase Ili Entity Name: City of Miramar Department of Operational Services Contact Name: Robin Bain, PE (Former Assistant Director of Utilities) Contact Phone: 623.217.7202 Contact Email: rbain.reclaim@gmail.com RESPONSIVE AND DEPL -PA�VPERFORMANCE Ciiee Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering 2.1.11: CLIENT REFERENCE 1 WEST AVENUE NEIGHBORHOOD UTILITY 6 RESILIENCY C -es NORTH OF 14TH STREET IMPROVEMENTS IMPROVEMENTS In its continuing efforts to address sea level rise, the City of Miami Beach (CMB) awarded the RMCF/CES Consultants D/B team with two design/build contracts for neighborhood improvements throughout the West Avenue South and North Corridors. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure have contributed to frequent flooding of CMB facilities, residences and business properties in the West Avenue Basin. The resiliency and sustairability project will provide the community with increased protection from flooding during storm events and high seasonal tides and a higher level of service for their infrastructure. CES acted as Project Manager, Lead Project Consultant/Designer and Engineer of Record for the scope of work, which includes the design and construction of the complete public underground utilities of water transmission/distribution system, sanitary sewer collection system, and stormwater drainage system, including the verification and development of a stormwater model and a new 120,000 GPM master stormwater pump station, and the design, vertical rehabilitation, harmonization and ultimate construction of 1.2 miles of total roadway, sidewalks, landscaping and related infrastructure, including water meter service conversions from the rear of private properties to new water lines and connections in the right-of-way, in the projects' corridor. CES is also responsible for the pedestrian friendly "Complete Street" redesign, as well as incorporation of the findings of the 100 Resilient Cities Workshop, which includes raising the existing grade of the roadway by approximately 30 inches while providing drainage capacity for a 10 -year storm event level of service with no structure flooding, a revised typical section. that incorporates a pedestrian/ bicyclist -friendly corridor, public/ private property harmonization, new traffic signals, street lighting, and landscaping. The North project includes the design of a "Bay Walk," for pedestrians, which extends into Biscayne Bay at the west end of the Lincoln Road Corridor and proposed stormwater pump station. AND 111111111111111'I 101III I1II1I I I1I1111 LOCATION Miami Beach, FL OWNER City of Miami Beach Jorge Rodriguez 305.673.7071 jorgerodriguez@miamibeachfl. gov COMPLETION Design: Complete Construction: Ongoing COST $51M* KEY FEATURES Design -Build Water Transmission/ Distribution System Sanitary Sewer Collection System Urban Pump Stations, Stormwater & Drainage Utility Relocation Roadway Restoration Streetscapes/Complete Streets Design Property Harmonization with Artist's Renderings for Each Property Water Meter Service Conversions SUE/Utility Coordination MOT & Signalization Sidewalk/Curbing. Interagency Coordination Public Involvement PROVEN r-ec PERFORMANCE y L1 Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering CES coordinated with the CMB, Ric -Man Construction Florida and the public/residents via the PIO and managed and interfaced with 10 subconsultants in a variety of disciplines throughout the project development and design, project resiliency improvements, and into permitting and construction. In a collaborative effort, CES directed, held or attended bi-weekly design, utility and project meetings with CMB staff and project team/contractor members. CES also developed, coordinated and attended multiple public meetings and prepared presentations for CMB review/use, supporting resident interface. The team also participated in the 100 Resilient Cities Workshop and incorporated design changes and improvements to the project as a result of the workshop. The CES Team utilized an Urban Forester/Arborist to identify and evaluate the existing tree canopy and its viability both within and adjacent to ROW to save/maintain as much of the existing "green" infrastructure as possible. The CES Team identified and reviewed encroachments and optional design considerations to resolve conflicts, preparing Harmonization Plans for 192 properties (137 North/55 South), with each property set including a Site Plan, Landscape Plan and 3D Perspective Rendering, specific to each property. CES also reviewed and evaluated seven existing CMB and FDOT stormwater pump stations (three North/four South) that impact or integrate with the project for Emergency Generator locations and connections, including supplemental survey and site investigations. These new Generators will allow CMB to improve and maintain stormwater disposal to reduce/ minimize flooding as part of the resiliency effort. CES coordinated with 12 different utilities along the project ROW to identify existing utility locations, potential conflicts and options/opportunities for facility relocation or adjustments. The project also involved the creation, development and maintenance of a Master Utility Plan to develop designs that incorporated or remediated affected utilities. By utilizing Civil 3D Software, CES created a 3D Model and Interactive Video of the existing and proposed utilities to represent location and subsurface conditions to minimize conflicts and to improve utility allocations and corridors. Stormwater Drainage System Improvements and Rehabilitation: CES performed a review and evaluation of two existing hydraulic models and developed an updated Stormwater and Hydraulic Model of the West Ave Project Basin that included the impacts of the City's 6O0 -acre Basin, from the project east to the Atlantic Ocean. The project was modeled using ICPR4 and included upsizing and design of all drainage lines, curb inlets and yard piping followed by significant upsizing and modifications of the proposed pump stations. CES created the stormwater model and developed a pre vs. post scenario, along with three alternative stormwater models. The model considered the proposed roadway elevation and the actual finish floors of each existing structure. A hydraulic grade line was developed and maintained at one foot below the lowest finish floor elevation. The results of this model are being used in the complete design of the stormwater system for both the North and South projects. RESPONSIVE AND Dt:PENf, pRQYPERFORMANCE c+ev Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering THE WEST AVENUE NORTH CORRIDOR PROJECT ALSO INCLUDED: Stormwater Drainage System improvements and Rehabilitation: The North project includes replacement and upsizing of the existing stormwater drainage system. The following will be installed as part of the project: 3,600 LF of 24 -inch RCP drainage, 2,100 LF of 48 -inch RCP drainage, 800 LF of 60 -inch RCP drainage, 2,300 LF of 72 -inch RCP drainage, 400 LF of 84 -inch RCP drainage, and 300 LF of 96 - inch RCP drainage, with equivalent sized box culvert materials considered as an alternate. Additionally, a new 120,000 GPM stormwater pump station, including water quality treatment units and a specialized dissipator discharge structure, will be installed on the west end of Lincoln Road. Water Distribution and Transmission System: The North project includes replacement of the existing water main distribution and transmission system, to include 1,150 LF of 6 -inch fire service lines, 1,350 LF of 12 -inch distribution main, and 3,000 LF of 20 -inch transmission main. New service connections, water meters, fire hydrants, and irrigation lines will be installed. The new water distribution/transmission system will be installed along West Avenue between 14th Street and Lincoln Road, along Bay Road between Flamingo Way and the Collins Canal, and along loth Terrace to Lincoln Road between West Avenue and Alton Road. The existing water mains are being decommissioned. Sanitary Sewer Collection System: The North project includes rehabilitation and/or replacement -in -kind of the existing sanitary sewer collection system and adjustments to slopes and manholes to improve the existing system. The design includes the replacement of 5,400 LF of pipe of varying sizes (12 -inch, 15 -inch, 16 -inch, and 18 -inch) and 32 manholes. AND PROVEN PERFORMANCE CVV Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering 2.2.11: CLIENT REFERENCE 2 INTERSECTION AT SW 145TH AVE. & PEMBROKE RD. OeFEASIBILITY STUDY &CONCEPTUAL DESIGN OPTIONS 9 The City of Pembroke Pines has had significant issues with automobile accidents at the intersection of SW 145th Avenue and Pembroke Road. In order to better understand the issue and to provide solutions, the City tasked CES Consultants with developing a feasibility study of that intersection. This effort required analyzing traffic count data of the intersection, understanding of the existing ROW and all infrastructure assets in the intersection, and development of several conceptual alternatives to improve the safety of the intersection, Alternative No. 2 Our feasibility study began by inspecting the existing conditions of the intersection, reviewing the most recent survey, reviewing the previous roadway drawings, and interviewing with both City of Pembroke Pines and City of Miramar staff. Once the investigation was complete, CES developed three (3) conceptual alternatives. These alternatives varied from adjusting the pavement markings to creating dedicated turning lanes. The primary issue detected was that there was a slight lane shift within the intersection. This lane shift caused poor visibility for the eastbound left turn lane. In order to correct this, CES proposed to adjust the lanes further away from the intersection. CES also proposed a solution to widen the intersection to include dedicated turning lanes with a raised concrete median to prevent illegal U-turns. The project included the following: » Utility Identification & Relocation » Traffic Count Analysis » Preparation of Budgetary Cost Estimates » Conceptual Design Alternative Development Alternative No. 3B RESPONSIV AND 111111111111111111111111111111111111 LOCATION Pembroke Pines, Ft OWNER City of Pembroke Pines Cornell Allison 203.715.6962 callison@ppines.com COMPLETION 2019 COST $23,355 (Fee Only) KEY FEATURES Civil Engineering Study Roadway Design Lane Alignment Channelization Pavement Markings Signalization Signage PROVEN COB PERFORMANCE Vv Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering 2.3.11: CLIENT REFERENCE 3 WEST AVENUE OD UTILITY a IMPROVEMENTS SOUTH OF 14TH 4TH STREET RESILIENCY In its continuing efforts to address sea level rise, the City of Miami Beach (CMB) awarded the RMCF/CES Consultants D/B team with two design/buiid contracts for neighborhood improvements throughout the West Avenue South and North Corridors. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure have contributed to frequent flooding of CMB facilities, residences and business properties in the West Avenue Basin. The resiliency and sustainability project will provide the community with increased protection from flooding during storm events and high seasonal tides and a higher level of service for their infrastructure. CES acted as Project Manager, Lead Project Consultant/Designer and Engineer of Record for the scope of work, which includes the design and construction of the complete public underground utilities of water transmission/distribution system, sanitary sewer collection system, and stormwater drainage system, including the verification and development of a stormwater model and a new 120,000 GPM master stormwater pump station, and the design, vertical rehabilitation, harmonization and ultimate construction of 1.2 miles of total roadway, sidewalks, landscaping and related infrastructure, including water meter service conversions from the rear of private properties to new water lines and connections in the right-of-way, in the projects' corridor. CES is also responsible for the pedestrian friendly "Complete Street" redesign, as well as incorporation of the findings of the 100 Resilient Cities Workshop, which includes raising the existing grade of the roadway by approximately 30 inches while providing drainage capacity for a 10 -year storm event level of service with no structure flooding, a revised typical section that incorporates a pedestrian/bicyclist-friendly corridor, public/private property harmonization, new traffic signals, street lighting, and landscaping. The South project includes the design and harmonization of the main commercial/high- rise condo area which required greater focus on pedestrian access, landscaping and a modified roadway cross-section from 8th to 14th Streets for bicycle traffic. AND IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII LOCATION Miami Beach, FL OWNER City of Miami Beach Nelson Perez-Jacome 305.673.7080 NelsonPerez-Jacome,� miamibeachfl.gov COMPLETION Design: Complete Construction: Ongoing COST $21M+ KEY FEATURES Design -Build Water Transmission/ Distribution System Sanitary Sewer Collection System Urban Pump Stations, Stormwater & Drainage Utility Relocation Roadway Restoration Streetscapes/Complete Streets Design Property Harmonization with Artist's Renderings for Each Property Water Meter Service Conversions SUE/Utility Coordination MOT & Signalization Sidewalk/Curbing Interagency Coordination Public Involvement PROVEN oes PERFORMANCE �++ Village of Key Biscayne RFQ# 2021 08CIV: Continuing Architectural & Engineering Services, CivlI Engineering CES coordinated with the CMB, Ric -Man Construction Florida and the public/residents via the PIO and managed and interfaced with l0 subconsultants in a variety of disciplines throughout the project development and design, project resiliency improvements, and into permitting and construction. In a collaborative effort, CES directed, held or attended bi-weekly design, utility and project meetings with CMB staff and project team/contractor members. CES also developed, coordinated and attended multiple public meetings and prepared presentations for CMB review/use, supporting resident interface. The team also participated in the 100 Resilient Cities Workshop and incorporated design changes and improvements to the project as a result of the workshop. The CES Team utilized an Urban Forester/Arborist to identify and evaluate the existing tree canopy and its viability both within and adjacent to ROW to save/maintain as much of the existing "green" infrastructure as possible. The CES Team identified and reviewed encroachments and optional design considerations to resolve conflicts, preparing Harmonization Plans for 192 properties (137 North/55 South), with each property set including a Site Plan, Landscape Plan and 3D Perspective Rendering, specific to each property. CES also reviewed and evaluated seven existing CMB and FDOT stormwater pump stations (three North/four South) that impact or integrate with the project for Emergency Generator locations and connections, including supplemental survey and site investigations. These new Generators will allow CMB to improve and maintain stormwater disposal to reduce/ minimize flooding as part of the resiliency effort. CES coordinated with 12 different utilities along the project ROW to identify existing utility locations, potential conflicts and options/opportunities for facility relocation or adjustments. The project also involved the creation, development and maintenance of a Master Utility Plan to develop designs that incorporated or remediated affected utilities. By utilizing Civil 3D Software, CES created a 3D Model and Interactive Video of the existing and proposed utilities to represent location and subsurface conditions to minimize conflicts and to improve utility allocations and corridors. Stormwater Drainage System Improvements and Rehabilitation: CES performed a review and evaluation of two existing hydraulic models and developed an updated Stormwater and Hydraulic Model of the West Ave Project Basin that included the impacts of the City's 600 -acre Basin, from the project east to the Atlantic Ocean. The project was modeled using ICPR4 and included upsizing and design of all drainage lines, curb inlets and yard piping followed by significant upsizing and modifications of the proposed pump stations. CES created the stormwater model and developed a 4011kc pre vs. post scenario, along with three alternative stormwater models. The model considered the proposed roadway elevation and the actual finish floors of each existing structure. A hydraulic grade line was developed and maintained at one foot below the lowest finish floor elevation. The results of this model are being used in the complete design of the stormwater system for both the North and South projects. .win RESPONSIVE AND DEPEND, PERFORMANCE ERFORMANCE C-eS Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering THE WEST AVENUE SOUTH CORRIDOR PROJECT INCLUDED: Stormwater Drainage System Improvements and Rehabilitation: The South project includes replacement and upstzing of the existing stormwater drainage system and includes 2,055 LF of 24 -inch RCP drainage, 30 LF of 30 -inch RCP drainage, 870 LF of 48 -inch RCP drainage, and 1,700 LF of 60 -inch RCP drainage, with equivalent sized box culvert materials considered as an alternate, Water Distribution and Transmission System: The South project includes replacement of the existing water main distribution and transmission system. The following will be installed as part of the project: 980 LF of 6 -inch fire service lines, 3,900 LF of 12 -inch distribution main, and 2,400 LF of 20 -inch transmission main. New service connections, water meters, fire hydrants, and irrigation lines will be installed. The new water distribution/transmission system will be installed along West Avenue, between 8th and 14th Streets, and along 8th Street to 14th Street between West Avenue and Alton Road. The existing water mains are being decommissioned. Sanitary Sewer Collection System: The South project includes rehabilitation and/or replacement -in -kind of the existing sanitary sewer collection system and adjustments to slopes and manholes to improve the existing system. The design includes the replacement of 3,350 LF of pipe of varying sizes (12 -inch, 15 -inch, 16 -inch, and 18 -inch) and 30 maintenance access structures. PROVEN Ges AND PERFORMANCE V V Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering QUESTION SET 4: ADDITIONAL KEY STAFF # Question 'Response Comment KEY STAFF 4.11.1 MEMBER 11 Erik Alcantara, PE, ENV SP Please provide this staff member's name: 4.11.2 Please provide this staff member's job title: Project Engineer/Designer 4.11.3 What role will this staff member fill for this contract? Project Engineer/Designer Utility Coordinator 4.11.4 Is this staff member employed by your company? If not, please provide the name of the employer. Yes 4.11.5 How many years of experience does this staff member have? 7 411 How many years has this staff member been with their current employer? 4 4.11.7 Please list any relevant licenses (including license number) and certifications this staff member has: FL Professional Engineer (Exams Passed; License #TBD) DR Professional Engineer #36854 ENV SP #23745 4.11.8 KEY STAFF 4.12.1 Does the this staff member have any concurrent commitments to other contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated committed hours, and the period of engagement (contract term). MEMBER 12 Please provide this staff member's name: Yes Jose M. Aldir, PE City of Miami Beach; 10 hours/week; Completed by 10/2021 4.12.2 Please provide this staff member's job title: Traffic Engineer 4.12.3 What role will this staff member fil l' for this contract? Traffic Engineer 4.12.4 Is this staff member employed by your company? If not, please provide the name of the employer. No Civil Works, inc. 4.12.5 How many years of experience does this staff member have? 23 4.12.6 How many years has this staff member been with their current employer? 20 4'127 Please list any relevant licenses (including license number) and certifications this staff member has: Florida Professional Engineer #71045 4.12.8 Does the this staff member have any concurrent commitments to other contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated committed hours, and the period of engagement (contract term). Yes FDOT, Dist. 6 Jose Barrera, P.E. 20 Hrs/Wk. PROVEN C�j RESPONSIVE AND DEPENO� PERFORMANCE c -e S Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering services, Civil Engineerin PUBLIC/PRIVATE CLIENT LIST Below is a list of all of CES's public and private clients for the past three (3) years. Additional relevant past project information is also included in this section, as well as relevant past project experience for our Key Subconsultants. Status I Project ID I Contract Name Contract Owner Active M -1101B (38-09-10) Continuing Professional Engineering Services - Sanitary Sewer City of North Miami Active B-12007 (9603-92-43) Agreement for Open End Services for Structural Engineering Services Broward County School Board Active M-14001 (E13-WASD-03) WASD Design Consultant PSIP Miami -Dade Water & Sewer Department Active NY -14009 (HWDRCW03) Requirement Contract for Engineering Design and Related NY City Dept. of Design + Services Construction Work Hold B-15001 (RFQ 14-04-33) Miramar Water Main Engineering Services City of Miramar Active M-14003 (E13-WASD-11) WASD Ocean 0utfall Program Management Miami -Dade Water & Sewer Department Active NY -14002 Construction Management Services in Connection w/Mgmt NY City Housing Authority of the SCA's Mentoring Active P-14002 Palm Beach Program Management Consultant Services Town of Palm Beach Active NY -14005 (HWCRQ03S) RE Inspection Services for Small Infrastructure Projects, NY City Dept. of Design + Citywide Construction Active NY -14006 (HWCRQ03L) RE Inspection Services for Large Infrastructure Projects, Citywide (HDR) Work Hold NY -15002 (RLCY-DES-D) Design Services During Construction Of Various Wastewater Project Active M-15011 Local Pump Stations (WASD) (E15-WASD-02) NY City Dept. of Design + Construction NY State Dept of Environmental Protection Miami -Dade Water & Sewer Department Active NY -15004 CHWCRQ04M) REI Services for Medium Infrastructure Construction Projects Citywide NY City Dept. of Design + Construction Active NY -15005 (HWCRQ04L) REI Services for Large Infrastructure Construction Projects Citywide NY City Dept. of Design + Construction Active NY -14007 (HWCRQ03L) RE Inspection Services for Large Infrastructure Projects, NY City Dept. of Design + Citywide (TYLIN) Construction Active M-16001 D/B Services for West Avenue South of 14 Street (2016 -090 -KB) City of Miami Beach Active M-16002 (2016 -091 -KB) DM Services for West Avenue North of 14 Street City of Miami Beach Active P-16003 (WUD 15-013) PBCWUD Water Distribution Systems Replacements Palm Beach County Water Utilities Department Active M-16013 (NOR16001) MDC School of Justice Tactical Training Center Remodeling Miami -Dade College / Renovation Active NY -17001 (HWDCRQ04M) Engineering Design and Related Services for Infrastructure NY City Dept. of Design + Projects, Citywide Construction AND PROVENPERFORMANCE oes Village of Key Biscayne RFA# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineers! Status Project ID Contract Name I Contract Owner Active B-17002 (R1355803P1) Water and Sanitary Sewer System Improvements for UAZ Broward County Water & Waste Water Services Active M-17003 Engineering Services for Water & Wastewater Systems (2017 -129 -KB) Projects City of Miami Beach Active PM -17002 Baggage Handling System at Miami International Airport Miami -Dade Aviation (MDAD-15-01) Active NY -17003 Resident Engineering Inspection Services (HWCRQ04L) NY City Dept. of Design + Construction Active NY -18001 RE! Services for the Reconstruction of Tillary Street Area NY City Dept, of Design + (HWK639WA) Phase 2, Brooklyn Construction Active P-18002 "Riviera" Utility Special District Continuing Engineering (RFQ-947-18-2) Service Agreement City of Riviera Beach Active B-18009 "City of PP" Professional Service Providers (A & E, (PSEN-18-02) Surveying & Mapping) City of Pembroke Pines Active NY -18004 REI Services for Micro, Small, Medium and Large (HWCRQ04L) Infrastructure Projects NY City Dept. of Design + Construction Active T-19002 (19-C-00022) "Tampa" D/B David L. Tipping Water Treatment Facility City of Tampa High Sery P/S & Misc Improvement Active NY -19001 (MIBBNC003) REI Services for the Reconstruction of Sanitary and Storm NY City Dept. of Design + Sewers on Mason Ave Construction Active P-19003 SFWMD OMRR&R Professional Engineering Services for (4600004086) Gravity Control Structures South Florida Water Management District Active Active MC -18003 NY -19005 (GCJA03-3A) Florida City Projects 4-5-6-8-9-14 PS Improvement GI -Construction of ROW Bioswales & Stormwater GS in JAM. Borough of Queens City of Florida City NY City Dept. of Design + Construction Active PM -19002 Program Management School District of Palrn Beach (60549366) County Schools District of Palm Beach County Active PM -19003 (97-2019) STOF Tribalwide Construction Inspection Services Seminole Tribe Of Florida Active P-19006 Palm Beach County Integrated Utility Master Plan Utility Palm Beach County Water Utilities Department Active NY -19006 CM Services in Connection with Miscellaneous Projects at New York City DEP (PW-112-N) various BWT Locations Active BC -19003 Construction - Emergency Procurement DB for NW 13th St City of Fort Lauderdale Phase 1 FM Replacement Active NY -19008 Requirements Contract for REI Services for Large (HWCRQO4L) Infrastructure Projects NY City Dept. of Design + Construction Active NY -20001 REI Services for Storm & Sanitary Sewers in 20th Ave & (SE -807) Water Main Replacement NY City Dept. of Design + Construction Closed NY -19007 P.A. Agreement #410-19-136 Construction Management & Port Authority of NY & NJ (Task 1 - 19-02 ) Inspection Service Closed P-14003 SFWMD OMRR&R Services South Florida Water Management District Closed P-14001 SFWMD Prof Engineering Services for Operation, (4600003099) Maintenance, Repair & Replacement South Florida Water Management District Closed P-15008 FPL General Services Florida Power and Light Co. Closed M-16009 D/B Services for Replacement of Water Main and (DB15-WASD-01) Conversions in "Donut Hole" Area Miami -Dade Water & Sewer Department RESPONSIv` AND DEPEND+'PRDVPERFORMANCE COS Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Status Project ID I Contract Name Contract Owner Closed P17008 "WPB" Washington Road Utility and Stormwater Outfall Improvements City of West Palm Beach Closed NY -17002 (CS-ER-WCP) Pugsley Creek Relief Sewer and Repair of Existing Combined Trunk with Water Main New York City Department of Environmental Protection Closed NY -19002 REI services for HLSS Storm, Sanitary Sewer & Water Main NY City Dept. of Design + (SE -855) in Fresh Creek Area Construction Closed M-14002 Program Management Owner's Representative Services for JHS Capital Plan Jackson Public Health Trust Closed PM -18006 (148001488) City of North Miami Beach Capital Improvement Program City of North Miami Beach Closed T-19006 Provo Water Company (Turks and Caicos) Turks & Caicos Water Company Ltd Closed PM -16004 (E15 -SEA -02) Closed P-17012 PortMiami Program Management Consultant Port of Miami BBCW L31E CULVERTS Inspection and Material Testing Services South Florida Water Management District Closed M-17005 (16-17-041) "MIA" Comprehensive Stormwater Master Plan City of Miami (B -30632A) City of Miami Closed Closed P-18001 WPBFS Culvert Replacement Project City of West Palm Beach P-19002 Professional Engineering Services- Biennial Facility (17-603) Inspections Solid Waste Authority of Palm Beach County Closed M-10006 Engineering Support For Facilities Rehabilitation (E06-MDWASD-13) NRWWTP Miami -Dade Water & Sewer Department Closed B-13002 (RLI Y1099512R1) NRWWTP Pumping System and Septage Receiving Facility Broward County Water & Wastewater Updating Services Closed M-14006 (DB13-WASD-04) WASD DB For Shenandoah Phase B Miami -Dade Water & Sewer Department Closed NY -16002 (PW-101-N) CM Services in Connection with Miscellaneous Projects at Various BWT Location NYC Department of Environmental Protection Closed B-14001 Fort Lauderdale Cost Estimating Services City of Fort Lauderdale Closed P17005 "Seminole Tribe" Professional Civil Eng. Ser. Design Drainage Plan for Tamiami Seminole Tribe Of Florida Closed JAC-17013 JAC-17013- River City Plaza- Civil Engineering Services Closed NY -15006 (HWDRQSBS1) Engineering Design for various Select Bus Service (SBS) and Vision Zero Project Closed B-16007 (P1019501B1) Everglades Holiday Park Deck and Walkway As -Built NY City Dept. of Design + Construction Broward County Closed B-16006 (P1019501B1) TY Park Slavin Building Column Repair Broward County Closed NY -17004 (RQCM_'MED) Requirements Contract for Construction Mgmt services for medium proj citywide NY City Dept. of Design + Construction Closed PM -17003 Monitoring and Supervision Services of Debris Management and Removal Solid Waste Authority of Palm Beach County Closed B-14004 (647994-002) PM for FLL Terminal One Modernization (Southwest) Broward County Aviation Department Closed P-17009 Professional Eng. Services for 0ps, Maintenance, Repair, Replacement & Rehab South Florida Water Management District Closed B-13001 Broward W/WW Treatment, Distribution, and Collection (RLI R)025211R1) System Broward County Water and Wastewater Services AND PROVEN PERFORMANCE 5 Village of Key Biscayne RFQ# 2021-08C1V: Continuing Architectural & Engineering Services, Civil Engineering Status Project ID Contract Name Contract Owner Closed JAC-17012 (2017-07-11) Beach Plaza -Existing Parking Counts and Future Parking Counts outside of FDOT BACM 2006-4 Beach Blvd LLC c/o NAI Hallmark Partners Closed NY -14008 (HWCRQO3L) RE Inspection Services for Large Infrastructure Projects. Citywide (D&B) NY City Dept. of Design + Construction Closed P-16OO4 (PO 15073004) Closed NY -12003 (HD -1610) Closed NY -13005 (QED 1001) Bridge Inspection Services for Pump Station S -5A Repowering & Automation HD -161C Gateway Estates Phase C QED 1001 REI Services for Water Main Replacement at Various Locations, Queens NY Dept. of Design + Construction NY City Dept. of Design + Construction Closed E07-WASD-05 South District Wastewater Treatment High Level Disinfection Facility Miami -Dade Water & Sewer Department Closed JAC-17008 (2017-01-02) Dempster Enclosure Modification BACM 2006-4 Beach Blvd LLC c/o NAI Hallmark Partners Closed JAC-17007 (2017-01-01) Traffic Calming, Parking Lot Layout and Outparcel Circulation and Layout BACM 2006-4 Beach Blvd LLC c/o NAI Hallmark Partners Closed NY -16001 (02175500) DEP-AM1 Asset Management Program NY State Dept of Environmental Protection Closed B-11009.001 (M-11009.001) Closed M-17002 CPM/CEI for Expansion Runway 9R -21L FLL Broward County Aviation Department 19th Street Pump Station Engineering Services City of Miami Beach Closed NY -12001 (QED 989) QED -989 REI Services for Water Main Replacement at Various Locations, Queens NY Dept. of Design + Construction RESPONSIVE 00 DEPEND PROVEN PERFORMANCE DDS Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering WEST AVENUE NORTH a SOUTH D/B NEIGHBORHOOD UTILITY Fl RESILIENCY IMPROVEMENTS In its continuing efforts to address sea level rise, the City of Miami Beach (CMB) awarded the RMCF/CES Consultants D/B team with two design/build contracts for neighborhood improvements throughout the West Avenue North and South Corridors. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure have contributed to frequent flooding of CMB facilities, residences and business properties in the West Avenue Basin. The resiliency and sustainability project will provide the community with increased protection from flooding during storm events and high seasonal tides and a higher level of service for their infrastructure. CES is the Project Manager, Lead Project Consultant/ Designer and Engineer of Record for the scope of work, which includes the design and construction of the complete public underground utilities of water transmission/distribution system, sanitary sewer collection system, and stormwater drainage system, including the verification and development of a stormwater model and a new 120,000 GPM master stormwater pump station, and the design, vertical rehabilitation, harmonization and ultimate construction of 1.2 miles of total roadway, sidewalks, landscaping and related infrastructure, including water meter service conversions from the rear of private properties to new water lines and connections in the right-of-way, in the projects' corridor. CES is also responsible for the pedestrian friendly "Complete Street" redesign, as well as incorporation of the findings of the 100 Resilient Cities. Workshop, which includes raising the existing grade of the roadway by approximately 30 inches while providing drainage capacity for a 10 -year storm event level of service with no structure flooding, a revised typical section that incorporates a pedestrian/bicyclist-friendly corridor, public/private property harmonization, new traffic signals, street lighting, and landscaping. The North project includes the design of a "Bay Walk," for pedestrians, which extends into Biscayne Bay at the west end of the Lincoln Road Corridor and proposed stormwater pump station. The South project includes the design and harmonization of the main commercial/ high-rise condo area which required greater focus on pedestrian access, landscaping and a modified roadway cross-section from 8th to 14th Streets for bicycle traffic. CES coordinated with the CMB, Ric -Man Construction Florida and the public/ residents via the PIO and managed and AND CAS 11111111111111111111111111UU111111 LOCATION Miami Beach, FL OWNER/CLIENT City of Miami Beach/ Ric -man Construction Florida COST $72M+ Total COMPLETION Design: Complete Construction: Ongoing KEY FEATURES Design -Build Water Transmission/ Distribution System Sanitary Sewer Collection System Urban Pump Stations, Stormwater & Drainage Utility Relocation Roadway Restoration Streetscapes/Complete Streets Design Property Harmonization with Artist's Renderings for Each Property Water Meter Service Conversions SUE/Utility Coordination MOT & Signalization Sidewalk/Curbing Interagency Coordination Public Involvement PROVEN oes PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering interfaced with 10 subconsultants in a variety of disciplines throughout the project development and design, project resiiiency improvements, and into permitting and construction. 'In a collaborative effort, CES directed, held or attended bi-weekly design, utility and project meetings with CMB staff and project team/contractor members. CES also developed, coordinated and attended multiple public meetings and prepared presentations for CMB review/use, supporting resident interface. The team also participated in the 100 Resilient Cities Workshop and incorporated design changes and improvements to the project as a result of the workshop. The CES Team utilized an Urban Forester/Arborist to identify and evaluate the existing tree canopy and its viability both within and adjacent to ROW to save/maintain as much of the existing "green" infrastructure as possible. The CES Team identified and reviewed encroachments and optional design considerations to resolve conflicts, preparing Harmonization Plans for 192 properties (137 North/55 South), with each property set including a Site Plan, Landscape Plan and 3D Perspective Rendering, specific to each property. CES also reviewed and evaluated seven existing CMB and FDOT stormwater pump stations (three North/four South) that impact or integrate with the project for Emergency Generator locations and connections, including supplemental survey and site investigations. These new Generators will allow CMB to improve and maintain stormwater disposal to reduce/ minimize flooding as part of the resiliency effort. CES coordinated with 12 different utilities along the project ROW to identify existing utility locations, potential conflictsand options/opportunities for facility relocation or adjustments. The project also involved the creation, development and maintenance of a Master Utility Plan to develop designs that incorporated or remediated affected utilities. By utilizing Civil 3D Software, CES created a 3D Model and Interactive Video of the existing and proposed utilities to represent location and subsurface conditions to minimize conflicts and to improve utility allocations and corridors. Stormwater Drainage System Improvements and Rehabilitation: CES performed a review and evaluation of two existing hydraulic models and developed an updated Stormwater and Hydraulic Model of the West Ave Project Basin that included the impacts of the City's 600 -acre Basin, from the project east to the Atlantic Ocean. The project was modeled using ICPR4 and included upsizing and design of all drainage lines, curb inlets and yard piping followed by significant upsizing and modifications of the proposed pump stations. CES created the stormwater model and developed a pre vs. post scenario, along with three alternative stormwater models. The model considered the proposed roadway elevation and the actual finish floors of each existing Winedt structure. A hydraulic grade line was developed and maintained at one foot below the lowest finish floor elevation. The results of this model are being used in the complete design of the stormwater system for both the North and South projects. 