Loading...
HomeMy Public PortalAbout2022 AgreementDocuSign Envelope ID: 3C08C09E-3A54-41CB-A2C5-885668300031 CONTINUING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND BLACK AND VEATCH CORPORATION THIS AGREEMENT (this "Agreement") is made effective as of the /,5-7:1-7- day of / ailer 9 , 2022 (the "Effective Date"), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida nnnticipal corporation, (the "Village"), and BLACK AND VEATCH CORPORATION, a Delaware for-profit corporation authorized to do business in Florida (hereinafter, the "Consultant"). WHEREAS, on December 6, 2021, the Village issued Request for Qualifications 2022-02 for the Resilient Infrastructure Program Strategy & Integrated Implementation Plan, and Supporting Program Management & Execution Project (the "RFQ"); and WHEREAS, on April 12, 2022, the Village Council adopted Resolution No. 2022-20, selecting the Consultant to provide professional engineering, project management, and related services (the "Services') to assist the Village in developing and executing various projects and assignments (each a "Project") for the Resilient Infrastructure Program Strategy and Integrated Implementation Plan (the "Plan"), all as set forth in further detail in the Scope of Services attached hereto as Exhibit "A"; and WHEREAS, the Consult ro Will provide the Services for the Project, all as further set forth in the Proposal dated January 22, 2022 (the "Proposal'), attached hereto as Exhibit "13"; and WHEREAS, the Consultant and Village, through mutual negotiation, have agreed upon a fee for the Services as set forth in the rate schedule (the "Rate Schedule") attached hereto as Exhibit "C";, 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 Consufant and the Village agree as follows: 1. Scope of Services. 1.1. The Consultant shall provide the Services in accordance with the Scope of Services attached hereto as Exhibit "A" and the Proposal to assist the Village in developing and executing various Projects for the development, implementation, and rnanagenient of the Plan. The Services for the Plan shall be provided in three phases: 1.1.1. Phase 1: Identification of strategies and Projects for the Plan; 1.1.2. Phase 2: Development of an implementation program for the Plan; and Contract No. 2022-34 Page 1 of 35 DocuSign Envelope ID: 3C08C09€-3A54-41 CB-A2C5-88!B668300031 1.1.3.. Phase 3: Management and Execution of the Plan. 1.2. The Consultant shall provide the Services for the specific Projects of each phase of the Plan pursuant to a detailed work order (a 'Statement of Work") or project specific agreement as authorized by the Village Manager or Village Council, as applicable. Prior to commencement of work on a specific Project, the Consultant will provide the Village with a fixed lump stun cost for the Services, as set forth in the Statement of Work or project specific a eement, 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 Consultant with a Notice to Proceed to perform the Services set forth in the Statement of Work or a project specific agreement. Consultant 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. The Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreenent (hereinafter 'Deliverables") to the Village. 1.5. The Consultant shall abide by the terns and requirements of the RFQ, which is incorporated by reference and made a part hereof. 2. Term/Commencement Date. 2.1. This A eement shall become effective upon the Effective Date and shall remain in effect for five (5) years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two (2) additional two (2) year periods on the same terms. as set forth herein upon written notice to the Consultant. 2.2. The Consultant agrees that time is of the essence and Consultant shall complete the Services within the timeframes set forth in the Statement of Work and the Notice to Proceed for each Project in the rnatmer provided in this Agreement, unless extended by the Village Manager. Compensation and Payment. 3.1. Compensation for Services provided by Consultant shall be in accordance with the approved fixed lump sum set forth in the Statement of Work, project specific agreement, or the Notice to Proceed for such Project, which shall be based on the Rate Schedule attached hereto as Exhibit "C." 3.1.1. Compensation Adjustment. The Consultant may request an opportunity to negotiate and adjust the rates included in the Rate Schedule attached hereto as Exhibit "C" once per fiscal year upon sixty (60) clays' written notice to the Village Manager prior to September 30. All adjustments to the rates included in the Rate Schedule attached hereto as Exhibit "C" must be approved by the Village Council_ Contract No. 2022-34 Page 2 of 35 DocuSign Envelope ID: 3C08C05E-3A54-41 CB-A2C5-88B66'8300031 3.1.2. Travel and Reimbursable Expenses. Subject to the prior approval of the Village Manager or the Village Council, as applicable under Section 2-82 of the Wage Code of Ordinances, travel and reimbursable expenses, including airfare, personal mileage, lodging, meals, motor vehicle rentals, phone charges, special rental equipment, and similar expenses, shall be reimbursable by the Village if expected expenses are provided together with the scope of work of the Statement of Work, project specific agreement, or Notice to Proceed. 3.2. During each Project, Consultant shall deliver an invoice to Village no more often than once per month detailing actual hours of 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. Consultant's invoices must contain the fallowing 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); 3.3.6. Name and type of Services; 3.3.7. Tiimeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above iiiforrnation will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to ga ables@keybiscavne..fl.gov. 4. Subcantr4ctors. 4.1. The Consultant 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. The Consultant 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. Contract No. 2022-34 Page 3 of 35 DacuSign Envelope ID: 3C08C09E-3A54-41CB-A2D5-88B6683D0031 5.1. The Village shall n>ake 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 Consnlltant's request, the Village shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant's Re s pans ibilitie s ; Representations and Warranties. 6.1. The Consultant shall exercise the sarne 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 Earl 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 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 Interes t. 7.1. To avoid any conflict of interest or any appearance thereof the 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 with the Village in connection with the perforn-tance of the Services or the Agreement, including any Statement of Work or project speck agreement issued in connection with this Agreement, without the Village's written consent. 8. 're rruinatian. 