Loading...
HomeMy Public PortalAboutAgreement 2021-08-16 Calvin Giordano & Assoc Signed1st November 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 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 Payment. 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; Contract No. 2021-08-16 Page 2 of 40 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. 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 payables(hkeyhiscayne.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 perfoml 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. Contract No. 2021-08-16 Page 3 of 40 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 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 Contract No. 2021-08-16 Page 4 of 40 and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 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 ($1,000,000.00) 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 perforned 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 Contract No. 2021-08-16 Page 5 of 40 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. 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 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 Contract No. 2021-08-16 Page 6 of 40 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. 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, irnprovements, 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 tens of this Agreement) to establish and confine 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 ten-nination 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. Contract No. 2021-08-16 Page 7 of 40 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 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: ikochr'kevbiscavne.fl.gov- 17. Nonassienability. 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. Contract No. 2021-08-16 Page 8 of 40 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. 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 perrnits 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 instr anent. 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. Contract No_ 2021-08-16 Page 9 of 40 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 visit: https://www.c-verify.gov'faq'how-do-i-provide-proof-of-nlv-participationcnrollment- 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. 2021-08-16 Page 10 of 40 VuLUJlyI1 GI lvelurJe IL1. , tJurNJ o -1-A,1 1-.1.0 1 L-/-V-MJ 1-uD ourru.7o.)L IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and ycar as first stated above. VILLAGE OF KEY BISCAYNE CONSULTANT poouSfgacd by: B : tl G U1il�,ia.wtsev�. By: CFSC6869718AAa-28_. Steven C. Williamson Village Manager Attest: By: Jocelyn $rewster Village Clerk Approved as to form and legal sufficiency: By: Weiss Scrota Hclfman Cole & Bierman, P.L. 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 Serota Helfman Cole & Biennan, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2525 Ponce do Leon Boulevard, Suite 700 Coral Gables, FL 33134 cfricdman@wsh-Iaw.com (email) By: Name: Chris Giordano, MSC, CCM Title: President alvin, Giordano & Associates, Inc. or Notice: Calvin, Giordano & Associates, Inc. Attn: Tammy Cook 1800 Eller Drive, Suite 600 Fort Lauderdale, FL 33316 954.921.7781 (telephone) 954.921.8807 (facsimile) tcook@cgasolutions.com (email) With a copy to: Calvin, Giordano & Associates, Inc. Attn: Jesus Cruz 1800 Eller Drive, Suite 600 Fort Lauderdale, FL 33316 954.921.7781 (telephone) 954.921.8807 (facsimile) jcruz@cgasolutions.com (email) Contract No. 2021-08-16 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 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 visit: ttps://www.0-verify. gov/fagihow-do-i-provide-proof-of' mv-particinationenrollment-in-c-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E -Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits from subcontractors. Check here to confirm proof of enrollment in E -Verify has been attached to this Affidavit. Juliana Ficheli Hoffman State of County ofc Signe. ealed Print Name: Chris Giordano, MSC, CCM Title: President Entity Name: Calvin, Giordano & Associates, Inc. ACKNOWLEDGMENT The foregoing instrument wassackno online notarization, this \--1 day of name of person) as dged before me by means of I phys l presence or ❑ ,b (type of authority) for �,1,ti1tc� 11�� ( ame of party on behalf of whom instrument is executed). Notary Public (Prin. 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 Contract No. 2021-08-16 ; DAWN HOPKINS : • elit .= MY COMMISSION # Hi -1054613 �.:�',eV EXPIRES: February 18, 2025 '':FO` F °."' Banded Thru Notary Public Underwriters Page 12 of 40 EXHIBIT “A” CONSULTANT’S PROPOSAL Contract No. 2021-08-16 Page 13 of 40 Continuing Architectural & Engineering Services - Landscape Architecture RFQ No. 2021-08 Prime Firm: Calvin, Giordano & Associates, Inc. Due Date and Time: February 12, 2021 at 4:00 PM Contract Manager Jenna Martinetti, PE Director of Engineering JMartinetti@cgasolutions.com Project Manager Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Associate Director of Landscape Architecture TCook@cgasolutions.com Address: 1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316 Telephone No.: 954.921.7781 TAB A 530 CRANDON BOULEVARD letter of intent Building Cade Services Civil Engineering / Rcadway & Highway Design Coastal Engineering Code Enforcement Construction Engineering & Inspection(CEll Construction Services Data Technologies & Development Electrical Engineering Engineering Environmental Services Facilities Management Geographic Information Systems (GIS) Governmental Services Indoor Air Quality Landscape Architecture Planning Project Management RedevelopAment & Urban Design Surveying & Mapping Traffic Engineering Transportation Planning Water ) Utilities Engineering Website Development 1B00 Eller Drive Suite 600 Fart Lauderdale, FL 3331E 954.921 7781 phone 954.921.8807 fax www.cgasolutlons.co n Calvin, Giordano Associates, Inc. EXCEPTIONAL SOLUTIONS' February 12, 2021 Village of Key Biscayne 88 West McIntyre Street Key Biscayne, FL 33149 RE: RFO No. 2021.08 Continuing Architectural & Engineering Services - Landscape Architecture Dear Selection Committee, Calvin, Giordano & Associates, Inc, (CGA) is pleased to submit our qualifications to provide Continuing Architectural & Engineering Services to the Village of Key Biscayne. We have reviewed the scope of services set forth by the Village and have selected a project team with the necessary experience and skills to successfully complete Landscape Architecture services for this contract. With over 370 employees and over 80 years of experience, CGA is a well -established multi -disciplinary firm that provides consulting services, including general civil engineering, electrical engineering, traffic and transportation engineering, landscape architecture, environmental engineering, utilities engineering, planning, urban design, GIS, construction project management and land survey services, throughout South Florida. CGA has an extensive experience in providing consulting services on a continuing basis to municipal clients — many for over 30 years. Client satisfaction remains our underlying theme and is the most important part of any statement on pasts performance, Our firm provides a board range of design and engineering -related services typical of a large firm , but with the personalized attention of a much smaller company. The Village can be confident that CGA is fully committed to providing the highest quality of services to the Village of Key Biscayne. We are committed to assigning and dedicating the manpower, expertise, and attentiveness necessary to ensure that the Village meets its goals and objectives through the provision of these services with our most qualified team members. The CGA team is comprised of industry experts who have completed numerous projects of similar scope and who possess the diversity of technical skills required to execute the work under this contract with the highest degree of professionalism. CGA's Fort Lauderdale office located at 1800 Eller Drive, Suite 600, Fort Lauderdale, FL 33316, will be the responsible office for this contract. 1, Chris Giordano, MSC, CCM, President will serve as the Principal -in - Charge for this contract, Jenna Martinetti, PE, Director of Engineering will serve as the Contract Manager and Tammy Cook-Weedon, ASLA, PLA, LEER AP BD+C, Associate Director of Landscape Architecture will serve as the Project Manager for Landscape Architecture. Below is our contact information: Principal•in•Charge Chris Giordano President Tel: 954.921.7781 CGiordano@cgasolutians.com Contract Manager Jenna Martinet', PE Director of Engineering Tel: 954.921.7781 JM artinetti@cgasolutions.com Sincerely, Calvin, Giordano & Associates, Inc. Chris Giordano, MSC, CCM President Project Manager Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Associate Director of Landscape Architecture Tel: 954.921.7781 TCook@cgasolutions.cam FORT LAUDERDALE MIAMI.DADE WEST PALM REACH CLEARWATER/TAMPA ESTERO PORT ST. LOCI€ TAB F insurance MIAMI-DADE COUNTY Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Tab F - Insurance TAB K litigation statement MIAMI-DADE COUNTY Building Code Services Civil Engineonng / Roadway & Highway Design Coastal Engineering Code Enforcement Construction Engineering & Inspection (CEI) Construction Services Data Technologies & Development Electrical Engineering Engineering Environmental services FaCllities Management Geographic Information Systems (GIS) Governmental Services Indoor Air Duality Landscape Architecture Planning Project Management Redevelopment & Urban Design Surveying & Mapping Traffic Engineering Transportation Planning Water / Utilities Engineering Website Development 1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316 954.921 7781 phone 954.921.8807 fax www.cgasolutlons.com Calvin, Giordano & Associates, Inc. EXCEPTIO NAL SOLUTIONS" Calvin, Giordano & Associates, Inc. Litigation Information ® Within the Last Three (3) Years February 2021 Customer satisfaction is CGA's primary objective for every project undertaken by the firm, As such, CGA endeavors to complete each project on time and within budget. CGA is proud to assert that CGA has not failed to provide products, perform services, or furnished goods for which we have been contracted, 1. Hummer v. CTS1, Inc., Russell Engineering, Inc., Calvin Giordano & Associates, Inc, and AE Engineering, Inc, CACE 16-008549. This lawsuit relates to an alleged bicycle accident that occurred within the boundaries of the construction project known as the A1A washout project along A1A in Fort Lauderdale, Florida [Broward County]. The nature of the project related to widening sidewalks, reducing traffic lanes, adding traffic signals, and adding a seawall along A1A Sunrise Boulevard North to NE 18th Street, Dismissed on 10/12/18 for Calvin, Giordano & Associates, Inc. 2. Sage Beach Condo. Ass'n Inc. V. PMG Driftwood LLC, et al„ Pending. Case No. CACE20017530 (Fla. 17th Cir. CO (October 22, 2020) Pending. (Allegation: Condominium alleged a construction defect case against the Developer and the General Contractor Calvin Giordano for poor construction of the building. Case against Calvin Giordano alleges negligence, breach of contract, and violation of the Florida Building Codes Act.) [Not Disclosed]. CliftrGiordano, MSC, CCM President STATE OF FLORIDA COUNTY OF BROWARD February 11, 2021 Date This instrument was signed before me on I day of February 20211, by Chris Giordano, MSC, CCM, President of Calvin, Giordano & Associates. Inc. / Notary Public (Signature) .,_ SAAR. ett114KIN commission # Go 278621 ;,.,7j Expires Mardi 21.2023 t* ad Thar 'Pay r;� 'rowans* aapas�7orit My Commission Expires: FORT LAUDERDALE MIAMI-DADE WEST PALM BEACH CLEARWATER/TAMPA ESTERO PORT ST. LUCIE TAB L warranty MIAMI-DADE COUNTYMIAMI-DADE COUNTY Building Code Services CivN Engineering / Roadway & Highway Design Coastal Engineering Code Enforcement Construction Engineering & Inspection ICED Construction Services Data Technologies & Development Electrical Engineering Engineering Environmental Services Facilities Management Geographic Information Systems (GIS) Governmental Services Indoor AAir Quality Landscape Architecture Planning Project Management Redevelopment & Urban Design Surveying & Mapping Traffic Engineering Transportation Planning Water / Utilities Engineering Website Development 1600 Eller Drive Suite 600 Fort Lauderdale, FL 33316 954.921.7781 phone 954.921.8807 fax www.cgasotuttons.com Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS" Calvin, Giordano & Associates, Inc. Warranty Statement Calvin, Giordano & Associates, Inc. (CGA) affirms that our firm 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. Chris iordano, MSC, CCM President STATE OF FLORIDA COUNTY OF BROWARD February 11, 2021 Date This instrument was signed before me on 11 day of February 201, by Chris_ Giordano. MSC. CCM, President of Calvin. Giordano & Associates. Inc. Notary Public (Signature} My Commission Expires: SARA R. BLUMICN Commission # GG 276(121 Expires March 21, 2023 Booms!TNu Tiny Fs Immo)1404*5 r91g FOfT LAUDERDALE MIAMI-DADE WEST PALM BEACH r EARWATERITAMPA ESTERO PORT ST. LUCIE TAB M forms MIAMI-DADE COUNTY ADDENDUM ACKNOWLEDGEMENT FORM Solicitation Title: Continuing Architectural and Engineering Services Solicitation No.: 2021-08 Listed below are the dates of issue for each Addendum received in connection with this Solicitation: Addendum No. 1 Dated 01/27/2021 Addendum No. _ , Dated Addendum No. , Dated Addendum No, Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated E No Addendum issued for this Solicitation Firm's Name: Calvin, Giordano & Associates, Inc. Authorized Representative's Name: Chris Giordano, MSC, CCM Title: President Authorized Signature:,/ Form AA CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of directors of Calvin, Giordano & Associates, Inc. a corporation organized and existing under the laws of the State of Florida , held on the _day of February , 2021 a resolution was duly passed and adopted authorizing (Name) Chris Giordano. MSC, CCM as (Title) President 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. } -yrT IN WITNESS WHEREOF, I have hereunto set my hand this L 1 , day of February_ 21 Secretary: Print Name: Dawn Hopkins President: Print Name: Chris Giordano, MSC, CCM CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY (L=R"1IfY 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 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: ______________________________ NO T A P P L I C A B L E ACKNOWLEDGMENT State of Florida County of Broward On this day of February , 2021 , before me the undersigned, personally appeared CIVIC (-Ii lie-6141-4/to , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that hJshe/they executed it. Witness my hand and official seal: 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 COA SARAR. BLUMK1N • Commission 4 GG 278621 • Expires March 21, 2023 bonriad PIN Troy Fain insurance 600495.7919 r FORM CD COMPANY DECLARATION FORM 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: Calvin, Giordano & Associates, Inc. FIRM NAME 1800 Eller Drive, Suite 600, Fort Lauderdale, FL 33316 PRINCIPAL BUSINESS ADDRFESS 954.921.7781 TELEPHONE Marketing@cgasolutions_com 954.921.8807 FACSIMILE EMAIL ADDRESS 65-0013869 FEDERAL I.D. NO. OR SOCIAL SECURITY NUMBER Calvin, Giordano & Associates, Inc. Broward & Miami -Dade County MUNICIPAL BUSINESS TAX RECEIPT OR OCCUPATIONAL LICENSE NO. NAME President AUTHORIZED SIGNATURE Chris Giordano, MSC, CCM TITLE 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: Chris Giordano, MSC, CCM, President For (Name of Proposing or Bidding Entity): Calvin, Giordano & Associates, Inc. Whose business address is• 1800 Eller Dr. Suite 600, Fort Lauderdale, FL 33316 And (if applicable) its Federal Employer Identification Number (FEIN) is: 65-0013869 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. 