011111S1 .14.01* RESPONSIVE ANROFPFNII PRp�PERFORMANCE Des Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering THE WEST AVENUE NORTH CORRIDOR PROJECT INCLUDED: Stormwater Drainage System Improvements and Rehabilitation: The North project includes replacement and upsizing of the existing stormwater drainage system. The following will be installed as part of the project: 3,600 LF of 24 -inch RCP drainage, 2,100 LF of 48 -inch RCP drainage, 800 LF of 60 -inch RCP drainage, 2,300 LF of 72 -inch RCP drainage, 400 LF of 84 -inch RCP drainage, and 300 LF of 96 -inch RCP drainage, with equivalent sized box culvert materials considered as an alternate. Additionally, a new 120,000 GPM stormwater pump station, including water quality treatment units and a specialized dissipator discharge structure, will be installed on the west end of Lincoln Road, Water Distribution and Transmission System: The North project includes replacement of the existing water main distribution and transmission system, to include 1,150 LF of 6 -inch fire service lines, 7,350 LF of 12 - inch distribution main, and 3,000 LF of 20 -inch transmission main. New service connections, water meters, fire hydrants, and irrigation lines will be installed. The new water distribution/transmission system will be installed along West Avenue between 14th Street and Lincoln Road, along Bay Road between Flamingo Way and the Collins Canal, and along 14th Terrace to Lincoln Road between West Avenue and Alton Road. The existing water mains are being decommissioned. ' - North a4 14th Street • Preferred fyp[cal Seitror, Sanitary Sewer Collection System: The North project includes rehabilitation and/or replacement -in -kind of the existing sanitary sewer collection system and adjustments to slopes and manholes to improve the existing system. The design includes the replacement of 5,400 LF of pipe of varying sizes (12 -inch, 15 -inch, 16 -inch, and 18 -inch) and 32 manholes, THE WEST AVENUE SOUTH CORRIDOR PROJECT INCLUDED: Stormwater Drainage System Improvements and Rehabilitation: The South project includes replacement and upsizing of the existing stormwater drainage system and includes 2,055 LF of 24 -inch RCP drainage, 30 LF of 30 -inch RCP drainage, 870 LF of 48 -inch RCP drainage, and 1,700 LF of 60 -inch RCP drainage, with equivalent sized box culvert materials considered as an alternate. Water Distribution and Transmission System: The South project includes replacement of the existing water main distribution and transmission system. The following will be installed as part of the project: 980 LF of 6 -inch fire service lines, 3,900 LF of 12 -inch distribution main, and 2,400 LF of 20 -inch transmission main. New service connections, water meters, fire hydrants, and irrigation lines will be installed. The new water distribution/transmission system will be installed along West Avenue, between 8th and 14th Streets, and along 8th Street to 14th Street between West Avenue and Alton Road. The existing water mains are being decommissioned. Sanitary Sewer Collection System: The South project includes rehabilitation and/or replacement -in -kind of the existing sanitary sewer collection system and adjustments to slopes and manholes to improve the existing system. The design includes the replacement of 3,350 LF of pipe of varying sizes (12 -inch, 15 -inch, 16 -inch, and 18 -inch) and 30 maintenance access structures. ARO PROVEN PERFORMANCE c -es Village of Key Biscayne RF©N 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering INTERSECTION AT SW 145TH AVE. 6 PEMBROKE RD. 9 FEASIBILITY STUDY 8 CONCEPTUAL DESIGN OPTIONS The City of Pembroke Pines has had significant issues with automobile accidents at the intersection of SW 145th Avenue and Pembroke Road. In order to better understand the issue and to provide solutions, the City tasked CES Consultants with developing a feasibility study of that intersection. This effort required analyzing traffic count data of the intersection, understanding of the existing ROW and all infrastructure assets in the intersection, and development of several conceptual alternatives to improve the safety of the intersection. Our feasibility study began by inspecting the existing conditions of the intersection, reviewing the most recent survey, reviewing the previous roadway drawings, and interviewing with both City of Pembroke Pines and City of Miramar staff. Once the investigation was complete, CES developed three (3) conceptual alternatives. These alternatives varied from adjusting the pavement markings to creating dedicated turning lanes. The primary issue detected was that there was a slight lane shift within the intersection. This lane shift caused poor visibility for the eastbound left turn lane. In order to correct this, CES proposed to adjust the lanes further away from the intersection. CES also proposed a solution to widen the intersection to include dedicated turning lanes with a raised concrete median to prevent illegal U-turns. The project included the following: Utility Identification & Relocation » Conceptual Design Alternative Traffic Count Analysis Development Preparation of Budgetary Cost Estimates LOCATION Pembroke Pines, FL OWNER/CLIENT City of Pembroke Pines COST $23,355 (Fee Only) COMPLETION 2019 KEY FEATURES Civil Engineering Study Roadway Design Lane Alignment Channelization Pavement Markings Signalization Signage AND PROVEN C -es PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering SW 27TH AVE. DRAINAGE IMPROVEMENTS, ROADWAY De 9 RECONSTRUCTION a WIDENING CES provided hydraulic analysis and engineering design for a closed stormwater management system and roadway reconstruction of approximately 0.75 mile along SW 27th Avenue from US -1 to South Bayshore Drive. The purpose of the project was to provide drainage and traffic improvements through roadway widening, median installations, redesign of intersections, and improvements to drainage, parking, lighting, signalization and landscaping in the Coconut Grove neighborhood of the City of Miami. The land use is a combination of residential and commercial. Since the roadway is part of an older, well established neighborhood, many different utilities are installed within the right of way. The project corridor includes a 30 -inch water main, smaller water mains, gas, multiple fiber-optic cable duct banks, sanitary sewers and force mains, requiring extensive utility and interagency coordination. Other complicating factors in the design were the elevations, which included low grades and a high groundwater table at the southern end of the project directly adjacent to Biscayne Bay, higher elevations in the mid -section, and "normal" elevations around the northern end. The final cross-section of the roadway included additional vehicular travel lanes, sidewalk, curbing, drainage, on -street parking, a bicycle lane, and a traffic calming circle. The design required a clean transition through planned driveway and property harmonization between the new roadway and the existing private property ingress and egress to match the new roadway elevation, width and contours. Additionally, the project required intensive utility coordination to execute the necessary utility relocations, including coordinating with FPL to remove the existing power poles and install all their assets below ground. The stormwater drainage design was developed in accordance with the guidelines set forth by the County and the Florida Department of Transportation. The design consists of approximately 70 drainage structures to capture and convey all the stormwater, 3,000 LF of piping and 2,000 LF of French drains divided into eight (8) independent, closed systems. By creating independent systems, CES was able to develop a design that satisfied the project requirements while achieving significant cost savings to the client compared to their customary approach of creating — _-:""' .-6- ..9 =r — interdependent systems. p T- AND 111111111111111111111111111111111111 LOCATION Miami, FL OWNER/CLIENT Miami -Dade County Public Works Department COMPLETION 2016 COST $5.7M KEY FEATURES Drainage Design Hydraulic Analys Permitting Interagency Coordination Traffic Calming Bike Lanes Driveway Harmonization Utility Coordination Roadway Reconstruction Value Engineering Engineering Analysis Roadways Water and Sewer s PROVEN C -es PERFORMANCE �+ Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, CIvII Engineering cwi SR 994/Quail Roost Drive / SW 186 St. from East of HEFT (MP 7.134) to SR-5/US-1/ South Dixie Highway (MP 8.058) Miami Dade, Florida Design Consultant Services Client's Name: Florida Department of Transportation -District 6 Project FM: 429341-2 PM: Elsa Riveral, P.E./305-470-5105 Type of Facility or Services: Resurfacing for SR 994/Quail Roost Drive / SW 186 St. from East of HEFT (MP 7.134) to SR- 5/US-1/ South Dixie Highway (MP 8.058) Project Start Date and Project Completion Date: 05/2018 - 0612020 Construction: 03/2022 Project Description: Civil Works, Inc. was the Prime Consultant for this one mile project including milling, resurfacing and Safety Improvements. The design included the reconstruction of sub -standard pedestrian ramps, upgrading ADA features to current standards, reconstructing driveways and sidewalks with damage concrete. CWI designed the upgrades to a Permanent Traffic Monitoring Site TMS 87-1116with inductive loops and axle sensors. CWI designed the upgrades for Signing and Pavement Markings, Pedestrian Signals and a new signal at Homestead Blvd. The Project is scheduled for Construction in late 2020. Name of Key Individuals Involved in the Project: Linda M. Bell, P.E., Jose Aldir, P.E., and Vaughn Soares, P.E., PROVEN ces AND PERFORMANCE Village of Key Biscayne RHQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering cwi SR -934 / NW 79th Street from 2800 Block to NW 14th Ave. Miami -Dade, Florida Client's Name: Type of Facility or Services: Projected Budget and Actual Cost: Project Start Date and Project Completion Date: Project Description: Transportation Design Services Florida Department of Transportation -District 6 Transportation Design Services Milling, Resurfacing and Lighting $3.4 Million Construction Cost 06/2012 - 06/2014 Construction: 2015 Civil Works, Inc. was the Prime Consultant for this project. This project included the milling and resurfacing of SR-934/NW 79th Street from the 2800 Block (MP 36.316) to NW 14th Avenue (MP 37.734), including upgrading sidewalks and pedestrian crosswalks to ADA compliance, signing and pavement markings improvements, lighting study, highway lighting design, and pedestrian crossing signal upgrades. NW 79th Street is a 6 -lane, two way, divided urban minor arterial with three 11 -foot through lanes in each direction and a 15-6" raised median. Name of Key Individuals Involved in the Project: Jose Aldir, P.E., Vaughn Soares, P.E., and Linda M. Bell, P.E. AND PROVENPERFORMANCE c -es Village of Ke Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering cwI SR -834 / SAMPLE ROAD 3R Fort Lauderdale, Florida Client's Name: Type of Facility or Services: Projected Cost: Project Start Date and Project Project Letting: Project Description: Roadway Improvements Florida Department of Transportation -District 4 Roadway Improvements 3.5 Million Completion Date: 10/97 to Present 06/2012 SR -834 (Sample Road) 3R Milling and Resurfacing from west of NW 54th Ave. (MP 3.220) to East of Tradewinds Park Road (MP 4.761) This segment of SR -834 is a six -lane, divided principal arterial roadway with raised landscaped medians, flush stabilized shoulders, and drainage swales. The project is located within the cities of Coconut Creek and Margate. The project include: • Milling and resurfacing of the existing roadway to extend the service life (two typical sections with one pavement design) • Added Bike Lanes with shoulder pavement widening • Address any safety concerns identified in the Safety Report • Address ADA issues • Level II Community Action Plan • Level 1 Traffic Control Plan • Provide Utility Coordination • Minimal Replacement of Signage • Pavement Marking Replacement • Signal Upgrades (2 suspended box to Mast Arm intersections). Special Mast Arm design • Replace traffic loops for the Traffic Monitoring Site • Landscaping • Survey, geotechnical and structural engineering in support the of 3R project • Update LRE and cost estimates Name of Key Individuals Involved in the Project: Vaughn Soares, P.E., Linda M. Bell, P.E., Jose Aldir, P.E. AND PADVPEAFORMANCE Cie Villate of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering cwi SR -968 / SW 1' Street from W. Flagler Street to W. 17th Avenue Miami -Dade, Florida Client's Name: Type of Facility or Services: Projected Budget and Actual Cost: Project Start Date and Project Completion Date: Project Description: Transportation Design Services Florida Department of Transportation -District 6 Transportation Design Services Roadway Reconstruction $6.1 Million Construction Cost 0112010 - 02/2014 Construction: 2016 Civil Works, Inc.. was the Prime Consultant for this project. This project included milling and resurfacing of SR-968/SW P` Street from W. Flagler Street to SW 22a' Avenue, and the reconstruction from SW 22nd Avenue to SW 17th Avenue. This design included 12' to 24' wide sidewalks, curb and gutter sections, pedestrian cross -walks to ADA compliance, a bicycle lane addition, upgrading traffic signals, decorative lighting, a new drainage system, and intersection improvements. Name of Key Individuals Involved in the Project: Linda M. Bell, F.E., Vaughn Soares, P.E., and Jose Aldir, P.E. AND PRO PERFORMANCE DOS Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering cwi Client's Name: Type of Facility or Services: Projected Budget and Actual Cost: Project Start and Completion Date: Project Description: SR 91 - Florida Turnpike Extension Florida Department of Transportation -District 6 Expressway Improvements Florida Department of Transportation, District 6 Roadway Improvements $520,000. Design: 06/2004 Construction: 04/2008 SR 91 / Florida's Turnpike Extension, 3R with safety improvement, from South of the Golden Glades Toll Plaza to the SR 826 off -ramp. This project included 03 miles of milling and resurfacing with pavement widening and safety improvements. The safety improvements included guardrail, concrete barrier wall and attenuators. The project also included utility coordination for the underground utilities crossing the Turnpike. Project Manager: Jason Chang, P.E., Consultant Grade 95.0 Name of Key Individuals Involved in the Project: Linda M. Bell, P.E., and Jose Aldir, P.E. AND PRO PERFORMANCE C-09 Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering cwI SR 874 / Killian Exchange Miami Dade Expressway Authority Client's Name: Type of Facility or Services: Projected Budget and Actual Cost: Project Start and Completion Date: Project Description: Roadway Improvements Miami Dade Expressway Authority Roadway Improvements $95 Million 07/04 to 12/08 This project included the design of improvements to SR 874 at the Killian Interchange and exit to the Miami Dade College. Civil Works Inc,, (as a Subconsultant) was responsible for the Traffic Analysis, Traffic Planning, CORSIM Computer modeling, and a Traffic Study for the Miami -Dade College with the existing and proposed Interchange and roadway system. This traffic study also identified improvements associated with the internal traffic circulation of the Miami -Dade College, South Campus. Meetings were held with the MDX, the College and other agencies. These meetings discussed the proposed roadway improvements and traffic volumes anticipated for the College and the surrounding neighborhoods before and after the new interchange is constructed. CWI's Signal Design for the Miami Dade Expressway Authority included the complete redesign of two existing mast arm signals at the intersections of Killian Parkway and SW 107th Avenue, and at the new southbound SR 874 off -ramp. CWI also designed a new signal at a new elevated three lane off -ramp, more than 30 -feet above the SR 874 through lanes. A fourth signal design included the modification of an existing mast arm signal at the intersection of SR 94 /Kendall Drive and the Northbound SR 874 off -ramp. This project required close coordination between the structural, roadway, and utility disciplines. CWI also assisted the Prime Consultant with the Maintenance of Traffic Planning, Construction Phasing, construction documents and post design services. Name of Key Individuals Involved in the Project: Linda M. Bell, P.E., Vaughn Soares, P.E., and Jose Aldir, P.E. RESPONSIVE 111D DEPENiyMPA� PERFORMANCE CeS Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering cwI Client's Name: Type of Facility or Services: Projected Budget and Actual Cost: Project Start Date and Project Completion Date: Project Description: SR 5 / Brickell Avenue Miami Dade, Florida Roadway Improvements Florida Department of Transportation 3R, Milling and Resurfacing from South of 1-95 to SE 25t' Road $ 1.5 Million 05/02 - 02/04 Civil Works, Inc. was the Prime Consultant for this Safety and ADA Improvement project that included milling and resurfacing for SR 5 (Brickell Avenue) from South of I-95 to SE 25th Road and the upgrading of two span wire traffic signals to mast arm traffic signals (one at S. Miami Avenue and another at SE 26th Road). The roadway design included the repair of a large portion of concrete pavement along Brickell Avenue. It also included the installation of tree root barriers at many locations to prevent the future uplift of sidewalks and pavement associated with existing tree root migration. The following plans were generated: Roadway, Maintenance of Traffic, Signing and Marking, Signalization, and Landscaping. Name of Key Individuals Involved in the Project: Linda M. Bell, P.E. and Jose Aldir, P.E. PROVEN pee AN0 PERFORMANCE �+ Village of Key Biscayne RI-©# 2021-08CiV: Continuing Architectural 8 Engineering Services, Civil Engineering d .. lirteiWt Strategy 1: Living Seawall Strategy 2: Living Shoreline Miami Baywalk & Riverwalk Design Guidelines Miami, FL savinarniller .4 lor 10611 *NO° Strategy 3: Access to the water The Miami Baywalk Design Guidelines propose lighting, paving, planting, furnishing and shoreline improvements along Biscayne Bay and the Miami River within the Miami DDA boundaries. Focusing on Miami's resiliency, history, culture, identity and ecology, the guidelines dictate design standards to improve existing conditions on the Baywalk and Riverwalk, providing flexibility and cohesion while staying true to the character of the site and the needs and desires of the community. Client: Contact: Services: Principal Firm. Years of Services: Design Fee: Miami Downtown Development Authority Neal Schafers, 305.379.6566. schafers@miamidda,com Master Planning, Design Guidelines, Community Outreach, Logo Design Consultation Savino & Miller Design Studio 2018-2019 $160k PROVEN CIS AND PERFORMANCE Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering PARKS + RECREATION Belle Isle Park Venetian Islands, FL savinomiller Belle Isle Park. located on the only natural island of the Vene an Islands between Miami and Miami Beach, is a major open space surrounded on three sides by high -density condominium buildings. and Venetian Cause- way to the north. The space offered no walkways or large open spaces for play, but was mostly used by residents to walk the dogs. SMDS was asked to create a plan to attract more residents to use the park, and re- sponded with a plan which provided for a range of recreational opportuni- ties. A large elliptical open space formed by a walkway, coupled with a "Bark Park" and numerous small paved seating areas - located by each of the park entry/street crosswalks - allows for both passive and active play activities. Numerous existing trees and palms were preserved or trans- planted to create and define the park's spaces. Location: Service: Principal Firm: Date Completed: Project Cost: Client: Contact: Principal In -Charge: Belle Isle, Venetian Islands, Miami Beach, FL Schematic through Construction Phase Ser- vices Jacobs & Associates 2008 $450,000 City of Miami Beach Carla Dixon 305:673.7071 Barry Miller RESPONSIVE AND DEPENG;PRO PERFORMANCE CIS Village of Key Biscayne RFQ# 2021-0BC9V: Continuing Art ,tectural b Engineering Services, Clvll_Englneering CIVIC Miarni Beach City Hall Center 2015 FL ASLA Award of Merit savinamitter The Miami Beach City Hall Center is an urban infill project located next to the City Hall along Meridian Avenue. Our Landscape Master Plan links the City Hall with the new facility and an existing ancillary office building along 17th Street. These buildings form a corner open space at Meridian and 17th Street. The space, now a new plaza. was re -designed as an urban shady oasis that acts as an entry courtyard to the existing office budding and the new multi -purpose parking facility. An innovative design approach for stormwater retention was realized by using large river rock "field" below the Bamboo, while reducing rogation and infrastructure costs. Owner: Prime Consultant: Services: Design Contract Start: Contract Completion: Project Cost: City of Miami Beach Jose Gelabert-Navia. 305.569.1333 jose.gelabert-navia@perkinswill.com Perkins + Will, 806 Douglas Rd #300, Coral Gables. FL 33134 Master Plan. Schematic Design - Construction Phase Services, Lighting 2009 2011 $550.000 PROVEN " !! etrp'V C -El AND PERFORMANCE l+ 9 Village of Key Biscayne RFQ# 2021-080V: Continuing Architectural & Engineering Services, Civil Engineering IMMO MR. MOM ••..,wl.e orwro K„& r•1¢4 UMW ,I WU =ors=:: - STREETSCAPES 125 Streetscape IND 1 _'•__ new....,,,.. wi = savinamiller r ROM The City of North Miami under an ARRA project decided to replace and repair the existing sidewalks along 125th Street. Savino & Miller Design Studio proposed the replacement of the existing brick sidewalks on concrete slabs in concrete pavers on sand, which would provide for flexibility in the future and help with drainage. Additionally. SMDS proposed a pattern that would help create an identity to the Street. The master plan included a reconfiguration of the parking area to add large trees in occasional bulb -outs and the replacement of the asphalt with pervious pavers to increase drainage, add shade, and add character to the street. Triple trunk palms were proposed in newly spaced planters along the sidewalks. Location: North Miami, FL Service: Master Plan, Schematics and Design Development (sidewalks Only), Limited Construction Observation (Sidewalks Only) Principal Firm: Saving Miller Design Studio Date: 2011 Client: City of North Miami Contact Info: 305.895.9830 Principal in -charge: Adrlana Savino PROVEN Si! c -es ArSPr AND PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Chill Englne.ring STREETSCAPE 4Ist Street Bridge & Master Plan savinamiller N The design concept is based on the importance of 41st Street as a diverse com- munity center and major gateway into the heart of Miami Beach. The goal was to transform the street into a tropical cosmopolitan "boulevard," based on 41st Street's unique geographic locatton and particular functions. The design called for a sequence of spatial experiences. or "events," which were linked together by Royal Palms,, flowering shrubs, and groundcovers. A landscape median was pro- posed for the length of the street, with new decorative paving for all sidewalks. A major element of the plan was the redesign of the Indian Creek Bridge. calling for wider sidewalks, benches. planters, and a pavilion lighthouse, acting as a gateway to the street. Location: Service: Principal Form: Date: Proiect Cost: Client: Contact Info: Principal In -Charge: Miami Beach, FL Master Plan. Schematic Plans, Design Development, Construction Administration Consul -Tech Engineering 2005 $4,200,000 City of Miami Beach 305.673.7730 Barry Miller & Adriana Savino PROVEN ce AND PERFORMANCE 6 Village of Key Biscayne RFQ## 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering D/B NW 13TH STREET PHASE I FORCE MAIN REPLACEMENT CAS The integrated design -build team of CES Construction and CES Consultants is currently performing the design, permitting, construction, testing and startup of a new 36" diameter force main along NW 13th Street in an urban area of Fort Lauderdale, including connections to the existing pipe and reconnection of Pump Stations A-28 and A-29. The project also includes, the design, permitting, construction, and installation of a new plug valve and piping near NE 14th Avenue and llth Street to replace the existing inoperable valve and provide isolation to perform the required tie-in work. Also included in the scope of work are inspection and construction certification services, as well as surveying, geotechnical exploration, preparation of completed permit submittal packages and procurement of all required permits for construction, construction phasing, maintenance of traffic and all other related work and services. The scope of work includes all design, permitting, construction. and construction services related to: » Installation of a new 36 -inch nominal diameter force main under NW 13th Street utilizing Ductile Iron Pipe by open cut installation and/or high -density polyethylene pipe installed by horizontal directional drilling (HDD), as required. » Connection of the :proposed piping on the east end to the existing 24" nominal diameter force main that extends east along NE 13th Street and performing line stop. » Connection of the proposed piping to the existing 24" cast iron force main that extends west along NW 13th Street and perform line stop as required. » Provide reconnection to Pump Stations A-28 and A-29 at NW 1st Avenue and NW 2nd Avenue. » Installation of a new plug valve and piping near NE 14th Avenue and llth Street to replace the existing inoperable valve and providing isolation (line stop) to perform required tie-in work. This work will be completed first in order to divert flow away from the work area on NW 13th Street between NW 9th Avenue (Powerline Road) and North Andrews Avenue. AND ! ! M ! 1I ! I I ! ! 1I I I I II IIIIII111111IIIIII LOCATION Fort Lauderdale. FL OWNER/CLIENT City of Fort Lauderdale COST $2.8M COMPLETION Design: 01/2021 Construction: Est. 2021 KEY FEATURES Civil Infrastructure Design -Build Force Main Pump Station & Pipeline Reconnection Plug Valves & Piping Line Stops MOT Public Outreach Permitting Utility Coordination Interagency Coordination Scheduling & Cost Estimating Roadway Resurfacing & Reconstruction Signage & Street Markings Horizontal Directional Drilling PROVEN CIS PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering CITY OF MIAMI BEACH PUBLIC WORKS MANUAL REVIEW t UPDATE CES reviewed and updated the existing City of Miami Beach Public Works Manual and developed a revised version of the manual based on current codes and construction practices. CES developed the following Sections: » Stormwater & Drainage: All existing specifications and details were updated to meet current codes and construction practices. Additional new specifications and details were created for stormwater pump stations, which were previously not included in the manual. Other new specifications created and details designed include: Stormwater Manholes, Stormwater Pipe Casing, Stormwater Inlets, Curb Inlets, Curb & Gutter Inlets, Offset Drainage Structures, Apron Details, Exfiltration Trenches, Swale Drainage, Drainage Wells, Deep Drainage Wells, Trench Drain Systems, Extra Heavy Duty Floor Drains, Skimmers for French Drains, Filter Fabric Jackets, Sheet Piles, and Outfalls. » Roadway: All existing specifications and details were updated to meet current codes and construction practices. Sanitary Sewer/Wastewater: All existing specifications and details were updated to meet current codes and construction practices. Water: All existing specifications and details were updated to meet current codes and construction practices. Landscaping: All existing specifications and details were updated to meet current codes and construction practices. art...... _ ...,r..,.........MINIM ....,�.. spa im .....w.w r w+......�. PPM TIM ><�WYtMi[>t'KSM W'Y IS�?lL c -es 1IIIIiI1III11111tHi11111I1111111111 LOCATION Miami Beach, FL OWNER/CLIENT City of Miami Beach/ Hazen & Sawyer COST $80,000 (Fee Only) COMPLETION 2020 KEY FEATURES Civil Engineering Anai'ysis/ Study/Design Specifications & Detail Design Stormwater & Drainage Stormwater Pump Stations Stormwater Manholes Stormwater Pipe Casing Stormwater Inlets Curb Inlets Curb & Gutter (Inlets Offset Drainage Structures Apron Details Exfiltration Trenches Swale Drainage Drainage Wells Deep Drainage Wells Trench Drain Systems Extra Heavy Duty Floor Drains Skimmers for French Drains Filter Fabric Jackets Sheet Piles Outfalls Roadway Sanitary Sewer/Wastewater Water Landscaping PROVEN RESPONSU AND 'ENf PERFORMANCE NG Village of Key Biscayne RFQ# 2'021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering MIRAMAR INFRASTRUCTURE IMPROVEMENTS SERVICE CONVERSIONS, PHASE 111 6 ces The Miramar Infrastructure Improvements and Service Conversions, Phase 191 project involved the design and construction oversight of over 72,000 LF of residential water main, including a 100 LF horizontal directional drilling operation, The design included a new 6 -inch PVC and DIP water main, new water services, new water meter boxes and service connections, and complete roadway restoration. The roadway restoration includes a full depth trench restoration, edge of pavement to edge of pavement milling, and a final overlay, and complete striping for each street. During our design effort, we realized that the City lacked accurate and complete as-builts for the sanitary sewer system. As part of our effort, we provided all sanitary sewer details to the City GIS department to allow them to update their utility records. imp- ONON ._.-, F. i - 1■4Vi�-- ' - Q AAif �1 ' �I'4 � 1 x..11 Try - i -- 113P —t- - ��' —. _ ..�.� -�= - �1 - - % i __ r e : • i - IT it ,,,,— 1-.i 1 .. 1 lc { 1' — , _ ,„ - b --- -------.-- :...._.�_ 111 l lilt alt. _- _ = __ = — — ss � cJ�UUL.11[Lfi]l]:-i. �t _.nv..�z .. _s w wf� -rte 9�osl•s�l�� __ -r RESPONSIV,, AND Iiiti!1rP1,1u1111111nn111111111 LOCATION Miramar, FL OWNER/CLIENT City of Miramar Department of Operational Services COST $6M (Initial Cost was $8M) COMPLETION 2019 KEY FEATURES Civil Engineering Analysis & Design New Water Distribution System Mains New Water Meter Boxes As -Built Drawings Utility Coordination Permitting Interagency Coordination Construction Phase Engineering & Inspection Services Roadway Resurfacing & Reconstruction Signage & Street Markings Horizontal Directional Drilling Construction Contract Administration Construction Submittal Review PROVEN CIS Village of Key Biscayne RFO# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering IN REPLACEMENT a D/B WATER MA ERVIE N THE SHENANDO HSAREAC PHASE B De S CONVERSIONS The Shenandoah neighborhood is one of the older neighborhoods within the City of Miami, with the water supply for residents primarily provided through 2 -inch water mains located within easements to the rear of the properties. The Miami -Dade County Water and Sewer Department (WASD) selected the Lanzo/CES D/B team to replace the water mains with 46,000 LF of 8 -inch water mains relocated to the public roadway right-of-way. The project area is bounded by SW 16th Street, SW 22nd Street, SW 17th Avenue and SW 27th Avenue. Additionally, the design -build team relocated the existing water meters from the rear of the properties to the front of the properties and installed new service lines from the water meters to the residences. Over 650 private property water meter conversions from the rear of the property to the front occurred under this project. The project produced the following benefits to the residents: N Increased water service pressure and flow N Elimination of water mains within the easement at the rear of the properties Relocated water meters within the public right-of-way Increased fire hydrant coverage and fire protection Because this project took place within the public right-of-way, as well as on private property, a thorough and comprehensive community outreach program was critical to its success. CES developed a communication program to provide clear dialogue between the design -build team, residents, public officials, and City of Miami staff. Additionally, CES developed an aggressive project phasing program that allows for a parallel execution of multiple sequential services. �IEIIIf��II1IIIIIIIIIIIIIIIIIIIIIIII LOCATION Miami, FL OWNER/CLIENT Miami -Dade County Water & Sewer Department/ Lanzo Construction COST $10.4M COMPLETION 2018 KEY FEATURES Design -Build Water Distribution Service Conversions & Connections Surveying & Geotechnical Services Utility Coordination Roadway Restoration Engineering Analysis & Design Scheduling & Cost Estimating Public Right of Way & Private Property Permitting Public Outreach Construction Phase Services Construction Management / Inspection Interagency Coordination PADNEN c -es AND PERFORMANCE 11tir�T Village of Kew Biscayne RFQ# 2021-080V: Continu ng Architectural & Engineering Services, Civil Engineerim 0/13 REPLACEMENT OF WATER MAIN O SERVICE CONVERSIONS IN "DONUT HOLE" AREA CAS This project involved the replacement of the existing undersized and deteriorated water mains and existing main loop closures in order to improve system pressure and provide fire flow protection and for water service conversions (transfer of services from the rear to the front of properties and replacement of certain existing old services in front of properties to meet new standard) in the City of Miami Gardens "Donut Hole" service area. The project location is the area bounded by NW 187th Street to the north, NW 179th Street to the south, NW 7th Avenue to the west, and NW 2nd Avenue to the east, including state roads NW 183 Street and NW 2nd Avenue. The project includes the following main elements: a ±22,450 LF of 8 -inch ductile iron water main and pipe fittings • ±12,060 LF of 12 -inch ductile iron water main pipe and fittings • ±1,050 LF of 6 -inch ductile iron water main pipe and fittings • ±560 water service conversions from rear of property to front of property The scope also included: all required resilient plug valves and fire hydrant assemblies; tapping connections of various sizes to existing mains including tapping sleeves and valves; in -line water main connections to existing mains of various sizes; air release valve and flushing valve outlet assemblies; milling and resurfacing of existing asphalt pavement; placing existing water mains out of service upon completion of work; traffic control; installation and restoration of pedestrian curb ramps and installation of detectable warning surfaces, temporary and permanent replacement of any utilities, pavement, sidewalk, curb and gutter, valley gutter, traffic circle roundabout, tree, landscaping, sod, pavement markings, and/or driveway damaged by construction and all other appurtenant and miscellaneous items and work for a complete and fully functional installation. Additionally, the project involved permitting both within the right-of-way and on private property. The right-of-way permits included City of Miami Gardens and Florida Department of Transportation (FDOT) roadways. The D/B Team developed a procedure with WASD to execute the water meter conversion, with considerable time spent analyzing, developing, and testing the mechanism by which the portion of the water meter conversions within private property could be finalized. Extensive public outreach and MOT planning ensured a smooth construction process. RESPONSIVE AIIO ttt►Ittlttttttttttltttttltlttttttttt LOCATION Miami Gardens, FL OWNER/CLIENT Miami -Dade County Water & Sewer Department/ Lanzo Construction COST $9.8M COMPLETION 2019 KEY FEATURES Civil Engineering Analysis & Design New Water Distribution System Mains Service Meter Conversions Design -Build Project Fast -Tracking & Phasing Utility Coordination Public Right of Way & Private Property Permitting Interagency Coordination Construction Administration & Inspections Roadway Resurfacing & Reconstruction Maintenance of Traffic (MOT) Public Outreach Stakeholder Coordination Site Restoration Construction Contract Administration Construction Submittal Review PROVEN C-� PERFORMANCE �+ Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering WATER & SANITARY SEWER SYSTEM SERVICE CONVERSIONS FOR UAZS IMPROVEMENTS CES is a key team member on this project providing design and construction administration services for the water and sanitary sewer improvements within the Broward County Water and Sanitary Sewer System Utility Analysis Zones (UAZs) 110/111 and 113. The improvements of both UAZ 110 and UAZ 111 areas include: Replacement of all gravity sewer pipe, manholes and laterals Replacement of a portion of the force main pipe between Lift Station 50K and 50112 Service conversions and connection of parcels with septic tanks to gravity sewer system Replacement of water mains, water service conversions and fire hydrants Installation of new and/or upsizing water mains to maintain proper