8.1. The Village Manager, without cause, may terminate this Agreenrnent upon five (5) calendar days' written notice to the Consultant, or immediately with cause if Consultant fails to cure a breach following ten (10) calendar days written notice. Contract No. 2022-34 Page 4 of 35 DocuSogn Envelope nD:3CD8C9E-3A54-41CB-A2C5-88B6683D0031 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. The 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 satis ctory to Village, naming the Village as an Additional Insured, underwritten by a &in 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 Verge 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 Commercial General 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 Comamercial General Liability coverage limit and the Completed Operations and Product Liability coverage limit shall have an aggregate limit shall in the amount of $2,000,000 per Project. 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$1,000,000 per occunrerice, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non -Owned Vehicles. Contract No. 2022-34 Page 5 of 35 DocuSign Envelope ID: 3CO8Co9€-3A5$-41CB-A2C5-68B6683D0031 9.1.4. Professional Liability Insurance in an amotmt of not less than $5,000,000.00 per occurrence, single limit. 9.1.5. Pollution Liability Insurance in an amount of not less than $1,000,000.00 per Occurrence and $2 million in the aggregate per Project. 9.1.6. Umbrella or Excess Liability Insurance in an amount not less than $5 million per Occurrence and $25 million in the aggregate per Project. 9.2. Certificate of Insurance. Certificates of Insurance st ill 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 ofthis 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 naive 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 fiirnished 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. 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. Waiver of Subrogation. A waiver of subrogation shall be provided in favor ofthe Village and the Village's indemnitees with respect to the Commercial General Liability Insurance Contract No. 202234 Page 6 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41CB-A2C5-88B668300031 and the Workers Compensation and Employer's Liability Insurance required to be maintained under this Agreement. 9.6. 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 of Jury 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 thes and expenses charged for representation at both the trial and appellate levels. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF TEAS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY,. VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. The 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, to the extent caused by Consultant's negligent performance or non petfoiaiiince 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 expense s 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 inniiunity by the Verge 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/Auithorized 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. 2022-34 Page 7 of 35 DocuSign Envelope ID 3C08Co9E-3A54-41CB-A2C5-88B668300031 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 niade 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 terns of this Agreement, unless executed with the sane 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 Vi ge (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruunents). 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 119, 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. 2022-34 Page 8 of 35 DocuSign Envelope ID: 3CO8CO9E--3A54-41CB-A2C5-88B6683Da031 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 con-cat-Ilecon-cat-Ile 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 STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO TIIIS 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: jkoch(keybiscayne.fl.gov 17. Nonassignability. This Agreement shall not be assignable by Consultant ui�less such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Consultant, and such f&eiu'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 peii itted by law. 19. Independent Consultant. 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 partners liip, association or any other kind of joint undertaking, enterprise or venture between the parties. Contract No. 2022-34 Page 9 of 35 DocuSign Envelope ID: 3CO8CO9E-3A54-41CB-A2C5-8886683D0031 2O. 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 agencie s 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 Crime' s 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 A Scope of Services; 26.5. Fifth Priority: Exhibit B — Co is 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 Vtlage 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. 2022-34 Page 10 of 35 DowSign Envelope ID: 3C08C09E-3A54-41CB-A2C5-88B6653D0031 visit: httpsi/www.e-verify. gov/fac /how-do-i-provide-proof-of-gray-partic inationenrollme nt in -e -verify. By entering into this Agreement, the Consultant acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E -Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E -Verify adavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. 28. MandatedFederal Agreement Conditions. 28.1.1.1n connection with the performance of this Agreement, Consultant acknowledges that compensation for the Work performed under this Agreement may be fully or partially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the Village pursuant to the American Rescue Plan Act. As such, Consultant shall comply With all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan. Act, including, but not limited to the following documents and guidelines, which are incorporated herein and made a part of this Agreement: ARPA Exhibit 1.Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury's Final Rule governing ARPA, dated January 27, 2022; ARPA Exhibit 3. U.S. Department of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Term and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Department of the Treasury's Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARPA Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement between the Villagee and the State of Florida, Division of Emergency Management; ARPA Exhibit 6. The U.S. Department of the Treasury's ARPA Compliance and Reporting Guidance, dated June 17, 2022; and ARPA Exhibit 7.Assurances of Compliance with Civil Rights Requirements. A copy of the above -referenced documents are available for inspection by the at the Office of the Village Clerk and at the following Village link: s1/ke isca e. fl v/villa services/ rocurement/ rocurennent olicies and rocedures. per. 28.1.2. Title VI Requirements. Consultant acknowledges that the Village has certified or will certify compliance with Title VI of the Civil Rights Act of 1964, in the form attached Contract No. 2022-34 Page 11 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41 CB-A2C5-88B6683D0031 hereto as Exhibit "L," to the U.S. Department of the Treastuy. Towards that end, Consultant shall ensure that performance of work in connection with this Agreement follows the certifications contained in Exhibit "L,"' and shall also adhere to the fallowing provisions: (1) The Consultant and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from aprogram or activity, denying benefits of or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this Agreement. Title VI also includes protection to persons with "Limited English Proficiency" in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this Agreement. (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Consultant shall undertake an active program of nondiscrimination in its administration of the Work under this Agreement. 