55#: 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 fisted below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501- 553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. l Proposer Initials Form SEA 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. Based 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.) [ ] 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, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer 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. 1 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 cat ry t of any change in the information contained in this form. 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 forfei re of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of ism ract. 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. 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 Kip Biscayne or any person interested in the proposed Contract_ poser 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 bgC,fi me inoperative. poser Initials Acknowledgment. Warranty, and Acceptance 1. Consultant warrants that it is willing and able to comply with all applicable state of Florida taws, rules and regulations. 2. Consultant warrants that it has read, understands, and is willing to comply with all requirements of Soliciation No. 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 accura poser 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, vy hever is later. Proposer Initials Sworn Signature of Proeosing Entity Representative and Notarization for all above Affidavits follows on the next page. Farm SEA In the presence of: Witness #1 Print Name: Witness 2 Print Name: J -A tett__�: State of Florida County of Broward Signed, sealed and delivered by: Print Name: Chris Giordano, MSC, CCM Title: President ACKNOWLEDGMENT On this 1 } day of February 20 21 before me the undersigned, personally appeared Ck l�(tteui U , 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: Personally known to me; or Produced identification (Type of Identification: Did take an oath; or Did not take an oath Form SEA CSCLA-A ARD Notary Public (Print, Stamp, or Type as Commissioned . _ SARA R BLUMICN Commission I# GG 278821 Expires March 21, 21123 Banded fire ThyFait Ifim49 arkia1 4Oi9 TAB B proposal narrative 530 CRANDON BOULEVARD Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture COMPANY'S HISTORY AND QUALIFICATIONS Calvin, Giordano & Associates, Inc. (CGA) is a well established multi-disciplinary firm with offices located in Fort Lauderdale, Miami-Dade, West Palm Beach, Port St. Lucie, Estero, and Clearwater. For over 80 years, our firm has been providing consulting services to both public and private sector clients. From the beginning, much of our reputation was built on repeat business with clients from the public and private sectors. Our success is reflected in the quality of work we consistently provide and also in the personal approach we take with each client. The winning combination is affirmed by our large number of repeat/long term municipal clients. Because of our diversity, CGA can control the entire process, offering a host of professional services as a one- source partner, or efficiently tackle time-sensitive individual projects, providing customized solutions with handpicked teams of highly experienced professionals. Custom building Exceptional Solutions is the core of our business. CGA strategically provides a broad range of services to meet our clients’ needs. Our professional services include: • Building Code Services • Civil Engineering/Roadway and Highway Design • Coastal Engineering • Code Compliance • Construction Engineering and Inspection (CEI) • Construction Services • Data Technologies and Development • Electrical Engineering • Civil Engineering • Environmental Services • Facilities Management • Geographic Information Systems (GIS) • Governmental Services • Landscape Architecture • Planning • Project Management • Redevelopment and Urban Design • Surveying and Mapping • Traffic Engineering • Transportation Planning • Water/Utilities Engineering • Website Development Taking advantage of our diversified staff's experience and knowledge is what distinguishes CGA as a professional consultant and what allows our team to repeatedly complete projects on-time,under budget and exceeding expectations while doing so. CGA has had the honor to serve the staff and commission at the Village of Key Biscayne for the last five (5) years. We understand the goals of the Village to address the issues associated with the VKB Resilience General Obligation bond for shoreline protection. We have worked with the Village on the Hampton Neighborhood Park, Civic Center Park or 530 Crandon Park project, we have provided concepts for the development of the Calusa Park expansion studies. We understand the importance of mitigating the effects of sea level rise and flooding within the Village, we are familiar with the Village's focus to protect the Village beaches and shorelines, and we have provided assistance to the Village with hardening infrastructure to address the impacts of hurricanes. We are currently working with staff to provide assistance with the Key Biscayne Beach Park. Our staff understands the importance of providing community meetings to obtain stakeholder buy in and listen to the needs of the community and its residents. We understand that with the proposed mitigation of sea level rise that complete streets are being proposed throughout the community. We have experience with the design, permitting and construction of these important roadways and the focus to enhance the thoroughfares by creating walkable, shaded and bicycle friendly routes throughout the Village. The CGA Landscape Architecture department is committed to the successful completion of these important improvements to ensure a resilient, safe and beautiful Village of Key Biscayne. Tab B - Proposal Narrative TAB D personnel qualifications 530 CRANDON BOULEVARD Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Project Manager Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Landscape Architecture Michael D. Conner, ASLA, PLA, ISA Gianno Feoli Marcos Mendoza Maria Alonso, NCIDQ, ASID, ASLA Dominic Mack, Assoc. ASLA In-House Support Services Civil Engineering Construction Administration Construction Inspections Estimating & Budgeting Electrical Engineering Environmental Planning Traffic and Transportation Engineering Surveying Geographic Information Services Website Development Village of Key Biscayne Organizational Chart Principal-in-Charge Chris Giordano, MSC, CCM Contract Manager Jenna Martinetti, PE SUMMARY OF QUALIFICATIONS Ms. Martinetti has over 16 years of engineering experience and is senior project manager for a large variety of projects related to roadway, site plan improvements, water, wastewater, and stormwater infrastructure projects in the South Florida area. Her project management experience includes design and retrofit of parks, roadways, water mains, sewage force mains, lift stations, fuel station, site design and stormwater projects as well as site planning, modifications, permitting, bidding documents, engineering during construction and project close-out. Ms. Martinetti’s highway design experience includes design for milling and resurfacing, widening, roadway reconstruction, safety improvement projects, ADA upgrades and compliance, drainage improvements, signing and pavement markings, traffic control plans, storm water pollution prevention control plans and complete streets incorporation. Her experience also includes utility coordination, participation in the quality control process, and local agency program (LAP) coordination, including agency certification assistance. Mrs. Martinetti has the advanced maintenance of traffic certification required to design and permit traffic control plans and has extensive experience with Hazard Mitigation Grant Program (HMGP), Local Agency Program (LAP) projects including Transportation Enhancement Program and Community Incentive Grant Projects (CIGP). SITE DESIGN PROJECT EXPERIENCE Hallandale CRA Resiliency Demonstration Parking Lot, Hallandale Beach, FL: The CRA owns a vacant lot at the NE corner of NE 3rd St and NE 2nd Ave and wanted to construct a parking lot that is a sustainable yet simple design in order to showcase the resiliency elements they desire from new developers. CGA provided two schematic layouts for the parking lot for the City to decide which conceptual layout they wanted. CGA met the City’s request to showcase a sustainable parking lot and to avoid drainage infrastructure by utilizing a combination of bioswales, pervious concrete, and a permeable paving system. LED lighting, electric vehicle charging stations, native plantings, and bike racks were also included in the design. Additionally, the design layout of the parking lot and spaces allows for the City’s potential conversion of the parking lot to a valet lot with mechanically stacked parking and a valet station. The plans were approved by City and CRA staff and permitting through Broward County Environmental Protection and Growth Management (EPGM) Division. 2019 - Current. Sage Beach Condominium, Hollywood, FL: Project Manager and EOR for civil site design for condominium complex located east of A1A on Hollywood Beach. Design and permitting included replacement of the water main, coordination of utilities, drainage design including a closed system with drainage wells and exfiltration trench as well as offsite roadway improvements for the two sites separated by South Surf Road. All utilities along Iris Terrace, Jasmine Terrance and South Surf Road adjacent to the project site were undergrounded. The offsite improvements were coordinated with the City CRA to incorporate the design features consistent with the City’s beach beautification projects. 2012 - 2016 Dania Casino and Jai-Alai, Dania Beach, FL: Senior Project Manager for site design for the onsite and offsite improvements required to upgrade the existing Jai-alai facility to accommodate a casino. Site plan processing, public hearing attendance and numerous site plan meetings were included in this process to achieve site plan approval through the City. Design and permitting for new offsite water mains, onsite service connections for water and sewer, site circulation, coordination of utilities, drainage design. Redesign of Fronton Blvd, a City owned roadway, was required as part of the developers agreement with the City. A median was added as well an additional southbound lane, new parking for the adjacent park, and two new entrances to the facility. 2013 - 2016. Jenna Martinetti, PE Contract Manager / Civil Engineering YEARS OF EXPERIENCE 16 YEARS WITH THE FIRM 16 EDUCATION B.S. Civil Engineering Florida State University Magna Cum Laude CERTIFICATIONS AND LICENSES Registered PE, State of Florida No. 69035 Advanced Work Zone Traffic Control Local Agency Program & Florida Highway Administration Certification and Recertification CBT FDOT Specifications Package Preparation FDEP Stormwater, Erosion Control & Sedimentation Qualified Stormwater Management Inspector OSHA 10-Hour Construction Safety and Health PROFESSIONAL AFFILIATIONS American Society of Civil Engineers Florida Engineering Society National Society of Professional Engineers Greater Hollywood Chamber of Commerce, Board of Directors, Trustee Greater Dania Beach Chamber of Commerce Active Member Hallandale Beach Area Chamber of Commerce Active Platinum Member Jenna Martinetti, PE, Page 2 PARK DESIGN EXPERIENCE Dania Cove Park Improvements, Dania Beach, FL: Project manager for the design and installation of park improvements including a pedestrian pathway, 2 picnic pavilions, benches, picnic tables, educational and entrance signage, and trash receptacles for Dania Cove, aka Fuzzy Bunny Park, in Dania Beach. The city needed design, permitting and construction completed in 13 months in order to meet the deadline for two separate grants funding the project. The project also included shoreline restoration using sheet pile wall, environmental and stormwater permitting, site grading, grant administration, and landscaping improvements. The project was completed in time for the City to receive the entire grant funding available for reimbursement. 2010-2012. Rolling Oaks Park, Miami Gardens, FL: Senior civil project manager for the design and construction of an ADA compliant pedestrian trail and associated retention areas within Rolling Oaks Park as well as wayfinding signage and ADA ramps at the intersections along a route through the surrounding neighborhood to connect the new trail in the park to an existing walking trail in the Dolphin Center Park located three quarters of mile away. In addition, the existing drainage permit for the master site plan had to be modified to account for the proposed trail improvements. These new drainage facilities had to be carefully planned to avoid removing any trees as well as limit impacts to the future master plan for the park. The design for the trail included new outdoor fitness stations, seating areas, LED site lighting and custom-designed way-finding signage for all of the trailhead signs, directional signs, and mile markers. 2012-2016. Oak Grove Park, North Miami, FL: Senior civil project manager for the design, permitting and engineering during construction for improvements to the existing park including two new tennis courts and new pedestrian paths and fitness trails throughout the park. The paving, grading and drainage plans also included modifications to the existing stormwater system to accommodate the new tennis courts and the additional pedestrian path while working around large existing Oak and Gubmo Limbo trees. A new water service for a drinking fountain and a hose bid for the new tennis courts was provided. 2013-2015. Windmill Park, Coconut Creek, FL: Senior Project Manager for the design of a 14 acre site redevelopment for site improvements to an existing park. CGA was a subconsultant to the architect for the site design modifications including ADA sidewalks, exercise stations, a parking lot improvements, pavement marking and signage, stormwater management, grading, stormwater pollution prevention, and utilities modifications to accommodate a reconstructed office building, two dog parks, and realigned tennis, volleyball and paddle ball courts. 2015 - 2018. Pine Island Park, Plantation, FL: Senior Project Manager for the complete reconstruction and re-design of the City’s signature 24 acre park, funded by the City’s GO Bond. Park improvements include relocating the existing parking lot, a new artificial turf field, a new natural turf field, new ADA pathways around the park, new playground, pavilion/stage, drainage improvements to the entire park and parking lot, and a new restroom, concession and maintenance building along with their associated water, sewer and power. The parking lot, courtyard and pathways are ADA compliant and have new lighting proposed. 2018 - Present. ROADWAY DESIGN EXPERIENCE David Road Complete Streets Phase 1 and Phase 2, Davie, FL: Senior PM for two phases of complete streets design for Davie Road; Phase 1 is from SR 84 to Nova Dr, and Phase 2 is from Nova Drive to SW 39th St. The scope included roadway widening, adding bike lanes, signalization at Nova Drive, signing and pavement marking plans, MOT, drainage modifications, lighting, wider sidewalks, reduced lane widths, ADA upgrades, installing a new median, and tree removal/relocations. Phase 1 project was partially funded by a County Incentive Grant. Phase 2 was a LAP funded grant project. 2013- 2018. Broad Causeway LAP Project, Town of Bay Harbor Islands, FL: Senior project manager for design and construction document preparation for adding a paved shoulder to the Causeway and replacing the pedestrian handrail along the waterways bridge. The project is an FDOT Local Agency Program (LAP) funded project requiring coordination and submittals to FDOT D6, including using their electronic review comment (ERC) system, as required due to the federal funding. Assisting the Town with their LAP Certification process is also included. 