hydraulics as defined by the County Installation of additional fire hydrants to provide proper coverage In total, the project includes the replacement of 135,000 LF of Gravity Sewer/Force Main and 152,000 LF of Water Main, as well as water distribution system design and sanitary sewer system design for Utility Analysis Zone 113B in the City of Lauderdale Lakes. CES provided information for utility conflict adjustments and prepared specifications for the construction of improvements. CES also provided utility easement procurement services. Under the existing system configuration, BCWWS was unable to access existing sanitary sewer infrastructure for maintenance and/or repair purposes. Five (5) Letters of No Objection were signed by property owners to obtain 25' utility easement grants and to facilitate the installation/maintenance of the required sanitary sewer improvements by the County. The effort included coordination with property owners and associations, as well as Esri ArcGIS mapping and utility easement figure development. AND DeS 111111111111111111111111111111111111 LOCATION Broward County, FL OWNER/CLIENT Broward County Water & Wastewater Services/ Chen Moore COST $25M COMPLETION Ongoing KEY FEATURES Civil Engineering Design Construction Phase Engineering & Inspection Services Water & Septic Service Conversions Gravity Sewer Pipe, Manholes & Laterals Force Main Replacement Lift Station Connections Septic Tank Connections to Gravity Sewer System Water Main Upsizing & Replacement Fire Hydrants Utility Easement Grants Esri ArcGIS Mapping QA/QC Constructability Review Construction Contract Administration Construction Submittal Review Utility Coordination ACAD Civil 3D Design & Support Permit Compliance PROVEN NS PERFORMANCE NS Village of Key Biscayne RF(1# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering MDWASD NORTH DISTRICT WWTP RENEWAL D REPLACEMENT CEI O PROGRAM MANAGEMENT CAS CONSULTANTS The NDWWTP is one of three regional WWTPs that handle and treat wastewater from Miami - Dade County. It has a dry -weather permitted capacity of 112.5 MGD and an average flow of about 80 MGD. The WWTP employs treatment processes for screening, grit removal (abandoned), primary clarification, high purity oxygen activated sludge, secondary clarification, disinfection, and effluent disposal by deep injection wells). CES provided Structural Engineer of Record design services to the Prime Consultant for the new grit removal facilities including the roof, stairs, doors, and ventilation system, for improvements to related facilities, and inspection and assessment of other structural elements that required upgrades. A number of the key operational rehabilitation or replacement to bring the facility up to current regulatory and safety standards. CES Consultants provided structural engineering for preparation of Basis of Design Reports, Design, and Construction Engineering Inspection Services for various NDWWTP facility improvements. Some of the projects undertaken include: » Pretreatment/Sludge Transfer Facilities Grit Removal: This facility were taken out of service several years ago due to poor performance. The WWTP continues to operate without a discrete grit removal process, and presently removes grit in the primary clarifiers with the primary sludge. Improvements include rehabilitation of the roof, stairs, doors, and ventilation system, and replacement of equipment. » Primary Clarifiers: The mechanical equipment for the six (6) has reached its service life requiring operational modifications and replacement. Due to the corrosive environment within the dome enclosure, replacement of the dome with a flat roof is planned, reducing the volume of the enclosure and improving safety for operators. » Secondary Clarifiers: Similar to the Primary Clarifiers, the mechanical equipment for the twelve (12) has reached its service life requiring operational modifications and replacement. Due to the corrosive environment within the dome enclosure, rehabilitation of the dome and recoating of corroded concrete surfaces is required. Deep Injection Wells: For compliance with the Ocean Outfall Legislation, an increase of the injection capacity of the existing deep injection used for effluent disposal is required. Modification and expansion of the existing pump station achieves the required goal. Basis of Design Report for Plant -wide Electrical Improvements Design of Two New Pumps for Existing DIW PS Design of 48 -inch Forcemain (NW 54th Street) » Basis of Design Report for Pump Station 301 » Basis of Design Report for Pump Station 414 components of the WWTP were identified for major » » !i"turItIIU11111I1II11I1IIIIII LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade Water & Sewer Department/ Brown & Caldwell COST $100M COMPLETION 2016 KEY FEATURES Program Management Construction Engineering Inspections Civil Engineering Analysis & Design Pump Stations Structural Engineer of Record for Facility BODR and Design Miami -Dade County & Florida Department of Environmental Protection Requirements New Facility Improvements & Upgrades. Rehabilitation Assessments Technical Reviews Staff Scheduling Quality Assurance/Quality Control Reviews Large Wastewater Treatment Plant/ Over 112 MGD Planning and Design for Projected Sea Level Rise and Storm Surge Flood Elevations Infrastructure Improvements for Renewal and Replacement of Various N'DWWTP Facilities RESPONSIVE AND DE; PRRVPERFORMANCE Des Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Y) » Basis of Design Report for Pump Station 415 Basis of Design Report for Pump Station 416 Basis of Design Report for Pump Station 417 As a key subconsultant and Engineer of Record for the structural design portion of the project, CES provided design in specific discipline areas and technical review services to the Prime consultant team. These services required qualified licensed engineers who had to respond to specific WWTP staff and MDWASD needs, and to design project elements in accordance with Miami -Dade County and FDEP requirements to ensure quality deliverables. To provide consistent and timely services, CES developed an efficient staff scheduling process and project delivery methods which resulted in timely submittal of project designs. CES services for design and supporting QA/QC reviews provided essential engineering support, all in conformance with. MDWASD and FDEP standards, as well as effective QA/QC of design through detailed reviews of plans and calculations. Timely reviews and quality technical comments were essential to the design team's efforts. RESPONS AND ENGMPRD�PERFORMANCE GeS Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering FORT LAUDERDALE WATERWORKS 2011 PROGRAM CAS The City of Fort Lauderdale, in an effort to provide its residents with the most up-to-date water, sewer, and drainage services, developed a long-term capital improvements project that improved the city's infrastructure. The City invested over $550M towards these improvements, the majority of which were completed in 2011. CES was part of the engineering team for WaterWorks 2011, providing critical Owner's Representative, Engineering Inspection, and Construction Phase Services to the City to ensure compliance with the City's robust infrastructure improvement plan. CES staff worked on a full-time basis, observing several work crews in various stages of completion and drafting daily reports that the client used towards payment requisition verification, schedule compliance, work site safety, and verification of construction adherence to design specifications. Since these reports were developed and submitted on a daily basis, the client was able to adhere to the project schedule without incurring delays, and was able to make corrections as needed. Construction activities observed by CES staff included the following: » » Drainage Installation Swale Reconstruction Roadway Reconstruction Sidewalk Reconstruction » Water Main Installation A Sanitary Sewer Force Main Installations A Sanitary Gravity Sewer Installation » Pump Station Upgrades and Installation The WaterWorks 2011 projects focused on water and sewer improvements in twenty neighborhood communities, including approximately 50 mites of new gravity sewer, 19 new lift stations, 19 miles of new water main, and five miles of new force main. The projects included conventional open -cut construction and trenchless technologies such as jack and bore and directional drill. Various projects in the program included: » » » Lauderdale West & Sunset North Communities (Septic Area 3) Shady Banks (Septic Area 5) River Run, Flamingo Park and Oak River (Septic Area 4) Edgewood (Septic Area 8) River Lands & Woodlands Communities (Septic Area 2) Chula Vista (Septic Area 19) Dorsey Riverbend / Washington Park (Septic Area 18) Miami Road Sanitary Sewer Improvements Sunrise Key/Sunrise Intracoastal Water Main Improvements A » » » A Oakland Park Large Water Main NE Large 12 -inch Water Main Improvements 48 -inch Water Main Improvements Imperial Point Water Main Improvements Harbor Beach Inspection Services Phase I System Wide Pump Station Upgrade Inspection Services Group V Pump Station Inspection Services Pump Station Lauderdale Manors / Melrose Inspection Services East Las Olas Isles / Seven Isles Utility Improvements Inspection Services IUIIIIIIIIIIIIIIIIIIIIIIIItIIIIIIIII LOCATION Fort Lauderdale, FL OWNER/CLIENT City of Fort Lauderdale/ CMTS COST $200M $550M Overall Program COMPLETION 2012 KEY FEATURES Construction Phase Engineering & Inspection Services Civil Engineering Analysis & Design Lift/Pump Stations Large Diameter Pipeline/ Water Main, Sanitary Sewer Force Main & Sanitary Gravity Sewer Public Involvement Utility Coordination Interagency Coordination Scheduling & Cost Estimating Site Restoration Construction Contract Administration Construction Submittal Review Change Directive & Change Order Development & Review Pay App Review Substantial Completion & Final Project Certifications Permit Compliance Drainage Swale. Roadway & 5idewalk Reconstruction Open -cut, Jack & Bore & Horizontal Directional Drill RESPONSIVE MID U€i PRCyPERFORMANCE COB Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineerin4 1-595 CORRIDOR IMPROVEMENTS CEI SERVICES CES worked with the Florida Department of Transportation (FDOT) on a massive, $1,4 Billion multi -year infrastructure project and had assigned certified CTQP Inspectors to sample Portland Cement Concrete at the site during placement of the site's structural concrete. The inspector made concrete cylinders for compressive strength testing and performing plastic properties tests that included water/cement ratio and temperature. During the placement of Class I concrete, the CTQP certified inspector checked the water/cement ratio of the mix delivered at the frequency specified by the FDOT Standard Specifications for Road and Bridge Construction (FDOT Specification). We also provided a CTQP Earthwork Level I certified inspector to perform in -place density tests with a nuclear gauge (ASTM D-2922) on compacted soils, as well as to collect soil samples needed for laboratory testing. Additionally, CES provided asphalt paving inspection services according to FDOT Standards. Our field representative confirmed the temperature of the material and the placement of all layers, also preparing all documentation related to these activities. Finally, the field representative monitored field conditions and that the contractor operated in compliance with a safe working environment. CAS I!'!!ItIIIIlltllllllllllllllllllllll LOCATION Broward County, FL OWNERS/CLIENT FDOT/ MACTEC (now AMEC) COST $1.4B COMPLETION 2014 KEY FEATURES Construction Management & Inspection Services Materials Testing Roadways Infrastructure Transportation Paving Geotechnical QA/QC Concrete Cylinders for Compressive Strength Testing Water & Cement Ratio verification Quality Control Tests In -Place Density Tests (Nuclear Gauge) Asphalt Paving Operations Inspection ANO PROVEN C -es PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering FLORIDA TURNPIKE ENTERPRISE CES provided Construction Engineering and Inspection (CEI) services on a large, multi -year Florida Department of Transportation (FDOT) Turnpike project. Operating as a separate business unit of the FDOT, Florida's Turnpike Enterprise has steadily expanded and increased revenues for the state while continuing to protect bondholders and improve customer service for its residents. The changes have led to improved agency efficiency, cost-effectiveness, and timely project delivery. Florida's Turnpike has made substantial improvements to the existing road system, acquiring and assuming responsibility for projects completed by a local expressway authority, delivering six expansion projects, contracting most in-house functions to the private sector, promoting customer service, and maintaining financial stability and improved bond ratings. CEI SERVICES Florida's Turnpike is now responsible for all operations on every FDOT owned and operated toll road and bridge. This represents about 600 miles of roadway and 80% of all toll facilities in Florida. Florida's Turnpike strives to ensure every customer who travels these toil roads and bridges receives first class service on every trip. On one of the task orders of a ten-year ongoing project, CES was responsible for assisting personnel in the management of the Turnpike's construction work program. CES also had the responsibility of making project decisions and, in support of the Department's Construction Program, provided a variety of services in the areas of construction and materials engineering; inspection; testing; laboratory services; technical management; and administrative services. Below were some additional responsibilities and materials support CES performed on this task order: » Construction Management Support » Construction Quality Assurance » Claims Analysis Emergency Services Materials Support: Independent Assurance & Verification Testing & Analysis, Pavement Services, Materials Quality Systems & Geotechnical Services RESPONSII AND CAS 11111111!1#!NII111111111111111IIiII LOCATION District -wide, FL OWNERS/CLIENT FDOT/ Florida Turnpike Enterpnisei PB Americas, Inc. COST N/A (Fee Only) COMPLETION 2011 KEY FEATURES Construction Management & Inspection Services Materials Testing Geotechnical QA/QC Roadways, Infrastructure & Transportation Hill PROYPERFORMANCE c -es Village of Key Biscayne RFCI# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering MOM CTION SERVICES FOR MISCELLANEOUS A EOIUS PRONG JECTS E TSPECTION [CEU Des CES provided Construction Engineering Inspection services for various aspects of Miami -Dade County Public Works Department projects (E05-OCI-02-B) in the following areas: utilities, water distribution and sanitary sewer, roadway, sidewalk, drainage, resurfacing, and miscellaneous other areas. The contract work consisted of the following: » Construction Administration » Construction Inspection Monitoring » Record Keeping Approval and Recommendation of Requisitions for Compensation • Review of Change Orders » » » » » » Cost Estimation Claims Analysis Scheduling Shop Drawing Reviews Remedial Designs Responding to RFIs Assuring Compliance AND t! 't Il I I!i11111lIlIlIIIIIlII11IIIIlJ LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade County Public Works Department COST Fee Only COMPLETION 2010 KEY FEATURES Construction Engineering Inspection (CEI) Services Construction Management Construction Oversight & Administration Cost Estimating Scheduling Water & Sewer Utilities Roadway & Drainage Resurfacing PROVEN CTis PERFORMANCE Village of Key Biscayne RFO# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering MDPWD MASTER CONSULTING CONTRACT: CONSTRUCTION MGMT., ADMIN., OVERSIGHT R CEI CAS CES provided miscellaneous Project Management, Contract Administration, Construction Management Oversight, and Construction Engineering Inspection services for the Miami -Dade County Public Works Department under a $4,000,000 Master Consulting Contract. Under this master service agreement, CES staff performed a wide range of services for major infrastructure improvements throughout Miami -Dade. The following projects were performed under this contract: » NW 87th Avenue overpass from NW 138th Street to NW 154th Street, which included a new 400 foot segment of bridge along NW 87th Avenue over 1-75 » Reconstruction of SW 127th Avenue from SW 187th Street to SW 200th Street Reconstruction of SW 92nd Avenue from SW 80th Street to SW 84th Street » Reconstruction of SW 127th Avenue and SW 132nd Avenue from SW 72nd Street to SW 75th Street » County -wide ADA compliance sidewalk improvement project for over 350,000 feet of sidewalk Construction Inspection services included the following: » » » Installation of new drainage Construction of new sidewalks ADA access ramps and driveways Installation of new curbs and gutters Raising and/or resetting of new catch basins Maintenance of Traffic Compliance » Installation of underground electrical Roadway reconstruction and street lighting » Bridge overpass construction and approach • Installation of new signage and landscaping AND "+11 11 I.IIIIIIIII'IIIIIiIIIIIIIIII'I LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade County Public Works Department COST $250M Program COMPLETION 2010 KEY FEATURES Construction Project Management & oversight Project Management Construction Engineering Inspection (CEI) Services Contract Administration Infrastructure Roadways & Bridges MOT Compliance Water & Sewer PROVEN C-eS PERFORMANCE �+ Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering MDWASD OCEAN OUTFALL LEGISLATION f00L1 PROGRAM NG The 11 -year Ocean Outfall Legislation (OOL) Program started in 2014 and is the culmination of a regulatory mandate by the Florida Legislature to stop all wastewater discharge to the ocean by 2025. This program will eliminate wastewater from being discharged to ocean and boost the local economy by creating new jobs. The objective is to reverse the County's wastewater system flows away from the ocean outfalls and reroute flows to a new membrane bioreactor treatment plant. The plant, when complete, will be one of the largest of its kind in the world —capable of treating more than 100 million gallons of wastewater each day and injecting the treated water into deep wells. The OOL Program is one component of the Miami Dade Water and Sewer Department's comprehensive Capital Improvement Plan for numerous water and wastewater infrastructure projects. The projects are critical for the County to meet the service needs of its customers, accommodate future growth, as well as comply with Federal and State and local regulations. CES is providing Program Management, Construction Management and Program Controls Support Services on this Miami - Dade County Water and Sewer Department's $3.3 billion OOL Program, as part of the Jacobs Team. CES support services include assisting the Jacobs Team with managing the overall delivery of a comprehensive, technically sound, longterm program that encompasses the design, procurement, construction, and commissioning of projects under the OOL program. C) rlNIOVX court IWO MC WWI OFAIIMIe t Ocean 0uttalt Legislation Compliance Plan Projects CES Program Management Support and Project Management Services also include Program Controls and Technical Support on the following Task Orders: b N u Multiple Lift Station Evaluations & Design West District WWTP Conceptual Design NDWWTP Effluent Pumps NDWWTP Peak Flow CDR NDWWTP High -Level Disinfection System & Peak Flow NDWWTP Conveyance Design Project Management Support Services AND 11 1111111111!11111111111111111111111 LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade County Water and Sewer Department/ Jacobs (formerly CH2M Hill) COST $3.3B Program COMPLETION Ongoing KEY FEATURES Civil Engineering Analysis & Design Large Diameter Pipeline Litt Station Evaluation & Design Program Management Support Project Management Construction Phase Engineering & Inspection Services Construction Management Support Program Controls Support Wastewater Permitting & Interagency Coordination Scheduling & Cost Estimating PROVEN n1 Coo PERFORMANCE Village of Key Biscayne RFQ# 2021-OSCIV: Continuing Architectural & Engineering Services, Civil Engineering DESIGN S CEI FOR EAST MIRAMAR INFRASTRUCTURE C -e 9 IMPROVEMENTS, PHASE 1 The City of Miramar is ranked among the top ten fastest -growing cities in the United States. This growth necessitated implementing major infrastructure improvements in the eastern section of the City, which is over 50 years old. The project area perimeter included Miramar Parkway on the north, State Road 7 on the east, County Line Road on the south, and SW 64th Avenue on the west, all of which encompassed a total of 52 roadway segments. Approximately five miles of gravity sewer and approximately five miles of water mains were upgraded to 6- and 8 -inch DIP and constructed throughout the area. The commensurate increase in wastewater flows also warranted the upgrade of a local wastewater pump station. The pump station received new pumps, a new wet well, and an updated electrical panel, CES provided engineering design services and construction engineering and inspection services during the construction and installation of the following: » » » New water distribution mains Construction of sanitary sewers Installation of drainage New sidewalk construction including ADA compliance Pump station construction Roadway resurfacing and reconstruction Signage and street markings AND LOCATION Miramar, FL OWNER/CLIENT City of Miramar Department of Operational Services COST $12M COMPLETION 2007 KEY FEATURES Construction Phase Engineering & Inspection Services Civil Engineering Analysis & Design Public Involvement Utility Coordination Permitting & Interagency Coordination Site Restoration Construction Contract Administration Construction Submittal Review As -Built Drawings Stakeholder Coordination Enforcement of Contract Terms & Conditions Permit Compliance Force Mains & Lift & Pump Station Design Drainage & Storm Sewer Roadway Resurfacing & Reconstruction Signage & Street Markings PROVEN C-09PEAFOAMANCE Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering S?rvices, Civil En irixtrise MDWASD WASTEWATER FORCE MAINS The Miami -Dade County Water and Sewer Department (WASD) developed and implemented the wastewater asbestos - cement force main pipe replacement program to upgrade force mains throughout the County. The project was located in residential areas that had failing asbestos -cement force mains that were prone to frequent failure. The project's system upgrades improved wastewater operational reliability and increased service performance. CES was tasked to design several force main improvement projects for this county -wide program. The individual projects in this contract included the design of special interior coated (PVC) 8 -inch ductile iron pipe force mains and demolition of asbestos -cement that is a hazardous material requiring special handling when cutting the pipe. CES provided design, permitting, assistance during bidding and construction services for over 23,000 LF of new force main replacement including: » 16,600 LF of 8-anch,1,970 LF of 10 -inch, and 4,715 LF of 12 -inch PVC Lined Ductile Iron Pipe f"• Projects located in dense residential areasvithin Miami -Dade County » The 8 -inch force main along Country Walk Drive ,,3,,,isorl.lultr�naiuuttii LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade County Water and Sewer Department COST $2.9M COMPLETION Multiple; All Completed by 2015 KEY FEATURES Civil Engineering Analysis & Design Construction Contract Administration Construction Submittal Review Force Mains Roadway Reconstruction Hazardous Material Mitigation Pump Station Connections Maintenance of Operations/ Service Future Capacity Planning & Coordination Utility Coordination Permitting Soft Dig Coordination Interagency Coordination Cost Estimating & Scheduling . PROVEN C-69 PERFORMANCE AND Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering MDWASD WATER MAIN UPGRADES The Miami -Dade County Water and Sewer Department (WASD), with funding from the General Obligation Bond, upgraded water mains throughout the County. The project's target areas were residential areas which either lacked water main service or were served by undersized, dated mains that had been in existence for the over 60 years. The project's system upgrades also improved fire protection for the area and service water pressures. CES was contracted to design several water main improvement projects in this county -wide program. The individual water main improvement projects included under this contract included the design of 8 -inch Ductile Iron Pipe Water Mains ranging in length from 2,000 LF to 6,000 LF. All abutting properties were provided improved water service in addition to adequate neighborhood fire protection. Some of the projects included as part of the program include: » 10,000 LF of 8" Water Main along Durango Street and Bahos Court between University Drive and Riviera Drive 6,000 LF of 8 " Water Main along NE 13 Court, NE 13 Place between NE 196 Street and NE 199 Street » 2,000 LF of 8" Water Main at SW 63 Avenue, SW 63 Court, and SW 64 Ave between SW 8 Street and SW 4 Street Through adequate planning and regular meetings with the client to discuss the project's progress, the CES design team has been able to exceed the client's needs and expectations. AND cis 1111 It tilt 111ttti1IIIl1IIlllillll1tI LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade County Water and Sewer Department COST $7.5M COMPLETION 2010 KEY FEATURES Civil Engineering Water Mains Roadway Reconstruction Maintenance of Operations/ Service Future Capacity Planning & Coordination Utility Coordination Permitting Soft Dig Coordination Interagency Coordination Cost Estimating & Scheduling PROVEN SOtOTlDMS 009 PERFORMANCE Village of Kev Bisca ne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering MDWASD WASTEWATER FORCE MAINS CAS The Miami -Dade County Water and Sewer Department (WASD) developed and implemented the wastewater asbestos - cement force main pipe replacement program to upgrade force mains throughout the County. The project was located in residential areas that had failing asbestos -cement force mains that were prone to frequent failure. The project's system upgrades improved wastewater operational reliability and increased service performance. CES was tasked to design several force main improvement projects for this county -wide program. The individual projects in this contract included the design of special interior coated (PVC) 8 -inch ductile iron pipe force mains and demolition of asbestos -cement that is a hazardous material requiring special handling when cutting the pipe. CES provided design, permitting, assistance during bidding and construction services for over 23,000 LF of new force main replacement including: » 16.600 LF of 8 -inch, 1,970 LF of 10 -inch, and 4,715 LF of 12 -inch PVC Lined Ductile Iron Pipe Projects located in dense residential areas within Miami -Dade County » The 8 -inch force main along Country Walk Drive LOCATION Miami -Dade County, FL OWNER/CLIENT Miami -Dade County Water and Sewer Department COST $2.9M COMPLETION Multiple; All Completed by 2015 KEY FEATURES Civil Engineering Analysis & Design Construction Contract Administration Construction Submittal Review Force Mains Roadway Reconstruction Hazardous Material Mitigation Pump Station Connections Maintenance of operations/ Service Future Capacity Planning & Coordination Utility Coordination Permitting Soft Dig Coordination Interagency Coordination Cost Estimating & Scheduling PROVEN c'.°111711.1"e - RESPONSIVE AND PERFORMANCE Des Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering PBCWUO WATER MAIN REHABILITATION & LOOPING PROJECT, PHASE 1 The PBCWUD Water Main Rehabilitation and Looping project to rehabilitate various water mains involved 16,000 LF of pipelines of varying sizes from 4" to 12" including DIP, PVC and HDPE at 19 locations across Palm Beach County. Installation of the new segments of waterline and new interconnections improved system capacity and hydraulic efficiencies, eliminated dead -ends, and reduced water retention time, resulting in improved water quality. Directional Drilling was designed for critical areas such as major intersections and tree lined corridors. CES Consultants, as lead designer, conducted design team. meetings; presented and recorded progress meetings; set up site visits; reviewed and researched existing data; coordinated with utilities; coordinated with other County projects; managed the Survey, Geotechnical and Utility Location subconsultant activities; and led the design team through the 30, 60, 90 and 100% submittal phases, permitting documents, and bidding and construction phase services. CAS IIIIIIIrIt,fiIIIIIII111111111111lii LOCATION Paim Beach County, FL OWNER/CLIENT Palm Beach County Water Utilities Department COST $2.9M COMPLETION 2019 KEY FEATURES Civil Engineering Analysis & Design Mechanical Engineering Surveying & Geotechnical Services Water Mains & New nterconnections Improved System Capacity & Hydraulic Efficiencies Improved Water Quality SUE/Utility Coordination Public Involvement Roadway Restoration Sidewalks & Curbing Permitting & Interagency Coordination Utility Coordination Directional Drill PROVEN C-eS AND PERFORMANCE V u Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering NW 12TH AVENUE FORCE MAIN c -es The City of North Miami retained CES Consultants to prepare a hydraulic model and to provide hydraulic analysis, design, permitting, and construction services for 10,500 LF of 12 -inch replacement force main along NW 12th Avenue, extending from NW 95th Street to NW 125th Street. The new pipeline connects to the MDWASD 48 -inch force main leading to the North District WWTP. The project replaces aging asbestos -cement and cast iron force mains with corrosion resistant PVC pipe. Twenty-one private pump station force main connections and two City pump station connections required relocation and reconnection to the new force main, as well as planning for uninterrupted service during construction. The design comprised one force main with capacity to handle the flows from the two existing force mains and a reserve capacity for future development. The design incorporated plan and profile sheets, soft digs to identify existing utilities with conflicting as -built data, specifications and permits. ► — 1 co/ or -_.. .� LY _]. Q 1411 1, X110 g 1 .ter _ =is�a� '-� �� f , lr. ,.I — . .. ffa ,ma �_- — afd�• • '� j +�dll�►- "K . � .. k. 1 r I— d € I11111"mmI II111111IIIIIIIIIIIII LOCATION North Miami, FL OWNER/CLIENT City of North Miami COST $3M COMPLETION Design: 2016; Re -permitted in 2019 KEY FEATURES Force Mains Roadway Reconstruction Wastewater Treatment Plant Connection Pump Station Connections Maintenance of Operations/ Service Future Capacity Planning Soft Digs Utility Coordination Permitting Interagency Coordination Hydraulic Modeling Basis of Design Report with Alternatives Complete Plan & Profile Design Value Engineering Preparation of Specifications Cost Estimating & Scheduling AND PROVEN C-�6 PERFORMANCE V�r Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering NW 54TH STREET 48 -INCH FORCE MAIN In order to improve the hydraulic capacity of the wastewater system within the Doral Basin, a 48 -inch transmission force main was designed and constructed along NW 54th Street between NW 79th Avenue and NW 72nd Avenue, connecting two existing large diameter force mains and relieving capacity restrictions. The new pipeline connects to an existing 16 -inch force main along NW 79th Avenue and a 48 -inch along NW 72nd Avenue. CAS AS R . �- i; ;4 QOM MO Mitt iMMENNio The design services included a preliminary pipeline route analysis and layout, review of probable utility conflicts, and design of the 48 -inch transmission force main. The pipeline was designed for either PCCP or ductile iron pipe installation. The project is located within the central area of Doral and includes 4,200 LF of force main and 400 LF of micro -tunneling to cross underneath SR 826. Additionally, the project required the relocation of existing drainage structures, drainage pipes, and water mains. The primary complexities of this project were the numerous existing utilities within the highly traveled commuter and local traffic roadway. Additionally, the coordination to minimize traffic impacts, along with the micro -tunneling component to cross SR 826, added to the complexity of this design. CES assisted with preliminary design, CADD services, design, and quality assurance reviews. The project included the following: Utility identification and conflict resolution » 400 feet of micro -tunneling under a major South Florida highway, SR 826 » » 4,200 feet of MP & PCCP force main Six (6) line and connection valves and two (2) air release valves » Approximately 10,000 SY of roadway milling and repaving, and roadway traffic re - striping in accordance Miami Dade Public Works standards 111 1 1 1 1 1111111 1111111111111111111 LOCATION Doral, FL OWNER/CLIENT Miami -Dade County Water & Sewer Department/ Brown & Caldwell COST $10.4M COMPLETION 2017 KEY FEATURES PCCP/DIP Force Main Civil Engineering Analysis & Design Large Diameter Pipeline Interagency Coordination Scheduling & Cost Estimating Stakeholder Coordination Microtunneling Utility Coordination Preliminary Designs CADD Services Design Assistance QA/QC Review n. �_ g�. ._ = _. — = -- Ow oo —. mow -moor =— _— _r_t._ .+.tee...... M.-NIMP.-..0101 • K vgie ..r l� - 4 - 1, ; —r ' ,.0.0.0.0 _r}��.a� IMMO �w w wt., ` Om., Ay .0.0.0. . .. .0Maw ;.... •flarda.am to iia }•-•,...a, .., AND PROVEN C-08 PERFORMANCE Village of Key Biscayne RFQ# 2021-OBCIV: Continuing Architectural & Engineering Services, Civil Engineering SW 147TH AVENUE 24 -INCH FORCE MAIN AT PUMP STATION 0592 CAS MDWASD, in an effort to improve hydraulic capacity of the wastewater transmission system within Basin Number 0592, initiated design of 2,750 LF of 24 -inch transmission force main to replace an existing undersized 8 -inch force main, and to interconnect three hydraulically overstressed force mains. The new 24 -inch force main route extends along SW 147th Avenue, 'between SW 184th Street and SW 176th Street, passing under a CSX rail line, and connecting to an existing 24 -inch force main at SW 184th Street, and existing 12 -inch and 16 -inch force mains at SW 176th Street. The 2,750 -foot force main interconnects three force mains serving local wastewater pump stations, providing significant improvement for system redundancy, peak flow equalization, and reduction of system pressures. The pipe material recommendations are for ductile iron pipe with interior epoxy coating for corrosion protection from wastewater, and exterior poly -wrap for protection against corrosive soils. The pipeline includes plug vales for isolation of the pipeline for maintenance and repairs, and air release valves for venting of accumulated air and gases from the wastewater. The connections to the existing force mains for the new force main were designed for connections to existing pipe stubs. A section of the pipeline required 400 feet of micro -tunneling under a CSX local service rail line which remains in active service. Due to the CSX requirement for a cased pipeline crossing, HDD was not an acceptable trenchless method of construction, and with the local high groundwater table, the jack and bore method of construction also precluded. A 36 -inch steel casing pipe was designed for the installation, with alignment spacer fittings for the 24 -inch DIP force main. The use of trenchless technology is the only viable and permissible approach for at -grade crossings of railways such as the CSX rail -line. CSX specifically prohibits the use of open -cut installation at any rail -lines installed at grade. To ensure timely access of the CSX rail easement at the rail -line crossing, CES engaged the CSX Corridor Occupancy Services Department early in the design process to develop a plan for compliance with the CSX Utility Encroachment criteria, and acquire a CSX crossing permit to avoid impacting the construction schedule. SW 147th Avenue is a local commuter roadway with typical residential traffic, and residential areas abutting the route. Preliminary MOT planning was necessary to determine mitigation requirements for the open cut construction, as well as for the micro -tunneling operation. Open - cut construction is programmed for the length of the pipeline within SW 147th Avenue, with the alignment extending down the east side of the roadway. The alignment selection within the roadway was predicated on the location of conflicting utilities and approach to the CSX rail line crossing. Utilities within SW 147th Avenue, and within the intersecting roadways, include distribution water mains, gravity sewers, stormwater drainage, gas, and numerous underground telecommunications and electrical service lines. Extensive utility data research was conducted, for horizontal and vertical data, based on site visits, record drawings provided by each utility, and the site topographic survey. The need for relocation of existing utilities was minimized with the final pipeline alignment, and several deeper pipe segments. i' HI111111II11111111111111111 LOCATION Miami Gardens, FL OWNER/CLIENT Miami -Dade County Water & Sewer Department COST $1.5 M COMPLETION 2018 KEY FEATURES Civil Engineering Analysis & Design Transmission Force Main Pipeline Public involvement Utility Coordination Permitting & Interagency Coordination Scheduling & Cost Estimating Site Restoration Construction Contract Administration Construction Submittal Review Stakeholder Coordination Microtunneling msLIIPO.M.a L10111/LILS!1 AND PROVEN PERFORMANCE � �+ Village of Key Biscayne RFQ# 2021-08C1V: Continuing Architectural & Engineering Services, Civii Engineering WEST AVENUE BASIN STORMWATER MODEL CES developed a 10 -year Level of Service (LOS) model of the 140 -acre West Avenue stormwater basin. The model was created to compare to the existing 5 -year LOS model and to develop an upgraded system for the proposed West Avenue Improvement Projects. The model was created utilizing ICPR4 and included the 460 acres of influence from the stormwater east of the proposed project areas. The model included all existing stormwater pump stations in the area, a proposed 120,000 GPM stormwater pump station, and 15 water quality drainage wells. The model incorporated private property finished floor elevations to avoid flooding of private properties. At the request of the City, the hydraulic grade line was set to the lowest point of the basin. ttttt Ftopased 016iflc,la Rd 15)00.000.001 ...... komille...