28.1.3. Americans with Disabilities Act Requirements. The Consuhant agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 421 J.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Consultant agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Agreement. 28.1.4. Age Discrimination Act of 1975. Consultant shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasury's implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Agreement.. 28.1.5. Protections for Whistleblowers. 28.1.5.1. In accordance with 41 U.S.C. § 4712, Consultant may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition far or negotiation of a contract) or grant. 28.1.5.2. The list of persons and entities referenced in the paragraph above includes the following: iA Member of Congress or a representative of a comrnittee of Congress. Contract No. 2022-34 Page 12 of 35 DocuSign Envelope ID: 3C08COgE-3A5 1 CB-A2C5-88B66'83D0031 ii.An Inspector General iii.The Government Accountability Office. iv,A Federal employee responsible for contract or grant oversight or management at the relevant agency. v.An authorized official of the Department of Justice or other law enforcement agency. viA court or grand jury. vii.A management official or other employee of the Consultant, subcontractor, the State of Florida, or the Village who has the responsibility to investigate, discover, or address misconduct. 28.1.5.3. The Consultant shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 28.1.6. Compliance with kr mizration and Nationality Act (JNA). Consultant hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. 28.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Consultant shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Consultant and its employees while performing the Work. 28.1.8. TextingWhile Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Consultant shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 28.1.9. Publication. Consultant shall obtain approval from the Village in writing prior to issuing any publications in connection with this Agreement. If approved by the Village, the Consultant shall include the following language in any and all publications issued: "Ibis Project is [being funded/was supported]. in part by federal award number (FAIN) [Insert Project FAIN11 awarded to the Village of Key Biscayne by the U.S. Department of the Treasury." 28.1.10. Reporting Conflict of Interests. Consultant agrees to disclose in writing to the Village, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 28.2. Compliance with Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Consultant shall be subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: Contract No. 2022®34 Page 13 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41CB-A2C5-88B6683D0031 28.2.1. Equal Employment Opportunity Compliance. leg the performance of this Agreement, the Consultant agrees as follows: (1) The Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; b, layoff or termination; c, rates of pay or other forms of compensation; and d. selection for training, including apprenticeship The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Consultant will, in all solicitations or advertisements for employees placed by or on behalf of the Consultant, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Consultant will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another eniabyee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job ftnmctions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in fimtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Co , . nt"s legal duty to furnish information. (4) The Consultant will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Consultant's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Consultant will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (5) Contract No. 2022-34 Page 14 of 35 DocuSign Envelope ID: 3C08Cd9E-3A54-41 CB-A2C5-BBB6683D0031 (6) The Consultant will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Consultant's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Consultant may be declared ineligible for fiuther Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. (8) The Consultant will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Consultant will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Consultant becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. (7) 28.2.2. Contract Work Hours and Safety Standards Act Compliance. During the performance of this Agreement, the Consultant shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: 28.2.2.1. Overtime requirements. No Consultant or subcontractor contracting for any part of the Agreement Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half tines the basic rate of pay for all hours worked in excess of forty hours in such workweek. 28.2.2.2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Consultant and any subcontractor responsuble therefor shall be liable for the unpaid wages. In addition, such Consultant and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day Contract No. 2022-34 Page 15 of 35 DocuSign Envelope lD: 3C08C09E-3A54 41CB-A2C5-8866683[00031 on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 28.2.2.3. Withholding for unpaid wages and liquidated damages. The Village shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Consultant or subcontractor under any such contract or any other Federal contract with the same Consultant, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the saner Consultant, such sums as may be determined to be necessary to satisfy any liabilities of such Consultant or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 28.2.2.4. Subcontracts. The Consultant or subcontractor shall hisert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to inchide these clauses in any lower tier subcontracts. The Consultant shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 28.2.3. Clean Air Act Compliance. wring the perfom7ance of this Agreement, the Consultant shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: 28.2.3.1. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. 28.2.3.2. The Consultant agrees to report each violation to the Village and understands and agrees that the Village will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. 