2017- Present References Town of Davie 6591 Orange Drive Davie, FL 33314 Jonathan Vogt, PE Town Engineer Tel: 954.797.1137 jonathan_vogt@davie-fl.gov City of Dania Beach 1201 Stirling Road Dania Beach, FL 33004 Dincer Ozaydin Public Services Deputy Director Tel: 954.924.6808 x 3617 dozaydin@daniabeachfl.gov City of Hallandale Beach 630 NW 2nd Street Hallandale Beach, FL 33009 Manga Ebbe Project Manager Tel: 954.457.3043 MEbbe@hallandalebeachfl.gov SUMMARY OF QUALIFICATIONS Ms. Cook-Weedon leads the Landscape Architectural staff, founded on her more than 30 years of landscape architectural experience with demonstrated strengths in creative design, graphic presentations, and planting design. She has successfully completed numerous large-scale projects, which encompassed design studies, planting designs, and the various interrelated professions and tasks necessary to manage the projects through to completion. EXPERIENCE Fort Lauderdale A1A North Galt Streetscape, Fort Lauderdale, FL; Landscape Architect/Project Manager: Client: Fort Lauderdale Transportation and Mobility Department: Responsible for the site and landscape design for a parking and streetscape project. Special attention was made to ensure the sustainability of the trees by utilizing silva cells in the planting process. Enhanced colorful planting was included to compliment this historic commercial district. ADA access was improved with the addition of ramps and improved safety for crosswalks. Tamarind Avenue Streetscape, West Palm Beach, FL; Project Landscape Architect; Client: City of West Palm Beach: Responsible for the landscape architectural portion of this critical neighborhood improvement project. Worked with the City Engineering, landscape and CRA staff to address the preservation of the existing trees and palms while also introducing large canopy trees along this corridor. Silva Cells were incorporated into the design to ensure that the proposed canopy trees would be sustainable and provide shade for the community for a long time. The streetscape design included buffering of the railroad edge, site lighting, on street parking with planted bulb outs, and seating areas for the community. The project included replacement of a water main, a sewer line and undergrounding of overhead utility lines. Gator Run Park, Weston, FL; Client: City of Weston: Responsible for the site design and planting specifications for a 5-acre community park including lighting improvements, continuous walking paths, children’s play equipment, planting and irrigation design near an elementary school. The design provided a butterfly garden and shade structures in proximity to and to build strong connections with the adjacent elementary school. Deering Estate at Old Cutler Bay, Palmetto Bay, FL; Client: Miami-Dade County Park and Recreation Department: Responsible for the historical restoration and landscape design of all park areas. The project included detailed archaeological planting design, habitat restoration and planting design, as well as hardscape design that was consistent with the historical character of the park. Sombrero Beach Park, Marathon, FL; Client: City of Marathon: Responsible for the park master plan and design for the creation of a beach-front park with dune access, volleyball courts, playgrounds, beach amenities, dune and turtle nesting habitat restoration. Redlands Fruit and Spice Park, South Dade, FL; Landscape Architect/Project Manager; Client: Miami-Dade Park and Recreation Department: Botanical garden design showcasing the relationships between agriculture and culture, with particular attention to creating an around-the- world thematic design with thoroughness in details about planting arrangements, cultivated species and spatial qualities. Corridors Beautification Master Plan, Weston, FL; Landscape Architect; Client: City of Weston: Responsible for the coordination of drainage improvements and roadway design components through the development of a master plan and landscape design for planting and branding along all major thoroughfares of the city, including lighting and gateway features. This master plan set the tone for all subsequent roadway planting for the following 15 years. Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Associate, Director of Landscape Architecture YEARS OF EXPERIENCE 30+ YEARS WITH THE FIRM 23 EDUCATION B.S. Landscape Architecture, Texas A&M University, College Station, 1987 CERTIFICATIONS AND LICENSES Registered Professional Landscape Architect, Florida No. 0001328 Registered Professional Landscape Architect, South Carolina, LSA No. 1485 PROFESSIONAL ASSOCIATIONS American Society of Landscape Architects, Miami Section Chair 1997 - 1998 Broward Section Chair, 2003 - 2004 State Conference Sponsorship Chair, 2000 ASLA Executive Committee, 2004 - 2007 Magic of Landscape Epcot Flower Show Board Member, 2006 - 2007 Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C, Page 2 Joe Di Maggio Children's Hospital Vistor's Clubhouse, Hollywood, FL; Landscape Architect/Project Manager: Client: Memorial Healthcare System: Responsible for the site and landscape design for a restorative garden with a playground area specifically for the use by children users of the Joe DiMaggio facility. Special attention was made to the creative design process, branding and the selection of equipment, furnishing and site design details that accommodated for at-grade-level activities for wheelchair- bound users. Miramar Parkway Landscape Improvements, Miramar, FL: Landscape Architect/Project Manager; Client: City of Miramar: Prepared conceptual designs for gateway features at the entrance into the City. The designs included architectural elements, branding, urban greenways and character planting. Patricia A. Mishcon Athletic Field, North Miami Beach, FL; Landscape Architect; Client: City of North Miami Beach: Developed site design for an active park facility with multiple fields that established a strong connection to an adjacent linear park housing the City's annual Italian Festival. Firestation Plaza, Delray, FL: Client: Delray CRA: Led a team of site designers and engineers in the development of a public plaza on a primary threshold into the downtown CRA area. The plaza consisted of specialty permeable paver selections, intricate paving design pattern detailing, planting design, historical plaque inserts, lighting and drainage design. A retention pond was converted to a water garden enhanced by wetland species and stately Cypress Trees to enhance the Fire Station Plaza. Community Enhancements, Bay Harbor Islands, FL; Landscape Architect; Client: Town of Bay Harbor Islands: Led a team of civil, utility, traffic and electrical engineers and construction administrators for the creation and implementation of a Town-wide community enhancements project that consisted of specialty paving strategies throughout the community for beautification and traffic calming, irrigation, planting design, water main replacement, storm water management, and street lighting. CGA was successful in conducting all the necessary public outreach and coordinating with each property owner to ensure that existing paver driveways and specialty finishes unique to each property were matched with careful detailing and design. Kane Concourse Beautification, Bay Harbor Islands, FL; Landscape Architect; Client: Town of Bay Harbor Islands: Responsible for the oversight of hardscape and planting of streetscape improvements for the Town’s business district, including, street furnishings, wayfinding, and irrigation. Campus Support Facility, Miami, FL; Landscape Architect/Project Manager; Client: Florida International University: Responsible for the design of a public plaza design for passive outdoor uses, including a water feature, bronze sculpture, planting and irrigation design through careful coordination with the architectural character of the surrounding building. Oak Grove Park, North Miami, FL; Landscape Architect/Project Manager; Client: City of North Miami: Designed a new site plan for two tennis courts which required the relocation of six large Oak and Gumbo Limbo trees. The design included technical specifications for the tree relocations which included one very large Oak with a 36 inch DBH and several 12-18” relocations. The scope included all the specifications for the tennis courts, adjacent walkways and construction administration services. Middle Beach Recreational Corridor, Miami Beach, FL; Project Manager; Client: City of Miami Beach: Leads a team of designers and engineers in the design, engineering, planting, and permitting of a 2-mile stretch of a 15-foot wide ocean-front hardscape pathway connecting Indian Beach Park to Allison Park. The project includes public outreach, existing vegetation assessments, grading and drainage, hardscape design, dune restoration, irrigation design, permitting with various state and local agencies, and construction administration. Andrews Avenue Transportation Enhancement Grant, Oakland Park, FL; Role: Project Landscape Architect; Client: City of Oakland Park: Project Role: Leads a team of designers in the design, The project included public outreach, Tree Disposition Plans, a new median with mid-block crossings to address safety issues, planting design to enhance the streetscape and hardscape design, irrigation design. The focus of the redesign was to apply Complete Streets’ principles to the corridor including narrowing travel lanes and provisions for bicycle lanes. Coordination with FDOT, Broward County MPO and the City of Oakland Park was completed to obtain the 1 million dollar grant. Our department designed a park for a walk-to small neighborhood park. The design made use of specialty paving treatment and environmental graphics to establish a thematic historical narrative as a fundamental part of the composition. References Former Public Works Director of North Lauderdale George Krawczyk, PE Tel: 954.650.4654 Former Director of CRA in Delray Beach, FL Jeff Costello Tel: 561.573.1486 City of West Palm Beach Suzanne Berglund, PE Engineering Manager Tel: 561.494.1075 SUMMARY OF QUALIFICATIONS Mr. Conner has more than 30 years of combined experience in municipal, commercial, and private sector work. As a Registered Landscape Architect and a Certified Arborist, he is also knowledgeable in all aspects of urban and community forestry planning and tree inventory and appraisal - particularly in built-out environments in the South Florida area. His expertise lies in park design, site planning, hardscape and landscape design. He also has successful experience in public space creation and park planning, environmental mitigation, contract administration, site inspections, and grant writing. He will contribute his expertise in park master planning, capital projects management, grant coordination, native planting design, arborist services, and landscape construction administration for park and landscape projects. EXPERIENCE John U. Lloyd State Park–Boardwalk Replacements, Dania Beach, FL; Lead Designer; CLIENT: Florida Department of Environmental Protection: Prepared detailed design plans and construction drawings for the replacement of four existing wood boardwalks providing beach access at the park. Mr. Conner conducted an extensive inventory of existing trees in the areas adjacent to the four boardwalks and also assisted with the environmental permitting for the project. CGA’s fees: $46,000 Andrews Avenue Improvements – Transportation Enhancement Grant, Oakland Park, FL: Landscape Architect, Lead Designer. Developed a new planting and irrigation design for the major improvements to the Broward County roadway through the City of Oakland Park as part of a Broward MPO Grant. Mr. Conner was responsible for all permitting and coordination of approvals through various agencies, as well as the City of Oakland Park’s review process. The design for the roadway includes new medians, reduced lane sizes, and new bike lanes in addition to the landscape enhancements. Peace Mound Park, Weston, FL; Project Manager, Lead Designer; CLIENT: City of Weston: Responsible for the design detailing and construction administration of a waterfront passive park with the purpose of ensuring he celebration of existence of an archaeological Tequesta Indian burial mound. Mr. Connor was responsible for conducting an audit of over 200 existing trees, determining their health and relocation parameters, and coordinating the mitigation of any vegetation that needed to be removed. Miami Gardens - Parks Bond - Construction Management; Miami Gardens, FL; Project Landscape Architect: Assisted the City staff with the implementation of a $60 million bond program for parks improvements. This includes conceptual site designs, cost estimates, and development of all design-build standards and specifications for 14 parks City-wide. Five of the parks in Phase One of the program are currently under construction, and another five parks have been designed and are in the site plan approval stage. Rolling Oaks Park – Pedestrian Trail, Miami Gardens, FL; Project Manager, Lead Designer; CLIENT: City of Miami Gardens: Designed a 1.5-mile-long pedestrian trail through Rolling Oaks Park. The trail included new L.E.D. site lighting, fitness equipment, and benches. A custom-designed, way- finding signage program was developed for all of the trailhead signs, directional signs, and mileage markers. The design of the trail was carefully laid out so as to not disturb the hundreds of existing like oak trees on the site. CGA’s fees: $140,000. Fort Lauderdale YMCA - L A Lee Miskel Community Center, Project Landscape Architect; CLIENT: YMCA of South Florida: Prepared the tree preservation and relocation plans, landscape plans, and irrigation design for the development of a new YMCA and multi-use facility located on West Sistrunk Boulevard in Fort Lauderdale, FL. The new four-story building shall include ground floor retail, a childcare facility, community college classrooms, and a small theater/auditorium, in addition to the gymnasium, swimming pool, and other YMCA facilities. Michael D. Conner, PLA, ASLA, ISA Landscape Architect YEARS OF EXPERIENCE 30+ YEARS WITH THE FIRM 15 EDUCATION B.S., Landscape Architecture, Ball State University, Indiana, 1985 B.S., Environmental Design, Ball State University, 1985 Ball State Honors College Sigma Lamba Alpha, Landscape Architecture Honor Society CERTIFICATIONS AND LICENSES Landscape Architect, Florida License #LA0001181 ISA Certified Arborist License #FL0777 PROFESSIONAL AFFILIATIONS American Society of Landscape Architects, Chairperson 1990, Broward Section Landscape Inspectors Society of Florida International Society of Arboriculture SUMMARY OF QUALIFICATIONS Mr. Feoli leads the Landscape Department in creative design strategies for urban environments with specialties including urban design, contextual analysis and branding. He will contribute his experience in providing CGA’s master planning, transit-oriented designs, community participation efforts and graphic communication services. His experience has encompassed a wide array of project-types, and his strengths lie in connectivity plans, streetscapes and urban interventions, park design, and form-based urban designs and planning strategies. EXPERIENCE Doral Boulevard Beautification Master Plan, Doral, FL Project Manager, Lead Designer, Workshop Facilitator; Client: City of Doral: Responsible for crafting a streetscape and urban design master plan for Doral Boulevard envisioned as the primary emblem of the City. Mr. Feoli was responsible for all landscape and planning components of the project, which created distinct planning 'character' zones that would impact relationships of the built environment with the resultant quality of spaces being generated, the creation of dedicated public realm components and design standards for each, access management design recommendations, signage and gateway features, and identifying architectural relationships to improved sidewalk design and parking design recommendations. This document and its vision has been the guiding document for all areas abutting the Boulevard and has been used by the City as a contributing guide for the development of Downtown Doral, focused on safe, pedestrian-friendly, high- quality environments. North Shore Open Space Master Plan; Project Manager, Lead Designer, Public Outreach Facilitator; Client: City of Miami Beach: Responsible for the development of a future 