• IRA/Mb tt� PRrs p+13} au. We Ave* IRN $t Rune lr % 60' F RCR I FL. 4r1 and Realm 29• F AV ERG' IE0. 157 R04. withfir RCP rdh fla[ek .015. Em OF YUMI BEACH Appendix 13 Proposed Alternative 32,1 Proposed Model Network - North Project Area ° toe ,es, r; . incn-100Iem �i AND CAS 1 1!!' 111 p 111111111111111 111111111111 LOCATION Miami Beach, FL OWNER/CLIENT City of Miami Beach COST $198,670 (Fee Only) COMPLETION 2019 KEY FEATURES Civil Engineering Analysis/ Study Stormwater & Drainage Hydraulic Modeling ICPR4 Stormwater Pump Stations Water Quality Drainage Wells PROVEN C -e5 PERFORMANCE Er Village of I(ey Biscayne RFQ# 2021-OSCIV: Continuing Architectural & Engineering Services, Civil Engineering BUSINESS LICENSES/CERTIFICATIONS State of Florida Department of State 1 certify from the records of this office that CES CONSULTANTS, INC. is a corporation organized under the laws of the State of Florida, filed on October 6, 1997 The document number of this corporation is P97000005972. 1 further certify that said corporation has paid all fees due this office through December 31, 2021, that its most recent annual report/uniform business report was filed on January 15, 2021. and that its status is active. 1 further certify that said corporation has not filed Articles of Dissolution. Given ender nn' herd and the Great Seal of the Date of Florida ar Tallahassee, the Capital. this the Fifteenth day of January, 2021 Secretary of Stare Tracldng Number fl1904251ICC To embnutRete TER eerilar.A..b.ft the 1nlEn.log azA.en4r ILe number. end rhea MO.w. the Imm,rtlom dbptu14 Mips: 'iservicea.runhn.orgliwng eernik.teol41.ru1'c. Mar meAutbeatr.tto FBPE. STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER TT% PROVISIONS OF CHAPTER 471. FLORIDA STATUTES CES CONSULTANTS, INC. 800 SW 145TH AVE SUITE/104 PEMBROKE PINES 833027 liCE'NSE MUMMER: CA3511 EXPIRATION DATE FEBRUARY 25.2021 N• .cty Erenvs wince ax NyTbno. arHe.vn Do not atTen tbh document m any Wm. TTIs h your Neese. R'e MNawlul Par anyone other Man the kin,.. In use tt h document tr (City of Alinmt o%r*iywwwa"aill�wuoir+woniRimwa oar or, roe 1414141N74:04 W 141 M I. 14l i Was Am. mer• .ct1.N Year D. 1 BON Tim Oyu 1635111 RECEIPT FOR CFA CONSULTANT, INC Issuers oetat. 2m TOTAL PEE MID "in ACCOUNT iU45E4 111510 we*, ',our**, la5T22 NAME OF Si 015000 CES CONSULTANTS INC OSA LOW -eta 3150 SW SI AY 440 IN HEREBY IN CONPLIANCF TO ENGAGE IN OR MANAGE THE OPERATION OF. PROP ASSWFIRWCO mTHERSNDsJCORP Adak Valenrli Coda Cornolknce 01ractor Local Business Tax Receipt Miami -Dade County. Slate of Florida 11:6,NNOr•ma .INNONMy at e Al1AM41 SAMS,L0CAT,Os CES CONSULTANTS INC 1150 SW 2AIM A VE STE ASO UTAbru FL 3311E CWNER CES CONAN-TANIS INC ro RENEWAL WIC15S LBT SEPTEIIIBE V, 2021 ..1 A• gaypd NAity oe 1.,... M.erw4 b Cowl. GM- iNr.. AA - a., � A , 1164 nom c r M..I.N A.ufwE traC..MaO 212 P A ,CORPPAP THERE. RT TAg COttreto. P,ggAe ii [9 05,1,7070 E-ioyoNs 1 Ea4441 EC I"sCx.14•2AAa5E Jar Low/ brads Toe Im osy.aim....,M r dm WA iyrratw R. Ammo..we gads. t�rla. aa..F....10 WW.l.ria4ra A O.. IYMa.r.r•..Y,.i.r..r,. -• 4616666•66•1611061161611 1•.•••••10 MM. YIN r.... ru meads. i'Io i115RR0 0•4•1•06.Y.I.Yw.a eiar bib.-nom.-0aY rr Yo 16 Pk Fe.1.Nry.n. .Ma.wmmnl.A poleoAr.r., Tta8 I8 NOT A BILL 00 NOR PAY 'a" w'.rw.r'.: 2027 air (F174 et CES Consultants. Inc. 1a ofrilaed an4ertL pontsvai. A 2b gad 2s' I5: Pk.tda Real or., fnr a p.,rMel Hunt 010OQ@0 0314147022 .tsr...F beat Inoue r.....11.+.•••• a W.own.,.�...- �,I.ty�!_Ili k i if RylLti 0.1.10111 .rls.1.._ .. 166 PROVEN C -0S ANO PERFORMANCE �+ Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering FDOT PRE -QUALIFICATION RON DI'S 1 S1'I� UU>, I;R\Olt FDOT Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 3239Q-0450 June 13, 2019 Rudy Ortiz, CEO CES CONSULTANTS, INC. 880 S'VV 145'" Avenue, Suite 106 Pembroke Pines, Florida 33027 Dear Mr. Ortiz: k l a 1 1 111111.1 I. 1.1 , P.E. S1.1 II1' !.1111 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 3 - Highway Design - Roadway 3.1 - Minor Highway 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 6.3.2 - Intelligent Transportation Systems implementation 6.3 3 - Intelligent Transportation Traffic Engineering Systems Communications Group 7 - Traffic Operations Design 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics 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 www.fdl't.gor PROVEN C -O6 AND PERFORMANCE �++ Village of Key Biscayne RFQ# 2021-O8CIV: Continuing Architectural & Engineering Services, Civil Engineering FACILITIES, CAPABILITIES RESOURCES Available Facilities: CES Consultants maintains fully -staffed, state of the art office facilities, outfitted and situated to allow daily collaboration and support among our team. Our facility locations specifically in South Florida include Miami, Pembroke Pines, and West Palm Beach. For this contract, we will conduct work from our Miami office located at 3150 SW 38th Avenue, less than 10 miles from the Village's governmental offices. Additionally, our proposed Contract Manager, Matt Alvarez, PE, is a Key Biscayne resident and will be available to the Village when you need him! Available Resources: In addition to the proposed key staff members and our technological resources, CES has 85 full time, professional staff members ready to dedicate to themselves to your project needs. Technological Capabilities: The CES team is proficient at optimizing the use of the many software applications and databases used for services in connection with the scope of services. Our commitment to the Village is to use innovation and technology in a manner to provide the best possible value for each hour of service we perform. Our investment in professional development, software and hardware is a key differentiator you will find with the CES Team. In addition to being a Professional Services practice, our team has related business units that are recognized as solution providers and developers of commercial, off the shelf software for the construction industry. The synergy created from our consulting and software teams results in providing our clients highest quality deliverables, prepared in the most efficient means. At CES Consultants, we work with industry leading technology and software for CAD and BIM workflows. We utilize AutoDesk'' AutoCAD® Civil 3D'® 2019 as our main solution for Civil Design. CES's software capabilities include, but are not limited to, ESRI ArcMAP, ArcGIS and ArcGIS Pro, AutoDesk InfoWorks and InfraWorks, and stormwater models. We also utilize various Project Controls and Construction Management software, including Procore, Primavera, e -Builder, Microsoft Project, and Acumatica. The following is a list of the key CAD, CADD and GIS related software and capabilities utilized and maintained at CES: » » » 3Ds Max 2018-2021 Advance Steel 2018-2021 AutoCAD 2018-2021 AutoCAD DWG History AutoCAD Architecture 2018-2021 AutoCAD Electrical 2018-2021 AutoCAD MEP 2018-2021 AutoCAD Map 3D 2018-2021 AutoCAD Mechanical 2018-2021 » » » » » » » » » AutoCAD Plant 3D 2018-2021 AutoCAD Raster Design 2018-2021 Civil 3D 2018-2021 Dynamo Studio 2016-2017 Fabrication CADmep 2018-2021 Formit Pro InfraWorks 2018-2021 ReCap Pro 2018-2021 Revit 2018-2021 » Robot Structural Analysis Pro 2018- 2021 » Vehicle Tracking 2018-2021 » Watershed Analysis for InfraWorks » Storm and Sewer Analysis 2019 » ArcGIS Pro » ArcMAP » EPANET » Water Gems AutoCAD® Civil 3D" 2019 and AutoDesk InfraWorks help improve project outcomes with the ability to create, explore and evaluate design concepts in a real -world contextual environment and to provide a better way to envision and understand the implications and impacts of different alternatives in preliminary design by combining and connecting data to better create, view, analyze, share, and manage information to make decisions in context. Our team integrates AutoCAD® Civil 3D» BIM technology to develop comprehensive models for infrastructure projects. Existing and proposed utilities are converted into three-dimensional network entities. In lieu of drafting simplistic, two-dimensional objects in a complex underground corridor, Civil 311® creates interconnected/intelligent networks. Each network is composed of entities that share similar design properties (i.e., shape, size, slope, cover depth, etc.), location/space, and potential construction conflicts during installation. The Village's underground utility systems will be programmed with specific rule sets developed by the CES team in conjunction with Village validation. Rule set parameters include critical design criteria and can be linked to any specific network. This holistic design approach enhances coordination with multiple stakeholders and minimizes risk/uncertainty. The application of AutoCAD® Civil 3D® technology for our projects with the Village will encourage and ensure the following outcomes; meaningful planning and communication; risk reductions; real -world accessibility; and informed decisions and actions. i PROVEN ' ■ Rt:SVUNSi4L AND PERFORMANCE Y 5 Village of Key Biscayne RFD# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineerint ORGANIZATIONAL CHART Please Note the Organizational Chart Highlights Key Staff & Leadership Only; Additional Resources are Available in ALL Required Disciplines PRINCIPAL -IN -CHARGE Rudy Ortiz, PE, CGC (1) THE CES TEAM 1 CES Consultants 2 Civil Works 3 Savino & Milder Design Studio 4 GCES Engineering Services 5 Longitude Surveyors 6 Media Relations Group CONTRACT MANAGER 6 KEY BISCAYNE POINT OF CONTACT! Platt Alvarez, PE (1) PROJECT MANAGER Jose Caraballo, PE (1) QA/QC MANAGERS Torn Burke, PE (1) David Hoot, PE (1) KEY STAFF David Hoot, PE (1) Sr. Project Engineer/Manager Roadway & Drainage Design Linda M. Bell, PE (2) Lead Transportation/Roadway Design Engineer Vaughn Soares, PE (2) Lighting, Signalization & Pavement Markings Engineer Deavon Uter, PE (1) Sr. Project Engineer Roadway & Drainage Design Barry Miller, ASLA, PLA (3) Landscape Architect Kelly Hitzing, PIA (3) Landscape Designer Amanda Guillory, PE, ENV SP (1) Project Engineer Drainage & Stormwater Modeler Gustavo Silva, PE (1) Project Engineer Permitting Coordinator Erik Alcantara, PE, ENV SP (1) Project Engineer/Designer Utility Coordinator Jose M. Aldir, PE (2) Traffic Engineer Ahmad Aljbour, El (2) Civil/Transportation Design OTHER PROPOSED SUBCONSULTANTS (IF REQUIRED BY TASK ORDER) Geotechnical Engineering & Materials Testing Alejandro Montenegro, PE (4) Survey & SUE Eduardo M. Suarez, PSM (5) Public Outreach Alicia Gonzalez (6) Jeanette Gorgas (6) Dilcia Salinas (6) AND PROVEN PERFORMANCE C6 Village of Kev Bisca ne RFQ# 2©2t-O8CIV: Continuing Architectural & Engineering Services, Civil Engineerin KEY STAFF RESUMES THE CES TEAM: LOCAL, CAPABLE B AVAILABLE The highly qualified CES Team has demonstrated roadway and drainage infrastructure design and construction knowledge, capability, and capacity. We not only understand local conditions and pricing, but the project delivery, budgetary, and scheduling challenges facing the Village of Key Biscayne. CES has an experienced in-house team of qualified professionals —a team with strong technical expertise and knowledge. CES understands that the proposed agreement provides the basis for issuing specific work orders to perform specific services required by the Village. The CES Team, which includes 85 full time staff members, will be fully available and committed to the Village to ensure successful implementation and delivery of any task order assigned. The CES Team wtll be highly responsive and will communicate proactively to keep projects moving, to avoid surprises, and to mitigate delivery risks. We will be accessible and responsive and will interface with your team face-to-face when needed while implementing COVID-19 safety protocols. CES staff have extensive experience in the engineering design of roadway and drainage, stormwater, and water and sewer utility projects ranging from 2"- to 120" -diameter piping networks, pump/lift stations, master planning, and drainage and hydraulic modeling. Our professional staff also bring considerable experience with "Complete Streets" design, civil site engineering, parks and recreational facilities, and stormwater management improvements. CES will respond to each work order as an integrated team comprising CES staff, any required subconsultants, and Village staff. The CES Team will be led by President, proposed Contract Manager, and key Biscayne resident Matt Alvarez, PE and managed by experienced Senior Project Manager Jose Caraballo, PE in technical assignments, in project delivery, in team coordination, and in collaboration with the Village of Key Biscayne. This provides the Village with local, lead personnel who have the credentials, experience, and working relationships with permitting agencies, contractors and nearby utilities that may be affected by this work, as well as experienced support personnel, allowing us to handle multiple concurrent Task Orders. The CES Team understands that maintaining good working relationships with municipal, county, state and federal regulatory agencies is critical for successfully permitting roadway and drainage infrastructure projects. Our Team has developed a strong rapport with various Miami Dade County departments, the Florida Department of Transportation (FDOT), the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP), U.S. Army Corps of Engineers (USACE), and the EPA, amongst others. These established relationships help expedite permitting, particularly through County agencies. Our profession& team will be available to the Village immediately upon contract award. Our current workload is minimal and, when combined with our staff resources, &lows us to handle multiple tasks concurrently. The CES Team's "can -do" attitude provides access to a full spectrum of qualified, committed professionals, the latest knowledge in technologies and regulations applicable to your needs, and a focus on successful, results -driven solutions. With the depth and breadth of the CES Team's technical knowledge and capabilities and the availability of engineering and construction staff, we are uniquely qualified to provide the professional services required under this contract and can promptly respond to any requested services. CES is committed to exceeding the Village's needs by providing quality, "first priority" service on this important contract to complete implementation of our community's critical infrastructure improvement programs. RESPONSIVE AND PROVEN C-09 PERFORMANCE 'u+ Village of Key Biscayne RF©# 2021-O8CIV: Continuing Architectural & Engineering Services, Civil Engineering MATTHEW ALVAREZ, PE President; Contract Manager & Key Biscayne Point of Contact Mr. Matthew Alvarez is the President of CES Consultants and is responsible for the resource allocation and successful delivery of our Florida programs and projects. He has more than 25 years of relevant local program delivery experience across Florida, particularly in South Florida, and has served in leadership positions for multi -billion -dollar infrastructure and operational improvements. Matt has served as Principal -in -Charge (PIC), Contract Manager, or Program/ Project Director for over $6B of infrastructure improvements in Florida —including planning, design, and construction, Most recently, Matt served as the Program Manager for the Integrated Sea Level Rise Mitigation and Stormwater Management Plan for the City of Miami Beach, a flood mitigation project focused on reducing risk in the City through a comprehensive and integrated approach to managing water resources through implementation of capital improvement projects that incorporate a Complete Streets approach, including enhancements to pedestrian, bicycle and vehicular access, blue-green infrastructure, streetscape aesthetics, traffic calming, urban forestation, and dry and wet utility replacement while improving the road surface durability, elevation and resilience to flooding. As Program Director for the $5.7B Miami -Dade Ocean 0utfall Program while with Jacobs, Matt developed a very good working relationship and delivery history with the County wastewater system staff earning a perfect 4.0 out of 4.0 on a number of Miami -Dade project evaluations. He was also the PIC for the South District Wastewater Treatment Plant Renewal and Rehabilitation (R&R) Program. EXPERIENCE INCLUDES: Integrated Sea Level Rise Mitigation & Stormwater Management Plan, Miami Beach, FL: Program Manager for the multi -disciplinary flood mitigation project focused on reducing flood risk in the City of Miami Beach through a comprehensive and integrated approach to managing water resources. Building on the previous surface water and groundwater management modeling and the City's Sustainability and Resilience programs, this project developed an integrated water model that addresses flood pathways and adapts to increasing threats from sea level rise, extreme tides, extreme rainfall, and surge events. An integrated approach that maximizes the value of every dollar invested through the capture of environmental and social co -benefits aligned with other City initiatives, while being tailored to meet local neighborhood needs, was used. The realized project will develop a community -based flood mitigation and sea level rise adaptation plan to guide capital investment for immediate needs, near -term activities, and longer -term strategies to enhance the resilience of the City. Each project will incorporate a complete street approach, including enhancements to pedestrian, bicycle and vehicular access, blue-green infrastructure for managing stormwater quantity and quality, streetscape aesthetics, traffic calming, urban forestation, and dry and wet utility replacement while improving the road surface durability, elevation and resilience to flooding. This 5- to 10 -year implementation program will set the industry standard for integrated approaches to mitigate current flood risk and adapt to future flood risk in coastal communities. MDWASD Ocean 0utfall Legislation (001) Program, Miami, FL: Program Director for the $5.7 billion, 11 -year OOL Program, driven by a regulatory mandate from the Florida Legislature to eliminate all wastewater discharge to the Atlantic Ocean by 2025. As the program manager, RESPON,; AND CAS YEARS EXPERIENCE 25 EDUCATION BMS, Environmental Engineering, Georgia Institute of Technology BCE, Civil Engineering, Georgia Institute of Technology REGISTRATIONS 6 CERTIFICATIONS Florida Professional Engineer #56850 PROFESSIONAL AFFILIATIONS American Water Works Association, Florida Section REFERENCES City of Miami Beach Roy Coley Public Works Director 305.797.8207 RoyColey@miamibeachfl.gov Miami -Dade Water & Sewer Department Jim Ferguson Sr. Project Manager 305.613.2249 JFERG@miamidade.gov Birmingham Water Works Board Jeff Thompson Asst. General Manager of Operations & Technical Services 407.716.6534 Jeff.Thompson@bwwb.org PROVEN C -0Q PERFORMANCE '�+ u Village of Kev Bisca me RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering provided system master planning and managed overall delivery of a comprehensive, longterm program that encompassed the design, procurement, construction, and commissioning of an estimated 28 major capital projects. A critical aspect of the program is the rerouting of wastewater flows from the east (Atlantic Ocean) to the west, where a new membrane bioreactor treatment plant will be designed and constructed to treat the flows. After treatment, more than 450 mgd of treated effluent will be injected into deep wells for both reuse and disposal. MDWASD South District Repair & Replacement (R&R) Program, Miami, FL: Principal -in -Charge for this R&R program that involved a number of projects for the South District Plant, such as the condition assessment of the South District plant for the EPA consent decree. Another project included the development of design -build criteria for improvements at the South District Wastewater Treatment Plant (SDWWTP) Cogeneration Facility. The existing cogeneration facility has three 900 kW units and its ancillary equipment are undersized and past their useful lives (over 25 years). The existing cogeneration units will be replaced with four new units with higher electrical output ratings (2.0 MW). As part of this effort, assisted with the preparation of a RFP package for the design, permitting, acquisition and installation of up to four cogeneration units including the necessary gas cleaning and conditioning using a design -build delivery method. Based on the design criteria documents for this design build project, the team developed a permitting strategy to update the plant's Title V Air Operational permit. Another project in this program included the replacement and screening improvements to Plants 1 and 2 final design and services during construction. Participated in the basis of design phase and managed the final design to install four new fine plate screens at the SDWWTP headworks facility. Seminole County Environmental Enhancement (SEE) Program; Seminole County, FL: Principal -in -Charge for the $400M, 5 -year CIP program comprising more than 200 projects to modernize and expand potable water, sanitary sewer, and reclaimed water infrastructure. Featured projects include a new surface water plant, multiple phases of residential reclaimed retrofits, and water plant conversions to advanced treatment technologies. Program management processes, tools, and skills developed during execution of the program will help the County to continue implementing additional capital improvements beyond the current CIP program. City of North Miami Beach Water & Wastewater Systems Master Plan, North Miami Beach, FL: Principal -in -Charge for project critical to identifying areas in the water and wastewater systems where improvements and better operational approaches could be implemented. The first two critical consulting studies performed were the preparation of a water and wastewater master plans. North Miami Beach (NMB) Water last prepared a water and wastewater master plan in the mid -1970s and identified that a new 15 -year master plan was needed to address current conditions, update growth projections, establish capital and renewal and replacement (R&R) projects, and update the Capital Improvement Plan (CIP). Approach involved key elements such as establishing levels of service, water and wastewater demand forecasts, water supply and treatment evaluations, water and wastewater conveyance systems evaluations, hydraulic modeling, capacity planning, estimating requirements, and capital cost and schedule estimating. Seminole Tribe of Florida Program Support, Ft. Lauderdale, FL: Principal -in -Charge for the $150M, 5 -year Capital Improvement Program (CIP) comprising numerous projects to update and modernize and expand potable water, sanitary sewer, and reclaimed water infrastructure. Comprehensive Everglades Restoration Program ASR Study, FL: As Project Director, helped evaluate advanced treatment of surface water for storage in ASR; the water would then be recovered to augment canal flows for irrigation. This study evaluated the use of high -rate clarification, UV disinfections, and filtration. St. Johns River/Taylor Creek Reservoir (SJR/TCR) Project, Orlando, FL: Project Director and Senior Technologist for this collaborative project for six Central Florida utilities. Assessed the feasibility and conducted the preliminary design of a new 75 mgd surface water supply. The project used advanced decision and optimization techniques to evaluate the multiple supply sources and advanced surface water treatment for several finished water potable needs. Shingle Creek Reuse Augmentation Plant, Kissimmee, FL: As Project Director, led the pilot testing and design of the Toho Water Authority's reuse/irrigation augmentation facility. This project included the design of a high rate surface water treatment plant treating surface water from Shingle Creek. PROVEN Cis AND PERFORMANCE &eCi Village of Kev Bisca ne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services. Civil En neerin JOSE CARABALLO, PE Vice President; Sr. Project Manager Mr. Jose Caraballo has over 19 years of professional experience in the areas of civil, water, wastewater, stormwater and drainage design, transportation and environmental engineering, and project management with various public entities, including more than 180,000 LF of residential water main, 50,000 LF of sanitary sewer, and 50 pump and lift stations. He has been involved in a variety of civil and environmental engineering projects related to the improvement of roadways, public utilities, drainage systems, pump stations, lift stations, water treatment plants, ports and airports, Class IV Freshwater Wetland Permitting and SFWMD Environmental Resources Permitting, amongst others. Jose has successfully overseen projects from the initial assessment, feasibility analysis and conceptual stages through completion, including full design, permitting, construction management/administration and close-out. EXPERIENCE INCLUDES: West Avenue North & South 'D/B Neighborhood Utility & Resiliency Improvements, Miami Beach, FL: Project Manager/ Engineer -of -Record for the $72M+ Design -Build projects to develop a stormwater model, water/sewer/utility and roadway design, permitting and infrastructure construction of 1.2 miles of roadway to address sea level rise in the West Avenue Basin. This resiliency project will provide the community protection from flooding during storm events and high seasonal tides. The project requires raising the roadway approximately 30 inches while providing a 10 -year level of service with no structure flooding. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure contribute to frequent flooding of facilities in the basin. Modeling using AdICPR4 and upsizing and design of all curb inlets and yard inlets followed by significant upsizing and modifications of two pumps stations is required. The project includes 16,000 LF of water main, 7,050 LF of sanitary gravity sewer, 12,800 LF of storm sewer, a 120,000 GPM stormwater pump station and outfall, and water meter service conversions from the rear of private properties to new water lines and connections in the right-of-way. Intersection at SW 145th Ave. & Pembroke Rd. Feasibility Study & Conceptual Design Options, Pembroke Pines, FL: Engineer -of -Record and Project Manager for a feasibility study at the intersection of SW 145th Avenue and Pembroke Road. This effort required analyzing traffic count data of the intersection, understanding of the existing ROW and all infrastructure assets in the intersection, and development of several conceptual alternatives to improve the safety of the intersection. Once the investigation was complete, CES developed three (3) conceptual alternatives. These alternatives varied from adjusting the pavement markings to creating dedicated turning lanes. SW 27th Ave Drainage System from US -1 to Bayshore Drive, Miami Dade County, FL: Project Manager providing engineering analysis and design services for a closed storm water drainage system along SW 27th Avenue between South Dixie Highway and South Bayshore Drive. The project consisted of widening a stretch of roadway measuring approximately 0.75 miles. Elevation changes throughout the stretch of roadway and the high amount of utilities located throughout this older corridor were encountered, but the team worked diligently to provide a technically sound and cost-effective design that incorporated all of the client's requirements and needs, including permitting for the drainage system through Miami -Dade County DERM. City of Miami Beach Public Works Manual Review & Update, Miami Beach, FL: Engineer -of - Record and Project Manager leading the review and update of the existing City of Miami Beach Public Works Manual. Developed a revised version of the manual based on current codes and construction practices. CES developed the Roadway and Stormwater and Drainage Sections, 8ESPONSs AND CAS IIIIIII1111111119, f11111114IIII YEARS EXPERIENCE 19 EDUCATION BS, Environmental Engineering, Louisiana State university, 2002 REGISTRATIONS 6 CERTIFICATIONS New York Professional Engineer #094777 Florida Professional Engineer #73064 REFERENCES Miami -Dade Water & Sewer Department Reinaldo J. Rivera, PE, ENV SP 786.552.8027 Reinaldo.Rivera@miamidade. gov City of Miami Beach Jorge Rodriguez 305.673.7071 JorgeRodriguez@ miamiibeachfl.gov City of Ft. Lauderdale Raymond Rammo, PE, MS 954.828.5990/305.922.4645 rrammo@fortlauderdale.gov Formerly with the Miami -Dade Water & Sewer Department (now with Carollo) Roberto S. Ortiz, PE 561.868.6400 rortiz@carollo.com PROVEN PEN4.: PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering amongst others. All existing specifications and details were updated to meet current codes and construction practices. Additional new specifications and details were created for stormwater pump stations, which were previously not included in the manual. Roadway Infrastructure Project, Miramar, FL: Project Manager for the design of over five miles of water main, sewer, and drainage improvements as well as sanitary sewer lift station upgrades. Performed and managed the monitoring efforts for the construction activities throughout the southern half of the City of Miramar, including daily inspections, quality assurance reviews of the inspection team's daily reports, RFI log maintenance, participating in the pressure testing of the lines, and reviewing the Contractor's monthly invoices. Washington Road Utility & Stormwater Outfall Improvements, West Palm Beach, FL: Design Technical Advisor/ Engineer for design of new stormwater conveyance, replacement watermain, and replacement sanitary sewer mains and manholes. The stormwater conveyance and management system included curb and gutter, piping up to 60" RCP, sediment and floatable baffle box, a 30cfs pump station to handle King Tide flooding, and gravity outfalii to the Intracoastal Waterway. The project also entailed the redesign of the road cross section to include new sidewalks, driveways and bike lanes along with raised intersections and roundabouts for traffic calming, all while preserving the trees along the project corridor. CES also provided neighborhood outreach to this very high -profile part of the City. The project included new water mains and sewer collection system. The project also includes new water mains and sewer collection system. MDWASD D/B Water Main Replacement & Service Conversions in the Shenandoah Area, Phase B, Miami, FL: Engineer -of -Record and Design Project Manager leading the project team in providing engineering analysis and design services for the upgrade of approximately 46,000 LF of water main. The project consisted of upgrading existing 4 -inch and 6 -inch residential water main to 8 -inch water mains. This effort improved pressure and provided fire protection within the area. Additionally, approximately 650 residents within the project area receive potable water through water mains located within easements to the rear of the properties. The project eliminated these water mains and moved them to the right-of-way. Led the effort to provide service conversions for all residents with water meters to the rear of the property, working closely with the client and Design -Build Team to produce the most technically sound and cost-effective design that incorporated all of the client's requirements and needs. Provided permitting expertise to acquire the mainline water main permits and approximately 650 private property building permits. Developed a phasing plan to accelerate the schedule by allowing surveying, design, and construction operations to occur simultaneously throughout various areas of the project boundary, MDWASD D/B Replacement of Water Main & Service Conversions in "Donut Hole" Area, Miami Gardens, FL: Project Manager/Engineer for the replacement of the existing undersized and deteriorated water mains and existing main loop closures in order to improve system pressure and provide fire flow protection and for water service conversions (transfer of services from the rear to the front of properties and replacement of certain existing old services in front of properties to meet new standard) in the "Donut Hole" service area. The project includes the following main elements: ±22,450 LF of 8 -inch ductile iron water main and pipe fittings; ±12,060 LF of 12 -inch ductile iron water main pipe and fittings; ±1,050 LF of 6 -inch ductile iron water main pipe and fittings; ±560 water service conversions from rear of property to front of property. Additionally, the project involved permitting both within the right-of-way and on private property. The right- of-way permits included City of Miami Gardens and Florida Department of Transportation (FDOT) roadways. The D/B Team developed a procedure with WASD to execute the water meter conversion, with considerable time spent analyzing, developing, and testing the mechanism by which the portion of the water meter conversions within private property could be finalized. Extensive public outreach and MOT planning ensured a smooth construction process. Miramar Infrastructure Improvements & Service Conversions, Phase III, Miramar, FL: As Engineer -of -Record, led the design team for technical engineering analysis and design services for the upgrade of approximately 72,000 LF of water main. The project consisted of upgrading existing 2 -inch and 4 -inch residential water mains to a 6 -inch water main to improve pressure and provide fire protection within the area and relocation of water services. ADA Sidewalk Compliance Project, Miami -Dade County, FL: Project Manager for the evaluation of and corrective measures for over 100 bus stops throughout Miami -Dade County, with responsibilities that included quality control, scheduling, and coordination with the County. GOB Sidewalk Improvement Project, Miami -Dade County, FL: Project Manager providing project management services to the Miami -Dade County Public Works Department (MDPWD) Construction Division in an effort to improve ADA access and compliance for existing and new sidewalks throughout Miami - Dade County. Performed surveys, provided construction cost estimates, monitored construction activities, reviewed the contractor's payment requisitions, issued a certificate of completion for each site issued by the County, and coordinated all activities between the client and the contractor. MD PROVEN PERFORMANCE c -e6 Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering RUDY M. ORTIZ, PE, CGC Owner & Chief Executive Officer; Principal -in -Charge Mr. Rudy Ortiz has nearly 40 years of construction management, program management, testing/ inspection and engineering design experience in a variety of civil infrastructure projects, specializing in the design and construction of water/wastewater utilities, stormwater and drainage projects, neighborhood improvement projects, transportation facilities and roadways. His experience includes Program Management of fast -track and complex water and wastewater projects, including Consent Decree programs for Miami -Dade County and Puerto Rico. With the City of New York, Rudy functioned as Construction Manager, Resident Engineer and Field Engineer for a variety of multi -million dollar roadway reconstruction and neighborhood improvement projects. EXPERIENCE INCLUDES: West Avenue North & South D/B Neighborhood Utility & Resiliency Improvements, Miami Beach, FL: Principal in Charge for the $72M+ Design -Build projects to develop a stormwater model, water/sewer/utility and roadway design, permitting and infrastructure construction of 1.2 miles of roadway to address sea level rise in the West Avenue Basin. This resiliency project will provide the community protection from flooding during storm events and high seasonal tides. The project requires raising the roadway approximately 30 inches while providing a 10 -year level of service with no structure flooding. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure contribute to frequent flooding of facilities in the basin. The project includes 16,000 LF of water main, 7,050 LF of sanitary gravity sewer, 12,800 LF of storm sewer, a 120,000 GPM stormwater pump station and outfall, and water meter service conversions from the rear of private properties to new water lines and connections in the right-of-way. Intersection at SW 145th Ave. & Pembroke Rd. Feasibility Study & Conceptual Design Options, Pembroke Pines, FL: Principal in Charge for a feasibility study at the intersection of SW 145th Avenue and Pembroke Road. This effort required analyzing traffic count data of the intersection, understanding of the existing ROW and all infrastructure assets in the intersection, and development of several conceptual alternatives to improve the safety of the intersection. MDPWD SW 27th Ave from US -1 to Bayshore Drive, Miami Dade County, FL: Principal in Charge responsible for the engineering analysis and design services for a closed stormwater drainage system along SW 27th Avenue between South Dixie Highway and South Bayshore Drive. The project consisted of widening this stretch of roadway measuring approximately 0.75 miles. Design issues encountered included elevation changes throughout the stretch of roadway and the amount of utilities located throughout the older corridor. Under Rudy's direction, the team worked diligently to provide a technically sound and cost effective design that incorporated all of the client's requirements and needs. Miramar Roadway Infrastructure Projects, Miramar, FL: Principal in Charge responsible for monitoring the construction activities throughout the southern half of the City of Miramar. The project consisted of the installation of all water, sewer, and drainage, as well as the expansion of a lift station and over five miles of roadway resurfacing. Rudy certified all improvements constructed under this contract. FEMA-DORM Flood Reduction Program, Miami -Dade County, FL: Principal in Charge responsible for design and construction oversight of roadway improvements as part of the County's flood reduction program. Responsibilities included planning, design review and cost estimate preparation for French drainage, roadway resurfacing and reconstruction. Also provided QA services during implementation of similar projects designed by others and supervised by CES, RESPONS AND CAS YEARS EXPERIENCE 38 EDUCATION BS, Civil Engineering, The University of New York, 1983 REGISTRATIONS ly CERTIFICATIONS Florida Professional Engineer #52515,1998 Florida Certified General Contractor #CGC1512966, 2004 New York Professional Engineer #071607,1994 Design Build Project Delivery System Basic Blueprint & Related Math Basic Winds Load ASCE 7 -05 - FL Workers Compensation Law Wind Mitigation Methodology PROFESSIONAL AFFILIATIONS American Water Works Association Florida Engineering Society National Society of Professional Engineers PROVEN C-eS PERFORMANCE V u Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering » » » » » THOMAS W. BURKE, PE Senior Associate; QA/QC Manager CAS Mr. Tom Burke is a registered professional civil engineer with over 50 years of experience in the planning, design, construction and operation of municipal utility systems. Tom has managed engineering services, including rates and finance studies, design, construction and startup of water, wastewater and reclaimed water conveyance and treatment facilities, to serve communities with populations ranging from 10,000 to 5,000,000 people. His project experience ranges from relatively small (<$100k) capital budget amounts to complex, multi- faceted projects with capital budgets of $750M. His experience includes alternative delivery, field evaluations and rehabilitation of existing and new structures including treatment plants, pump stations and pipelines. Tom recently served as Chief Professional Engineer with the Southwest Florida Water Management District (SWFWMD). In that capacity, he functioned as an in-house consultant facilitating other staff engineers and scientists in project planning and administration, Tom was the Moderator of the District's Subject Matter Expert Team. He initiated the District's Third - Party Review program for improving confidence in cost estimates for major projects funded through the District's Cooperative Funding Program, guiding several District projects through this new program. Prior to joining the SWFWMD, Tom was the City Engineer for the City of Dunedin, where he managed a group of 12 professional engineers and technicians that provided a full range of engineering planning, design and construction services, including major water, wastewater and stormwater collection, treatment and conveyance projects constructed in the City's older, established residential neighborhoods. Tom was largely responsible for implementing the City's capital improvement program, including development and management of project funding schedules consistent with city rate and budget procedures, with a budget in excess of $15M to respond to the needs of the City's 37,000 residents. During ten years of service, Tom oversaw numerous design and construction projects with an aggregate value in excess of $70M while the City's capital project costs averaged ZERO in net project change order amounts. EXPERIENCE INCLUDES: » Orangewood Storm Drainage Improvements, Dunedin, FL Stormwater CDS Treatment Projects, Dunedin, FL Dunedin Isles Drainage Improvements, Dunedin, F Dunedin Causeway Utilities Replacement, Dunedin, FL Pinehurst Road Intersection Improvements, Dunedin, FL Wellhouse #3 Construction, Dunedin, FL Curlew Creek 0ffline Detention, Dunedin, FL Creek Erosion, Restoration & Protection in the 60 -acre Hammock Park and adjacent Curlew Creek Channel A, Dunedin, FL Stormwater Protection & Restoration, including Lake Sue Mar Wetland Mitigation, Rosewood Channel Restoration & Briar Circle Bank Stabilization, Dunedin, FL City-wide Street Resurfacing & Roadway Improvements, Dunedin, FL Santa Barbara Drive Brick Street Repair or Replacement Evaluations, Dunedin, FL Reclaimed Water System, St. Petersburg Beach, FL Tippin WTF D/B High Service Pump Station & Misc. Improvements, Tampa, FL Treatment Plant & Pump Station Renewals and Replacements, Dunedin, FL City-wide Water Main Improvements & Reclaimed Water Main Projects, Dunedin, FL llllllllllllllll� +' " YEARS EXPERIENCE 50+ EDUCATION MS Environmental Engineering, Illinois Institute of Technology, 1969 BS Civil Engineering, Illinois Institute of Technology, 1967 REGISTRATIONS 6 CERTIFICATIONS Professional Engineer: Florida, Illinois (1971) PROFESSIONAL AFFILIATIONS American Society of Civil Engineers American Water Works Association Water Environment Federation The Many Lives of the Hillsborough River Dam, Tampa, FL, Paper presented at USSD Annual Conference & Exhibition, April 30 - May 4, 2018, by John A. Ranon, PE, Stewart S. Vaghti, PE, CFM, Tom Burke, PE PROVEN C,. � RESPONSIVE AND fiErEiru�, PERFORMANCE c+VV Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering DAVID HOOT, PE Vice President; Sr. Project Engineer/Manager (Roadway & Drainage) & QA/QC Manager CAS Mr. David Hoot is a skilled engineering professional with 45 years of experience. David has successfully performed in many leadership and operational roles and has an extensive background in engineering and business management, QA/QC, project planning and development, client -consultant liaison, and construction -related services for infrastructure and environmental projects. He has significant experience in project management and civil/ environmental engineering design and plan preparation involving site development and pre -development services; environmental impact studies and assessments; utilities and infrastructure improvements; water and wastewater transmission and treatment systems; solid waste facility planning, permitting, design and CQA; environmental permitting and stormwater management; and roadway and transportation -related design. EXPERIENCE INCLUDES: Roadway/Highway/Railway Design: Directed, managed and/or designed the majority of EDUCATION key elements associated with rural and urban arterial roadway, highway or transportation- BS, Civil Engineering, related projects including land and aerial surveys; environmental impact studies; PD&E's and Environmental Engineering preliminary engineering; design and final plans; utilities relocation; environmental permitting & Water Resources, Michigan and stormwater management; signing and marking; intersection design; cost estimating; and Tech University, 1976 CM/CEI and construction observation and engineering. Trained as systems manager and certified REGISTRATIONS CADD designer/operator utilizing ROADS, RDS and DTM for design and preparation of roadway/ CERTIFICATIONS highway/bridge construction plans. Project manager and design engineer for transit systems Florida Professional Engineer involving light, commuter and heavy rail, passenger transfer facilities, and bus/pedestrian #35970, 1985 transit malls. Design and field engineer for railway planning, design, maintenance -of -way and/ or rehabilitation for private industry involving mainline and spur tracks, grade crossings, rail Georgia Professional Engineer yards, freight handling and intermodal facilities, car/engine/equipment maintenance facilities, #13518,1992 right of way acquisition and utility coordination. Managed and coordinated Florida High Speed PROFESSIONAL Rail and SunRail Commuter Rail projects. Projects include: AFFILIATIONS » Florida High Speed Rail - Project Development & Environment Study, Orlando, FL American Management • SunRail Commuter Rail Program Management and Support, Orlando, FL Association » 1-92 Business Park, Cartersville, GA American Water Works • Pointe West Development, Spartanburg, SC Association • Anheuser Busch Company, Cartersville, GA American Water Resources • Gwinnett Place Mall, Duluth, GA Association » Mall Corners, Duluth, GA Association of State Dam » Towne Center Mall, Marietta, GA Safety officials » Twelve Oaks Mall, Novi, MI Ducks Unlimited, Wetland » Oakland Mall, Pontiac, MI Conservation » Cherry Ridge Shopping Center, Bay City, MI Florida Engineering Society » The Concourse, Atlanta, GA » Life of Georgia Office Building, Atlanta, GA National Society of Professional Engineers » Franklin Road Improvements, Gwinnett County » Satellite Boulevard Improvements, Gwinnett County, GA Solid Waste Association of Red Plum Road Extension, Gwinnett County, GA North America » Sandy Plains Road Widening, Cobb County, GA Water Environment Federation » I-75/Big Beaver Road Interchange, Troy, Ml » Orchard Lake Road Improvements, Orchard Lake, MI » Big Beaver Road, Troy, MI YEARS EXPERIENCE 45 RESPONSIVE AND OEPENL PROVENPERFORMANCE Des Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering CA WBE/DBE firm LINDA M. BELL, P.E. EDUCATION: B.S. Civil Engineering University of Miami (1981) A.A., Architecture Miami Dade College (1974) REGISTRATION: Florida P.E. No. 38542 (1987) YEARS OF EXPERIENCE: 35 years Length of Employment at CWI's Miami Office: 22 Years PROFESSIONAL AFFILIATIONS: Florida Engineering Society - 1997 Outstanding Service to the Engineering Profession, Miami Chapter 1998 Fellow of the Florida Engineering Society 1997 Engineer of the Year American Society of Civil Engineers American Public Works Association SR -994 / Quail Roost Drive Civil Works, Inc. Miami - Ft. Lauderdale - Orlando 305-591-4323 954-344-6568 407-339-0040 www.civilworks.com cwi@civilworks.com TRANSPORTATION DESIGN EXPERIENCE: Ms. Linda Bell has many years of civil and transportation experience in the planning, design and construction of engineering projects. Ms Bell is President and majority owner of Civil Works, Inc. Her responsibilities as a Project Manager includes management of projects; supervision of engineering staff; coordination with subconsultants and clients; planning, design, bidding services and overseeing construction inspection and administration services. Some CWI projects include: SR 994/Quail Roost Drive / SW 186 St. from East of HEFT to Busways Miami, FL., for FDOT District 6. (09-2016-06/2020) Prime Design Consultant: CWI - Ms. Bell was the Project Manager and EOR for this 3R project including milling and resurfacing. Design elements included reconstructing ramps, upgrading ADA features, reconstructing driveways and sidewalks, designing inductive loops and axle sensors for TMS 87-1116, Signing and Pavement Markings, and signal upgrades. Client: FDOT, District 6, Elsa Riveral, 305-470-5105. FDOT D/W Misc. Design Contract for District 6 - (2001-2009) - Design Consultant: CWI - Ms. Bell, was a Project Manager and Engineer of Record on more than 20 RRR and safety projects. Client: FDOT-District 6, Harold Desdunes, F.E., 305-470-5459. SR-94/Kendall Dr. from E of SW150Ave to E of SW132Ave., for FDOT District 6 (10/2017-06/2020), Prime Design Consultant: CWI - Ms. Bell was the Project Manager and EOR for this 3R project including milling, resurfacing, drainage, ADA upgrades and ped signals, signing, and pavement markings. The Design of the Safety Portion included restriping SW 147 Ave, minor pavement widening, median modifications, signal phasing and timing adjustments, and signing and pavement marking enhancements. CWI assisted with the Public Hearing. Client: FDOT, District 6, Ivette Funtanellas, PE 305-470-5260. SR -968 / SW 1" Street from W. Flagler Street to W. 17th Avenue, FDOT District 6, (01/2010 - 01/2016) -Design Consultant - Proj ect Manager and Engineer of Record and was responsible for Design and Coordination. This 0.8 mile long project included milling and resurfacing of SR-968/SW 1" Street from W. Flagler Street to SW 22id Avenue, and the reconstruction from SW 22' Avenue to SW 17th Avenue. This design included 12' to 20' wide sidewalks, curb and gutter sections, pedestrian cross -walks to ADA compliance, adding a bicycle lane, upgrading traffic signals at three intersections, decorative lighting, retrofit LED lighting at signalized crosswalks, a new drainage system, and intersection improvements. Client: FDOT, District 6, Adriana Manzanares, 305-470-5283, SR-9/NW 27th Avenue from NW 79th Street to NW 103` Street, FDOT District 6, (06/2012 -06/2014) Design Consultant: CWI - Project Manager and Engineer of Record. This project was 1.6 mile long 3R project and included retrofit lighting for signalized crosswalks at NW 95 Street, signal improvements at four intersections, widening along the substandard outside travel lanes, reconstruction of curb and gutter at medians and outside lanes/shoulder, adjustment of manholes and valves, reconstruction of drainage inlets at various locations, replacement of damaged sidewalks, upgrading of designated pedestrian ramps to comply with ADA requirements, and refurbishment of pavement markings and traffic signs along the corridor. Client: FDOT, District 6, Jose Barrera, P.E, 305-470-5260. RESPONSIVE AND DEPENDiPAO PERFORMANCE NS Village of Key Bisca ne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, CIvII Engineering CWI A WBEIDBE firm. VAUGHN SOARES, P.E. EDUCATION: Civil Engineering Honor Society B.S. in Civil Engineering Florida International University (1994) REGISTRATIONS: Florida P.E. No. 56912 (2001) Advanced Work Zone Traffic Control Certified SWPPP Certified YEARS OF EXPERIENCE: 26 years Length of Employment at CWI's Miami Office: 23 Years PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers Florida Engineering Society Institute of Transportation Engineers EMPLOYMENT HISTORY: CWI: 1997 to Present WHS: 05/1994 to 09/1997 SR 94 / Kendall Drive Civil Works, Inc. Miami - Ft. Lauderdale - Orlando 305-591-4323 954-344-6568 407-339-0040 www.civiIworks.com cwi@civilworks.com TRANSPORTATION DESIGN EXPERIENCE: As the Vice President of Civil Works, Inc., Mr. Soares has many years of civil and transportation experience in the management, design and preparation of engineering projects including highways, airports, signalized intersections, transit rail stations, and commercial developments including water, sewer, and drainage. He has prepared plans to FDOT, Miami -Dade, Broward and Orange County standards. He has designed more than 20 FDOT 3R projects. Some of his transportation project experience includes: SR-94/Kendall Drive from E of SW150Av to E of SW132Av, for FDOT District 6 (10/2017-062020) Prime Design Consultant: CWI - Mr. Soares was the Senior Project Engineer for the drainage components for this 3R project including milling, resurfacing, ADA upgrades and ped signals, retrofit lighting, signing, and pavement markings. The Design of the Safety Portion included restriping SW147Ave, minor pavement widening, median modifi- cations, signal phasing and timing adjustments, and signing and pavement marking enhancements. Client: FDOT, Ivette Funtanellas, PE 305-470-5260. SR 994/Quail Roost Drive / SW 186 St. from East of HEFT to Busways Miami, FL, for FDOT District 6. (09-2016-06/2020) Prime Design Consultant: CWI - Mr. Soares was the Senior Design Engineer for this 3R project including milling and resurfacing. Design elements included reconstructing ramps, upgrading ADA features, reconstructing driveways and sidewalks, designing inductive loops and axle sensors for TMS 87-1116, Signing and Pavement Markings, and signals. Client: FDOT, District 6, Elsa Riveral, 305-470-5105. SR-A1A/Vero Beach from Tides Road to Coco Plum Lane, Indian River County, for FDOT District 4 (06/2017 -12/2019) Design Consultant: CWI - Mr. Soares was the Project Engineer for this 6.740 mile, 3R project including milling, resurfacing, paving the existing shoulder for buffered bike lanes on both sides, new signing, pavement markings, ADA ramps and detectable warning surfaces, 1500' of new sidewalk, and upgrading pedestrian signal features. Client: FDOT-District 4, Donovan Pessoa, P.E., 954-777-4442. SR 5, Windley Key and Whale Harbor Key, Monroe County, for FDOT-District 6- (05/2010 to 06/2013), Prime Design Consultant: CWI. Mr. Soares was the Project Manager and Engineer of Records for the Horida Keys milling and resurfacing project. This 2 -lane, 4.5 -mile, undivided roadway included pavement reworking of the northbound shoulder, drainage improvements, milling and resurfacing, guardrail upgrades, and signing and pavement marking. Client: FDOT-District 6, Danny Iglesias, P.E. FDOT Districtwide Miscellaneous Design Contract for District 6 - (08/2001 to 07/2009) - Design Consultant: CWI - Mr. Soares was a Project Manager and a Senior Design Engineer on more than ten 3R projects including Districtwide Attenuator Replacement (30 total) (2002-2003), signalized intersection improvements at Brickell and SE 13th Street (2001-2002), SR- 90/SW 8th St. and 13th Ave. (2003-2004) and SR -860 (Miami Gardens Dr.) and NW 79th Ave. RRR projects for SR -976 (Bird Rd) from U.S. 1 to Ponce de Leon Blvd. with signal and other roadway improvements. Client: FDOT-District 6, Harold Desdunes, P.E., 305-470-5459. RESPONS ANO ,EBB PROYPERFORMANCE Gee Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering DEAVON UTER, PE Sr Project Engineer (Roadway & Drainage Design) Mr. Deavon Uter is a Florida -licensed Professional Civil Engineer with 24 years of experience and a portfolio of past South Florida water and wastewater utilities design; residential, commercial and recreational land development; agricultural waste systems design; and project management. EXPERIENCE INCLUDES: Pine Trails Park, Phase 4, Parkland, FL: As Civil Project Engineer of Record, responsible for site civil design including paving/grading/drainage, water and wastewater utilities, permitting, and cost estimating. Work included layout, grading and drainage of four multipurpose soccer fields, four baseball diamonds, a dry pond, a constructed wetland pond, a lift station, two fire hydrants, and over 300 paved parking spaces, including ADA-compliant spaces. Torry Island Lock, Belle Glade, FL: As Site Civil Engineer, responsibilities included paving, grading, drainage and water utilities design for the lock site and approaching roads. Spearheaded the Opinion of Probable Construction Cost team, which estimated the project at $28M. Participated in report preparation and assisted in the permit process. The lock is designed to transfer boats up to 80' long with a draft of up to 8' to and from Lake Okeechobee and the Hillsboro Canal. Washington Road Utilities & Stormwater Outfall Improvement Project, West Palm Beach, FL: Project Manager for design of new stormwater conveyance, replacement watermain, and replacement sanitary sewer mains and manholes. The stormwater conveyance and management system included curb and gutter, piping up to 60" RCP, sediment and floatable baffle box, a 30cfs pump station to handle King Tide flooding, and gravity outfall to the Intracoastal Waterway. The project also entailed the redesign of the road cross section to include new sidewalks, driveways and bike lanes along with raised intersections and roundabouts for traffic calming, all while preserving the trees along the project corridor. Palm Beach County Water Utilities Department Looping Project, Palm Beach County, FL: As Project Manager and Engineer of Record, Deavon was responsible for 16,000 LF of pipelines of varying sizes from 4" to 12" including DIP, PVC and HDPE at 19 locations across Palm Beach County. Installation of the new segments of waterline and new interconnections will improve system capacity and hydraulic efficiencies, eliminate dead -ends, and reduce water retention time, resulting in improved water quality. Jack and Bore was designed for major intersections and steel casing under FDOT roads. Engineering Services for Water & Sanitary Sewer Improvements for UAZ 110/111 & 113B, Broward County, FL: As part of the Broward County Water and Wastewater Services (BCWWS) UAZ projects, provided utility easement procurement services. Under the existing system configuration, BCWWS was unable to access existing sanitary sewer infrastructure for maintenance and/or repair purposes. Five Letters of No Objection were signed by property owners to obtain 25' utility easement grants and facilitate installation/maintenance of required sanitary sewer improvements. The effort included coordination with property owners and associations, as well as Esri ArcGIS mapping and utility easement figure development. Deerfield Island Water Main HDD, Deerfield Beach, FL: As Project Manager and Engineer of Record, responsible for the design and construction of the 800 LF Horizontal Directional Drill (HDD) of 8" and 3" High Density Polyethylene (HDPE) water mains under the Hillsboro Canal to Deerfield island Park for the Broward County Department of Parks and Recreation. The system is designed to supply three fire hose cabinets on the island with 100 GPM at 100 PSI with supplemental water from fire truck/pumper. CAS '' '' i '' !IIIIIIII111IIIIIIIIIIIIIII) YEARS EXPERIENCE 24 EDUCATION BS, Agricultural Engineering/ Soil & Water Engineering, University of Florida REGISTRATIONS 5 CERTIFICATIONS Florida Professional Engineer #66347 Project Management Professional (PMP) PROFESSIONAL AFFILIATIONS American Society of Civil Engineers American Water Works Association, Florida Chapter PROVEN 4�S rits VJtrSiiii. AND �tPENUG, PERFORMANCE VIA Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering BARRY MILLER, ALSA, PLA Principal Barry Miller has spent the last 30 years practicing landscape architecture with the mission of having a positive impact on the sustainability and resiliency of our built and natural environment. With award - winning projects ranging from parks, streetscapes, master plans, mixed -use developments, hospitality and residential, he has engaged in a wide range of scopes and scales, always delivering designs that are beautiful, functional and sensitive to the environmental and cultural context of the site. Barry's work has been widely recognized at the state and international level by numerous organizations, including the Florida Chapter for the American Society of Landscape Architects, American Planning Association Gold Section and Green Roofs for Healthy Cities. Barry is a registered Landscape Architect in the State of Florida. He remains actively involved in Florida's landscape architecture programs as a juror, engaging students through site tours and lecturing widely throughout the state. SELECTED EXPERIENCE Miami Baywalk & Riverwalk Design Guidelines and Brand Development, Miami, FL Museum Park, Miami, FL South Pointe Park, Miami, FL Miami Beach City Hall Center, Miami Beach, FL Aventura Optima, Aventura, FL River Landing, Miami, FL Homestead Bayfront Park Master Plan & Design Guidelines, Homestead, FL The Barnacle Resiliency Master Plan, Miami, FL West Avenue Streetscape, Miami Beach, FL Bayshore Park, Miami Beach, FL savinomiller EDUCATION Master of Urban & Regional Planning, University of Florida, 1979 Bachelor of Landscape Architecture, University of Florida, 1985 PROFESSIONAL QUALIFICATIONS Registered Landscape Architect: FL#LA0000866, FL PROFESSIONAL AFFILIATIONS American Society of Landscape Architects Urban Land Institute SELECTED HONORS FLASLA Award of Excellence, South Pointe Park, 2019 FLASLA Award of Honor, PAR 3 Community Park, 2018 FLASLA Award of Merit, Miami Beach City Hall, 2015 FLASLA Award of Merit, Museum Park, 2015 Green Roofs for Healthy Cities, Aventura Optima, 2015 FLASLA Frederic B. Stresau Award, Korge Residence, 2007 APA Gold Section Award of Excellence, Homestead Bayfront Park Master Plan & Design Guidelines PROVEN 006ANO PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: ContinuinQArchitectural & Engineeriin Services, Civil Engineeriin KELLY HITZING, PLA Senior Associate Kelly Hitzing brings a wealth of experience to Savino & Miller Design Studio, she worked at various firms throughout the country before returning to her native Florida where she completed domestic and international projects of all scales and types - from high end waterfront residential to master planning entire islands in the Caribbean. Kelly chose to join Savino & Miller Design Studio to pursue sustainable projects in the public realm that are part of the solution for sea -level rise in Miami. She is currently the project manager for the studio's large-scale resiliency projects in Miami. PROFESSIONAL QUALIFICATIONS Registered Landscape Architect: FL#LA6667334, FL EDUCATION Master of Landscape Architecture, University of Virginia, 2012 Bachelor of Fine Art, University of Tennessee, 2000 HONORS ASLA Award of Honor in Communications, 2013 savinomilter S Y M SELECTED EXPERIENCE PAR 3 Community Park, Miami Beach, FL West Avenue Streetscape, Miami Beach, FL Sunrise Park, Hallandale Beach, FL Las Olas Boulevard Corridor Improvements, Fort Lauderdale, FL Bimini Land Use Plan and Design Guidelines, Bahamas Puerto Madero Residences, SLS Lux, Buenos Aires, Argentina Transbay Transit Center, San Francisco, CA Glenstone Sculpture Garden and Museum, Potomac, MD Sawgrass Marriott Resort and Beach Club, Ponte Vedra Beach, FL Forte Dei Marmi, South Beach, Miami, FL Bal Harbour Shops, Bal Harbour, FL L'Acqua, Jumby Bay, Antigua Rancho el Jacal, Valle de Bravo, Mexico Jade Signature, Sunny Isles, FL Sunset Island Resdence, Miami Beach, Florida 27 Star Island Residence, Miami, FL Wheaton Way Residence, Long Island, New York 91 Leonard Residence , New York, New York 76 llth Avenue Residence, New York, New York. PROVEN C-85 RESPONSIVE ANAficrEriu PERFORMANCE Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering AMANDA GUILLORY, PE, ENV SP Project Engineer, Drainage & Stormwater Modeler Ms. Amanda Guillory, a licensed Florida Engineer and certified Envision Sustainability Professional, has seven years of professional experience in water resources engineering, SSO/ CSO and private property I/1 and H&H modeling and evaluations, stormwater pollution and H&H flood control modeling, gravity and force main pipe design, Master Planning, permitting, and field data collection. Additionally, she has experience with projects involving groundwater remediation, wastewater and water treatment, and solid and hazardous waste. EXPERIENCE INCLUDES: West Avenue North & South D/B Neighborhood Utility & Resiliency Improvements, Miami Beach, FL: Field investigation, modeling and design tor a $72M+ master plan to address sea level rise for the West Avenue Basin, comprising approximately 600 acres of highly urban land use with significant utility conflicts. The project goals are to provide a 10 -year level of service with no flooding of finished floors and will require upsizing of nearly every stormwater pipe system, along with modifying and upsizing pump stations. Connections to stormwater yard inlets on many adjacent properties provide challenges as do multiple conflicts encountered in the redesign of the water and sewer system. The project is raising 1.2 miles of existing roadway elevation by approximately 30 inches and requires harmonizing streetscape design. The project model is AdICPR Version 4. 47th Street Maintenance Drainage Improvements, Sarasota, FL: Modeling, preliminary design, design, permitting, bid phase, and engineering services during construction to address flooding problems in a residential area in a drainage ditch along back lot line. The plan was to develop a flow diversion from the large 47th Street drainage ditch into the adjacent North Water Tower Park. Additionally, the County planned to perform heavy maintenance in critical areas along the ditch, which had issues such as excessive erosion, large tree roots, and crushed drainage pipes. As Staff Engineer, was directly involved in the design of the flow diversion structure into the park, which involved pipe sizing and configuration, modeling, hand drawn plan sheets, and performing hydraulic calculations. Used ArcGIS data to develop a database and to map the existing and proposed project site to create data for use in ICPR hydraulic modeling and for use in BMPTRAINS pollution loading model. Set up and ran ICPR and BMPTRAINS modeling for the project and performed hydrologic calculations. Gottfried Creek Stormwater Improvements, Sarasota, FL: Developed a Preliminary Design Report and construction plans for the required repair and replacement/rehabilitation of the local stormwater drainage system. The project scope included cleaning and inspecting stormwater structures and pipe, preparing a stormwater evaluation and categorization, performing ICPR modeling, developing opinion of probable construction costs, summarizing findings in a preliminary design report, preparing existing conditions survey and design for the recommended improvements, and limited construction phase services, including quantity takeoffs. Lake Placid Work Order 4, Highlands County, FL: This project included the completion of a 30 sq. mi watershed plan for the Southwest Florida Water Management District. The watershed modeling encompassed the entirety of the Lake Placid watershed, which includes the Lake Annie and Mirror Lake systems. Earlier phases had been handled under separate work orders, this work included conducting a peer review, public meeting, governing board presentation and water quality tasks (data assessment, WO modeling, alternatives analysis, and report preparation). Used ArcGIS to create and edit over 20 report figures for the final deliverable report. C2S Ittt[tt[[tttt[[t1I YEARS EXPERIENCE 7 EDUCATION BS, Environmental Engineering, University of Florida, 2014 ME, Environmental Engineering Water Systems, University of Florida, Ongoing REGISTRATIONS Fi CERTIFICATIONS Florida Professional Engineer #88628 Envision Sustainability Professional OSHA HAZWOPER 40 -Hour Certified TECHNICAL SKILLS ArcGIS & ArcGIS Pro ICPR V3 and V4 Modeling AutoCAD Civil 3D 2017 Skills Basic XPSWMM Skills BMPTRAINS Pollution Modeling WinSLAMM Stormwater Pollutant Modeling ArcSLAMM GIS Plug -In HSPF Rainfall Modeling CAPE and EFS Hydrologic Modeling MIKE URBAN Hydraulic Modeling idESPONS;, AND :.�PEhi.;PROyPERFORMANCE C-86 Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering GUSTAVO SILVA, PE Project Engineer & Permitting Coordinator Mr. Gus Silva has nine years of experience in the design of wastewater pump stations and force mains, inspection/testing of sanitary sewer pipes connecting to pump stations, geotechnical design for the public and private sectors, foundation, concrete and structural inspection, environmental assessments, utility coordination for design and construction, and material testing. Gus serves as a member of the American Society of Civil Engineers, Miami -Dade Branch and is currently the Government Relations Committee Chair. He has been an active ASCE member since 2014, participated in multiple leadership events as an ASCE Young Member and attended Florida Engineering Society Legislative Day. PROJECT EXPERIENCE INCLUDES: West Avenue North & South D/B Neighborhood Utility & Resiliency Improvements, Miami Beach, FL: Project Engineer for the $72M} projects to develop a stormwater model, utilities and roadway design, permitting and construction of 1.2 miles of roadway to address sea level rise in the West Avenue Basin. The project requires raising the roadway approximately 30 inches while providing a 10 -year level of service with no structure flooding. Rising seas, high groundwater, king tides, wind and deteriorating infrastructure contribute to frequent flooding of facilities in the basin. The project includes 16,000 LF of water main, 7,050 LF of sanitary gravity sewer, 12,800 LF of storm sewer, a 120,000 GPM stormwater pump station and outfall, and water meter service conversions from the private property rears to water lines and connections in the ROW. Miramar Infrastructure Improvements & Service Conversions, Phase III, Miramar, FL: Project Engineer for technical engineering analysis and design services for the upgrade of approximately 72,000 LF of water main. The project consisted of upgrading existing 2 -inch and 4 -inch residential water mains to a 6 -inch water main to improve pressure and provide fire protection within the area and relocation of water services. SR 7 - Pembroke Road to Hollywood Blvd., Broward County & Palm Beach County, FL: Staff engineer for design/construction of temporary sheet piles to facilitate drainage along SR 7. CAS wrnninnninrr YEARS EXPERIENCE 9 EDUCATION BS, Civil Engineering, Florida International University, 2012 REGISTRATIONS 5 CERTIFICATIONS Florida Professional Engineer #86389 FDOT Intermediate Work Zone Traffic Control Certification #15002 FDOT CTQP, Asphalt Paving Technician Level 1 FDOT CTOP, Earthwork Technician Level 1 S.R. 997/Krome Avenue - S.W. 296th Street to 232nd Street (4 miles), Miami, FL: Project FDOT CTQP, QC Manager manager/geotechnical engineer involved in the widening of S.R. 997. Improvements along Autodesk AutoCAD Civil 3D Krome Avenue including stormwater drainage, traffic signal mast arms, and a new bridge design. FDEP Qualified Stormwater Management Inspector, Florida S.R. 907/Alton Road - 43rd Street to Bascule Bridge (2.6 miles), Miami Beach, FL: Project Department of Environmental manager/ geotechnical engineer responsible for improvements along S.R. 907. The project Protection included widening Alton Road in various areas, new traffic signal mast arms, and stormwater NASSCO Pipeline Assessment drainage improvements that included temporary sheet piles/helical piles for pump stations. (PACP) S.R. 708/Blue Heron Boulevard Improvements (1.7 miles), Palm Beach County, FL: Staff engineer involved with improvements along S.R. 708 in Palm Beach County, to include widening Blue Heron Boulevard in various areas, improving the southbound off -ramp, and traffic signal mast arms at the intersection of 1-95. 