28.2.3.3. The Consultant agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 28.2.4. Federal Water Pollution Con al Act Compliance. During the performance of this Agreement, the Consultant shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as fo l +ws: 28.2.4.1. The Consultant agrees to comply with all applicable standards, orders orregulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 28.2.4.2. The Consultant agrees to report each violation to the Village and understands and agrees that the Village will, in turd, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. Contract No. 2022-34 Page 16 of 35 DaceSign Envelope ID:3C08C08E-3A54-41CB-A2C5-88B6683D0031 28.2.4.3. The Consultant agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this A een nt. 28.2.5. Debarment and Suspension Corn, liance. During the performance of this Agreement, the Consultant warrants that Consultant or its subcontractors are not debarred, suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Consultant shall comply with the following provisions: 28.2.5.1. This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury's implementing regulations at 31 CFR Part 19, and 2 C.F.R. pt. 3000. As such the Consultant is required to verify that none of the Consultant, its principals (defined at 2 C.F.R., § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 28.2.5.2. The Consultant must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include arequirement to comply with these regulations in any lower tier covered transaction it enters into. 28.2.5.3. This certification is a material representation offiact relied upon by the Vilage. If it is later determined that the Consultant did not comply with 2 C.F.R pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Village, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 28.2.5.4. The Consultant agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Agreement. The Consultant further agrees to include a provision requiring such compliance in its lower tier covered transactions. 28.2.5.5. Consultant certifies that they. i Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded torn covered transactions by a Federal department or agency;. ii. Have not, within a five (5) -year period precedrii this proposal, been convicted of or had a civil judgment rendered against them for fiaud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, brn`bery, falsification or destruction of records, making false statements, or receiving stolen property. iii. Are not presently indicted or otherwise criminally or civilly charged by a govern nental entity (Federal, State or Local); and iv. Have not, within a five (5) -year period preceding this Agreement, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contract No. 2022-34 Page 17 of 35 DocuSign Envelope ID: 3Co8C99E-3A54-41 CB-A2C5-88B6683D0031 Consultant is unable to obtain and provide such certification, then the Consultant shall attach an explanation to this Agreement as to why not. 28.2.6. Byrd Anti -Lobbying Amendment 1'31 U.S.C.. 1352, as amended). During the performance of this Ali cement, the Consultant and its subcontractors shall comply with the provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352, as armnded). Specifically, Consultant represents and warrants as follows: 28.2.6.1. No Funds received by the Consultant under this Agreement have been paid or will be paid, by or on behalf of the Consultant, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 28.2.6.2. If any monies, other than Funds received by Consultant under this Agreement, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Consultant shall complete and submit Standard FormLLL, 'Disclosure of Lobbying Activities," in accordance with its instructions. 28.2.6.3. The Consultant shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub - recipients shall certify and disclose accordingly. 28.2.6.4. This certification iis a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti - Lobbying Amendment (31 U.S.C. 1352). Any person who fa17s to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such faze. 28.2.7. Copeland "Anti -Kickback" Act. During the performance of this Agreement, the Consultant and its subcontractors shall comply with the provisions of the Copeland "Anti - Kickback" Act as follows: 28.2.7.1. The Consultant shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. part 3 as may be applicable, which are incorporated by reference into this Agreement. 28.2,7.2. Subcontracts. The Consultant or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or rawer tier subcontractor with all of these contract clauses. 28.2.7.3. Breach. A breach of the contract clauses above may be grounds for termination of this Agreement, and for debarment as a contractor and subcontractor as provided in 29 C.F.R § 5.12. Contract No. 2022-34 Page 18 of 35 DocuSign Envelope IID: 3Ca8CO9E-3A5441CB-A2C5-88B6683Doo31 28.2.8. Procurement of Recovered Materials. Consultant shall comply with the provisions of 2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Agreement, the Consultant shall make maximum use of products containing recovered materials that are EPA -designated items, unless the product cannot be acquired: (1) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable price. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https//www.epa.govlsmmicornprehensivetarocurement-t uideline-cpg tiro gram. 28.2.9. Domestic Preferences or Procurements. To the greatest extent practicable, Consultant and its subcontractors shall provide preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, "Domestic preferences for procurements." 28.2.10. 2 CFR Subpart F— Audit Requirements. Consultant shall assist the Village in complying with the audit requirements under 2 CFR Subpart F — Audit Requirements ("Federal Audit Provisions") and the reporting requirements of the U.S. Department of the Treasury's Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. 28.2.10.1. Consiibnt shall assist the Village in complying with the Federal Audit Provisions by providing the Village, the State of Florida, the U.S. Department of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supporting documentation, and other ink rnmtion relating to the performance of the Agreement or the Work (`Documentation") necessary to complete federal audits. Consultant shall promptly assist the Village in the event Documentation rust be supplemented to address audit findings or other federal inquiries. 28.2.10.2. Consultant shall keep all Documentation up-to-date throughout the performance of this Agreement and the Work. Consultant shall provide the Village with all Documentation ntation for each fiscal year by October 1 of each year or within five days of the completion of the Work, whichever occurs :fist. Consultant shall assist the Village in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the reporting requirements for the use ofAmerican Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. Contract No. 2022-34 Page 19 of 35 DocmS gn Envelope ID: 3Co8Co9E-3A54-41 CB-A2C5-88B6683D0031 IN WITNESS WHEREOF, the panties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE ,v—DocuSigned by: S.6,4, t, if, :UW/44 SM, By: A7s Steven C. Williamson Village Manager Attest: By: C) O'LJ PD K0 � 1� Jocelyn B. Koch Village Clerk b is +: Veatch 1 [ k CONSULTANT DocuSigned by: By. 9 E.saia ,3aoA3G Name: Rafael E. Fria- III Title: Associate Vice President / East Region Approved as to form and legal sufficiency: ,—CiocuSiuned by. 644.4 By. Weiss Serota Helfrnan Cole & Bierman, P.L. Village Attorney Addresses for Notice: Village of Key Biscayne Attn: Village ge Manager 88 West McIntyre Street Key Biscayne, FL 33149 305-365-5514 (telephone) 305-365-8936 (facsimile) swilliamson keybiscayne.fl.gov (email) With a copy to: Weiss Scrota Helfrnan Cole & l3ienriran, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 cfriedman@wsh-law.com afwssh-law.con (entail) Area Director Addresses for Notice: (telephone) (facs Unite) (email) With a copy to: (telephone) (facs irnile) (email) Contract No. 2022-34 Page 20 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41CB-A2C5-BBB6683D0031 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 -Verily, please visit: hitps'/www.e-verify.