26-acre waterfront park at the City’s northernmost end will create a more inviting, iconic and safe amenity, serving the City’s North Shore community, which will enhance access to the waterfront and preserve large patches of natural beachfront habitat. The team will provide needed improvements including public space design, iconic elements, pedestrian entrances, multi-use spaces, pedestrian beach access, multi-use walkways, branding, lighting and open areas, art-in-public spaces, sustainability standards for development and design, while also integrating it with the surrounding neighborhood. Lloyds Estate Drainage Park Project, Oakland Park, FL Lead Designer; Client: Oakland Park, FL: Responsible for the programming and design of the project site, conducting the necessary public outreach to gather Commission approval and coordinating important aesthetic and sustainable improvements with engineering needs of the project. Mr Feoli was responsible for the conceptual design of all material selections and palette, retaining walls, fences, lighting, branding elements, and planting. Middle Beach Recreational Corridor, Miami Beach, FL; Assistant Project Manager, Lead Designer, Public Outreach Facilitator; Client: City of Miami Beach: Responsible for coordinating all engineering and environmental efforts associated this 2-mile long linear multi-use trail project on State- owned lands, as well as responsible for all planting and hardscape design and public outreach. Mr. Feoli conducted one-on-one meetings with over 39 condominium properties to gather support for the project, responded to residents’ concerns, and addressed design restrictions set forth in the Florida Administrative Code and balance those against resident's expectations. Mr. Feoli is also responsible for coordinating all State and local agency permitting processes and negotiating with the FDEP dimensional restrictions on the beach walk's width to meet the directives of the City Commissioners. Gianno Feoli Landscape Architecture & Urban Design, South Florida Region YEARS OF EXPERIENCE 23 YEARS WITH THE FIRM 15 EDUCATION Master of Landscape Architecture - Florida International University (FIU) School of Architecture Miami, Florida B.A., Architectural Studies - Florida International University (FIU) School of Architecture Miami, Florida PROFESSIONAL AFFILIATIONS American Society of Landscape Architects Underline - Design Advisory Committee SUMMARY OF QUALIFICATIONS Mr. Mendoza directs the landscape architectural staff in all code compliance and site design issues, ensuring that Quality Control and construction documents are consistent and thorough, while meeting location-specific permit criteria. He will contribute his expertise leading and directing the production and development of construction permit plans, site detailing for constructability and irrigation design. EXPERIENCE Joe DiMaggio Children's Hospital Visitor's Clubhouse - Conniene's Corner; Hollywood, FL: Developed plans and details for the design of a restorative garden with a playground area specifically for the use by children users of the Joe DiMaggio facility. Special attention was made to the creative design process branding and the selection of equipment, furnishing and site design details that accommodated for at-grade-level activities for wheelchair-bound users. The design concept for the park initiated from the checkerboard pattern of a mowed baseball field, which influenced the safety surface design and provided a colorful impact for the patients and families of this important facility. Joe DiMaggio Children's Hospital; Hollywood, FL: Irrigation Designer. Designed the irrigation system for the new hospital to include both reclaimed water and portions with potable water where sensitive sterile environments are a concern. In addtion, to the irrigation, the project included streetscape improvements on N. 35th Avenue, new custom bus shelter, the relocation of over 100 trees, new decorative LED light poles, and has received LEED accreditation at the gold level making it the first LEED Hospital in Broward County. Memorial Regional Data Center; Hollywood, FL: Developed plans and details for the relocation of vegetation and new planting associated with a data center facility along the boundary areas of the healthcare campus. Memorial West - Bed Tower Addition; Pembroke Pines, FL: Developed plans and coordinated details for the hardscape, as well as planting and irrigation design for the major expansion of the Memorial West Hospital facilities. Design of the landscaping and irrigation around the new building addition and main entrance into the hospital, as well as all of the permitting through the City of Pembroke Pines. Shops at Pembroke Gardens; Pembroke, FL: Coordinated closely with architects for the siting of buildings; created site plan design to accommodate and meet parking, fire safety, and circulation requirements; led all landscape and engineering design efforts to meet the experiential requirements of a life style center, focused on enhancing pedestrians' experiences through ample sidewalks, site furnishing, plazas, fountains and other amenities. This popular destination has been extremely successful and future additions are planned. Fire Station Plaza; Delray, FL: Developed plans and details for a public plaza on a primary threshold into the downtown CRA area. The plaza consisted of specialty paver selections, intricate paving design pattern detailing, planting design, historical fire department plaque inserts, lighting, irrigation, and drainage design. A particular area of the site also includes a rain garden with native wetland vegetation and indigenous Cypress trees providing shade to the plaza. This plaza serves as an important gateway feature to downtown Delray Beach where walkability and bicycling is a favorite past time for its residents and visitors. Marcos Mendoza Landscape Design / Irrigation YEARS OF EXPERIENCE 24 YEARS WITH THE FIRM 20 EDUCATION Miami Dade Community College, Miami, Florida A.A. in Architecture Florida State University, Tallahassee, Florida SUMMARY OF QUALIFICATIONS Ms. Alonso is a Landscape Designer professional, with over 7 years of experience in landscape design, including park and planting design for both publicly-funded and private projects. Ms. Alonso contributes her experience in the creation of communication graphics, 3-dimensional renderings, providing schematic designs, and the development of construction technical drawings. EXPERIENCE Patch Reef Park Artificial Turf, Boca Raton, FL: Landscape Designer, CAD Technician. Developed site plans, performed technical tasks including the preparation of construction documents and construction details. North Lauderdale Gateway Park, FL: Landscape Designer, CAD Technician. Developed a design for a linear park for passive recreational use that will include an outdoor fitness area, playground area and a butterfly garden for educational purposes. Tamarind Avenue Streetscape, West Palm Beach, FL: CAD Technician. Provided rendering of typical street sections with new planting material along with the selection of site furnishings, lighting and bike racks to improve Tamarind Avenue. Mills Pond Park, Fort Lauderdale, FL: Landscape Designer, CAD Technician Developed a set of working drawings and illustration boards for the design, permitting, and construction of three new soccer/ lacrosse fields at the existing park. North Beach Oceanside Park, Miami Beach, FL: Landscape Designer. Conducted preliminary layout designs through schematic and design development phases. Developed site plans; performed technical tasks including the preparation of construction documents and construction details Windmill Park, Coconut Creek FL: Landscape Designer, CAD Technician. Developed site plans, and prepared construction documents, including construction details and technical specifications for the improvements to this park. Senior Family Center, Miami Gardens, FL: Landscape Designer. Created preliminary layout designs through schematic and design development phases. Developed conceptional site plans for the purpose of soliciting proposals from potential design/build teams. Betty T Ferguson Recreational Complex, Miami Gardens, FL: Landscape Designer Prepared preliminary site layouts through schematic and design development phases for the additional parking and other improvements being proposed for the existing athletic facility. Key Biscayne Civic Park, Key Biscayne, FL: Contributing Designer. Developed preliminary site plan designs and performed technical tasks, including the preparation of preliminary site plan and section renderings and illustration boards for the proposed improvements to this park. Indian Creek, Miami-Dade, FL: Landscape Designer. Developed a preliminary design of conceptual site plan for a promenade focused on enhancing pedestrians' experiences through ample sidewalks, furnishings, plazas and water features. Performed technical tasks including the preparation of site plan rendering, sections and furnishing selections. Davie Road Improvements - Phase One & Two, Davie, FL: Landscape Designer, CAD Technician. Developed site plans, and prepared construction documents, including construction details for new medians to this roadway. Andrews Avenue Improvements - Transportation Enhancement Grant, Oakland Park, FL: Landscape Designer, CAD Technician. Developed site plans, and prepared construction documents, including construction details for the improvements to this roadway. The design for the roadway includes new medians, reduced lane sizes, and new bike lanes in addition to landscape enhancements. Maria Alejandra Alonso, NCIDQ, ASID, ASLA Landscape Designer YEARS OF EXPERIENCE 7+ YEARS WITH THE FIRM 4+ EDUCATION Master of Landscape Architecture, Florida International University, Miami, Florida B.A. Interior Design Studies, The Art Institute of Fort Lauderdale, Florida CERTIFICATIONS & LICENSES Interior Designer # ID6618 PROFESSIONAL AFFILIATIONS American Society of Landscape Architects American Society of Interior Designers NCIDQ #34093 SUMMARY OF QUALIFICATIONS Mr. Mack is a Landscape Design professional, with over 4 years of experience in landscape and urban design, including park design and planting design for both publicly-funded and private projects. Mr. Mack has experience as an architectural fabricator and three-dimensional modeler for landscape architectural and furniture design. He contributes his experience in the creation of communication graphics, 3-dimensional renderings, providing schematic designs, fabrication strategies paired with parametric design, and the development of construction technical drawings. Mr. Mack is proficient in Rhino 3D, Sketchup, AutoCAD, the Adobe Creative Suite (i.e. Photoshop, Illustrator, InDesign, etc.), and other integral pieces to programs such as Grasshopper, Lumion, Rhino CAM, and Podium. EXPERIENCE SW 2nd Avenue Streetscape Project FTL DDA; Fort Lauderdale, FL (2018 - ongoing): Contributing Designer: Developed Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. Contributed to the selection of materials, palettes, lighting and branding elements. Middle Beach Recreational Corridor Phase III; Middle Beach, Miami Beach, FL (2016 - ongoing): Contributing Designer: Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. Key Biscayne Civic Park; Key Biscayne, FL (2016 - ongoing): Contributing Designer: Developed a preliminary design of conceptual site plan for a promenade focused on enhancing pedestrians’ experiences through ample sidewalks, furnishings, plazas and water features. Performed technical tasks including the preparation of site plan rendering, Sections and furnishing selections. Designed and developed fabrication strategies on key sculptural components, including parametric 3-dimensional modeling. North Beach Oceanside Park; North Beach, Miami Beach, FL (2015 - ongoing): Contributing Designer: Developed a preliminary design of conceptual site plan for the two main gateway plazas and continued developing the park site plan. Performed technical tasks including construction detail drawings of key park entities. Contributed to the selection of materials, palettes, lighting and branding elements. Contributed three-dimensional modeling aspects to both plaza components including: design and modeling within Rhino3D and parametric paver design modules using Grasshopper. 90th and 91st Streetscape Study; Cooper City, FL: Contributing Designer: Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. North Bay Road Pedestrian Bridge; Sunny Isles Beach, FL: Contributing Designer: Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. Sunny Isles Beach Pedestrian Overpass Park Study (2018): Contributing Designer: Performed technical tasks including preparation of 3D modeling and rendering, site plan drawings, fabrication strategies, and construction document detailing. Dominic James Mack, III, Assoc. ASLA Landscape Designer YEARS OF EXPERIENCE 4 YEARS WITH THE FIRM 2+ EDUCATION Master of Landscape Architecture + Environmental Urban Design, Florida International University, School of Architecture, Miami, Florida - 2018 PROFESSIONAL AFFILIATIONS American Society of Landscape Architects (ASLA) Broward Section Chair, Executive Committee - ASLA Florida, 2018-2019 Member-at-Large for Public Relations + Marketing, Executive Committee - ASLA Florida, 2019-current Public Relations + Marketing Chair, 2020 Conference Committee - ASLA, 2019-2020 Leadership Committee - Future Landscape Architects of America (FLAA) TAB E technical approach and understanding MIAMI-DADE COUNTY Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture CGA will serve as the prime consultant for the Continuing Architectural & Engineering Services for Landscape Architecture under this RFQ. Continuing service contracts are unique. Unlike contracts that are specifically drafted for the purposes of a singular project, we understand that you are looking for a qualified consultant that can satisfy the needs of upcoming projects: some known, some envisioned, some yet undefined. This requires more than simply hiring a consultant that has past experience engaging in continuing service contracts; this requires a consultant like CGA who has a track record of delivering results that are highly successful in satisfying the requirements and the undefined opportunities of any given project. What sets us apart from the competition is our approach and our methodology, both of which have been finely-tuned over the 20+ years that we have been providing continuing services for many of the local municipalities throughout South Florida for disciplines that cover the gamut of our service offerings. At every step of the way and on every project, we have managed to customize what we offer to fit and satisfy the unique needs of each distinct community. We haven’t done this by happenstance; it has been a product of deliberate intent and strategy. Our approach to the Village of Key Biscayne will be one that will be built on the input and collaboration with Village Staff as primary and critical stakeholders. The involvement of Staff in open, focused conversations about project requirements are a critical component of how we are capable to devise, design and deliver projects. This is all based on how we approach delivering service. In a nutshell: the success of our approach is because we focus on service as a driver for product. We believe that excellent service will lay the groundwork for the best iteration of a given successful project, mostly because by providing a responsive and collaborative framework our dedicated team will be better positioned to understand what are the performative goals for the project that the Village is seeking. That then allows us to best utilize our experienced staff and subject-matter experts to innovate how to tailor our technical knowledge for the nuances of each project. Developing projects, such as parks, streetscapes, drainage improvements, redevelopment analyses, etc. can very easily fall into the trap of the mechanical steps needed to produce the work. This is something that any qualified consultant can provide. But we are different; we go the extra step. For