1-75 (SR 93) at Griffin Road (SR 818) (2 miles), Broward County, FL: Staff engineer involved with improvements to the intersection of 1-75 (S.R. 93) and Griffin Road (S.R. 818) in Broward County, to include widening of 1-75 in various areas, improving the off -ramp at the intersection and traffic signal mast arms on Griffin Road. US -460 Corridor Improvement, Suffolk, VA: Field engineer for design and construction of a new 55 -mile four -lane, limited -access highway. NASSCO Manhole Assessment (MACP) PROFESSIONAL AFFILIATIONS American Society of Civil Engineers Florida Engineering Sodety American Water Works Association RESPONSk�', AND .,Lr'LiRu,PRO PERFORMANCE v -0u Village of Key Biscayne RFQ# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering ERIK ALCANTARA, PE, ENV SP Project Engineer/Designer & Utility Coordinator Mr. Erik Alcantara is a Project Engineer at CES Consultants. In his seven years of experience, he has played the roles of general contractor and consultant within the civil engineering and construction industry, His areas of expertise include stormwater management, water distribution, sanitary sewer collection systems, land development, transportation, design - build projects, work zone traffic control, construction management, engineering inspections, budget/cost control, cost estimating, quality assurance, erosion control, assessment reports, construction bidding, permitting, and Critical Path Method scheduling. Currently, Erik serves as the Younger Members Group President for the ASCE Miami -Dade Branch. EXPERIENCE INCLUDES: West Avenue North & South D/B Neighborhood Utility & Resiliency Improvements, Miami Beach, FL: Project Engineer for the $72M+ projects to develop a stormwater model, utilities and roadway design, permitting and construction of 1.2 miles of roadway to address sea level rise in the West Avenue Basin. The project requires raising the roadway approximately 30 inches while providing a 10 -year level of service with no structure flooding. The contributing basin is 600 acres and all 19 utilities along the roadway will be affected, The project includes 16,000 LF of water main, 7,050 LF of sanitary gravity sewer, 12,800 LF of storm sewer, a 120,000 GPM stormwater pump station and outfall, and water meter service conversions from the rear of private properties to new water lines and connections in the right-of-way. Miramar Infrastructure Improvements & Service Conversions, Phase 111, Miramar, FL: As a project engineer, provided construction management and inspection services for the upgrade of approximately 72,000 LF of water main. The project consists of upgrading existing 2" and 4" residential water main to 6", 8" and 12" water mains, as well as the installation of fire hydrants, throughout the historic neighborhood. Engineering Services for Water & Sanitary Sewer Improvements for UAZ 110/111 & 113B, Broward County, FL: As part of the Broward County Water and Wastewater Services (BCWWS) UAZ 111 project, provided utility easement procurement services. Under the existing system configuration, BCWWS was unable to access existing sanitary sewer infrastructure for maintenance and/or repair purposes. Five Letters of No Objection were signed by property owners to obtain 25' utility easement grants and facilitate installation/maintenance of required sanitary sewer improvements. The effort included coordination with property owners and associations, as well as Esri ArcGIS mapping and utility easement figure development. D/B NW 13th Street Phase I Force Main Replacement, Fort Lauderdale, FL: Project Engineer for the design, permitting and construction of a new 30" force main along NW 13th Street in an urban area of Fort Lauderdale, including connections to the existing pipe and reconnection of Pump Stations A-28 and A-29. The project also includes the design, permitting, construction, and installation of a new plug valve and piping near NE 14th Avenue and 11th Street to replace the existing inoperable valve and provide isolation to perform the required tie-in work. NW 12th Avenue Force Main Replacement, North Miami, FL: Project Engineer for the design of 10,500 LF of 10- and 12 -inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street for the Miami -Dade County Department of Public Works and Waste Management. The project replaced aging, asbestos -cement and cast iron force mains with corrosion resistant PVC pipe. A number of private force main connections required relocation and reconnection to the new force main, as well as planning for uninterrupted service during construction. AN cis IIIII11!!' YEARS EXPERIENCE 7 EDUCATION MEng, Civil Engineering, University of Florida, Ongoing 85, Civil Engineering, Instituto Tecnolbgico de Santo Domingo ONTEC), 2014 REGISTRATIONS h CERTIFICATIONS Florida Professional Engineer (Exams Passed; License # is Pending) Dominican Republic Professional Engineer #36854 Envision Sustainability Professional (ENV SP) Manhole Assessment Certification Program (MACP) Pipeline Assessment Certification Program (PACP) FDOT Intermediate Work Zone Traffic Control #15002 FDEP Qualified Stormwater Management Inspector #36172 FDOT CTQP, QC Manager FDOT CTQP, Asphalt Paving Technician Level 1 AutoCAD Civil 3D, Autodesk, License #17428036F5 PROFESSIONAL AFFILIATIONS American Society of Civil Engineers PROVEN NS PERFORMANCE 1�1t7 Village of Key Biscayne RFO# 2021-08CIV: Continuing Architectural & Engineering Services, Civil Engineering Civil Works, Inc. CW 1 Miami - Ft. Lauderdale - Orlando AWBE/DBEfirm 305-591-4323 954-344-6568 407-339-0040 www.civilworks.com cwi@civilworks.com JOSE M. ALDIR, P.E. EDUCATION: B.S. in Geological Engineering Colorado School of Mines (1997) A.A. in General Studies Miami -Dade Community College (1989) REGISTRATION: Florida P.E. No. 71045 (2010) YEARS OF EXPERIENCE: 23 Length of Employment at CWI's Miami Office: 20 years PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers SPECIAL COURSES: Florida Advance Work Zone Traffic Control Certified Traffic Signal Timing Course using TEAPAC, PASSER, TRANSYT and CORSIM Geological Mapping Methods, S.T.O.P. Training for Supervisors, Seismic 3D Design Course, Land Seismic Safety Training Course, Helicopter Safety, First Aid ISMA Traffic Signal Field Technician Level II Certified Jackson Health System West Campus TRAFFIC ENGINEERING STUDIES EXPERIENCE: Mr. Aldir has many years of engineering and geotechnical experience in the United States and Latin America. Responsible for performing intersection analysis, traffic count analysis and intersection analysis. He has prepared studies, conducted field investigations, and coordinated and prepared construction plans. His geotechnical knowledge enhances his abilities in roadway and utility design, and preparation of construction documents. Mr. Aldir has been a Project Engineer responsible for the Traffic and Transportation Studies and Bicycle analysis, and Multi -model studies. Some of Mr. Aldir's transportation design experience includes the following projects: Jackson Health System (JHS) West Campus, Drainage Design, Traffic Study and Environmental Permitting, Doral. Mr. Aldir was Project Engineer for portions of the civil engineering for the new 100 Bed Hospital, Medical Offices and Parking Garage. CWI provided the Traffic Engineering Studies and Storm Water Drainage Design. CWI was part of the Perkins + Will Design Team. The drainage was permitted with the City of Doral and Miami Dade County. West Kendall Toyota/Lexus Auto Park - This 29 -acre project included civil, environmental and construction administration for a new 5 - story Lexus Show Room, a 250,000 sf service center, a feul dispensing area, a chilled water plant, concrete paved parking, a 100 -year storm water site design, environmental permitting, construction administration and permit close-out documents. Permitting included the agencies DERM, WASD, FDOT, and SFWMD. The fuel dispensing area included fuel storage tanks, concrete paved containment areas, and DERM environmental permitting. Miami Dade College Medical Campus, Parking Garage- This project was constructing a 1550 car, 6 -story Parking Garage. CWI was the Civil Engineers providing the civil and traffic engineering services for this project. CWI designed the Traffic Signal Improvements for the Pedestrian Mid -Block crossing on NW 10 Ave., just south of NW 20 St., and the signal improvements at NW 10 Ave. & NW 20 St. The signal timings were reviewed as part of the Traffic Report and discussed with Miami -Dade Cty. During the Report and Signal Design Proecess. Ives Estates Youth Complex Master Plan - Mimi -Dade Parks and Recreation - Project Engineer responsible for the coordination of utility companies for infrastructure improvements to establish a new 84 acre park and regional offices complex on the closed Ojus landfill. Constructability issues were coordinated with DERM, FP&L, BellSouth, as well as Musco Lightning. The final site will have three lighted parking lots, four lighted soccer fields, five lighted ball fields as well as a large recreation center and a maintenance facility. Miami International Airport Perimeter Road Modifications - Miami -Dade Aviation Department- This 4.2 mile project included the review of previous traffic engineering reports for five signalized intersections and the program verification report for a two-lane to four - lane widening project. Mr. Aldir provided traffic data collection for th existing signalized and unsignalized intersections. PROVEN c -es RESPONSIVE AND PERFORMANCE �1 Question Set 1: Qualifications Question Set 1 Instructions Please use the Response column for short answers to the question asked and the Comment column to provide additional clarification a necessary Some questions have been set to not allow a eminent Those questions will be marked red oe51011 tie comment indicating a comment is rot allowed For questions that require long answers, please choose the "See Comment" option and incrude the longer answer in the Comment field Question Response Comment 1 1 1 Whet is Me name of the vWivelual suomitfng this Proposal on behalf of your {vm? Rudy M Ortiz, P€, CGC 1 1 2 What is the person's title? CEO d Owner 1 1 3 Please provide a contact telephone number 305 827 2220 1 1 4 Please provide a contact email address. SeleigkragteggEffiapn 2 1 How many years has your company beer •n business under 4e current name and ownersem? 1 2 2 How many years has your tompany provided services consisteret wrth those requested in this RFO? 1 2 3 What is your company's primary business, 1 2 4 Type of Company 1 2 5 Federal Employer Idenhftcatien Number ( Ft INj 1 2 6 Cate registered to conduct husiress in Florida 1 2 2 Pnmary Office Location 1 2.8 Local Orrice Locatas0 (If same as primary, please edtnta soy: 1 2 9 We al goods/services be prpvrded out of the local o13K8 location? M noL then +ndirate --Meat other office services wet be provided from 1210 Tete! Number of Employee. Ownership 1 3 t Identify all ownere or partners of the company (Provide Name, Tile, and Pett:erit Ownership) 1 3 2 is any Idener9ed owner en owner of another Company? Itt yes. 'dame), the name of the owner and the other company mime. and Ile ownership interest) Signing Authority 20 20 Crvd Engmeenng, Construction Engineering Inspections & Proorem/Proiecs Corpdrabpn 850792884 02f2302001 3150 SW 3816 Avenue, Sate 459 Miami FL 33146 Saline Yes 85 See Comment Rudy M Ortiz. CLO & Owner. 100% Ownership Rudy M Ortiz, CES Construcbol. LLC, 100% Ownership, Rudy M One. CES Yes Federal Services. LLC (Inactive). 100% Ownersl,gi. Rudy M Ono CES Marinate 7eetng, LLC (Inactive), 100% Ownershp The comment muse bereft ever do- tu' response Identity ail individuals authonzod to sign on behalf al the company mdicanng 14 1 their level or signing authority. (include name, bile, and signing autlxunty Ex All, Cost up, to $ Amount, No -Cost, Other) Contract Information Identity the rive (5) most recent contracts n which your company has provided 15 I services lu other public entitles Include the entity Warta and a contact persor See Cummere See Comment Rudy One, CEO. All. Lucano Pereta, Executive VP, AU; Jose Cereballo. VP, Ail; Malt Alvarez, President. Ay Slake Guilury. Sr VP. All Bud Go55sch, VP RN, David Hot, VP, Al Please railer W 4uestwrr unve attachment for Contract Inlormatmn Insurance 1 F 1 Insurance Canvey Name 1 6 2 Insurance Gamer Address: 1 E Provide the manna' of testa ante llainle_ paid out in the last five years. 1 6.4 Provide the total value al insurance claums paid out in the last rive years 7F" 1 6.6 atovnde insurance •(greSenlalive contact name lelephorte. and emelt address Please provide employer modification rating 1'EMR') 1 no EMR, pease explain USI insurance Services -_0 2502 N Rocky Point Drive Suite 400 Tempe FL 33807 1 Minor insurance Clams total 2 Auto 3 1 General Liability 528.551 53 Man'yn LupICO 813 321 7580 Manlvn Lupelowld.ma .5i 24 Questions 100 00', Complete Question Set 2: Client References Question Set 2 Instructions -Respondent shalt provide the information requested for the its verifiable client ces as required in the solicitation documents Respondent may not use the same reference for more than one 11) protect/contract and confidential references stsalt not he included References that are listed as subcontractors in the response will not be accepted as references under this sa reabon. Entities having an affiliation with the Respondent ji e inertly parent, subsidiary having common ownership, having common directors. Officers or agents or sharing pro81ss or liabilities) will not be accepted as references under this solicitation. References should be available for contact during normal business hours, 9.00 AM - 5'00 PM. Eastern Time. The Village via attempt to contact each reference by telephone no lese Men three brnes In the event the contact person morcated cannot be reached following three attempts or is urhwling to provide the requested onfpnnanrwh the reference wilt be considered-unverdieT for permute CI Cis RFP t is the Pr000sels responsibility to provide complete and accurale information for earn reference, the Village will not correct Incorrectly suppled information No Gam of has* 01 intonation oe owe w10 relieve, Respondent of this respdnsibkty. The Village reserves the right to contact references other than those identified by the Respondent to obtain additional reformation regarding past perfwrr ante Any information obtained es a result or such contact may be used to determine whether or rwr she Respondent is a "iesponsibfe vendor'. as deerhed in section 287 0721251 ilonda Statutes, as may be amended from tiros to time" s Gumshoe Response Connect 2 1 1 Name of Client Organization 2.1 2 Contact Person Name: 2 1 3 Contact Persor Tolle 2.1.4 Contact Doparenent, 2 1 5 Contact Telephone' 2-1.6 Contact Email: 2 1 7 Contract Stan Date 2.1 8 Contract End Date: 2.1 8 Contract Value 2.1.10 is the Contract sue save 2 1 11 Scope of Work (Provide as much detail as possible)' City or Miami Beach Jorge Rodriguez, PE, LEED AP Capital Project Coordinator CApttal Improvement Protects Office 305 673 7071 anneasatuaninkoitca sins 2017 Ongoing $51M Yee Sae Comment Please refer to Questionnaire ertechmen1 for tut ps ,ct estwh fee West Avenue Neighborhood Utility & Resiliency Improvements Phase II North 01 14m Street Client Reference 2 212 223 22.4 Contact Departrnene 2 2 5 Contact Telephone: 2 2 1 Name of Client Organization: Contact Person Name;. Contact Person Title City of Pembroke Pines Come Allison Utilities Protect Manager NIA 203 715 6962 2 26 Contact Email: 2 2 7 Contact Start Date. 2.28 229 2210 Centred End Date Contract Value. *Me Contract sell active? 2 2.11 Scope of Were (Provide as much detail as possibe9. Client Referenee 3 2 3.1 Name of Client Organization 2.3 2 Censer Person Name: 2 3 Contact Person Tde, 2 34 Contact Department 2 3 Contact Telephone. 23.8 Contact Emad 2 3,7 Contract Start Date. 2 3.8 Contract End Date: 2 3 9 Contract Value 2 310 Is the Contract active? 2 3 11 Scope of Work (Provide as mach r}etalt as poseibiej: Sdi orlaoanes can 0512019 072019 $23.355 (Fee Only) No See Comment Crty of Miami Beach Neison Perez,Jacome PE C to Engineer Pspafmana of Public Works 305 673 7080 NeraonPerez. ZerAgieberniembeacht +70v 2017 Ongoing 521M Yee See Comment Please refer to Ouestmivlatte attachment to run prated details for City of Pembroke Pines Intersection al SW 145th Ave & Pembroke Rd Feasibility Study 0 Conceptual Deeten Ooaont Please refer :o Oue tronnare attachrnere for NS project details for West Avenue Neigl ltn.wl rood that, & Resiliency Improvements Phase II South of 4th Street 33 Questions 100.00", Complete Question Set 3: Dispute Disclosure Question Set 3 instructions Answer the questions herein with a Yes or No answer If you ensrver'Yes', to any of the quss5Ons, explain the Context surrou 10.ng the depute Ina nature of the disputethe outcome or status GI the dispute and the monetary amounts, delay, or C011lraC( extension involved in the cerement 11 additional explanation is necessary PieSse unload a separate document vet1 your response under pis DD Am8Ghmenl option You further acknowledge by submitting a response that al statements made in response to these questions are true one agree and understand that any misstatement or nkir'epreseration Oi fatsnccat.on of facts shall be cause fur forfeiture of rights let further consideraton of your response a Cuestion. Response Go mime Has your firm or any of its officers received a reprimand of any nature or been 3 0 1 suspended by the Department of Prttlesaiona, Regulations or any other regulatory agency or professional associations within the last five (5) years, Has your firm, or any member o1 y0ttr firm, bent dedlred in default assessed 3.02 Iiquldated damages. Terminated Or removed from re contract or pb related to the services your firm provides in the regular course of business Within the last five (5) years', Has you( fern had against a or feed any requests for equitable adrustirler. 3 :i 3 contract cia3rns 0111 protasesor litigation in the past "roe €5( years that is related t0 he services your firm provides ei the regular course of 5usme55, Has your firmer any of eta offrce(0 been under nvesegaaon, charged, or 3 0.4 convicted by any law anfon:emete agency or public entry 10r widfgeons of the bw. other own traffic violations/ 3 0 S Has your ben. or any of its 1(0113 5, faded to qualify as a responsible Proposer113ideer on any solicitation in the peat See (51 years`! 3 0,5 Has your km, or any of Si p 31coals, de -Jared bankruptcy or redrpahred under Chapter 117 No No No No No No 6 Questions 100.00 Complete r e comment must be lent Nano for Inn response the tenement must 0e tent Meek 101 1105 rtesponse The wavier', must 09 left blares for airs response The o urzwet roust be Me blare for this ',mortar The Gnataham mule W *ft Monk ler Mtn response Thy comment 1181[ out len 38.00 (0r this response Question Set 4: Key Staff Question Set 4 Instructions Respondent shall answer the following Questions for each proposed Key Staff member Include as much relevant detail as possible fur each individual There are question sets for up to 10 Key Staff months, 5 i1 your company does not intend on proposing 10 ley Staff member, please insert "WA" into the Response column for question sets to excess W the learn being proposed Question "Retponso CiOrems Contract Manager 4 1 1 What is the earns of m0 individual Thai 'w011 50Ne a5 the Contract Manager (CMS? 4 1 2 Whet is the CM's lob tile? 4 13 How many years of exponents does the PM have? 414 How many years of program/project management experience cambia PM have? 4 1 5 How many years hes the PM been employed with your company? 416 Matt Alrare2, PE. President 25 23 Please list any relevant licenses (mcltldatg boetse number) and ceffificabans FL Protessronel Ersg,neor the PIN has *56650 Does the CM have any concurrent commitments 10 other contrails Owing the 4 1 7 proposed term of the contract being awarded in this nollckaean'111 yes, please provide the client nacre. estimated commdted hours. and the paid of engagement (contract tern) • The comment must be left black for this response Project Manager 421 What is the name of the md.v,dnal that will serve as the ProgramProract Manpar (1^AArn? 422 What Is the PM's tabtlae% 4 2 3 How many years 0f e.penence 11003 the PM have? 121 How many years of program/protect management coperence does the PM haves one Carabad:o PE Vice Resident; Sr Engineer 6 Design Manager 36 17 4 2 5 How many yeas has The PM been empoyed with your company' 7 426 427 Please fist any reevant licenses findudinp license number) and ccruficaho35 the PM has Does the PM have any concurrent commitments la utter contracts during the proposed term of the contract being awarded un to s solicitation" d yes. please provide the client name, estimated commded hour, and the period of engagement (contract term) Ft, Professional E vies+ 173E64 NY Professional Engineer 4094777 City 0f Miami Beach : 10 bre:week: 1012021 MOWASD. B hrs/week, 112022 MDWASO. 2 !vs/week, 1212022 Key Staff Member 1 4 3 1 Please provide Iles Slam memters name 4 3 2 Please provide this staff members job tale. 4 3 3 Whet tole will this staff member fill for this contract? Rudy Otto PE, MC CEO Proope n -Charge 4.3.4 Is this staff member employed by your �paM, Hoot please provide the name of the employer. Yea 4 3 5 How many years of experience does Mrs stall member have? 35 4 3 8, How many years has this staff member boon valet Ter commit employer? 20 4 3 .1 Please 1st any relevant licenses (including kcense nu ber) and cerbfiuvons des staff member has. Dose the this / , member fare wry concurrent oommerrla es to teals 4-3.8 oe use s amino OM proposed berm of the cursed bee's emended Ise aws atltldletu4 a yr, cislse provide the clerk rtase, ae0reedsd cxamik d hats. Old Ma period of ettpepemak (tetrad term). FL Professional Engineer 452515 Ft Cerefeo General Contractor 4CGC 15129138, 2004 M' Professorvl Engineer 1071807 Certifications, Design Build Project Delivery System. Basle pluepnnt & Related Mom Bashi Wines Load ASCE 7-05. FL Worhrs Compensation Law. Wind foltiwaion Methodology Yea 10HisirketCmommineWaft Cogeaeb#fitmlpgiro tip 4 4 1 Please provide ma stem members name Turn eurhe, PE 44.2 Pease provide IM staff members jog ise: Senior AeeorYle 4 4 3 What tete wdl Ns staff member fib for this 0501reui3 ONOC Manager 4 4 ar ell3 staff ow/mbaremployed by your oomp.Iy? h not pews. provide the Marne of the employer. Yes 4 4 5 How marry years of experience does this s1a1f rrrao 5 5 have? 50. 4413 How merry years has this atM rnwmbet been with titer pmnl employee? 3 4 4 7 Please hs1 any relevant hawses hncludarg [stow number) end cerlecanons FL Professlnnel Engineer 435855 this staff member has. Does the his slat member five airy =wow* oaomimwnts b otter 4.1.5 contacts Wong the proposed limn d the tatted balm ewraed M tee sofrllsEion? h yea, please provide We tied nano, estsweed commited hates, and the period of engorgement nt (coned an11j. Kay Staff Member 3 4 5 t Please pmvrde dos staff m.l,tw. name. 4 5.2 Pease provide the ss111nemt ifs job ties 4 5.3 Pam W la si mh stall member el tar the conked? 454 is gig MO of Ms ismokyNW your 0castps ? If not pima primathe rums employer Day.d Hod, PE Vice Presdenl Sr Project Adartipsf ONOC Manner.er Pogjstt EasSissAisassior (toe rove' Yea City d Tempe, 50 kinifWeea; Ending 62021 Chard Tampa; 10 Htu'YJaaE; Enth 97021 The =anther l must be Len Wane Aa trsa rrspnls. The 0emememi rmea es eh des to, es The menwn reap be lea blame nor ken response 4 5 5 Hose many years of expenence does thus staff member rase 45 4.5.6 Hon many years hes this stag member beers with their anent empleeeR 4 s 5 7 ,tease loss soy relevant licenses (including license numbed and a ion rb5C411 s FL Prole:m onal Stigmas :his staff member has *35970, GA *13518 Does 6ts this suet member have airy concunen4 condensers' n caw 4.5.6 contracts during de proposed to ve of thew being bg ,aided h lies saiclti6o 1? If yr. Mere provide the client nrm a remeed can:need hods, end the period of eryepe erd (contract lentil Yee 24 343N vea QvMSNw,0 Venous Contracts for Giy of Riviera Brace City or Oakland Pan Gay of kbene Beads 4 Grins as redvscel AdwsdmQAnDC KyMuff Mrs 4 4h Please provide this staff members name 4.6.7 Please provide Wee staff member's Job 04e: 4 6 3 What roe nib this start member NO for I3M comma? Linda . M Bell. P.E Oral Engineer Lead 7ren,ponetormpoaderay Desgn Engnaw 48.4 a this staff member employed by gar campus? 4 not. Please provide she No rtaan a 6e ernerar . er. 4 6 5 How many years of expenence does Ibis staff member have? 37 4 6 law marry years hies Ova stiff mender been rtes kiwis anent employer? 24 467 4 6.6 Please lot any relevant lir2roea (Including h nse manber) and r-srtncceaoci trvs staff .member nos Does the *es staff member neve airy cowmen com ,trams o Ode *antic*, during the proposed tam of anaconda* being swensed ti bus aa6tle6dn? If yr, pease prodM& the Gera name, ruerwed aomnreo ftour>ti and the peke, Of engagement (001VKl arm). PE 36542 Yes G.ni Works Mc FOOT, Dist 6 Iveets Fudrrraas P E 20 HrSNtk Key Staff Member 5 4 7.1 Please provide ad staff members name: 4.7.2 Warr provide the staff members Jos 13. 7 3 Mat role .11 tns staff mamba- 511 for Ina* Contracs') Vaughn 5aares. P E. 0.4 Engweer Lagenng, Signerubon 6 Pavement Mmlungs Engineer 4.7.4 is this y y 73 s staff member employed by compered *not pease prowls Ike NO name of the napes er. 4 7 5 How many years a experience does 1153 staff member have? 26 4 7.6 how many gears has fin staff member been writs their current employer? 23 477 Please her any mavens licenses (including acense numbers snit terialcatwcs no staff member has PE 56917 Cave Works trio Z0Z Eu.ou3',MMAsl t Argasisa9Je sew &woo solo fumed 120Z -091.154,16G3 110609sagt "- , pfrV m em") «wol EZOZ 8U PU9 1I.M Jq t 3i1 WO u0wi 1ZOZ bwpu3 Iraomati t - 11 upa+snbAt PLC 3N ZZOZ ul 50geu3 iaaMeeuy Z 'u08.g 0U1W 1014x3 EZOZ WI993 4asss`pu11 E 0v o nS 10 0J LZOZ B0IP03 7S MI00 E 'Pose 0100.01101.1 10 R1Z1 ZZOZ 6{.0e1L03 yUlMesag E 'q]aan IWe,w 10 Au3 Vd `0696S UBisaO ua11814Galall YiwdNe 0411 Al 0 410 Ulf 01 11O W LO 10 1SP 5441 1Z0Z21 'IIaN IJ 4 0t Y)lW US MOVE 5I' 'l4 E 4frIAI ali 1Z0Z7 '1IIMJ *I ►'eaM09ipso ee ivir sq Gal 1 OZVZ1 SNMIIIs1149t 011MO6d 1 84115114 AI10)I se4 99800001/ 05p4pry 5845 5004451 LE LZ 0i1 405744551' ode opuel lamed Bu11pu00d 'YMPS504i 501514 AWN ki!9 ieA (d1Yd) IeuOlsseloed waw58eum looked 150.'549113 IeuOKsa1Wd li 50) :aW6u s Jaq usw 4545 5501 ap.n55d a0554d ► 019 8 Aft1101094 i1FJ51feN 'NAM )' P19UIa8e8Ue 40 cloned slug pu5 'smog Mum= Pecs 1955 *Me e MOP IRS 5Plrcud aswld'sea( 9 ,60GOI lP4pe sxp ut paPr ura WWI pa9uoo sW P um' posodead Gia pump ss0aqu ) 4541004 >qUetLeILILe00 1444{W{0000 AIM soul aqueaele 4445 ens NI 'Mop :say 4agWaW 44514 $op suoglc5ylpao pue (4auwnu esueue 6sepnpu.) sasuSPll wanale, Foe 1511 050514 6Delloldu 5 peon ease uk5 44550 raceme days eat say eeee9. Drama Moil Taney {0.0{410. 940 4149 saop acuauad ra 40 04159 90055 *pH relolwa ep p ewe' Ste 'Dwell need 1044 L LADedlexe mat 94 pslo du. e5gweu ipsys snp . 4_0 11100 044:404 444-ulm'a.a mugs sib: l4vn aa to:p 8"8'► 164 9184 S6s 1r8 P £6► :Npi qo4 s54gweu 9193 MI *Wok! ►►asid L'8'► 0(11e0 s,eagwaw eels sop sp50d meted 4611 ►agtuegy L 431(e94 '(uW 40e4uM ) Weste sel. N poped.Ip pta'ii oomili5o pepalpe. 'eum 97142 5100 49960,84 8 d'aa+t m unumpaoe /PP 4 mum. OINq PO= 54440 Uuei 0 0odaq MA 84geIP tramp:, J1404 s0 *U 054uoa P S JDlyda NM tray 55001.1441151,104 •41 IS J -egg 4aquww Yes sop 944504¢0544400 pus (Delano esua0! 8ulpnioup 00008554 'micro a WS Ise 5055184 L 8 4 , 4*lop4um sueurn aced sare uoaq Npume 41545 se6 sey apse( Kim{ Nogg B'8 G00 0 4 45100555 1140 sag 5009 a IU04a400 40 5155.( ..44500 ^+044 S e Y '4e(Otdwe WA 40 HUM Oka *Wald ow*'Itne 11 44Mduico41•lod Ag petaolduwa DessueW Lets utiD51 40054445040 sG11404 99 4agw44U 4500 54414 0000, 5455151411 s 8 Y G04100 s( Dexlmem eIP 94AOed 00554 :aweu s4egwaul Lap spa 5945009 5seeld 494 9 aquas,' Nos kax W.54► - g-d'n ememeg ands 9 1561 `LOQJ 'WAN Pee81r74) tueua0s9.ea p poled 0014 pee 'sm0y pap4ewroo P904400 'WM limbs mil egad 85051 'sag 44 OG9919905 550410 95pMrs &J54/Maw Sap 10 time pes0d04d ep 81 irp g*4W00 expo a7 4uellpwwlXe 4Ueluouao fire ea"40QWaIL 4145 W4 549 9900 9 L 4.10 2 Reese provide this staff members jab Mkt Senior Associate 4 10 3 What role will this staff member fill for this contract? Landscape Designer 4.10.4 1s 111is staff merbar employed by your company? If not. pIsRM provide the name of the employer. No Sevin 8 Mier Design Studio, PA 4.10 0 How many years experience does this staff mamba burs? 8 4.101 How many years has this staff member been with ?heir Qriem emplarer? 3 Please fist any relevant (censer (including license number) and certifications L.andoeape Architect INs staff member has Does the this staff member have any conarrent rrm7WrmMrta to other 4. Me contracts cloning the proposed term te of the contrailbeing awarded in this sr>fiilta5on? eyes, plsaee prwlde the clerk name, estimated cclmsted hours, and the pesiod of eneager1w4 (tanlit4 term) Key Staff Member 9 4 11 1 Please provide M 3 slant members name 4.11,2 Plena provide Mks staff mamba's job bee: 4 11 3 What role win Phis staff member eel I:. des contract, 4.11-4 Is elks stall mwroer employed by yx' company? Knot please provide Ira name or me employer 4 15 5 How many years of experience does this staff member nave% 4 11.6 Hoer merry years hes the stet mamba bean with 41.4 osivent employer? 4 11 7 Please list any relevant licenses 11 Wing license number) and .otf,ca40ns Iris staff member has Does the duo staff member have eery tonour erd commitments to other 4.11.6 cantaaa during the proposed Wm of to copied being a whiled in this sofr�Niorh7 if yea, phase povide the art nuns, seiaissd °mantled hours, and the pr10d d sop apsmsml (weed Wm). Key Stall Member 10 tA6667334 Yea Amanda Gudsory, PE, ENV SP Project Engineer1Modeler Protect EngeSocr Drainage & Slorrnwaer Madder Yes 7 2 FL Professional Engineer Pro,essoo:na, eras ." Yp City of Miami Beech, 12 his/week; Endng 2022 City of Hallandale Beech: 12 hrisi eel4 Ending 2022 Tam of 9urfside; 12 hraweeft. EnrAng 2023 Afar revere Bieck 4 Fire eves; 0512021 S4449. 4 4reahert103021 I O0 5 fiahnk 122026 11t]Ut Ithlt 100W ei 102001 Tne comment must W tell Diana for this response 4 12 1 pease provide this staff member's name r — — — 41P2 MNese pnefde tas staff membees job the 4 12 3 What rule win phis stem member loll for airs mntrect7 4 12 4 Ls this staff member employed by youroomprny? I not, phaseamide the name of the employer. 4 12 5 Now martyr }ears of experenca does this staff member have? Goslavo Silva, P£ Prajeq Eneirae Protect Engineer, Permitting CA4rtl motor Yes 9 1 he commie, most De ten Mena For mks relpe0se 4 12 6 Flaw many years has this slat member been with their current employer? 5+ 4 12 7 Please list any relevant licenses (including license number) and certifications this staff member nas Does M gib daft nimbi: haw wri concurrent commit menu b, other 4.12.8 WMieces during the pommel germ of the contact being emerged in this solicitation? t yes. pions provide tie den: name, esreraled ooma9sd hours, and the pedod of engagement (contract tam). Zvi we w� K•,ya+LA , 666369 FDOT Intermediate Work Zone Traffic Control Certification 515002 FDOT CTOP, Asphalt Paving Technician Level 1 FOOT CTQP, Earthwork Technician Level 1 FOOT CTQP. QC Manager Aulodesk A51oCAD Civl 3D FDEP Qualified Slormwater Management Inspector, Flonda Department of Environmental Pr5telAon NASSCO Plpeline Assessment (PACP) NASSCO Manhole Assessment Yes Cary of Wiens Beady 5 hrsh eek 10,'2021 MOWASD; 5 hierweek 1212025 MDWASD; 10 hnitheek 1 Or2021 94 Questions 100.00% Complete Question Set 5: Proposed Subcontractors Question Response Comment 5 1 I Company Name of Subcontractor 5 1 2 Subcontractor Address 5 t 3 Provide Ina approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the Comment 5.1 4 Subcontractor's Wanes number 5 2 1 Company Name of Subcontractor 5 2 2 Subcontractor Address. 5 2 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work on me comment 5-2 4 Subcontractor's license number Civil Works. Inc 8491 NW 17th St, 6108 Doral, FL 33126 Roadway, Lighting & SignalvaLon Engineering Design Support (Percent depends on Project Scope, TYorrally t0 -205o 7528 Sevin & Hillier Design Studio, PA 12345 NE 8th Avenue Su8e A NOM Miami, FL 33161 _ Landscape Architecture (Percent depends on Project Scope, Typically 2-8%) LCC0001208 u•conrac •r 5 3 1 Company Name of SubeAnttertor 5.3 2 Subcontractor Address. 5 3 3 Provide the approximate percentage of the work to be pcnrfonned by this subcontractor and describe their scope of work in me comment S,34 Subcontractoe5 license number. Longitude Surveyors, LLC 7769 NW 48 Street Suite 375 Miami. Fl 33168 Survey & SUE (Percent depends on Project Scope. Typically t5%y L87335 Su bcontractor 4 54 1 Company Name of Subcontractor 5.42 Subcontractor Address - 5 4 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe trier scope of work in the comment 5.4.4 Subcontractor's License number GCES Engineering Services. LrC 14173 N. Cypress Cove CIR Davie, FL 33325 Gaseer.hnical Engineering & Materials Testing (Percent depends on Project Scope, 7YOrderY 22!61 30039 u • ontractor 5 5 5 1 Company Name of Subcontractor 5,5 2: Subcontractor Address. Media Relations Group, LLC '4707 South Dbde Highway, 5918 404 Miarnl, FL 33178 5 5 3 provdo ine approxrmate percentage of me Ye" to be performed by this subcontractor and describe trier scope at work in me comment 5.5.4 Subcontractor's license number Public Outreach (Percent depends on Project Scope, Typically 33%) WA Subcontractor 6 561 Company Name of Subcontractor 5 6 a Subcontractor address: 5 5 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their Ray s of svork in Me comment 5.64 Subconvaotofs license number. Subcontractor 7 5 7 1 Company Name of Srrbcxsntraeton 5.72 Subcontractor Acidness 5 7 3 Provide the approximate percentage of he work to be performed by this subcontractor and describe their •,..nrre. of work in We comment 5.74 Subcontractor's Scoriae number Subcontractor 8 5 5 1 Company Name of Subc I r tor. 5.62 SubconaactorAddeass: 5 8 3 Provide the approximate percentage of the work t0 be performed by this subcontractor and describe their scope ar work in the comment 5154 SubcnnhaCofa bcssiae number Subcontractor 9 5 9 1 Company Name of Subcontractor 5.92 Subcontractor Address: 5 9 3 Provide the approximate percentage of the work to be performed by and subcontractor and describe their scope of work in the comment 5 9.4 Subcorth-actors license number Subcontractor 10 5.10 1 Company Name of Subcontractor 5 10.2 Subcontractor Address. NIA WA NA NIA N/A WA N/A WA WA WA N/A N/A N/A NIA NIA N/A N/A WA 5 10 3 Provide the approxarate percentage of the work to be performed by tf' subcontractor and describe her scope of work in t$fa comment 5 10A Subcontractors license number. N/A N/A 40 Questions 100.00% Complete EXHIBIT «B" SCOPE OF SERVICES 1. Definitions 1.1 Additional Services: Those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform at the Village's option and when authorized by a Statement of Work(s) issued in accordance with this Agreement. 1.2 Agreement: This written Agreement between the Village and the Consultant, including the Appendices attached hereto and all Amendments and Statements of Work issued by the Village hereunder. 1.3 Allowance: Stated dollar amount(s) may be included in this Agreement for the purpose of funding portions of the Services or the Work. Allowances are included in this Agreement to pay for Additional Services, Reimbursable Expenses, or Inspector General Services. Services paid from Allowances shall be authorized by a Statement of Work prior to commencement of the work under the Statement of Work. 1.4 Amendment: Written modification to this Agreement executed by the Village and Consultant covering changes, additions, or reductions in the terms of this Agreement. 1.5 Basic Services: Those services that the Consultant shall perform in accordance with the terms of this Agreement as directed and authorized by a Statement of Work(s). Any Services not specifically addressed as Additional Services are considered Basic Services. 1.6 Change Order: A written agreement executed by the Village, the Contractor, and the Contractor's Surety if necessary, covering modifications to the Contract. 1.7 Constructability: The optimum use of construction knowledge and experience in planning, design, procurement, and field operations to achieve overall Project objectives. 1.8 Construction Cost: Actual cost of the Work established in the Contract Documents, as may be amended from time to time. 1.9 Contract Documents: The legal agreement between the Village and the Contractor for performance of Work. The documents prepared by the Consultant in accordance with the requirements of a Statement of Work(s) issued hereunder that form the basis for which the Village can receive bids for the Work included in the documents. The Contract Documents shall include, but not necessarily be limited to, the Invitation to Bid/Request for Proposals, Bid Form, Bid Bond, Surety Performance and Payment Bond, General Conditions, Special Provisions, Technical Specifications, and Plans together with all Addenda, and subsequent Change Orders, and Statements of Work. 1.10 Contractor: The firm, company, corporation, or joint venture contracting with the Village for performance of Work covered in the Contract Documents. 1.11 Days: Reference made to Days shall mean consecutive calendar days. 1.12 Defect(s): Refers to any part of the Work that does not follow the Contract Documents, does not meet the requirements of a reference standard, test or inspection specified in the Contract Documents, does not properly function, is broken, damaged or of inferior quality, or is incomplete. The adjective "defective" when it modifies the words "Work" or "work" shall have the same connotation as Defect. Contract No. 2©21.08-15 Page 14 of 40 EXHIBIT "B" SCOPE OF SERVICES 1.13 Design Schedule and Cost Management Plan (DSCMP): A progress schedule and earned value measurement plan for the design deliverables that will be developed by the Consultant in accordance with the Project and schedule provided by the Village. The DSCMP shall meet all Project milestones in the Village -provided schedule and shall be approved by the Project Manager. The DSCMP earned value procedures are based upon the agreed weighted percentage values of the deliverables for each phase of Basic Services. 1.14 Direct Salaries: Monies paid at regular intervals to personnel other than principals of the Consultant directly engaged by the Consultant on the Project, as reported to the Director of United States Internal Revenue Service and billed to the Village hereunder on a Multiple of Direct Salaries basis pursuant to a Statement of Work for Additional Services under this Agreement. Personnel directly engaged on the Project by the Consultant may include architects, engineers, designers, and specifications writers engaged or assisting in research, design, production of drawings, specifications and related documents, and other services pertinent to the Project Elements. 