€ov/fag/how-do-i provide-proof-of-mv-particioationenrotlment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E -Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits from subcontractors. D Check here to confirm proof of enrollment in E -Verify has been attached to this Affidavit. In the presence of igraaled and delivered by: GSRFF9BRA AA Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of D physical presence or 0 online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Pub o, (Print, Stamp, or Type as Commiss loner) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath Contract No. 2022-34 Page 21 of 35 DecuSign Envelope ID. 3C08C09E-3A54-41 CB-A2C5-8886683D0031 EXHIBIT "A" SCOPE OF SERVICES A. Introduction 1. The Consultant shall provide Program Management Services to assist the Village of Key Biscayne (the "Village") in developing and executing various Projects associated with the development, implementation, and management of the Village's Resilient & Sustainable Infrastructure Program consistent with this Scope of Services and the Consultant's Proposal. The Services for the program shall be provided in three phases: Phase I: Documentation of the Village's strategy for the Resilient & Sustainable Infrastructure Program Phase 2: Development of an integration and implementation plan for the program; and Phase 3: Management and Execution of the Plan. 2. The VII. ge shall provide the studies and reports identified in Section E of this Scope of Services to the Consultant for their review and consideration as inputs to the Program Strategy document and subsequent implementation plan development. B. Phase 1: Develop the Resilient& Sustainable Infrastructure Program Strategy 1. The Consultant's program strategy scope is to help the Village assess, validate, document and present the Village's strategy in a public facing 25 -page document titled "Village of Key Biscayne Resilient & Sustainable infrastructure Program Strategy". The document will be developed through a series of collaborative workshops involving Village and Consultant participants in a blended team as defined in the scopes of work of Work Orders IA and I B. The docurnent will identify and define the risks the Village faces by assessing environmental threats and infrastructure -related vulnerabilities. Based on the projected risks, the strategy will outline a mitigation approach to protect the Village and ensure a resilient and sustainable future. It will envision the Village in 2060, with clear resilient and sustainable infirastructure goals and supporting objectives to guide the effort and the investment required to achieve a safe, well -protected and resilient future. The vision will be framed by the desired economic, social, health and safety, and environmmntal outcornes. 2. Key elements of the development of the strategy document include the following, as elaborated in the scopes of work for Work Orders 1 A and 1B: a. WORK ORDER 1A: TASK 1. CHARTERING, GOALS, AND ALIGNMENT Consultant will develop a working charter for the program, including overall strategy for the Program, roles and responsibilities, project timeline, and clear descriptions of deliverables with review process. Consultant will also conceptualize a draft 2060 program end -state, align the Village -defined Lines of Effort (LOEs) with the Village's Contract No. 2022-34 Page 22 of 35 Dm.'Sign Envelope ID: 3C08C09E-3A.54-41 CB-A2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES STEARright framework and progress metrics, and develop guiding principles to address risks and lead to a successful end -state. ii. TASK 2. QUALITATIVE HAZARD ASSESSMENT The Consultant will perform a qualitative hazard assessment examining both climate - induced and related non -climate induced hazards and provide generalized/high-le ve l solutions to mitigate each hazard. iii. TASK 3. EXECUTION APPROACH The Consultant will develop a descriptive and high-level execution approach to provide a general understanding of the forthcoming detailed Integration and Implementation Plan (l1P), including graphics and visualizations. The execution approach will take into consideration applicable points set forth in resilience strategies developed by other municipalities in Miami -Dade County iv. TASK 4. FINAL STRATEGY DEVELOPMENT The Consultant will evaluate the expected benefits and impacts the planned infrastructure improvements will have on the Village's residents. This is a key element of the Final Strategy, as it allows to better define the program end -state. b. WORK ORDER 1B TASK I. FUNDING APPROACH The Consultant will develop a funding approach that outlines the possible sources of capital, fielding interaction (e.g., needed cost -shares), benefits and drawbacks of different fielding approaches, and the timing of the different funding sources. ii. TASK 2. COMMUNICATIONS AND ENGAGEMENT APPROACH The Consultant will develop a Communications and Engagement Approach as a written plan for the Village for the overall communication of the Resilient and Sustainabil'ity Infrastructure Strategy. iii. TASK 3. BRAND DEVELOPMENT The Consultant will develop a brand for the overall program iv. TASK 4. PROGRAM PROGRESS AND BENEFITS — FINAL. DELIVERABLES The Consultant will develop metrics to monitor, gauge, and report program progress and describe overall program benefits. Subsequently, and as part of this task, Consultant shall develop the final deliverable of WO (Final Strategy document in the Contract No. 2022-34 Page 23 of 35 DocuSlgn Envelope ID: 3C0'8C09E-3A.54-41 CB-J2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES form of a multi -page brochure that is graphically designed and geared toward the general public). The Final Strategy document should align with the Village's overarching goals and objectives, as well as the recently completed 2040 visioning document, and address economic, social, health / safety, and environmental considerations to demonstrate a positive return on investment for the community. C. Phase II: Develop the Resilient and Sustainable Infrastructure Integration and Implementation Plan 1. Based on the program strategy's community risk assessment, program goals and objectives, and expected return on investment, the Resilient and Sustainable Infrastructure Integration and Implementation Plan further develops each of the Village's five (5) proposed Lines of Effort (LOE) to achieve the program's 2060 vision. 2. Key considerations for the implementation plan include, but are not limited to: a. Outline the Village' s five proposed LOEs to fully define the comprehens ive approach of the program. As a starting point the LOEs and their sub -efforts include, but arc not limited to: i Shoreline Protection I. USACE CSRM bayside and oceanside shoreline protection 2. Seawalls and living shorelines for protection from back bay effects 3. Village boundary protection ii. Stormwater System Upgrades 1. Gray solution 2. Green solutions 3. Water quality monitoring and solutions (BMP treatment trains) 4. 