us it is important to understand WHY the improvement is being sought, because understanding the answer to that question defines how we develop its best solution in a completely different manner. This is why all of our projects are known for being tailored to meet the needs and the brand of each unique community. On many occasions, the real reasons why an improvement is being sought have less to do with the problem it is trying to fix and more to do with an aspiration that underpins the standing of that specific project in the list of priorities for the Village. This is especially true about the more visible projects or those projects that have greater reach and impact on the community. These could be about improving access and equity among the impacted residents; about improving the community’s quality of life; about achieving specific climate adaptation commitments; about preserving the quality and character of the ‘place’ that defines a community’s ethos; or a number of other aspirational goals. We invest time in asking the necessary questions to reveal what those aspirations are. Our goal is not to just fix any given problem; instead, we want to capitalize on every opportunity that exists when approaching a project to find a fix, while also tackling the issues that can make a project as transformative as possible for the benefit of the community. In order to achieve this, our work starts early-on, even before the kick-off meeting is held. We do this as background data collection in order to adequately prepare for the kick- off meeting where we seek to highlight the metrics for the project at hand and where we suggest what could be the value propositions that could potentially guide the project. Generally, our approach to developing, designing, and detailing projects takes on a waterfall approach, illustrated as follows: 9 Requirements and Gathering Documentation 9 Planning and Concept Visioning 9 Design and Development 9 Bidding Assistance 9 Construction Administration 9 Post-design Commissioning We say “generally” because every project is different and all circumstances impacting each project are unique. The more complex the project, the more tailoring we do to make sure that our methodology is appropriate and lines up with the vision that the overarching approach is seeking to achieve. But the first step is the most important one, because this is when we get to define the opportunities that each project has in store. The approach to all our services will vary, depending on the technical expertise of each discipline; however, all our services share the same notion that great service drives great product. As such, every project will start almost the same. Immediately upon being contacted for a new project, the Project Manager will convene a conference call with Village Staff and the Design Exploratory Team to better understand the needs that the Village is looking to satisfy. The Design Exploratory Team will be comprised, at a minimum, by the Project Manager, the Tab E - Technical Approach and Understanding Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Vision Lead and a Subject-Matter Expert, as based on scope understandings derived from the preliminary conversations between the Project Manager and the Village. The Design Exploratory Team will then be responsible for jump-starting the project analysis and defining the project in preparation for the kick-off meeting and the project plan. These include: 9 Conducting stakeholder interviews, where the stakeholders are defined as members of Village Staff, potentially an elected official that is leading a specific charge, or critical and key community leaders; 9 Conducting user interviews, where these could potentially be Village Staff who may be responsible for the operation or maintenance of the improvement and who can provide insights on specific metrics that need to be achieved in order for the project to succeed; 9 Conducting a site visit, where the team will make visual observations of potential project constraints, challenges and immediate site opportunities; 9 Preliminary analytics and document review, where these will facilitate for a larger discussion about other potential connections or impacts to other planned projects that may augment the value of the proposal; and 9 Design benchmarking, where critical goals and objectives are defined for the project that can be proposed and further discussed with Village Staff during the Kick-off Meeting. Based on those preliminary conversations, interviews and understandings, the Design Exploratory Team will begin to draft project scoping and contract metrics, including schedule, budget, and critical path components. These will be issued to the Village Staff for review and comment. Once the project scope and area have been agreed upon, we will then prepare a work order document. This document will include a description of the project, to include but not limited to: 9 The scope of services to be performed; 9 Schedule of professional fees; 9 Labor matrix; 9 Preliminary schedule; and 9 Preliminary engineer’s opinion of probable costs. Once these are defined, the Team will develop a custom, unique project plan, focused on targeting critical milestones that the Village has pre-determined, process, and incorporations of opportunities for any necessary public outreach and engagement strategies, as well as factoring-in opportunities to collaborate with Village Staff in the review and comment of submissions. Once these are all assembled, the Team and the Village will confer to hold a Kick-off Meeting. The assembled design team will be introduced to the scope, the budget and the timeline, and the PM will define the various elements of the project and the quality control/quality assurance requirements at this meeting. The metrics for success, targets for performance targets, as well as finalizing the strategy for public outreach roll-out will be discussed and agreed-upon between all attendees. The goal is that all attendees exiting the Kick- off Meeting, including Village Staff, understand the project approach, the timeline, the methodology, and the project plan. From that point moving forward, each different project type will enter into its unique trajectory of development, consistent with the best practices towards the goals of that particular project. The project plan will remain updated as a ‘live document’, and the Project Manager will regularly review the status of the project to ensure that the CGA Team is meeting the project’s schedule and budgetary requirements as initially defined, and update the Village of the project’s progress. CGA’s Approach to Addressing Constructability of Projects and Providing Accurate Estimates The CGA team will continually assess constructability for a project during all phases, from conceptual design through development of construction documents. In the early stages of a project, the lead project engineer or task manager will identify site constraints and general barriers to constructability (such as site access or availability of materials) and develop solutions to move the project forward. As a design project matures and progresses toward developing construction drawings and technical specifications, and depending on the project size, risk, and complexity, the lead project engineer or task manager will engage CGA’s construction professionals to seek guidance and input. CGA makes it an embedded process in engaging our team of construction professionals during the design phase, as their unique perspectives often provide insightful input which ultimately results in delivery of a more efficient and constructible project design. Our engineers have extensive experience developing cost estimates at all phases of a project. During conceptual design, rough order of magnitude (ROM) estimates are often prepared to assist in planning and decision-making regarding alternatives and funding requests. As more components of the project are detailed and specified, the assumed percentage for ancillary items are replaced with actual plan quantities. With each design milestone, the cost estimates are refined and compared to the project budget. The unit prices in the cost estimates are constantly being updated with the best available information. Our Construction Services and Engineering departments maintain a database of historical and current construction costs, compiled from the actual bid results of our past projects. This allows the unit prices in the cost estimates to reflect the current construction trend. If a project is in jeopardy of being over budget, immediate Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture attention is provided to address why and determine what steps need to be taken. Supervision of Project Team & Project Management Effective supervision and project management requires inclusive ongoing communication throughout the entirety of the project. It is the critical tool in tracking budget, scheduling and quality of deliverables; and also to immediately identifying and finding solutions to unexpected conflicts or issues that may arise. In addition to the supervision and management system points incorporated into our approach, the following also applies. CGA’s staff has worked on projects over a span of several years with professionals who have successfully served and continue serving municipalities throughout Florida on similar type contracts. The entire team will be included in the project kick-off meeting to ensure their expertise is effectively incorporated into the scope, budget, timeline, and roles and responsibilities. They will also be included in all team meetings that involve their scope of services. The Project Manager, will maintain close communication with the designated Village contact for the project throughout the duration of the project. Progress meetings are an effective communication tool throughout the implementation of a project. Depending on a project’s size, schedule, and/or complexity, project meetings can be held with the project team at regular intervals. An agenda outlining specifically what needs to be accomplished at a progress meeting is essential, as well as the distribution of a list of assigned follow-up tasks. Generally, typical progress meeting topics include, the project schedule, budget, work quality, or, if applicable, any corrective actions. The Project Manager will be responsible for organizing all progress meetings and establishing the agenda and follow- up documents. Ideally, face-to-face kick-off meetings provide an opportunity to meet all team members; however, during the pandemic and throughout the duration of the project, Go-to-Meeting, web-based meetings, or conference calls provide effective venues that many times are easier to schedule and easier for the team members to attend. These types of communication venues need to be included to supplement face-to-face meetings to ensure meetings are held in a timely manner and with maximum attendance. Utilization of SKYSITE will also be incorporated into the project management procedures to ensure complete and current files and documents are available to all team members. The Project Manager will be available to the Village when requested to address any aspect of the project. No changes or alterations to the project scope will be made without full coordination with and approval by the Village. Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture LANDSCAPE ARCHITECTURAL Architectural and Landscape Architectural services are quite unique in that each project lends itself to site specific conditions and approaches. For example, a service request from the Village for a one time, one purpose design concept, varies greatly from a request to develop and design a roadway enhancement with construction documents and site observation services to a design for a custom bus shelter to a request to bid out and administer the contracts for a complete park redevelopment. However, the following general procedural steps and practices will apply: Scoping Meeting: Prior to being awarded a specific project by the Village, Project Manager will meet with the Village to determine the specific requirements of the project, timeline, staffing needs, coordinating partners, chain of contact, deliverables, project budget and what supporting elements, if any, the Village may be providing. The Project Manager will then prepare an understanding of scope, preliminary project timeline and budget to be confirmed by the Village. Any adjustments due to circumstances such as changing conditions or change of the original scope occurring throughout the duration of the project will be reviewed with the Village and adjusted as necessary upon Village approval. Kick-off Meeting: Upon concurrence of the scope, timeline, and fees with the Village, Project Manager will meet with the full project team to introduce the scope, the budget, the deliverables, the timeline, and each team member and/or partner’s role and responsibilities in the project. The Project Manager and the team will define the various elements of the project and describe the quality control/quality assurance requirements at this meeting. The team will determine appropriate sequencing of work and determine availability of each team participant and project partners. Project challenges and conflicts will be discussed and identified at this meeting. A progress schedule will be established. Progress Updates: Ongoing, the Project Manager will continually review the progress of the project to assure meeting the project timeline and budget as approved by the Village. The Project Manager will maintain close communication with each team member and any coordinating partner on the team, and will periodically update the Village PM of the project progress. As scheduled, or requested by the Village, the Project Manager will coordinate progress meetings and provide deliverables to The Village. Communication: Management of long-term contracted services (such as Tree Inventory Plans) will require regular communication with Village staff. Where applicable, we will also work closely with the Village and ensure timely and complete data input into the Village’s Work Authorization tracking and processing software system is conducted to ensure work–in-progress is tracked and documented, and work completion is documented and recorded as specified by the tracking system. Understanding of the Scope of Services We provide a broad array of services to meet all of the Village’s needs. A few of these include hardscape, greenway and streetscape design; recreational and park facilities design; municipal landscape code review and inspection services; redevelopment master planning; arborist and vegetation services; and, of course, development of planting Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture plans for various conditions, including parks and open space, roadways and roundabouts, custom bus shelters, decorative hardscape, environmental mitigation, buffer creations, and site planting design. The design team has developed a tiered approach to project design development. This has proven to be an effective and customizable mechanism to ensure proper development of a project, with the inclusion of the client or stakeholders in the process. This process is briefly outlined as follows: • Inventory – Throughout the inventory phase, all pertinent information affecting the design and impact of a project are assembled and graphically represented, if required by the client; • Analysis – Once all the information has been assembled through the inventory phase, design staff conducts analyses to interpret the data – principally to identify and foresee any potential conflicts and constraints, as well as to shed light on additional opportunities available that will further the success of the project, be it via design or through the logistical process of documentation, permitting or construction; • Design Schematics – Conceptual design schematics are presented that describe the overall concept of and vision for the project, program distribution and potential detail and material finishes that will contribute to the finish character; • Stakeholder