1.15 Opinions of Probable Cost (OPC): The latest approved written estimate of Construction Cost to the midpoint of construction broken down by the Division format developed by the Construction Specification Institute (CS!) or unit price bid items, including construction allowance contingencies, submitted to the Village, in a format provided by the Village, in fulfillment of the requirement(s) of this Agreement. 1.16 Plans: The drawings prepared by the Consultant, which show the locations, characters, dimensions, and details of the Work to be done and which are parts of the Contract Documents. 1.17 Program: The initial description of a Project that comprises line drawings, narrative, cost estimates, Project Budget, etc., provided by the Village and furnished to the Consultant. 1.18 Project: Project Elements and components of the Project Elements and Services set forth in this Agreement. 1.19 Project Budget: Estimated cost for the Project, prepared by the Village as part of the Program, including the estimated Construction Cost. The Project Budget may, from time to time, be revised or adjusted by the Village, at its sole discretion, to accommodate approved modifications or changes to the Project or the scope of work. 1.20 Project Element: A part of the Project for which Services are to be provided by the Consultant pursuant to this Agreement or by other consultants employed by the Village. 1.21 Project Manager (PM): The individual designated by the Village to represent the Village during the design and construction of the Project. 1.22 Punch List: A running list of defects in the Work as determined by the Consultant with input from the Field Representative and the Project Manager. The initial edition of the Punch List is modified in succeeding editions to reflect corrected and completed work as well as newly observed defects, until the time of Final Acceptance. 1.23 Record Drawings (As -Built Drawings): Reproducible drawings showing the final completed Work as built, including any change to the Work performed by the Contractor pursuant to the Contract Documents, which the Consultant considers significant based on marked -up as -built prints, drawings, and other data furnished by the Contractor. Contract No. 2021-08-15 Page 15 of 40 EXHIBIT "B" SCOPE OF SERVICES 1.24 Reimbursable Expenses: Those expenses delineated in Section 5.11.4, "Reimbursable Expenses" of this Agreement, which are separately approved by the Village that are incurred by the Consultant in the fulfillment of this Agreement and which are to be compensated to the Consultant in addition to the compensation for Basic Services. 1.25 Review Set: A partial or complete set of Contract Documents, provided by the Consultant in accordance with the Statement of Work, at the specified percentage of completion of a phase of the Basic Services as provided for in this Agreement, on which the Village may provide written review comments and acceptance of Services. Any review will be general in nature and shall not constitute a detailed checking of the Consultant's work nor relieve the Consultant of the responsibility for the completeness and accuracy of its Services. 1.26 Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.27 Value Analysis (VA): The systematic application of recognized techniques for optimizing both cost and performance in a new or existing facility or to eliminating items that add cost without contributing to required functions. 1.28 Work: All labor, materials, tools, equipment, services, methods, procedures, etc., necessary or convenient to performance by the Contractor of all duties and obligations imposed by the Contract Documents, and representing the basis upon which the total consideration is paid or payable to the Contractor for the performance of such duties and obligations. 1.29 Statement of Work: A written order (consecutively numbered for reference and control purposes) initiated by the Project Manager in accordance with this Agreement, and countersigned by the Village Manager and by the Consultant, directing the Consultant to perform or modify the performance of any portion of the Services. 2. Scope of Services 2.1 Start of Work No Services under this Agreement shall be performed by the Consultant prior to the receipt of an appropriate Statement of Work. Each Statement of Work shall specify the scope of work, time for completion, deliverables, and total compensation for the services authorized. 2.2 Basic Services The Consultant agrees to furnish or cause to be furnished to the extent authorized by a Statement of Work all architectural and engineering professional services, as further specified below, designated as Basic Services, in the phases delineated and described herein unless modified by the Statement of Work, for the design, construction administration, project management, and satisfactory completion of the Project. The Consultant shall be responsible for correction of any errors, omissions, and/or ambiguities as determined by the Project Manager. The Consultant shall furnish sufficient personnel, equipment, and facilities and shall work such hours as necessary to assure such completion. The Consultant may be required to perform all or some of the services presented in this Agreement, depending on the needs of the Village. The Services will be provided on an on -going as needed basis. The Consultant will phase the Work required to complete a Project so that each Project is designed and constructed in the most logical, efficient, and cost-effective manner. Contract No. 2021-08-15 Page 16 of 40 EXHIBIT "B" SCOPE OF SERVICES Consultant must coordinate with the residents as necessary to review, discuss and resolve the design and any issues that may arise. The Consultant must advise the Village of its plans to coordinate with residents for approval prior to engaging residents. 2.2.1 Submittals The Consultant shall submit to the Village the deliverables listed within an issued Statement of Work in a format approved by the Village. The Village reserves the right to reject all or part of any submittals that are not complete in their content or do not meet the satisfaction of the Project Manager. The Consultant shall be totally responsible for any additional costs resulting, from such rejections and shall not be entitled to additional compensation therefor. The Consultant shall submit hard and electronic format, as specified herein or otherwise by the Village, copies of all documents required under each Project phase for review, comments, and approval by the Village. The electronic submittal required under this Agreement shall be in a format acceptable to the Village. At the request of the Village, the Consultant shall schedule a review(s) of all plans and documents with the Project Manager at the end of each Project phase, prior to initiating the next phase. 2.2.2 Opinions of Probable Cost The Consultant shall submit Opinions of Probable Cost (OPCs), as described in the Definitions, at the request of the Village. This shall be considered part of the Consultant's compensation for Basic Services. As part of its OPC, the Consultant shall assist the Village in identifying Project Elements that are eligible for Federal/State grant-in-aid participation. The Consultant shall assist in reviewing applications prepared by the Village and the Project Manager. If meetings with grant agencies are required, attendance at such meetings will be compensated by the Village as Additional Services. The Consultant's OPC (including construction contingency allowance), broken down by specification sections or unit prices, shall include any adjustments necessary for projected award dates, changes in requirements, or general market conditions. A Statement of Work to proceed with development of Construction Document may not be issued if the OPC, as submitted by the Consultant exceeds the total Village allocated funds for the construction of the Project. No further progress payment shall be made should the OPC in any Project phase exceed the Budget, until an alternate design is provided at no additional compensation, to bring the cost within the Project Budget limitations. Recommendations for reducing the scope of the Project in order to bring the estimated costs within Project Budget limitations, in the event that the OPC exceeds Project Budget limitations, the Consultant must update its documentation, at no additional cost to the Village, to reflect this reduced scope. Any OPC prepared by Consultant represents a reasonable estimate of cost in Consultant's best judgment as a professional familiar with the local construction industry. 2.2.3Drawings Throughout all Project phases, all drawings shall be produced electronically using AutoCAD software, which shall be within two (2) years of the latest release. The Consultant must submit all original working drawings in an electronic vector format with an ".dwg" drawing extension. Within the drawing, all external reference files must be bound into one file that represents each of the drawings (hardcopy/prints) in the construction document set. With each submittal, all Contract No. 2021-08-15 Page 17 of 40 EXHIBIT "B" SCOPE OF SERVICES supporting electronic files, such as images, fonts, and line types, shall be included with the drawings. The Village retains all rights to further use of all electronic drawings as well as blocks, linotypes, layering convention and any other information contained in the electronic drawings that are needed to reproduce the drawings in the construction document set. 2.3 Project Phases 2.3.1 Concept and Data Validation Phase Based on drawings, preliminary budget, and design guidelines provided by the Village, the Village may issue a Statement of Work to Consultant to verify the accuracy and adequacy of all available information for the Project. Such verification shall include, but not be limited to, the following areas: 2.3.1.1 Project Consultant shall examine the information and documents provided by the Village and shall confirm user requirements and determine requirements for additional studies, verify the physical/spatial characteristics of the Project, and the completeness of the information and documents. Consultant may be required to prepare written descriptions of the various options and participate in presentations to multiple groups explaining alternative options. Sufficient detail must be provided to support the presentation materials. If Consultant is requested to participate in presentations, attendance at such meetings will be compensated by the Village as Additional Services. 2.3.1.2 Record Drawings The Consultant shall examine, and verify all as -built conditions as to their completeness and accuracy as depicted on the Record Drawings furnished by the Village 2.3.1.3 Project Budget The Consultant shall examine in detail, the estimated construction costs furnished by the Village. Should this cost verification reveal serious discrepancies and/or deficiencies that would impact the Project and its subsequent stages of development, the Consultant shall inform the Village in writing as to the adequacy of funds required to complete the Project through the construction phase. 2.3.1.4 Surveys The Consultant shall verify the survey information provided by the Village and incorporate such information into the design. The Consultant shall be responsible for obtaining any additional survey information that is required for the completion of the Project and was not provided by the Village. 2.3.1.5 Soils Investigation The Consultant shall prepare a soils investigation plan for use in determining soil characteristics required for proper design of the Project Elements. The plan shall show the number, spacing, and depth of borings required and shall specify such other tests and investigations as may be necessary to provide information prerequisite to the Project's design. The Consultant shall specify, locate, and coordinate the specific borings and tests to be performed by others and shall interpret the results for application to the Project. Contract No. 2021-08-15 Page 18 of 40 EXHIBIT "B" SCOPE OF SERVICES 2.3.1.6 Discrepancies Between Existing and Depicted Conditions Any discrepancies between the actual, existing conditions and conditions depicted on drawings or other information provided by the Village shall be noted by the Consultant. The actual, existing conditions shall then be incorporated into the Contract Documents. The Village shall be informed, in writing, of any discrepancy between actual and depicted conditions. 2.3.1.7 Deficiencies of Information The Consultant shall inform the Village, in writing, of any deficiencies, other than discrepancies from actual, existing conditions found during verification, in the as -built conditions, utility information, survey information and/or soils investigation which are deemed necessary to provide a satisfactory basis on which to perform the Basic Services. Upon agreement of the deficiencies by the Village, the Village may then issue a Statement of Work directing the Consultant to perform the necessary investigations and develop the required additional information as an Additional Service. At its sole option, the Village may direct a geotechnical engineering company, and independent engineering testing laboratory, a survey company, or other firms) under contract with the Village to provide the necessary services for the Consultant. The Consultant shall be responsible for verification of the validity, interpretation, coordination, application, and use of all supplemental information, signed and sealed, provided by any such independent consultant. 2.3.2 Schematic I)esi2n Phase Upon written confirmation from the Consultant that all elements of the Project have been identified and the Village's cost estimates have been verified, the Village may issue a Statement of Work to prepare Schematic Design Documents. The Consultant shall review the verified Project with the Project Manager, other Village representatives as applicable, and all agencies or other governmental authorities having permitting or other approval authority with respect to the Project. If authorized in writing by the Project Manager, Project Elements or components, and suggestions of such agencies regarding required procedures, are to be followed by the Consultant. Necessary inclusions shall be made when preparing the Design Development and Contract Documents. Upon completion of the agencies' reviews. the Consultant shall detail in writing the recommendations of the agencies to the Village and shall modify the suggested plan as appropriate and resubmit it for Village review, further modification, and for approval and agreement by the Village. As part of this phase, the Consultant shall prepare and submit deliverables including, but not limited to, the following: 2.3.2.1 Site Plan A site plan(s) of the Project, at a scale to be specified by the Village, showing the Project Elements, existing facilities, and proposed projects pertinent to or interfacing with other projects and with the remainder of the Basic Services under this Agreement. 2.3.2.2 Schematic Design Studies The Schematic Design Studies shall consist of all plans, elevations, sections, perspectives, etc., as required to show the scale and relationship of the design concept to surrounding facilities and other Project Elements plus a narrative report, setting forth in appropriate detail, the criteria to be used Contract No. 2021-08-15 Page 19 of 40 EXHIBIT "B" SCOPE OF SERVICES in preparing the Contract Documents for the Project Elements and identifying all major equipment and systems required, including alternative items as appropriate, and Work Sequencing Schedules. These Schematic Design studies are preliminary in nature and scope. They shall be further defined, and amplifying details shall be developed, by the Consultant during subsequent phases of the Basic Services. The Village will make a determination, based on the Schematic Design studies and narrative report, of what equipment and systems will be used. In addition, the Village will, based on the investigations and recommendations developed by the Consultant, determine which equipment and other items the Village will purchase outside the Contract for this Project. Should the Village decide to purchase equipment and materials separately and furnish them to the Contractor, the Consultant shall, as part of the Basic Services, provide detailed programming and scheduling, perform follow-on liaison with vendors with respect to availability and delivery, and provide any other such Services with respect to such separately purchased and furnished equipment as would otherwise be required had said equipment not been separately purchased and furnished. 2.3.2.3 Drainage The Consultant shall prepare a preliminary drainage plan showing the direction and quantities of flows to each drain. The Schematic Design narrative report shall provide drainage calculations in sufficient details to give assurance that the Project can be used under approved design storm conditions. 2.3.2.4 Barricades, Signing, Marking and Lighting The Consultant shall prepare, as necessary, a preliminary maintenance of traffic plan and construction operations safety plan that show how the Work can be accomplished within operational constraints. It shall delineate the nature, extent, and location of site access, required temporary barricading, signing, marking, and lighting for the Project. 2.3.2.5 Work Sequence and Staging Plan The Consultant shall develop a Work Staging Plan, as requested by the Village, to avoid adverse impacts to residents or Village operations and shall advise the Village, in writing, of any adverse impacts. if any, and estimated increase in Project costs that would result from such staging plan. The Consultant shall develop a Work Sequencing Schedule showing the sequence of construction and the relative time frame within the overall construction period. Alternative plan(s) and associated cost(s) shall also be developed and submitted, along with an analysis by the Consultant of pertinent factors and relative merits of each plan. The Village shall decide which plan to use. 2.3.2.6 Outline Specification The Consultant shall prepare an outline specification that will describe the architectural and engineering requirements, earthwork, utility adjustments and relocations, drainage foundations, mechanical, electrical, utilities, lighting, signalization, signage, markings, external finishes, painting, fire protection systems, plumbing, and other incidental and special equipment being proposed for the Project, all of which will be considerations in the cost estimate. 2.3.2.7 Opinion of Probable Construction Cost The Consultant shall submit an OPC for the Project. The OPC shall include the estimated costs of constructed or acquired facilities and improvements in such detail as required by the Village Contract No. 2021-08-15 Page 20 of 40 EXHIBIT "B" SCOPE OF SERVICES including each class of equipment, operational systems, and any other direct costs that may be included in the Project by the Village. 2.3.3 Design Development Upon confirmation to proceed from the Village, the Consultant shall prepare Design Development documents from the approved Schematic Design documents. The Design Development documents consist of Drawings, Outline Specifications, Work Sequencing Schedules, and other documents as may be necessary to fix and describe the size and character of the systems and components to be included in the Project. The systems, components, and associated controls shall integrate with and be of like character to those typically found in similar projects unless otherwise specifically approved by the Village in writing. Should the need for additional plans and/or programs become apparent during the course of developing Design Development documents, then such additional plans and programs shall be prepared and included within the Design Development documents. 2.3.3.1 Bid Package Unless otherwise stipulated in a Statement of Work, it is the Village's intent to bid the Project in one package. The Village, though, reserves the right to direct that a Project be divided into as many contracts as required by operational constraints, adjacent project scheduling, or other reasons as determined by the Village. 2.3.3.2 Value Analysis Upon request by the Village, the Consultant shall conduct a Value Analysis, including life cycle cost analysis and recommendations to maximize value. The Village may request Consultant to present its findings to Village representatives, Village Council, or other stakeholders. 2.3.3.3 Submissions The Consultant shall submit all documents required for the Design Development documents for review and comments by the Village. The Design Development documents shall also include updates to the OPC. These updates shall be based upon the approved size and character of the components of the Project Elements and the incorporation of Village approved recommendations. If the OPC indicates that the Project cost shall be more than the approved OPC in the Schematic Design Phase, then no further progress payment shall be made until an alternate design is provided, at no additional compensation, to bring the OPC within or below the approved OPC in the Schematic Design Phase. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to the Contract Document Phase until all comments have been addressed and the appropriate written approvals have been received from the Village. 2.3.3.4 Exhibits The Consultant shall prepare any exhibits required to convey the intent of the design for presentation to the Village for the Village and any other stakeholders' review. The Consultant shall resolve all comments, including a follow-up presentation if required. 2.3.3.5 Permitting Review The Consultant shall also, to the extent applicable based on refinements and amplifications effected during the Design Development Phase, review pertinent documents with agencies having permitting or other approval authority with respect to the Project, including those agencies previously consulted in earlier phases, to obtain reviews of such agencies. The Consultant shall Contract No. 2021-08-15 Page 21 of 40 EXHIBIT "B" SCOPE OF SERVICES report in writing the findings of such reviews and provide recommendations for approval by the Village relative to such findings for implementation by the Consultant. 2.3.4 Contract Documents Upon written direction from the Village, the Consultant shall proceed with the development of Contract Documents from the approved Design Development documents, or other documents provided by the Village. Unless otherwise specified in a Statement of Work, Consultant shall prepare 30%, 75%, and 100%, Contract Documents for review and comment by the Village. 2.3.4.1 30% Contract Documents The Consultant shall submit all documents required under this phase for review and comments by the Village. The 30% Contract Documents submittal shall apply to all applicable disciplines including, but not limited to, architectural, structural, mechanical/HVAC/plumbing/fire protection, electrical, and civil. The 30% Contract Documents submittal shall also include updates to the OPC. If the OPC indicates the cost will be higher than the prior approved OPC, then no further progress payments shall be made until the Consultant provides an alternate design at no additional cost to the Village. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to development of 75% Contract Documents until all comments have been addressed and the appropriate written approvals have been received from the Village. 2.3.4.2 75% Contract Documents Upon approval of the 30% Contract Documents, the Consultant shall prepare 75% Contract Documents. Using the documents prepared under this Article, the Consultant shall submit for review the necessary portions of the Contract Documents to authorities, including, but not limited, County, State, and/or Federal, having jurisdiction over the Project by law or contract with the Village. Said documents shall be sufficient to be permitted as applicable by such authorities. The Consultant shall develop a coordinated plan of execution for this Phase, which will include an outline, or index, of the contents of the Contract Documents along with a schedule(s) for completion. The Consultant shall prepare Plans in a manner that will ensure clarity of line work, notes and dimensions when reduced to 50% of the original size. After acceptance by the Village, the Plans shall become part of the Contract Documents. The Technical Specifications shall provide that a system of quality control and quality assurance be a requirement of the work. The quality control and quality assurance system shall provide procedures to be used by the Contractor and the Consultant to assure the quality of all materials, equipment systems, and furnishings function as intended and are equal to or better than called for in the specifications. The Consultant shall submit all documents required under this phase for review and comments by the Village. The 75% Contract Documents submittal shall apply to all applicable disciplines including, but not limited to, architectural, structural, mechanical/HVAC/plumbing/fire protection, electrical, and civil. The 75% Contract Documents submittal shall also include updates to the OPC. If the OPC indicates the cost will be higher than the prior approved OPC, then no further progress payments shall be made until the Consultant provides an alternate design at no additional cost to the Village. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to development of 100% Contract Documents until all comments have been addressed and the appropriate written approvals have been received from the Village. Contract No. 2021-08-15 Page 22 of 40 EXHIBIT "B" SCOPE OF SERVICES 2.3.43 100% Contract Documents Upon approval of the 75% Contract Documents, the Consultant shall prepare 100% Contract Documents. The Consultant shall submit all documents required under this phase for review and comments by the Village. The 100% Contract Documents submittal shall apply to all applicable disciplines including, but not limited to, architectural, structural. mechanical/HVAC/plumbing/fire protection, electrical, and civil. The 100% Contract Documents submittal shall also include updates to the OPC. If the OPC indicates the cost will be higher than the prior approved OPC, then no further progress payments shall be made until the Consultant provides an alternate design at no additional cost to the Village. The Village may, in its sole discretion, waive this requirement. The Consultant shall not proceed to development of Bid Documents until all comments have been addressed and the appropriate written approvals have been received from the Village. 2.3.5 Bidding and Award of Contracts After review by the Village of the 100% Contract Documents, the Consultant shall respond to all comments in writing within seven (7) calendar days after receipt of the comments from the Village, acknowledging acceptance of the comments that will be incorporated into the documents during the Bidding and Award of Contracts phase and identifying the rejection of comments not to be incorporated as approved by the Village. The Consultant shall assemble and submit a consolidated set of 1.00% Contract Documents for back -check by the Village. This set will reflect the revisions required after the 100% review by the Village. The Consultant shall recommend and justify to the Village the overall Project Contract Time, Phasing, Interim Completion Time(s), the amounts of liquidated damages, and any allowances to be incorporated into the Contract Documents. Upon request from the Village, the Consultant shall assist the Village in obtaining bids, responding in writing to Bidders' inquiries, preparation of addenda, evaluation of Bids and Bidders, and awarding of a Contract(s) for all or a portion of the Work that was bid pursuant to the Contract Documents. The Consultant shall also attend and participate in pre -bid conferences and/or bid openings upon request by the Village. If the lowest responsive Base Bid for a Project exceeds the total authorized construction budget provided to the Consultant, as may be modified from time to time prior to soliciting bids, by 10% or more, then the Village may direct the Consultant to revise the scope of construction to bring the OPC within the total authorized construction budget at no additional cost to the Village. 2.3.6 Construction Administration Upon receipt of a Statement of Work for Construction Administration Services, the Consultant shall provide the Services as set forth herein. The Construction Administration Services shall commence upon receipt of the Statement of Work and end when the final request for payment from the Contractor has been approved by the Village, the Consultant has submitted its Report of Contract Completion, the As -Built Drawings have been received by the Village, and all other Services required, including warranty -related services, has been completed. Contract No. 2021-08-15 Page 23 of 40 EXHIBIT "B" SCOPE OF SERVICES 2.3.6.1 Field Visits and Observations Reports The Consultant shall approve the overall progress schedule, schedule of shop drawings submissions, schedule of values, and other schedules required of the Contractor under the Contract Documents. The Consultant shall visit the Work at least once per week, unless otherwise stated in the Statement of Work, evaluate the work for compliance with the Contract Documents, prepare and submit to the Village a detailed written and sequentially numbered report of the observed conditions of the Work, the progress of the Work, and other Work observations, as found or made during each visit to the Work. Such report shall be submitted to the Village at least monthly, unless otherwise stated in the Statement of Work, or more frequently on an interim basis if necessary to prevent or mitigate any increase in Project costs or damages to the Village. The Consultant will not be held responsible for the means, method, techniques, sequences or procedures used, or for safety precautions and programs, in connection with the Work performed by the Contractor, but shall immediately report to the Village any observations of conditions, which in his/her judgment would endanger persons or property or which might result in liabilities to the Village. 2.3.6.2 Certificates for Payment The Consultant shall review and certify the amounts due the Contractor and issue Certificates for Payment in such amounts. The Consultant's certification for payment shall constitute a representation to the Village, based on the Consultant's evaluation of the Work and on the data comprising the Contractor's Application for Payment, that the Work has progressed to the point indicated and that, to the best of the Consultant's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to minor deviations from the contract documents correctable prior to completion and to specific qualifications indicated by the Consultant. Such certification shall be based on the Consultant's review and acceptance of the following, nonexclusive list: 1. An evaluation of the Work for conformance with the Contract Documents; 2. The verification of the Contractor's measurements for work satisfactorily completed; 3. The results of any subsequent test required by the Contract Documents; 4. The review of as -built drawings to determine completeness and accuracy up to the date of the pay request; 5. Any specific qualifications stated in the request for payment; and 6. The confirmation of the cost of labor, materials, and equipment for cost-plus work including disputed work. 2.3.6.3 Review of Claims The Consultant shall assist the Project Manager and other Village personnel or consultants in reviewing and evaluating all Contractor's claims relating to the cost, execution, and progress of the Work and on all other matters or questions related thereto, including, but not limited to, any change orders, Statements of Work, and potential Statements of Work. 2.3.6.4 Special Inspections The Consultant shall have authority to require special inspection or testing of any Work questioned as to conformity with the Contract Documents whether or not such Work has been fabricated and delivered to the Project, or installed and completed. Contract No. 2021-08-15 Page 24 of 40 EXHIBIT "B" SCOPE OF SERVICES 2.3.6.5 Review of Shop Drawings and A s-Builts The Consultant shall promptly review and approve shop drawings, samples, and other submissions of the Contractor(s) for conformance with the design concept of the Project Element(s) and for compliance with the information given in the Contract Documents. The Consultant shall render decisions, issue interpretations, and issue correction orders within the times specified in the Contract Documents or, absent such specification, on such timely basis so as not to delay the progress of Work as depicted in the approved construction schedule. Should the Consultant fail to perform these services within the time frames specified in the Contract Documents or, if no time frames are specified, in a timely manner so that such failure causes a delay in the progress of the Work, the Consultant shall be liable for any damages to the Village resulting from such delay including, but not limited to, damages related to delays and inefficiencies incurred by the Contractor for which the Village may be responsible. 2.3.6.6 Revisions to Contract Documents The Consultant shall revise Plans, specifications and other Contract Documents as necessary, shall review Change Orders, Statements of Work, and other appropriate documentation prepared by the Project Manager, and shall assist the Project Manager and Village in negotiations with the Contractor(s) with respect to all changes in the Work. If the need to revise Plans, specifications and other Contract Documents and/or to review Change Orders, Statements of Work, and other documentation is a result directly or indirectly of errors. omissions, and/or ambiguities in the Services rendered by the Consultant, including Sub -consultants, then such work shall be provided by the Consultant at no additional cost to the Village. 2.3.6.7 Substantial Completion and Final Acceptance The Consultant shall. prior to Substantial Completion of the Work, inspect the Work with the Project Manager, to determine initial Punch List items and to ensure that all Work has been commissioned in accordance with the requirements of the Contract Documents. The Consultant shall re -inspect the work with the Project Manager as many times thereafter as is needed to establish a time of Substantial Completion. The Consultant shall review each edition of the Punch List before it is issued by the Project Manager. The Punch List shall record defects observed in the Work and incomplete commissioning in first and succeeding visits, and defects corrected (recorded by striking items from the punch list or by identifying items as corrected). a. Contractor's Closeout Submittals and Actions The Consultant shall review the Project Manager's record of closeout submittals and actions for concurrence. b. Determination of Substantial Completion When the Punch List has been reduced to the point at which, in the judgment of the Consultant and Project Manager, the Work can be immediately utilized for its intended purpose, division of responsibility for carryover items from the Contractor to Village has been set forth, and all Punch List items are judged to be capable of completion in not more than 60 days or such other time as may be otherwise approved by the Village, upon recommendation of the Project Manager, the Consultant shall review, concur, and upon approval by the Village, set the date of Substantial Completion. Contract No. 2021-08-15 Page 25 of 40 EXHIBIT "B" SCOPE OF SERVICES c. Certificate of Occupancy If a Certificate of Occupancy is required on the Project, the Consultant and Project Manager shall not certify the Work as substantially complete until a Certificate of Occupancy has been issued in accordance with the Florida Building Code. d. Determination That the Work is Not Substantially Complete If the required submittals and actions by the Contractor are deficient, or if in the judgment of the Project Manager the Work will not be ready for final acceptance within the time parameters specified herein, the Consultant shall notify the Project Manager, the Village, and the Contractor in writing that Substantial Completion cannot be declared, and include a list of deficient Contractor's submittals, deficient Contractor's actions, defective or incomplete items in the Work, and any other supporting reasons the Project Manager and/or the Consultant may wish to state.