0utfall improvements 5. Supporting land acquisition and easements iii. Utility Resilience and Protection 1. Assess and integrate Florida Power and Light's electrical line undergrounding and hardening options 2. Include telecommunications utilities 3. Integrate with water and sewer systems Contract No. 2022-34 Page 24 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41 CB-A2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES a. Coordinate with Miami -Dade County -Water and Sewer Department for a list of prograrnmed projects, a condition assessment of current assets, and a commitment to a combined plan b. Create a standing joint powers agreement PA) for work integrat io n 4. Integrate remaining septic tank to sewer line transitions iv. Roadway and Right -of -Way Improvements. I. How the entire right-of-way can complement storrrnvater systems and water quality initiatives 2. Resilient Infrastructure Program Strategy and Integrated Implementation Plan, and Supporting Program Management and Executio n 3. Evaluate strategic conversion of roads into one way to expand rights -of -way for increased stormwater storage 4. Assess required elevations and changes in road configurations 5. Identify potential materials to assist in leading to stormwater and water quality solutions 6. Resulting in Village -wide cornplete streets a. Integrating landscaping, shade and similar natural benefits b. Assessing traffic flow and safety c. Including street lighting v. Supporting Efforts 1. Code and regulation review 2, Seawall, living shoreline, native/resilient landscaping, base flood elevations initiatives 3. Offer new design and building standard strategies 4. Integrate with Miami -Dade County Local Mitigation Strategy (LMS) Contract No. 2022-34 Page 25 of 35 DocuSign Envelope DD: 3C08C09E-3A54-41 CB-A2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES 5. Consider affects from the National Flood Insurance Program's changes in floodplain management and insurance 6. Optimization of stomiwater and related impact fee methodology b. For each LOE, develop an overarching goal and suppoaturg objectives, priorities, estimated costs, timelines, funding strategy, action plan and desired outcomes c. Integrate LOEs vertically across time, space and changing environnne ntal conditions to create a fully synchronized 15 -year capital improvement and a detailed implementation plan with a phased timeline and defined resultant outcomes d. Chart a comprehensive, synchronized and prioritized program, project and action plan, showing project relationships and specifying project priority, project costs, potential operation and maintenance costs for each project, project timeline, project sequencing, funding sources, best procurement method, supporting resources, permitting requirements, etc. e. Ensure program and supporting projects are fully synchronized with the USACE CSRM project so that both efforts jointly protect the oceanside waterfront and the project's benefits area east of Crandon Blvd. Identify elements within specific LOEs that should be prioritized to sequence with the USACE bayside and oceanside shoreline protection efforts (dune enhancement/reinforcernent, tieback walls from dune line to Crandon Blvd) so that the benefit areas across the Village will be safeguarded from back bay inundation due to sea level rise and storm surge (USACE construction is not anticipated to commence until 2027) g• Identify required program resources to include staff structure and capacity, systems and processes, expertise, etc. to achieve program goals and objectives h. Propose a staff execution task farce charter that includes its purpose, cornpositio n, expertise, workflow and duties Identify key collaborators, partners, experts and strategic relationships to support Village's program efforts and investments Identify potential program constraints, restrictions and complexities. Offer creative ways to overcome these obstacles to maintain program synchronization k. Develop a combined internal and external funding strategy consisting of general funds, enterprise and special revenue funds, bonds, grants, revolving fiends, appropriations, emerging prograr s, partnerships and pilot test opportunities Contract No. 2022-34 Page 26 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41 CB-A2C5-88B6683D0031. EXHIBIT "A" SCOPE OF SERVICES 1. Develop a method to manage, monitor, control and report program progress m. Develop a program and project risk management process n Create a change managerent process to enable continued program and project synchronization o. Develop a lessons learned process to capture best practices and initiate necessary changes to the Village's zoning, planning, building, public works, procurement, funding and construction ordinances, policies and standards P. q - Recommend program stewardship and compliance guidelines Establish a program evaluation plan comprised of metrics and methods to measure progress and a plan to monitor the operating environment to remain aware of changes, identify emerging opportunities and threats, and retain the agility to adjust accordingly D. Phase 3: Manage Execution of the Resilient & Sustainable Infrastructure Integration and Implementation Plan 1. Consultant shall serve as the Village's Program Manager during all planning, design and construction phases of projects related to, or stetruning from, this Resilient & Sustainab le Infrastructure Integration and Implementation Plan. Any design and construction activity related to, or stemming from, the Project will be performed by third -party firm(s) currently under contract with the Village through a CCNAsolicitation process completed earlier this year (2021), or by firms) selected through a separate solicitation process independent from this RFQ. The Consultant is deemed ineligible to perform design, consulting, other A E or construction services normally performed by the Village's design and construction firm(s) under award for the individual infrastructure improvement initiative projects that together conform the integrated implementation plan. 2. Consultant shall manage, coordinate and integrate multiple, concurrent infrastructure projects, at specific stages from assignment through completion. This includes, but is not limited to: a. program management consisting of project planning, scoping, project/program scheduling, cost estimating, recorrtntending optimal procurement strategies, and risk assessment; b. project initiation and program monitoring, controlling and reporting; c. project design management and construction management throughout the project phases (planning, design, permitting, procurement, construction, closeout, warranty or related services); d. as needed, assisting in the procurement of architecture, engineering, and construction services under the direction of the Village's Procurement Officer, and in accordance with governing state law and Village ordinances and policies; Contract No. 2022-34 Pagc 27 of 35 DocuSign Envelope ID: 3C08C09E•3A54-41 CB-A2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES c. assisting the Village in coordinating with outside agencies, and construction inspection; f as needed, providing