Input - It is essential to engage and include stakeholder input early on in the design process to obtain buy-in from those individuals most impacted by the project. Design schematics allow for modulation of the design to meet the needs and requests made by stakeholders. It also presents a stage of the process that conveys commitment and process from the investor; • Design Development – Once stakeholder input has been obtained and compromises have been made, if necessary, the design then enters into a development phase wherein our design team narrows in on the details and specificities of the project, pending a final design approval by the Client; • Coordination - Our team’s Project Manager will maintain a strong and efficient communication link between the Village’s Project Manager and/or designee, as directed; • Design, Review and Deliverables - CGA will deliver a cohesive design implementation solution for the improvements, paying close attention to risk assessments and necessary milestones to achieve and guarantee the successful implementation of the project’s design and goals; • The Design Team and Village Staff will work closely together to steer the project in the desired direction, with periodic design reviews and preprocessing and permitting services; • Construction Documentation – Once an approval for the design has been obtained, CGA employs its experienced and skilled technical staff in the preparation of the contract and construction documentation necessary to take the project into fruition; • Project Administration – CGA’s municipal staff can administer the distribution of bid documents and packages to bidding parties, maintaining and documenting processes in accordance to regulatory standards that dictate appropriate procedure. CGA dedicates staff from our Construction Administration Department to ensure that the bids retained by the Village are adequately priced and detailed, and after careful analysis a report is prepared wherein a ranked recommendation is made to the Village for final selection; and Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture • Construction Management and Administration – At the discretion of the Village, CGA has certified and registered staff that may remain on-site on a regular or as-needed basis to guide and administer all construction processes in representation of the Village. This service provides the ease of mind that conflicts will be quickly resolved, delays will be minimized and final budgeted costs will be held to through completion. CGA recognizes the need to develop strategies that increase urban canopy, promote good tree and vegetative coverage and health, support the benefits of cooling micro-climates, collaborate with overall wayfinding strategies, and enhance gateway and entrance monuments. We understand the desires to implement Village-wide landscape strategies and streetscape improvements to foster increased pedestrian safety, promote traffic calming, and upgrade community aesthetics. Finally, we are cognizant of the need to deliver landscape improvements that employ the water conservation through the use of Florida Friendly principles, appropriate vegetative planting detail to ensure proper root-growth, water conservation irrigation design standards, and fostering sustainable stormwater management practices through the use of landscaped bio-swales and pervious strategies. TAB C proposer's qualifications 530 CRANDON BOULEVARD Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Calvin, Giordano & Associates, Inc. - List of all public/private clients for the past three(3) years prior to the issuance of this RFQ. Examples of some projects completed for clients can be found immediately following this list. • 13th Floor Investments, Inc. • 1930 N 30 Road, LLC • 1940 N Road, LLC • 2-1-1 Broward • A & M Builers • ACAI Associates, Inc. • ACE Inspection Services • Adele Fiensmith • Advans Investments, LLC • AECOM • AL Blair • Alan Daar • Alan Gerwig & Associates, Inc. • Albert Kava • Alex Amadeo • Alex Reznik • All American Shutters • All Terrain Environmental, Inc. • Alliant • American Maritime Officers • AMP Residential • Andrea Steele Architecture • Angelo & Banta, PA • Annie Moore • Anthony Sakal • April Properties, LLC • Art Maus • Atlantic Pacific/The Residences of Hollywood Beach • AUM Construction • Avid Asset Properties, LLC • Azur Equities • Bal Harbour Village • Baoyu Chen • Barbara Gillice • Barry Diamond • Beach to Bay Connection & South Walton Community • Beacon Civil Engineers • Bejar Construction • Bernice Cohen • Beverly Shorin • Bobs Pools & Screens • Bomar Builders Incorporated • Boynton Barbell Center • BPN Partners • Brenda Ross • Brett Elhilow • Bricko, LLC • Brookfield Property Group • Broward College • Broward County - Environmental Protection & Growth Management Department and Facilities Management • Broward House • Broward Motorsports • Burke Construction Group, Inc. • Cardinal Contractors, Inc. • Casa Macabi, LLC • Castle Florida Building Corp. • CC Homes • Celebration Pointe Holdings, Inc. • Centerpoint Properties • Chabad of Pembroke Pines • Chaminade-Madonna Preparatory School • Charles Magee • Chris Hudak • Chuck Lee • City of Belleair Bluffs • City of Belleview • City of Boca Raton • City of Boynton Beach • City of Burleson • City of Clewiston • City of Cooper City • City of Coral Gables • City of Coral Springs • City of Crystal River • City of Dade City • City of Dania Beach • City of Deerfield Beach • City of Delray Beach • City of Doral • City of Dunedin • City of Eustis • City of Fort Lauderdale • City of Fort Myers • City of Hallandale Beach • City of Hialeah • City of Hollywood • City of Homestead • City of Key West • City of Lake Alfred • City of Lake Mary • City of Lauderhill • City of Lighthouse Point • City of Marco Island • City of Margate • City of Miami • City of Miami Beach • City of Miami Gardens • City of Miami Springs • City of Miramar • City of New Smyrna Beach • City of North Lauderdale • City of North Miami • City of North Port • City of Oakland Park • City of Pembroke Pines • City of Plantation • City of Pompano Beach • City of Riviera Beach Community Development • City of Safety Harbor • City of South Miami • City of Stuart • City of Sunny Isles Beach • City of Tamarac • City of Tampa • City of Treasure Island • City of West Palm Beach • City of West Park • City of Weston • City of Wilton Manors • City of Winter Park • Claudia Kezner • Clearwater Yacht Club • Collins Development Company • Commodore Club West • Consor Engineers, LLC • Craig Ashley' • Creative Engineering, Inc. • Crestview & Rolling Oaks Estates - Homeowners Association • Crown Real Estate Management • Curtis & Rogers • Cymbal Development • Cypresshead Club, Inc. • D.P.F.G. Development Planning & Financial Group, Inc. • Dan Boulter • Dania Entertainment Center, LLC • Danz Contracting, LLC • Davey Resource Group, Inc. • David Dodge Tab C - Proposer's Qualifications Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture • Davie Community Redevelopment Agency • Debbie Love • Debborah Pressley • Debra Allocco • Debra Harris • Debra Haym • Delores Curry • Delray Beach Community Redevelopment • Dennis McMahon • Diane Kronstadt • DJV Development Group, LLC • DP Development, LLC • DPR Construction • Dr. Cathy Holway • Dynamic Inspection Services • Dynaserv • Eaglewood Homeowners Association, Golf & Tennis Club • Ed Pozo • Elain & Mark Sugarman • Elizabeth Frazier • Ellen Anmuth • Ellen Graham • Ellen Krass • Emerald Property Management Group, LLC • Emuna Construction • Environspec, Inc. • Esplandade Lake Club CDD • Farrell Holdings 1540, LLC • FDOT District IV • FDOT District VI • FDOT Turnpike Enterprise • Federal Home and Property Management • Firm Realty • Fisher Island Community Association • Fitzgerald Property Management • Florida Department of Environmental Protection • Florida Department of Management Services • Florida Department of Transportation • Florida International University • Florida Power & Light • Florida Public Utilities Company • Flow Way - Community Development District • Foreman Productions • Fort Lauderdale Downtown Development Authority • FP Dino, Inc. • Frances Skoler • Frank Palacios • Frank Stiso • Gabe & Cheryl Natale • Gadsden County Building Department • Gamma USA, Inc. • Ganot Capital, LLC • Gensler Architects • CH Builders, Inc. • GID Investment Advisers, LLC • GL Boynton Beach Associates • GL Delray Beach Associates, LLC • GL Lyons Road V, LLC • Glen Benino • Glenn Matonak • Global Restoration Team • Gloria Karp • Gold Oller Real Estate Investments • Goren Cherof Doody & Eszrol PA • Greater Boca Raton Beach & Park District • Gulliver Preparatory School • Gwendolyn Johnson-Randall • H W Lochner • Harriet Levy • Harwin - Tobin 1101, LLC • Hedrick Brothers Construction • Hendry County Building Department • Home Dynamics Corporation • Horsepower Electric, Inc. • Indian Creek Village • Innovative Designs of Dania, Inc. • J Howard Design • Jaia 172, LLC • James Corner Field Operations • James Silfies • Jamie Orens • Jane Cardenas • Javier Iglesias • Jean Marie Clancy • Jeff Aronin • Jeff Blake • Joan Meister • Joan Oliver • Joann Schwartz • Joel Phillips • Joelle Macklin • Joey Caparelli and Jeff Marks • John Burke • John Plotke • Johnson, Mirmiran & Thompson, Inc. • Joined Islands, Inc. • Jorge A. Gutierrez Architect, LLC • Jose Diaz • Jose Lozada • Josh Potler • Joyce Ucciardi • JSA Group, Inc. • Juan Espin • Judith Mallock • Judith Ranglin • Judy Singer • Jupiter Island Club • Kaller Architecture • Kanga Property Management • Kar Hall 2000, LLC • Karen Cullen • Karen Escalera • Kennesaw Juice • Kevin Bourke • Kevin Gaberlavage • Keystone Property Group • Kiewit Infrastructure South Co. • Kimley-Horn & Associates, Inc. • Kris White • L.T. Ranch CDD • Lakdas/Yohalem Engineering, Inc. • Laleh Gonsalves • Lambert Advisory Group • Larry Kotok • Lauderhill Housing Authority • Laurie Saraceno • Lea Castiel • Lennar Homes • Lennar Palm Atlantic Division • Leslye Danglade • Lila Sterna • Lisa & Jeffrey Feiler • Lois Gruneisen • Lois Raben • Lucian Kaminsky • Lynne Houle • M.T. Causley, Inc. • Maria Lopez • Marina Pointe Apartments, LLC • Marlin Engineering, Inc. • Martin Hanahan • Martin Rotter • Mary Avalon • Mausen Consulting • MEI Condominium • Melissa Summers • Melvin Alperin • Memorial Healthcare System Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture • Miami-Dade County • Miami-Dade TPO • Michael Christie • Michael E. Wood Consultants, Inc. • Michael Jaffee • Michael Kittay • Michael Nipon • Michelle Esposito • Mike Slocum • Milano at Miramar • Miromar Lakes CDD • MJ Roland • Modern Custom Design, LLC • Monica Palermo • Mr. Dean Crews • Mr. J. Michael Haygood • Nick McLelland • North Bay Village • North Miami CRA • One Park Place, LLC • Optimum Partners • Osceola County • Palm Beach County Water Utilities Department • Pearland RJR, LLC • Pembroke Harbor Water Management Assoc. • Persaud Law Group, Inc. • Phillips, Cantor, & Shalek, PA • Port Everglades International Logistics Center, LLC • Power Engineers Incorporated • Ram Realty Acquisitions IV, LLC • Raymond Jungles, Inc. • Rexmere Woods, LLC • Richard Leland & Jane Schwartz • Richgreens LP • Robins & Morton • Rose Architect • Royal Griffin Estates HOA • RPS Holding Group • S.R. Construction Services • Safepoint Insurance • Sally Beauty Supply • Saltz Michelson Architects • Sasaki Associates, Inc. • Saxum International • School Board of Broward County - Building Department • SDP Corp. • Seacor • Seminole County Purchasing • Shears of Faith • Shiff Construction & Development, Inc. • Silva Architects, LLC • Solano at Miramar • Solution Source • Song & Associates • South Broward Drainage District • South Miami Community Redevelopment Agency • Southeast Architect Services • Spec Building Materials, Corp. • Spring Engineering • SRS Management, Inc. • St. Charles Parish • St. Lucie County • St. Elizabeth Ann Seton Catholic • St. Moritz & Tivoli Homeowners Associations • Starwood Capital Group • Stiles Construction • Stoneybrook of venice CDD • Sunflower Nutraceuticals, LLC • Swenson & Ecuyer Realty • Synalovski Romanik Saye • Tampa Hillsborough Expressway Authority • Tatu Holdings, LLC • Ten Arquitectos • The Broward County Office of the County Attorney • The Club at Emerald Hills • The County of Prince George • The Hamptons West Condominiums • The Lasarte Law Firm • The Pointe at Middle River HOA • The Tile Empire • Tindale-Oliver & Associates, Inc. • TKG-Storagemart Partners, LP • Tobin Properties, Inc. • Town of Bay Harbor Islands • Town of Cutler Bay • Town of Davie and CRA • Town of Dundee • Town of Ft. Myers Beach • Town of Gulfstream • Town of Highland Beach • Town of Hillsboro Beach • Town of Jupiter • Town of Lake Hamilton • Town of Lake Park • Town of Lantana • Town of Mangonia Park • Town of Medley • Town of Palm Beach • Town of Palm Beach Shores • Town of Pembroke Park • Town of Surfside • Tradewinds Motel • TS&B III, LLC • TY Lin International • U.S. Bank Wealth Management • Vecenergy • Velocity City Credit Union • Venezia Lakes Homeowners Association, Inc. • Viking Developers, LLC • Village of Biscayne Park • Village of Estero • Village of Indiantown • Village of Key Biscayne • Village of Palm Springs • Village of Palmetto Bay • Village of Pinecrest • Village of Sea Ranch Lakes • Virginia Joseph • Vitas Healthcare Corporation • Vizcaya Towers, LLC • Vladimir Kitaygorodsky • VVG Real Estate Investments, LLC • Wallace Roberts & Todd, LLC • Walters Zackria Associates • Wannemacher Jensen Architects • Warren Henry Auto Group • Wentworht Estates Community Development District Eng Services • Westworth Electric • Whitehall Condo Association • William & Debbie Morowitz • Woodfield County Club HOA • YMCA of Broward County, Inc. Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Miami Beach (Ongoing) 1700 Convention Center Drive Miami Beach, Florida 33139 Point of Contact: Ariel Guitian Senior Capital Project Coordinator Phone Number: 305.673.6071 x 6732 Email Address: ArielGuitian@miamibeachfl.gov CGA has provided continuing professional services to the City of Miami Beach since 2004. Services include: • Civil Engineering • Environmental • Planning General • Construction Engineering Inspections (CEI) • Surveying • Landscape Architecture • GIS Services • Traffic Engineering Projects Completed for the City Includes: • Miami Beach North Shore Neighborhood • Block Beach Walk Construction • Electrical Power Distribution Design • Flagler Monument Solar Lighting • Miami Beach South Pointe Park – Pylon Lighting • Middle Beach Recreational Corridor Phase II • Middle Beach Recreational Corridor Phase III • All-Wheels Park Design Studies • North Shore Open Space Park • Police Department Emergency System Bidding and Construction Electrical ASA • Flagler Memorial Monument lighting ASA Update Electrical & Structural Plans • Beach Walk II Phase II – CEI • Middle Beach Phase III – Cultural Resources Assessment Survey • Police Department Roof Structural Analysis • Resiliency Cod eConsultant Services • Atlantic Way Width Redesign Modifications • NBOP Arborist Reports • Middle Beach Recreational Corridor Phase III – Arborist Reports • Police Department Electrical Assessment and Upgrades • Police Department Mechanical Plans for Generator Upgrades • Lummus Park/Indian Beach Park Survey – Middle Beach Recreational Corridor Phase III • Bay Drive Neighborhood Greenway • Urban Forestry Master Plan Middle Beach Recreational Corridor Phase 2 North Beach Oceanside Park Middle Beach Recreational Corridor Phase 3 Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Miami Gardens Professional Services (Ongoing) 18605 NW 27th Avenue Miami Gardens, Florida 33056 Contact Information Cameron Benson City Manager Tel No.: 305.622.8001 Email: CBenson@miamigardens-fl.gov CGA has provided continuing professional services to the City of Miami Gardens since 2013. Services include: • Civil Engineering • Environmental • Planning General • Construction Engineering Inspections (CEI) • Surveying • Landscape Architecture • GIS Services Projects completed for the City include: • Rolling Oaks Park Pedestrian Trail • Bank of America Traffic Reviews • GIS Mapping • Sign Code Rewrite • Hard Rock Stadium Pedestrian Bridges and Tunnels • NW 27th Avenue Corridor Beautification Project • NW 183rd Street - Phase II Beautification Project • Vista Verde Community Park • Parks Bond - Construction Management NW 27th Avenue Corridor Beautification Rolling Oaks Park Pedestrian Trail NW 183rd Street - Phase II Beautification Hard Rock Stadium Pedestrian Bridges & Tunnels Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Dania Beach Professional Services (Ongoing) 1201 Stirling Road Dania Beach, Florida 33004 Contact Information Fernando Rodriguez Director of Public Services Tel No.: 954.924.6808 x 3740 Email: FRodriguez@daniabeachfl.gov CGA has provided continuing professional services to the City of Dania Beach since 1996. Services include: • General Engineering and Architectural Services • Miscellaneous Planning • Design and construction management projects, such as, but not limited to, buildings, facilities, parks, roadways, drainage, structural, bridge, electrical, mechanical, traffic engineering, civil/ site planning, water and sewer, environmental assessments, and engineering, permitting, land use and zoning, architectural design and space planning, construction management, and project management • Construction Engineering Inspections (CEI), Threshold Inspections • Plans Review, Right-of-Way Permits and DRC Review • Landscape Architecture Projects completed for the City include: • Basin 5 Drainage Improvements Study • Dania Cove Park Rehabilitation and Shoreline Stabilization Project • Meadowbrook Pump Station and Phase I Stormwater Improvements • Lift Station #15 Rehabilitation • Dania Cut-off Canal Water and Sewer Subaqueous Crossing • Water Main Extension for Marina • Lift Station 1, 2, 3, 6 & 7 Rehabilitation • SE 2nd Avenue Water Main Extension • Public Services Fuel Station Replacement Dania Jai-Alai Onsite & Offsite Improvements Dania Cove Park Signs Dania Beach Streetscapes Dania Beach 5th Avenue Linear Park Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Town of Davie Professional Services (Ongoing) 6591 Orange Drive Davie, Florida 33314 Contact Information Jonathan Vogt Town Engineer Tel No.: 954.797.1137 Email: Jonathan_Vogt@davie-fl.gov CGA has provided continuing professional services to the Town of Davie since 1996. Services include: Roadway, Traffic and Transportation Engineering services including roadway design, signal design, maintenance of traffic "M.O.T.", traffic studies, second order storm drainage improvements, inspections, underground utility upgrades and other services as needed. Land Development, Civil-Site and Drainage Systems; engineering services for site developments projects to include planning, civil site and drainage improvements, preparation of construction documents, budgeting, approval, permitting, bidding, construction, final project closeout upgrades and other services as needed. Architectural Landscape; architectural services for the enhancement of areas which can include landscape design of parks, greenways and recreational facilities, pedestrian and bicycle networks, signage, general beautification projects and other services as needed. Surveying and Utility Locates; technical services to develop topographic and boundary plans, locate underground utilities, perform exploratory borings, generate location maps, collect GIS data and other services as needed. Construction Inspection; technical services for on-site construction inspection, certify construction to technical specifications, monitor project schedule, review pay applications, support project management activities and other services as needed. Includes Construction Engineering Inspection work for FDOT. Projects completed for the Town include: • Master Lift Station #8 • Davie Road Improvements Phase I and II • College Avenue Improvements Phase I and II • Nova Drive Improvements • Bamford Park Artificial Turf Conversion • System III 30" Overhead Pipe Replacement • Lift Station #9 Rehabilitation • Lift Station #18 Rehabilitation • Generator Replacement - WTP/WWTP - System II/III • WTP Improvement Nova Drive Davie Road Generator Replacement WTP Davie Road Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Weston Professional Services (Ongoing) 17200 Royal Palm Boulevard Weston, Florida 33326 Contact Information Denise Barrett-Miller Director of Communications Tel No.: 954.385.2000 Email: DBarrett@westonfl.org CGA has provided continuing professional services to the City of Weston since 1996. Services include: General Civil Engineering Services relating to the City's water, wastewater, roadway, stormwater infrastructure and parks. Specialties include but are not limited to landscape architecture, irrigation, and electrical engineering for parks and street lights. Traffic and Transportation Engineering Services relating to City's vehicular, pedestrian and bicycle traffic network and infrastructure. Environmental Engineering and Wetlands Management Services relating to the City's wetlands management, mitigation areas, lakes and aquatic vegetation. Other services included under this category include environmental audits and related activities; environmental impact studies; ecological, biological, groundwater and geological studies; and geotechnical reports. Services concluded in 2016. Surveying and Mapping Services relating to the provision of a wide range professional surveying and mapping of services includes but not limited to: boundary surveys; topographic survey and mapping; GPS and Geodetic Control Surveys; Record (as-built) surveys; utility & infrastructure layout and legal descriptions/documents. Engineering and Building Department Permitting Support and Services Projects completed for the City include: • Infrastructure Improvements • Stormwater Drainage Improvements • Bike and Pedestrian Master Plan • Force Main Modeling & Improvements • Library Park • Peace Mound Park • Grant Writing and Administration • Manatee Isles Bike Lane Weston Citywide Infrastructure Improvements Weston Citywide Infrastructure Improvements Peace Mound Park Cypress Bay High Dismissal Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Cooper City Professional Services (Ongoing) 11791 SW 49th Street Cooper City, Florida 33330 Contact Information Michael Bailey, PE Director/City Engineer Tel No.: 954.434.5519 Email: MBailey@coopercityfl.org CGA has provided continuing professional services to the City of Cooper City since 2008. Services include: • Engineering • Right-of-Way and Traffic Engineering • Land Surveying • Construction Engineering • Geotechnical Engineering • Environmental Permitting and Engineering • Preparation of Plans, Reports, Analyses, and Specifications • Construction Management • Planning • Construction Supervision and Administration Projects completed for the City include: • SW 53rd Court Drainage Improvements • SW 90th Avenue Traffic Analysis • Cooper City Sports Complex Restrooms • Natalie's Cove/Flamingo Gardens Drainage Improvements • Lift Station #53 Rehabilitation • SW 103rd Drainage Improvements • 90th Way and 91st Avenue Conceptual Streetscape Studies • Lake Drive Safety Studies • NE Quad Hydraulic Modeling • Lift Station #21 Replacement • City Hall Parking Lot Improvements City Hall Parking Lot Improvements Natalie's Cove Drainage Improvements Natalie's Cove Drainage Improvements Lift Station No. 21 Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Oakland Park Professional Services (Ongoing) 5100 NE 12th Terrace Oakland Park, Florida 33334 Contact Information Chris Lips Public Works Assistant Director Tel No.: 954.630.4441 Email: chrisl@oaklandparkfl.gov CGA has provided continuing professional services to the City of Oakland Park since 2013. Services include: • Civil Engineering Project Design • Construction Engineering and Inspection (CEI) • Grant Applications • General Planning Services • Utilities Engineering • Transportation Engineering • Public Relations Projects completed for the City include: • Lloyd Estates Pump Station • Bid Pack 9 Infrastructure Improvement Project (water, sewer & drainage design, permitting and CEI services) • Andrews Avenue Roadway Improvements • Landscape and Environmental Maintenance of Lake at Royal Palm Park • NE 16th Avenue Sidewalk Extension • CEI Services for Powerline Road Median Landscape Beautification • City-wide Tree Planting • Bid Pack 8 Infrastructure Improvements Project (water & sewer) • Oakland Park Station Plaza Improvements • NE 34th Court Improvements (between NE 2nd Ave and 11th Ave) • CEI - Oakland Park Boulevard (SR 816) Median Enhancements (from NW 21st Street to I-95) • CEI - NW 38th Street / Park Lane West Project from Powerline Road to Andrews Avenue • CEI - NW 39th Street Canal Trail Improvements • CEI - NE 38th Street / Park Lane East (from NE 11th Avenue to Andrew Avenue) Andrews Avenue Roadway Improvements Andrews Avenue Roadway Improvements Lloyd Estates Pump Station Oakland Park Station Plaza Improvements Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Pembroke Pines Professional Services (Ongoing) 601 City Center Way, 4th Floor Pembroke Pines, Florida 33025 Contact Information Charles Dodge City Manager Tel No.: 954.450.1040 Email: cdodge@ppines.com CGA has provided continuing professional services to the City of Pembroke Pines since 1991. Services include: • Civil Engineering • Water/Wastewater Utility Engineering • Surveying • Traffic Engineering • Landscape Architecture • Highway Design Services • Electrical Engineering • Planning Services Projects completed for the City include: • Pembroke Road and Grand Palm Drive Signal Analysis • WWTP Rehabilitation • Pando Property Boundary Survey • Pines Boulevard Highway Beautification Council Grant • Johnson Street Wellfield Survey • Pembroke Road Extension from SW 196th Ave to East of SW 208th Ave • City Center Parking Lot • Alternative Water Supply Project • Holly Lake Water Booster Station Improvements • Pines Boulevard and I-75 Interchange • Pines Village Water Main Replacement Phase I • Sodium Hypochlorite Rehabilitation & CO2 Injection System • Update and Simplify Land Development Code • Pines Planning Land Development Pines Boulevard and I-75 Interchange City Center Parking Lot Land Development Pines Village Water Main Replacement Pines Boulevard and I-75 InterchangePines Boulevard and I-75 Interchange Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of North Lauderdale Professional Services (Ongoing) 701 Southwest 71st Avenue North Lauderdale, Florida 33068 Contact Information George Krawczyk Public Works Director Tel No.: 954.724.7070 Email: GKrawczyk@nlauderdale.org CGA has provided continuing professional services to the City of North Lauderdale since 2005. Services include: • Civil Engineering • Landscape Architecture • Planning • Roadway • Traffic Engineering • Electrical Engineering • Land Surveying Projects completed for the City include: • Landscape Reviews • Traffic Studies • Doral and Rock Island Road Traffic Analysis • SW 17th Street, SW 82nd Avenue, and SW 83rd Roadway Traffic Improvements, and Utility Investigation • Rock Island Road Topographic Survey • Kimberly Boulevard Median Hardscape Designs • Gravity Filter Rehabilitation • Gateway Park Boundary Topographic MSD Memorial Park Gateway Park Gravity Filter Rehabilitation SW 17 St. & SW 83 Ave Roadway Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Fort Lauderdale Professional Services (Ongoing) 100 North Andrews Avenue Fort Lauderdale, Florida 33301 Contact Information Omar Castellon, PE, PMP, ENV SP Chief Engineer Tel No.: 954.828.4020 Email: OCastellon@fortlauderdale.gov CGA has provided continuing professional services to the City of Fort Lauderdale since 2008. Services include: • Roadway Engineering • Construction Administration • Utility Engineering, Marine Engineering • Construction Engineering Inspections (CEI) • Construction Observation / Inspection • Surveying and Mapping • Landscape Architecture Projects completed for the City include: • Bayshore Drainage Improvements • NE 13th Street Right-of-Way Survey • Sewer Pump Station B-10 • Mills Pond Park Field Improvements • Sewer Pump Station D-41 Replacement • George English Boat Ramps Replacement, Engineering Permitting and Construction Administration • Providence Park Site Lighting Design • Riverwalk Seawall Assessment • FDOT Streetscape Beautification / A1A & 17th Street Causeway • City Hall Cooling Tower Temporary Supports • Boundary and Topographic Survey - Provident Park • CEI Continuing Services Contract • Croissant Small Water Main Improvements • GTL WWTP Odor Control Evaluation • Mobility Management • NE 57th Street Water Main Replacement • Victoria Park Phase A & B • Downtown Mobility Hub Streetscape Improvements; Project # 12292-296 • Central Beach Alliance Pump Station D-41 Replacement (Riomar Street from Bayshore Drive to North Birch Road • Hector Park / Virgina Young Park • Pump Station B-22 A1A & 17th Street Causeway Mobility Management Water Main Improvements Mills Pond Park Field Improvements Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture City of Boca Raton (Ongoing) 201 West Palmetto Park Road Boca Raton, FL 33432 Contact Information Lauren Burack CIP Manager Tel No.: 561.338.7329 Email: LBurack@ci.boca-raton.fl.us CGA has provided continuing professional services to the City of Boca Raton since 2012. Services include: • Landscape Architecture • Environmental Engineering • Civil Engineering • Transportation Consulting • Surveying Services • Construction Project Management Projects completed for the City include: • Boca Bath and Tennis • Boca Utilities Guard House • Boca Sunflower Townhomes - Water Main Improvements • WWTP Drying Bed Rehabilitation • Patch Reef Park • Boca Sewer MH Replacements • WWTP SWM Permit Evaluation • Boca WWTP SFWMD Master Permit MOD Work Order No. 19 • Boca WRF Surveying of Utility Locates • Boca Palmetto Park Rd - SUE Services • Boca WWTP Compliance Sampling Station WA #18 • Intersection of Palmetto Park Road and NE/SE 5th Avenue Bath and Tennis Patch Reef Park Sunflower Townhomes Water Main Improvement Palmetto Park Road Intersection Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Firm's Business Licenses and/or Certifications Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture WHY CGA? The CGA Difference During this process, the Village will receive multiple responses from licensed, insured and qualified firms. Many engineering firms can obtain a license, insurance, and a handful of clients; however, it takes an Exceptional Staff managed by a dedicated leader to maintain a high level of standard. Cutting Edge Technology At CGA, it is important to provide the best end user experience for our clients. In order to provide cutting edge services, we have implemented systems company-wide that streamline processes or add value to our clients. These systems include: 9 State of the Art Surveying Equipment: Trimble GPS Units (Base to Rover and RTK), Leica C-10 3D Scanner, and Aerial Drones 9 INKforce™, a GIS based mobile application for Code Enforcement Tracking (CET), Building and Permitting Tracking (BPT), Fire Inspections Tracking (FIT), Planning and Zoning (PNZ) and Business Tax Receipts (BTR) (http://live.inkforce. net/); 9 Fleet of 145 new vehicles equipped with mobile computing systems and GPS trackers; 9 In-house software development team that is capable of customizing software’s to meet the ever-changing needs of our clients; 9 Ajera Project & Resource Management System; 9 Primavera and Microsoft Project scheduling software; and 9 Bluebeam, AutoCAD, ICPR. We pride ourselves on obtaining and mastering new technology ahead of our competitors, which enables us to provide an Exceptional Service to our clients. CGA utilizes Ajera to manage the full project lifecycle of each project. As one of our project management tools, the system controls all aspects of the project including accounting, project management, and resource utilization in real-time. This system is web- based allowing both internal and remotely placed employees full function capabilities via any Internet connection. The system not only keeps a “live” accounting of all of our projects budgets, earned to date, work in