\ e. Retainage for Uncompleted Work The Consultant shall review and concur with the Project Manager's recommendation of an amount to be held as retainage that will ensure that the Village can employ other contractors to complete each item of work in the event of the Contractor's failure to complete. Upon approval by the Village, this retainage for uncompleted work shall be deducted from the retainage amount otherwise due the Contractor at the time of Substantial Completion. Retainage for uncompleted work will not be paid until the Contractor completes all uncompleted items. f. Final Acceptance When in the judgment of the Project Manager and the Consultant the Work is complete, the date of Final Acceptance shall be set by the Village. ti Post -Final. Acceptance The Consultant shall furnish to the Village at the Consultant's expense a final, complete, and fully updated record set of documents. The record drawings shall be submitted in the following formats: • Two (2) sets of 30" x 42" Electrostatic black line prints; and • Two (2) sets of electronic drawings: o Based on submission date, the .dwg version must be within two years of the AutoCad version currently available. Transmission may be through CD, DVD, or external hard drive. The complete set of Record Drawings shall include all pertinent shop drawings as well as the Plans included in the Contract Documents as adjusted to comply with the as -built Work. The Consultant shall verify that all Record Drawings prepared by the Contractor are prepared in a manner that will ensure clarity of line work, notes, and dimensions. The Consultant shall provide a certification of the quality of all equipment and systems that are part of the finished work. The Consultant shall furnish to the Village in an electronic database (Microsoft Excel 2000 or later) an index, summary, and copies of all warranty documents required to be furnished by Contractor under the consolidated Contract Documents. The Project Manager and Contractor will be responsible for providing an index and summary list of equipment by serial number and indicate for each the warranties, the term, conditions, and the purported legal enforcement and recourse Contract No. 2021-08-15 Page 26 of 40 EXHIBIT "B" SCOPE OF SERVICES rights of the Village as indicated by the language in the Warranty. This list shall be reviewed by the Consultant. The Consultant shall inspect the entire Project thirty (30) days prior to the expiration of the warranties. The Consultant shall report its findings to the Village sufficiently prior to the end of the warranty period to enable the Village to issue an action report to the Contractor prior to expiration of the warranty period. The Consultant's report shall be complete with specific recommendations covering any portion of the Work to be repaired or replaced. In addition to the requirements set forth above, the Consultant shall perform those duties of the Consultant as set forth in the Contract Documents. 2.3. 7 Meetin2s and Reports 2.3.7.1 Meetings As part of providing the Basic Services, the Consultant shall attend all meetings wherein information relating to the Basic Services is discussed, and shall provide consultation to the Village regarding such information. These meetings shall include, but shall not necessarily be limited to, regularly scheduled meetings concerning design coordination, and such other meetings, whether regularly scheduled or specially called, as may be necessary to enable the Consultant to coordinate his/her Services with, and provide information to and/or obtain information from, the Village, its consultants and contractors, and all others with whom coordination or liaison must take place in order to fulfill the intent and purposes of this Agreement and the Contract Documents. Unless otherwise directed by the Village, the Consultant shall prepare and disseminate in a timely manner meeting notices and agenda, briefing materials, meeting minutes, meeting reports, etc., appropriate to such meetings. 2.3.7.2 Reports In addition to any specific reports called for elsewhere in this Agreement, the Consultant shall submit to the Village a monthly progress report of the status and/or results of all Services required to be performed under this Agreement. This Report shall be submitted with the invoice for Services performed during the corresponding period. Each report shall include but not be limited to: a brief narrative the progress made during the previous month and the estimated incremental and total percentages of each assigned Project Element that have been completed; any problem(s) encountered during the month and any actions taken to solve or alleviate the problem(s); any changes which may have occurred in the projected dates of the events; a statement from the Consultant as to each Project Element that the Project is either on schedule or the Project Element is not on schedule and should the latter be stated, then the Consultant shall also state the length of delay and the reasons for the delay. The Consultant shall explicitly state recommendations for alleviating the delay and in subsequent monthly progress reports state whether or not the delay has been alleviated. Such report shall also relate the aggregate services performed to the total compensation paid and payable to the Consultant hereunder for each Phase of the Basic Service as set forth in the corresponding invoice for payment. 2.4 Statement of Work When the Village has determined that a specific phase of a Project or a Project is to proceed, the Village will request the Consultant prepare a Statement of Work Proposal on a form provided by the Village. The Village will provide a preliminary scope of work for the Consultant to base its Contract No. 2021-08-15 Page 27 of 40 EXHIBIT "B" SCOPE OF SERVICES Statement of Work Proposal from, and the Village and Consultant may have preliminary meetings to further define the Scope of Services and to resolve any questions. The Statement of Work Proposal must include the proposed Scope of Services, total time for performance, time for per of each task, phase or deliverable, staffing, including proposed hours per individual and/or classification, proposed fees, Subconsultants, and deliverable items and/or documents. The Village may accept, reject, or negotiate revisions to the Statement of Work Proposal. Upon conclusion of negotiations, the Consultant may be required to submit a final, revised Statement of Work Proposal. Upon approval of the Statement of Work Proposal, the Village Manger will issue an executed Statement of Work for the Project. The Village reserves the right to terminate negotiations and not issue a Statement of Work to Consultant. Request for a Statement of Work Proposal shall not be construed as a guarantee of work. It is understood that a Statement of Work may be issued under this Agreement at the sole discretion of the Village, and that the Consultant has no expectation, entitlement, right to or privilege to receive a Statement of Work for any Project or task. The Village reserves at all times the right to perform any or all Professional Services in-house, or with other private professional architects or engineers as provided by Section 287.055, Florida Statutes, as amended, (Consultants' Competitive Negotiation Act) or to discontinue or withdraw any or all Projects or tasks or to exercise any other choice allowed by law. 3. Additional Services 3.1 General Services categorized below as "Additional Services" may be specified and authorized by Village and are normally considered to be beyond the scope of the Basic Services. Additional Services must be authorized in a Statement of Work and will be compensated for as provided in Section 5, Compensation & Payments. Examples Except as may be specified in this Agreement, Additional Services may include, but are not limited to the following: Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by Village. Specialty Design: Any additional special professional services not included in the Scope of Services. Extended Testing & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of Village's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, subcontractor, or equipment manufacturer. Provide Commissioning Services as part of systems start-up. Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by Village and are due to causes beyond the control of Consultant. Contract No. 2021-08-15 Page 28 of 40 EXHIBIT "B" SCOPE OF SERVICES (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). Expert Witness: Preparing to serve or serving as an expert witness in connection with any arbitration proceeding or legal proceeding, providing, however, that Consultant cannot testify against Village in any proceeding during the course of this Agreement. Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted engineering practice related to construction. 3.2 Additional Design The Village may, at its option, elect to proceed with additional design work, which shall be handled in accordance with the requirement for Additional Services. 3.3 Project Management The Village may request the Consultant to act as Project Manager for Projects not designed by the Consultant. In such circumstances the Service will be compensated as an Additional Service. Project Management Services shall be conducted in accordance with the following provisions: 3.3.1 General Project Manager shall coordinate, attend, conduct, record, and assist the Village at all Project meetings. Project Manager shall direct the Consultant (Project Engineer or Architect) or Contractor to prepare meeting minutes. In the absence of meeting minutes prepared by others, Project Manager will provide the Village with minutes from such meetings. Project Manager shall review for accuracy the minutes of such meetings prepared by either the Consultant, Contractor, or others. Project Manager shall clarify, amend and report any discrepancies affecting the Project. Project Manager, in general. shall coordinate all Project matters. The Project Manager shall develop and continuously update a Master Schedule (for each Project). This shall include: • All development, design and construction activities conducted by: o Consultant(s) o Village (Staff, Council, or other Village representatives) o Project Manager o Additional third -party consultants (if any) o Contractor(s) • All activities required for o Agency interface, reviews, and approvals o Additional consultant selection o Project development o Planning, design, bidding, construction, and occupancy Project Manager shall also prepare 30 -day look -ahead task schedules for each project and on a continuous basis. 3.3.1.1 Roles and Responsibilities Matrix Project Manager shall develop a comprehensive roles and responsibility matrix (for each Project). This matrix shall define all tasks related to the activities above (for each project) and clearly define Contract No. 2021-08-15 Page 29 of 40 EXHIBIT "B" SCOPE OF SERVICES who is responsible, who is to be informed/consulted and who has approval authority. This matrix will be updated each time a role changes or a task is added. Throughout Project development, Project Manager shall utilize the roles and responsibility matrix to identify any third -party resources required. Should an additional resource be required, the Project Manager shall define their scope of work and recommend a method of procurement (in accordance with Village requirements) for Village approval. Project Manager shall then develop specifications and coordinate with Village Procurement staff to draft any RFQ'sIRFP's required for selection and facilitate the Village's solicitation, evaluation, selection and contracting of successful parties. 3.3.1.2 Reports Project Manager shall furnish to the Village reports containing: (a) the status of each Project; (b) a comparison of the Project budget to costs incurred through the date of the report; (c) a comparison of the Project schedule to the work actually completed through the date of the report; (d) any revision to the Project schedule or Project Budget made during the period covered by the report; (e) a summary of change orders made during the period covered by the report; (f) a list of all pending change orders and all outstanding issues requiring action or approval by Village; (g) the status of any governmental requirements and activities required to facilitate approval of the Project; and (h) any other reports concerning the Project as Village may reasonably request. 3.3.1.3 Financial Oversight Project Manager shall provide financial oversight services for each Project, including but not limited to (a) preparing budgets; (b) preparing monthly variance reports; (c) monthly Project payment application processing related to assembling, reviewing and forwarding to Village for payment the invoices from the Consultant and Contractor and other consultants; and (d) processing and coordinating the payment for applications for payment. Project Manager shall provide such reports in an electronic format in a form acceptable to Village. 3.3.2 Construction Phase Services Project Manager shall provide continuous onsite management services, including being responsible for the coordination of all construction activity, including recommending various alternative courses of action when construction contractors are not performing work in accordance with the contract documents. Project Manager shall conduct weekly onsite coordination meetings and daily quality control. Project Manager shall coordinate with the Contractors for site access control. 3.3.2.1 Pre -construction meeting Project Manager shall conduct a general pre -construction meeting prior to the start of construction and in-depth pre -construction meetings with all major trade contractors prior to the start of their work activities. 3.3.2.2 Village Representation Project Manager shall represent the Village in its communications with the Consultant(s) and Contractor(s); schedule, attend, and conduct progress meetings, regular on -site meetings to review construction progress and pay requests and to provide appropriate recommendations to the Village concerning the Village's decisions on construction matters, including, where necessary, alternative Contract No. 2021-08-15 Page 30 of 40 EXHIBIT "B" SCOPE OF SERVICES designs or materials; and coordinate, review and advise the Village concerning, change orders,. submittals, and requests for information. 3.3.2.3 Review of Change Orders, Schedules, Budgets, and Applications for Payment Project Manager shall: (i) assist and review the processing of change orders, (ii) advise Village concerning the necessity for, scope of and recommended cost of change orders, and (iii) negotiate, on Village's behalf, all change orders with Contractor for Village approval. The final Project Budget and/or Project Schedule, as applicable, will be revised to reflect approved change orders. Project Manager shall review applications for payment by Consultant(s) and Contractor, review and certify certificates for payment issued by Consultant(s) and make written recommendations to Village concerning payment. Project Manager's certification for payment shall constitute a representation to the Village that, to the best of the Project Manager's knowledge, information, and belief, the work has progressed to the point indicated and the quality of the work is in accordance with the Contract Documents. The issuance of a certificate for payment shall further constitute a representation that the Contractor or Consultant is entitled to payment in the amount certified. In conjunction with the Contractor who has prime contractual responsibility, the Project Manager shall additionally review and advise the Village concerning the adequacy of the Contractor's personnel and equipment, and the availability of materials and supplies to meet the Contractor's schedules in relation to the Project Schedule. Project Manager shall direct prime Contractor(s) (and others, where appropriate) to prepare and update a critical path schedule for completion of the applicable work. In the event of delays impacting the critical path schedule, Project Manager shall make recommendations to Village for corrective action by Contractor and review Contractor's recommendations for corrective action. Project Manager shall advise the Village concerning the procurement of materials by Contractor regarding budget and schedule implications. 3.3.2.4 Review and Approval of Shop Drawings and Product Data Project Manager shall coordinate Consultant review and approval of shop drawings, product data and other submittals by a Contractor. Project Manager shall obtain from Contractor record drawings or, if required by the applicable Project construction contract, As -Built drawings, as construction completes. 3.3.2.5 Contract Enforcement Project Manager shall enforce each Contractor's contract to maintain a daily log containing the number of workers, equipment, work accomplished, daily weather, problems encountered and other relevant data as the Village may require. Although Project Manager shall not guarantee the performance by Contractor, Project Manager shall recommend courses of action to the Village when Village or Project Manager becomes aware that requirements of any Project Contract Documents are not being fulfilled, or when Contractor falls behind in its schedule; shall communicate recommendations, as directed by the Village, to Contractor on behalf of the Village; shall monitor Contractor's performance of such recommendations; and shall report Contractor's progress to the Village on at least a monthly basis. Contract No. 2021-08-15 Page 31 of 40 EXHIBIT "B" SCOPE OF SERVICES 3.3.2.6 Nonconforming Work Project Manager shall notify the Village in writing, with photos and supporting documentation, if Project Manager becomes aware that the work of Contractor is not being performed in accordance with the requirements of the Contract Documents. As appropriate, Project Manager shall, with written authorization from the Village, require additional inspection or testing of the work in accordance with the provisions of the Contract Documents, whether or not such work is covered, installed or completed. Project Manager shall review any and all test reports and notify the Village, the Consultant and the Contractor, as appropriate, of deficiencies in the work of which Project Manager becomes aware and shall advise the Village of projected consequences of such default and shall make recommendations to Village with respect thereto. With the written authorization of Village, Project Manager shall reject work which does not conform to the requirements of the applicable Contract Documents. 3.3.2.7 Substantial Completion and Final Acceptance Project Manager shall attend on -site review of each Project to confirm substantial and final completion of the construction of the Project, and notify Village when Project Manager believes the work under a Project construction contract is substantially complete and that a Punch List should be prepared. Project Manager shall coordinate with the Consultant in its review of the work to enable the Consultant to determine the date of Substantial Completion. At the Substantial Completion by Contractor of the work, Project Manager shall monitor the Consultant in its inspection of the work and preparation of a detailed Punch List specifying any items which require completion, installation, correction or repair. Project Manager will consult with Village and/or Consultant(s) in connection with recommendations for the rejection and replacement of all nonconforming work, as appropriate. Project Manager shall complete the final close-out of each Project by: (i) obtaining, or causing the Contractor to obtain, all government approvals required for the legal use and occupancy of the Project, (ii) obtaining all warranties, guarantees, bonds, insurance certificates, installation manuals, and other items required pursuant to the Project construction contracts, (iii) obtaining all affidavits, waivers, and releases the Contractors are required to provide pursuant to the Project construction contracts to achieve final completion of the Project, (iv) analyzing all claims. (including change order disputes and other claims for extra compensation) asserted by the Contractors and the Consultants, (v) collecting and/or otherwise resolving any and all back charge claims that Village may assert against any Consultant or Contractors, including assistance with any legal proceedings instituted by Village and/or any Consultant or Contractor, and/or (vi) representing Village at meetings and/or inspections scheduled by Village and held to resolve problems relating to design, physical condition or operation of the Project to seek enforcement of warranties. 3.3.2.8 Testing and Start-up Together with the Consultant and Village, Project Manager shall monitor and observe the testing and start-up of all utilities, systems and equipment for a Project and review test reports. Contract No. 2021-08-15 Page 32 of 40 EXHIBIT "B" SCOPE OF SERVICES 3.3.2.9 Safety and Security While performing the Work, the Project Manager shall promptly inform the Village if the Project Manager becomes aware of any security concerns and/or unsafe conditions. 4. Reimbursable Expenses 4.1 General Reimbursable Expenses cover those services and items authorized by Village in addition to the Basic and Additional Services and consist of actual, direct expenditures made by Consultant and the Subconsultant for the purposes listed below. Transportation, travel and per diem expenses within Dade, Broward, or Palm Beach Counties must not be considered as reimbursable expenses under this Agreement. Additional Reimbursable Expenses include, but are not limited to: Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant's various permanent offices and Subconsultant. Consultant's field office at the Project site is not considered a permanent office. Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of Consultant's part of the work, set forth in this Agreement. Surveys: Site surveys and special purpose surveys costs authorized by the Village. Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs authorized by the Village. Fees: All permit fees, review fees and other similar fees paid to regulatory agencies for approvals directly attributable to the Project. 4.2 Subconsultant Reimbursables Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Village Manager and subject to all budgetary limitations of the Village and requirements of this Agreement. 5. Compensation and Payments 5.1 Method of Compensation The fees for Professional Services for the Project and each Statement of Work must be determined by one of the following methods or a combination thereof, at the option of the Village Manager or designee, with the consent of the Consultant. A Lump Sum, which may include not to exceed components in accordance with Section 5.4.1 below. An Hourly Rate, in accordance with Section 5.4.2 below and at the rates set forth in the Agreement. A Percentage of Construction Cost, in accordance with Section 5.4.3 below. Contract No. 2021-08-15 Page 33 of 40 EXHIBIT "B" SCOPE OF SERVICES A Statement of Work for Additional services will be determined by one of the following methods or a combination thereof, at the option of the Village Manager or designee, with the agreement of the Consultant. 1. A Lump Sum, which may include not to exceed components in accordance with 5.4.1 below. 2. An Hourly Rate, in accordance with 5.4.2 below and at the rates set forth in the Agreement. 5.2 Consultant Not To Exceed Absent an amendment to the Agreement or to any specific Statement of Work, any maximum dollar or percentage amounts stated for compensation must not be exceeded. In the event they are so exceeded, the Village must have no liability or responsibility for paying any amount of such excess, which will be at Consultant's own cost and expense. 5.3 Wage Rates 5.3.1 Fee Basis All fees and compensation payable under this Agreement must be formulated and based upon the certified negotiated Wage Rates stated in Exhibit C of the Agreement. Said Wage Rates are the effective direct hourly rates, as approved by the Village, of Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. Should the Consultant intend to utilize personnel or Subconsultants for a Project where the Wage Rates have not been established, the Consultant must request that the Village add the person or Subconsultant's wage rates to Exhibit C. The Village may require that the Consultant provide documentation substantiating the request. 5.3.2 Ernployees and Job Classifications Form SC identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These may include engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the Village reserves the right to recommend the use of Consultant employees at particular Wage Rate levels. Consultant must not include any profession, job category or employees in a Statement of Work Proposal that do not appear on Form SC. Consultant must submit a request to the Village to add such to Form SC prior to the submittal of any affected Statement of Work Proposal. 5.3.3 Multiplier For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field must apply to Consultant's hourly Wage Rates in calculating compensation payable by the Village. Should the Consultant have an approved multiplier with the State of Florida or Miami Dade County, the Village may elect to utilize either of these multipliers should they be less than above stipulated rates. Said multiplier is intended to cover Consultant's employee benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance and unemployment benefits) and Consultant's profit, and overhead including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of Contract No. 2021-08-15 Page 34 of 40 EXHIBIT "B" SCOPE OF SERVICES equipment, professional dues, subscriptions, stenographic, administrative and clerical support, management and supervisory responsibilities, time or travel and subsistence not directly related to a Project. The multiplier must not be applied to the Principal, owner, or partner of the Consultant except where they are preparing drawings or specifications, preparing a study report, or similar tasks. 5.3.4 Calculation Said Wage Rates are to be utilized by Consultant in calculating compensation payable for a Statement of Work Proposals requested by Village. Consultant must identify job classifications, available staff and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones and deliverables identified in a request for a Statement of Work Proposal. 5.3.5 Wage Rate Adjustments The Consultant may request an adjustment to the Wage Rates on an annual basis. Such request may only be made where there has been an actual increase in a Wage Rate(s) by the Consultant. The Village may also adjust the or where the Village Manager determines that extenuation circumstances exist. The maximum the Wage Rates depicted in Exhibit C may be adjusted at the Consultant's request must be based on the Miami — Fort Lauderdale Consumer Price Index issued by the U.S. Department of Labor, Bureau of Labor Statistics. Such adjustment must be calculated by multiplying the ratio of the index in effect at that time divided by the previous year's index by the hourly rate entries in the Wage Rate Schedule to determine the adjusted Wage Rate Schedule. In no event must the Wage Rate increase by more than three percent (3%) in any one year period. 5.4 Computation of Fees and Compensation The Village agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: 5.4.1 Lump Sum Compensation for a Scope of Work will typically be a Lump Sum, either a Fixed Fee or Not to Exceed Fee as deemed appropriate by the Village, to be mutually agreed upon in writing by the Village and the Consultant and stated in a Statement of Work. Lump Sum, and Lump Sum not to Exceed methods of compensation are the preferred methods of compensation. The Lump Sum or Lump Sum not to Exceed will be calculated utilizing the Wage Rates established in Exhibit C. Such Fee(s) will be subject to validation by the Village and the Village may request additional information to substantiate the Fee(s). Lump Sum Fixed Fee: must be the total amount of compensation to be paid to the Consultant for the Services performed on a specific Project, or phase or task under a Statement of Work. Payments to the Consultant must be based on a percentage of completion basis. Lump Sum Not to Exceed Fee must establish the maximum amount of compensation to be paid to the Consultant for the Services performed on a specific Project, or phase, or task under a Statement of Work. Payments to the Consultant must be based on the actual work effort required to complete the Project, phase or task. Guaranteed Maximum Lump Sum: must be the total maximum fee amount payable by Village wherein certain aspects, tasks or allowances may not be defined, quantified and Contract No. 2021-08-15 Page 35 of 40 EXHIBIT "B" SCOPE OF SERVICES calculated at the time of a Statement of Work issuance. A Guaranteed Maximum Lump Sum compensation may represent a combination of Fixed Fees for professional services and not to exceed allowances for Reimbursable Expenses or Additional Services. Lump Sum Fee Adjustment: Where the Village authorizes a substantial or material change in the Scope of Work, the Lump Sum Base Fee may be equitably adjusted by mutually consent of the parties, which must be reflected in an amendment to the Statement of Work. Lump Sum Fees must be calculated by Consultant utilizing the Wage Rates established in Exhibit C of the Agreement. 5.4.2 Hourly Rate Fees Hourly Rate Fees must be those rates for Consultant and Subconsultant employees identified in Exhibit C, Wage Rates. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The Village shall have no liability for any fee, cost or expense above this figure. Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man- hours, or milestones for a particular Project or portion thereof at the time of a Statement of Work issuance. In such cases, the Village will establish an Allowance in the Statement of Work that must serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. Consultant must maintain records acceptable to the Village to track the hours of work performed by each person. 5.4.3 Percentage of Construction Cost This is a percentage fee based on the Project Budget as mutually agreed upon in writing by the Village and the Consultant and stated in a Statement of Work or Notice to Proceed 5.5 Reimbursable Expenses Any fees for authorized reimbursable expenses must not include charges for any expenses identified in Section 5.3.3, Multiplier. All reimbursable services must be billed to the Village at direct cost expended by the Consultant. Village authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The Village will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Village Manager or designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. 5.6 Fees for Additive or Deductive Alternates The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Village Manager will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget must be authorized through a Statement of Work and must be billed to Village as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Village Manager and the Consultant. Contract No. 2021-08-15 Page 36 of 40 EXHIBIT "B" SCOPE OF SERVICES 5.7 Fees for Additional Services The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement. Determination of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum; Hourly Rate with a Not to Exceed Limit, or Percentage of Construction Cost. 5.8 Procedure and Compliance An independent and detailed Statement of Work or an Amendment to a previously issued Statement of Work must be required to be issued and signed by the Village Manager for each additional service requested by the Village. The Statement of Work will specify the fee for such service and upper limit of the fee, which must not be exceeded, and must comply with the Village's regulations, including the Purchasing Ordinance, the Consultant's Competitive Negotiation Act, and other applicable laws. 5.9 Payment Exclusions Consultant must not be compensated by Village for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of Consultant as determined by Village. 5.10 Fees Resulting From Project Suspension If a Project is suspended for the convenience of the Village for more than three (3) months or terminated without any cause in whole or in part, during any Phase, the Consultant must be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation must be subject to renegotiations. 5.11 Payments to the Consultant 5.11.1 Payments Generally Payments for Basic Services may be requested monthly in proportion to Services performed during each Phase of the Work. Subconsultant fees and Reimbursable Expenses must be billed to the Village in the actual amount paid by Consultant. Consultant must utilize the Village standard Consultant Invoice Form that will be provided to the Consultant. Payment will be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of Consultant's invoice, after receipt of Consultant's invoice, which must be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should Village require one to be performed. If Consultant is entitled to reimbursement of travel expenses, then all bills for travel expenses must be submitted in accordance with Section 1➢2.051, Florida Statutes. Consultant must submit all requests for payment using the Village's standard Consultant Invoice form. Contract No. 2021-08-15 Page 37 of 40 EXHIBIT "B" SCOPE OF SERVICES 5.11.2 For Comprehensive Basic Services For those Projects and Statements of Work contain multiple phases or task, payments must not exceed the amount stipulated for each phase and the aggregate payment must not exceed the total value of the Statement of Work 5.11.3 Billing — Hourly Rate Invoices submitted by Consultant must be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When Services are authorized on an Hourly Rate basis, the Consultant must submit for approval by the Village Manager, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a Project, phase or task. , Reimbursable Services Cost should then be added to the sum for the total charges for the personnel. The Consultant must attach to the invoice all supporting data for payments made to and incurred by Subconsultants engaged on the Project. In addition to the invoice, the Consultant must, for Hourly Rate authorizations, submit a progress report giving an update on the completion of the Project and/or the applicable phase or task. 5.11.4 Reimbursable Expenses 1. General Reimbursable Expenses are those items authorized by the Village outside of or in addition to the Scope of Work as identified in the Statement of Work (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultant's Subconsultants for the following: 2. Transportation: Identifiable transportation expenses in connection with the Project, subject to Section 112.061, Florida Statutes, as amended, excluding, however, all, general automobile transportation expenses within Miami - Dade, and Broward counties. Transportation expenses to locations outside the Miami-Dade-Broward-Palm Beach County area or from locations outside the Miami-Dade-Broward area will not be reimbursed unless specifically pre -authorized in writing by the Village Manager. 3. Travel and Per Diem: Identifiable per diem, meals and lodging, lodging, taxi fares and miscellaneous travel -connected expenses for Consultant's personnel are subject to Section 112.061 Florida Statutes as amended. Meals for class C travel inside Miami -Dade or Broward County will not be reimbursed. Meals and lodging expenses will not be reimbursed for temporarily relocating Consultant's employees from one of Consultant's offices to another office if the employee is relocated for more than five (5) consecutive working days. Lodging will be reimbursed only for room rates equivalent to Holiday Inn, Howard Johnson or Ramada Inn. Governmental lodging or meals will not be reimbursed that result from travel within Miami -Dade, Broward or Palm Beach Counties. Travel and per diem expenses are subject to the prior approval of the Village Manager. 4. Communication Expenses: Identifiable communication expenses approved, in writing and in advance by the Village Manager, including long distance telephone, courier and express mail between the Consultant's various permanent offices. The Consultant's field office at the Project site is not considered a permanent office. Express mail or courier services are to be used only where there are significant time constraints. 5. Reproduction, Photography: Contract No. 2021-08-15 Page 38 of 40 EXHIBIT "B" SCOPE OF SERVICES Cost of printing, reproduction or photography, which is required by or of Consultant to deliver services, set forth in this Agreement. 6. Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. 7. Reimbursements to Subconsultants: Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Village Manager and subject to all budgetary limitations of the Village and requirements of this Agreement. Contract No. 2021-08-15 Page 39 of 40 EXHIBIT "C" RATE SCHEDULE Contract No. 2021-08-15 Page 40 of 40 Village of Key Biscayne Continuing Architectural & Engineering Services CIVIL ENGINEERING- 3 $205.00 Contract Manager/Principal Architect N/A CADD/Computer Technician $78.00 Chief Designer $115.00 Designer $75.00 Graphic Designer NIA Inspector/Engineer Intern $69.00 Landscape Architect N/A Landscape Architect Intern N/A Landscape Designer/Landscape Planner N/A Landscape Inspector $69.00 Planner N/A Project Engineer $150.00 Project Architect N/A Project Landscape Architect N/A Project Manager $197.00 Project Planner N/A Secretary/Clerical $74.00 Senior Architect N/A Senior Inspector/Senior Engineer Intern $84,00 Senior Landscape Architect N/A Senior Landscape Inspector $86.00 Senior Planner N/A Senior Project Engineer Name of the Firm: CES Consultants, Inc. $169.00