professional and technical expertise, such as architectural and engineering services and construction administration, CADD operator and construction inspector capabilities; and as needed, providing program support services such as public relations, budgeting, permitting, procurement and finance staff augmentation. Other services may include value engineering analysis, constructability reviews, materials compatibility analysis, and miscellaneous tasks associated with the Village's Resilient & Sustainable Infrastructure integration and Implementation Plan. g. E. General and Background Information for Scope of Services and Requirements 1. General Info rrnatio n a. The Village is located on an island approximately six (6) miles into Biscayne Bay and connected to the mainland via the Rickenbacker Causeway. Crandon Boulevard, a four -lane road with a median, bisects the Village. Shopping centers and single purpose commercial buildings line Crandon Boulevard. Towards the west lie single family homes. The east side of Crandon Boulevard consists of mid to high-rise multiple family buildings, one single family home district, townhomes, and another single-family home area that is part ofa planned unit development. The incorporated Village is flanked by two large parks: Crandon Park to the north and Bill Baggs Cape Florida Recreation Area to the south. The latter receives over a million visitors per year and is a major contributor to traffic congestion on weekends and holidays. The Village is the home to approximately 15,000 residents living on 1.1 sq. miles. b. Through its earlier and ongoing work, the Village has developed a conceptual strategy consisting of five lines of effort as follows; i Shoreline protection ii. Stormwater system enhancements iii. Utilities resilience and protection iv. Roadway improvements, and v. Supporting planning, zoning, building and regulatory actions c. To effectively guide the infrastructure improvement initiative, the Village envisions a three -step process, beginning with the development of a "Program Strategy, and an Integration and Implementation Plan." Development of the Plan should begin with defining the overall strategy. The first two steps are distinct efforts to enable early and focused strategic and design thinking which will then set the vision and conditions for detailed integration and implementation planning. Once the implementation plan is developed, the third step is to form a program management team to oversee and execute the overall infrastructure improvement initiative. Contract No. 2022-34 Page 28 of 35 DoneeSign Envelope ID: 3CQBCQ9E-3A54-41CB-A2C5-88B6683DQQ31 EXHIBIT "A" SCOPE OF SERVICES 2. Background a, Over the past 20 years, as the Village has grown and enhanced municipal service has been required, it has undertaken a range of studies and planning efforts that now serve as a foundation for developing the road map towards a future resilient Key Biscayne. These documents arc to be made available to the Consultant by the Village to provide context for the development of the Prograrn Strategy and the subsequent Integration and Implementation Plan. b. Shoreline Protection. Coastal Risk Consulting Village of Key Biscayne Flood Vulnerability Assessment and Adaptation Report (2017) - Coastal Risk Consulting, LLC (Coastal Risk) was retained by the Village to perform a Flood Vulnerability and Risk Assessment, specifically focused on the effects of Sea Level Rise (SLR) and tidal flooding. Additionally, the assessment examines storm surge associated with hurricanes, and areas at risk for flooding due to groundwater. Moffatt and Nichol / EAC Consulting Inc,, Key Biscayne Beach Management Feasibility Study (2018) - Provided a study along with conceptual engineering designs of beach nourishment and submerged breakwaters for the beach along Key Biscayne. Moffatt and Nichol (M&N) reviewed and compiled existing available data sets regarding beach profile conditions, shoreline positions, nearshore seagrass mapping, oflhore waves, and sediment characteristics in the study area. M&N compiled, reviewed, and analyzed the wind, wave, and profile data, The annual shoreline changes and profile volume changes since 1997 were estimated, and the analyzed results were compared with the data in the 1997 Long Range Beach Nourishment Plan (1997 Report) prepared by other consultants. The net sand loss on the project area was reviewed and summarized relative to longshore sediment transport. The evaluation included a summary of beach management projects constructed on Key Biscayne since 1969, as well as graphics from the 1997 Plan referencing the impacts of Government Cut on the downdrift shoreline. d. Utilities Resilience and Protection. Kimley-Horn Utility Undergrounding Master -Plan - In the Spring of2017, the Village Council took the first step in the complete utility underground ing process and approved a consultant to prepare a master plan to map out the underground conversion to its completion. The master plan was completed in 2019 and provides a guide for the design and implementation of the utility undcrgrounding program. It also provides guidance on how to balance and manage priorities, such as cost, project duration, traffic impacts, and other capital improvement needs during the utility undergrounding project. This masterplan summarized the following activities and recommendations: a) data collection, b) design criteria and conceptual design description, e) phasing and sequencing plan, d) project delivery methods, e) risk assessment, f) traffic Contract No. 2022-34 Page 29 of 35 DocuSIgn Envelope ID: 3Co8C39E-3A54-41 CB-A2C5-8866683D0031 EXHIBIT "A" SCOPE OF SERVICES management plan, g) public outreach program, h) opinion of schedule, i) opinion of probable cost. Stormwater System. Since the Village incorporated in 1991, it has performed a range of infrastructure master planning, design, construction, and management efforts to evolve the overall infrastructure system to where it is today. At the core of the system is the Village's owned and operated stormwater drainage network of gravity driven drains, catchments, discharge wells and outfalls, distinct from the Miami -Dade Water and Sewer Department (MDWASD) owned and operated water and sewer network. The stormwater network has evolved over the past 50 years from virtually non-existent to a rudimentary system to a relatively well-connected network ofdrainage basins generally flowing to outfalls or shallow wells. However, the system has aged significantly, and more challenging environmental boundary conditions have reduced the efficacy of the gravity driven system with ensuing inundation impacts. Evolution of the stormwater network has progressed gradually since the Village incorporation in 1991 through various master planning and updating efforts (all of which are available from the Village as needed): i. 1993 — Village Stormwater Master Plan (developed, William, Hatfield, S toner) ii. 2001 — Village Storniwater MasterPlan (update 1, TetraTech) iii. 2011 — Village Stormwater Master Plan (update 2, TetraTech) iv. 2015 — Village Stornnvater Master Plan (hydraulic analysis, EAC) The 2015 update to the stormwater master plan focused on the hydraulic and hydrologic analyses and evaluation of Village's storm watershed, incorporating infrastructure improvements undertaken by the Village prior to 2015. The plan also proposed implementation tasks as well as improvements needed to achieve an acceptable stormwater management level of service for the Village. The effort did not incorporate sea level rise considerations or climate change impacts to precipitation events. Tier One Improvements — Tideflex Valves (completed) Tier Two Improvements — Identified critical basins, proposed new drainage wells, recommended infrastructure improvements (SEA LEVEL RISE NOT CONSIDERED) v. 2019 — Technical Memorandum for Development of Design -Build Criteria for Stormwater and Road Improvements for the K-8 Basin of the Village of Key Biscayne (GIT Consulting LLC.) - Established the existing hydrologic conditions to determine current flood elevations and identify deficiencies of the stormwater system for mitigation of flooding events in the vicinity of the K-8 School. Utilized SLR predictions for 2040 and 2060 to determine future hydrologic conditions and potential increase in flood elevations, frequency and duration of flooding. Evaluated future hydrologic conditions for years 2040 and 2060 using projected sea level rise conditions based on the projections developed by United States Army of Corp Engineers (USAGE). Developed design criteria for road elevations and stormwater system improvements which took into consideration years 2040 and 2060 as the future hydrologic conditions combined with projected Contract No. 2022-34 Page 30 of 35 DocuSign Envelope ID_ 3C08C09E-3A54-41 CB-A2C5-8866683D0031 EXHIBIT "A" SCOPE OF SERVICES sea level rise scenarios. Proposed and evaluated a set of stormwater improvements. The objective of the improvements was to mitigate current flooding within the K-8 school stormwater basin of the Village and flooding for future conditions in 2040 and 2060. vi. 2020 —Technical Memorandum Depth of Flood Damage Analysis of the Properties within the K-8 School Area (GIT Consulting LLC.) Analyzed costs of structural damages and road closures based on depth damage function (DDF) analysis for 134 households and associated roads of the Village within the K-8 School area before and after mitigation. The analysis included five different scenarios consistent with the Federal Emergency Management Agency's (FEMA) specifications for reporting DDF and extended outside of the domain to account for benefits to adjacent properties by including four additional properties to total of 138 households. The memorandum covered: a) Review of existing and pre -mitigation hydrologic conditions for the area in the vicinity of the K-8 School, b) analysis of hydrologic conditions in post -mitigation scenarios, and c) development of darnage estimates as per FEMA/Florida Department of Transportation (FDOT) methodologies. NIL 2020 (May) — Village Council approves agreement with AECOM - The focus of the agreement is design criteria professional services for stormwater utility and right-of-way improvements. AECOM will be charged with the development of the Design Criteria Packages for improvement of the overall stormwater system and implementation of the Tier 21mprovements identified in the 2015 Village Stonnwater Master Plan hydraulic analysis conducted by EAC. viii, 2021 (April) — AECOM Task Order 1 (completed) Task Order 1 was focused on: 1) an evacuation of the Village stormwater master plan hydraulic analysis (2015) and completion of a gap analysis on the tanner ica 1 utilized, 2) a boundary conditions analysis (rainfall, tides, sea level rise), 3) discharge opportunity/deficit analysis, and 4) evaluation of rights -of- way and suitable green infrastructure options. Roadway Improve me nts i. Corradino Group, Transit Mobility Study 2015 = Consultant developed a transit mobility study to address island -wide transportation concerns, both internal circulation (within the Village) as well as external (in and out of the Village). Traffic congestion, safety and roadway system capacity were addressed. it. Village -wide High Resolution LIDAR Survey of Roadways and Infrastructure Assets (2021-2022) 1. This ongoing project will provide the Village land surveying services for stormwater utility and right-of-way iinproveme nts. Surveying is being undertaken in accordance with all applicable Contract No. 2022-34 Page 31 of 35 DocuSpgn Envelope ID 3C08C096-3A54-41 CB-A2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the Village. The Village is obtaining a topographic survey of all publicly owned rights -of -way utilizing LIAR scanning technology to include the following: a. Centerlines, rights -of -way, survey curve data, and ownership (property) lines b. A graphical baseline c. Locate edges of pavernent, sidewalks, driveway locations and material, fire hydrants, water and force main valves, water service meters, paved areas, utility castings, curb and gutters, signs, utility and light poles, walls, fences, pad mounted electrical equipment and communications pedestals, PuDnp Stations (full surface feature locations, rims, valves, controls, structure limits), edges of water (lakes, ocean, intercoastal waterways, wetlands, retention areas, etc.), and all other significant aboveground features within the Survey limits with the exception of Stonn and sanitary sewer structures (rims and inverts, pipe size and material), and sewer lateral cleanout locations shall not be obtained as part of this survey. d. All trees with a 3 -inch diameter or greater or 12 feet high or greater e. All road nines, lot/block numbers, easements (utility, drainage, etc.), geographical € tie -downs to centerline of at least one major road. g. All elevations will be referenced to the North American Vertical Datum of 1988 h. (NAVD88) i. All control points will have Northing and Easting j. Finished floor elevation of buildings, homes, garages, etc. k. 3D data viewing platform such as SCENE 2go or equivalent (as an add alternate) g. Supporting Planning, Zoning, Building and Regulatory Actions 1 Corr-adino Group, Evaluation and Appraisal Report (EAR) 2018 — The Evaluation and Appraisal Report (EAR) is a periodic analysis of the goals, objectives, and policies set forth in the Village's Master Plan (comprehensive plan) required by State law. The State of Florida requires each city to produce an EAR every seven years. The Village's tmost recently completed EAR was due to the State on July 1, 20L8. The EAR evaluated each element of the Village's Comprehensive Masterplan and suggested amendments to the plan, ii. Key Biscayne Sustainability Plan (2014) — The Sustainability Plan's intent is to help the Village develop and implement policies and initiatives Contract No. 2022-34 Page 32 of 35 DocuSign Envelope ID: 3C08C09E-3A54-41 CB-A2C5-88B6683D0031 EXHIBIT "A" SCOPE OF SERVICES consistent with responsible stewardship of Key Biscayne's environment and in astructure. It included a series of short- and long -terra goals to be managed by a frill -time Sustainability and Procurement Director. [END OF SCOPE OF SERVICES] Contract No. 2022-34 Page 33 of 35 DocuSign Envelope ID: 3C08C09B-3A54-41 CB-A2C5-88Bi6683D0131 EXHIBIT "B" CONSULTANT'S PROPOSAL Contract Na. 2022-34 Page 34 of 35