progress and estimate to complete, but it also allows Project Managers to assign and resource load our staff and projects. The image on the following page is an excerpt from the staff assignment screen, which allows two-way communication between staff and managers regarding the project status and individual workload. Staff Certifications and Achievements Our only asset which could surpass our technology is the knowledge and experience of our in-house staff. We currently employ over 370 employees who provide 22 distinct services, all of which are located in the tri-county area. A large number of our staff have worked for municipal governments and have been licensed contractors prior to entering their careers in the private sector. This mixed experience allows our team to envision and avoid areas of concerns prior to them becoming issues. The highlights of these employees are shown below: 9 21 Professional Engineers 9 71 Licensed Contractors 9 Over 50 NIMS Certified 9 Over 50 FEMA Certified 9 53 BORA Certified 9 8 LEED Accredited Professionals 9 2 Licensed Landscape Architects 9 6 Certified Arborist 9 2 Flood Plain Managers 9 Over 15 OSHA Certified 9 9 AICP Certified Planners Emergency Response CGA is proud of our history supporting municipal agencies in a time of need. In the aftermath of storms, particularly Hurricane Wilma and Hurricane Irma, CGA was able to assist numerous municipalities in the recovery effort. CGA deployed our team of over 80 National Incident Management System (NIMS) and Federal Emergency Management Agency (FEMA) certified staff to properly document the damage, manage, and assist in the recovery effort and FEMA funding. CGA’s support during this event assisted the cities in achieving their refund of recovery costs with FEMA funds. CGA understands Emergency Management services are not part of this contract. However, we are prepared to provide the Village with any support services requested in the event it is needed. Today, all CGA personnel deployed in the post disaster environment maintain the following training certifications: 9 National Incident Management System (NIMS) 9 Incident Command System (ICS) 100; 9 ICS 200 training (Field Personnel); 9 ICS 300 (Debris Supervisors/Managers); 9 ICS 400 (Debris Supervisors/Managers); 9 ICS 700; and 9 ICS 800. Village of Key Biscayne | RFQ No. 2021-08 | Continuing Architectural & Engineering Services — Landscape Architecture Project Manager Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Landscape Architecture Michael D. Conner, ASLA, PLA, ISA Gianno Feoli Marcos Mendoza Maria Alonso, NCIDQ, ASID, ASLA Dominic Mack, Assoc. ASLA In-House Support Services Civil Engineering Construction Administration Construction Inspections Estimating & Budgeting Electrical Engineering Environmental Planning Traffic and Transportation Engineering Surveying Geographic Information Services Website Development Village of Key Biscayne Organizational Chart Principal-in-Charge Chris Giordano, MSC, CCM Contract Manager Jenna Martinetti, PE SUMMARY OF QUALIFICATIONS Ms. Martinetti has over 16 years of engineering experience and is senior project manager for a large variety of projects related to roadway, site plan improvements, water, wastewater, and stormwater infrastructure projects in the South Florida area. Her project management experience includes design and retrofit of parks, roadways, water mains, sewage force mains, lift stations, fuel station, site design and stormwater projects as well as site planning, modifications, permitting, bidding documents, engineering during construction and project close-out. Ms. Martinetti’s highway design experience includes design for milling and resurfacing, widening, roadway reconstruction, safety improvement projects, ADA upgrades and compliance, drainage improvements, signing and pavement markings, traffic control plans, storm water pollution prevention control plans and complete streets incorporation. Her experience also includes utility coordination, participation in the quality control process, and local agency program (LAP) coordination, including agency certification assistance. Mrs. Martinetti has the advanced maintenance of traffic certification required to design and permit traffic control plans and has extensive experience with Hazard Mitigation Grant Program (HMGP), Local Agency Program (LAP) projects including Transportation Enhancement Program and Community Incentive Grant Projects (CIGP). SITE DESIGN PROJECT EXPERIENCE Hallandale CRA Resiliency Demonstration Parking Lot, Hallandale Beach, FL: The CRA owns a vacant lot at the NE corner of NE 3rd St and NE 2nd Ave and wanted to construct a parking lot that is a sustainable yet simple design in order to showcase the resiliency elements they desire from new developers. CGA provided two schematic layouts for the parking lot for the City to decide which conceptual layout they wanted. CGA met the City’s request to showcase a sustainable parking lot and to avoid drainage infrastructure by utilizing a combination of bioswales, pervious concrete, and a permeable paving system. LED lighting, electric vehicle charging stations, native plantings, and bike racks were also included in the design. Additionally, the design layout of the parking lot and spaces allows for the City’s potential conversion of the parking lot to a valet lot with mechanically stacked parking and a valet station. The plans were approved by City and CRA staff and permitting through Broward County Environmental Protection and Growth Management (EPGM) Division. 2019 - Current. Sage Beach Condominium, Hollywood, FL: Project Manager and EOR for civil site design for condominium complex located east of A1A on Hollywood Beach. Design and permitting included replacement of the water main, coordination of utilities, drainage design including a closed system with drainage wells and exfiltration trench as well as offsite roadway improvements for the two sites separated by South Surf Road. All utilities along Iris Terrace, Jasmine Terrance and South Surf Road adjacent to the project site were undergrounded. The offsite improvements were coordinated with the City CRA to incorporate the design features consistent with the City’s beach beautification projects. 2012 - 2016 Dania Casino and Jai-Alai, Dania Beach, FL: Senior Project Manager for site design for the onsite and offsite improvements required to upgrade the existing Jai-alai facility to accommodate a casino. Site plan processing, public hearing attendance and numerous site plan meetings were included in this process to achieve site plan approval through the City. Design and permitting for new offsite water mains, onsite service connections for water and sewer, site circulation, coordination of utilities, drainage design. Redesign of Fronton Blvd, a City owned roadway, was required as part of the developers agreement with the City. A median was added as well an additional southbound lane, new parking for the adjacent park, and two new entrances to the facility. 2013 - 2016. Jenna Martinetti, PE Contract Manager / Civil Engineering YEARS OF EXPERIENCE 16 YEARS WITH THE FIRM 16 EDUCATION B.S. Civil Engineering Florida State University Magna Cum Laude CERTIFICATIONS AND LICENSES Registered PE, State of Florida No. 69035 Advanced Work Zone Traffic Control Local Agency Program & Florida Highway Administration Certification and Recertification CBT FDOT Specifications Package Preparation FDEP Stormwater, Erosion Control & Sedimentation Qualified Stormwater Management Inspector OSHA 10-Hour Construction Safety and Health PROFESSIONAL AFFILIATIONS American Society of Civil Engineers Florida Engineering Society National Society of Professional Engineers Greater Hollywood Chamber of Commerce, Board of Directors, Trustee Greater Dania Beach Chamber of Commerce Active Member Hallandale Beach Area Chamber of Commerce Active Platinum Member Jenna Martinetti, PE, Page 2 PARK DESIGN EXPERIENCE Dania Cove Park Improvements, Dania Beach, FL: Project manager for the design and installation of park improvements including a pedestrian pathway, 2 picnic pavilions, benches, picnic tables, educational and entrance signage, and trash receptacles for Dania Cove, aka Fuzzy Bunny Park, in Dania Beach. The city needed design, permitting and construction completed in 13 months in order to meet the deadline for two separate grants funding the project. The project also included shoreline restoration using sheet pile wall, environmental and stormwater permitting, site grading, grant administration, and landscaping improvements. The project was completed in time for the City to receive the entire grant funding available for reimbursement. 2010-2012. Rolling Oaks Park, Miami Gardens, FL: Senior civil project manager for the design and construction of an ADA compliant pedestrian trail and associated retention areas within Rolling Oaks Park as well as wayfinding signage and ADA ramps at the intersections along a route through the surrounding neighborhood to connect the new trail in the park to an existing walking trail in the Dolphin Center Park located three quarters of mile away. In addition, the existing drainage permit for the master site plan had to be modified to account for the proposed trail improvements. These new drainage facilities had to be carefully planned to avoid removing any trees as well as limit impacts to the future master plan for the park. The design for the trail included new outdoor fitness stations, seating areas, LED site lighting and custom-designed way-finding signage for all of the trailhead signs, directional signs, and mile markers. 2012-2016. Oak Grove Park, North Miami, FL: Senior civil project manager for the design, permitting and engineering during construction for improvements to the existing park including two new tennis courts and new pedestrian paths and fitness trails throughout the park. The paving, grading and drainage plans also included modifications to the existing stormwater system to accommodate the new tennis courts and the additional pedestrian path while working around large existing Oak and Gubmo Limbo trees. A new water service for a drinking fountain and a hose bid for the new tennis courts was provided. 2013-2015. Windmill Park, Coconut Creek, FL: Senior Project Manager for the design of a 14 acre site redevelopment for site improvements to an existing park. CGA was a subconsultant to the architect for the site design modifications including ADA sidewalks, exercise stations, a parking lot improvements, pavement marking and signage, stormwater management, grading, stormwater pollution prevention, and utilities modifications to accommodate a reconstructed office building, two dog parks, and realigned tennis, volleyball and paddle ball courts. 2015 - 2018. Pine Island Park, Plantation, FL: Senior Project Manager for the complete reconstruction and re-design of the City’s signature 24 acre park, funded by the City’s GO Bond. Park improvements include relocating the existing parking lot, a new artificial turf field, a new natural turf field, new ADA pathways around the park, new playground, pavilion/stage, drainage improvements to the entire park and parking lot, and a new restroom, concession and maintenance building along with their associated water, sewer and power. The parking lot, courtyard and pathways are ADA compliant and have new lighting proposed. 2018 - Present. ROADWAY DESIGN EXPERIENCE David Road Complete Streets Phase 1 and Phase 2, Davie, FL: Senior PM for two phases of complete streets design for Davie Road; Phase 1 is from SR 84 to Nova Dr, and Phase 2 is from Nova Drive to SW 39th St. The scope included roadway widening, adding bike lanes, signalization at Nova Drive, signing and pavement marking plans, MOT, drainage modifications, lighting, wider sidewalks, reduced lane widths, ADA upgrades, installing a new median, and tree removal/relocations. Phase 1 project was partially funded by a County Incentive Grant. Phase 2 was a LAP funded grant project. 2013- 2018. Broad Causeway LAP Project, Town of Bay Harbor Islands, FL: Senior project manager for design and construction document preparation for adding a paved shoulder to the Causeway and replacing the pedestrian handrail along the waterways bridge. The project is an FDOT Local Agency Program (LAP) funded project requiring coordination and submittals to FDOT D6, including using their electronic review comment (ERC) system, as required due to the federal funding. Assisting the Town with their LAP Certification process is also included. 2017- Present References Town of Davie 6591 Orange Drive Davie, FL 33314 Jonathan Vogt, PE Town Engineer Tel: 954.797.1137 jonathan_vogt@davie-fl.gov City of Dania Beach 1201 Stirling Road Dania Beach, FL 33004 Dincer Ozaydin Public Services Deputy Director Tel: 954.924.6808 x 3617 dozaydin@daniabeachfl.gov City of Hallandale Beach 630 NW 2nd Street Hallandale Beach, FL 33009 Manga Ebbe Project Manager Tel: 954.457.3043 MEbbe@hallandalebeachfl.gov SUMMARY OF QUALIFICATIONS Ms. Cook-Weedon leads the Landscape Architectural staff, founded on her more than 30 years of landscape architectural experience with demonstrated strengths in creative design, graphic presentations, and planting design. She has successfully completed numerous large-scale projects, which encompassed design studies, planting designs, and the various interrelated professions and tasks necessary to manage the projects through to completion. EXPERIENCE Fort Lauderdale A1A North Galt Streetscape, Fort Lauderdale, FL; Landscape Architect/Project Manager: Client: Fort Lauderdale Transportation and Mobility Department: Responsible for the site and landscape design for a parking and streetscape project. Special attention was made to ensure the sustainability of the trees by utilizing silva cells in the planting process. Enhanced colorful planting was included to compliment this historic commercial district. ADA access was improved with the addition of ramps and improved safety for crosswalks. Tamarind Avenue Streetscape, West Palm Beach, FL; Project Landscape Architect; Client: City of West Palm Beach: Responsible for the landscape architectural portion of this critical neighborhood improvement project. Worked with the City Engineering, landscape and CRA staff to address the preservation of the existing trees and palms while also introducing large canopy trees along this corridor. Silva Cells were incorporated into the design to ensure that the proposed canopy trees would be sustainable and provide shade for the community for a long time. The streetscape design included buffering of the railroad edge, site lighting, on street parking with planted bulb outs, and seating areas for the community. The project included replacement of a water main, a sewer line and undergrounding of overhead utility lines. Gator Run Park, Weston, FL; Client: City of Weston: Responsible for the site design and planting specifications for a 5-acre community park including lighting improvements, continuous walking paths, children’s play equipment, planting and irrigation design near an elementary school. The design provided a butterfly garden and shade structures in proximity to and to build strong connections with the adjacent elementary school. Deering Estate at Old Cutler Bay, Palmetto Bay, FL; Client: Miami-Dade County Park and Recreation Department: Responsible for the historical restoration and landscape design of all park areas. The project included detailed archaeological planting design, habitat restoration and planting design, as well as hardscape design that was consistent with the historical character of the park. Sombrero Beach Park, Marathon, FL; Client: City of Marathon: Responsible for the park master plan and design for the creation of a beach-front park with dune access, volleyball courts, playgrounds, beach amenities, dune and turtle nesting habitat restoration. Redlands Fruit and Spice Park, South Dade, FL; Landscape Architect/Project Manager; Client: Miami-Dade Park and Recreation Department: Botanical garden design showcasing the relationships between agriculture and culture, with particular attention to creating an around-the- world thematic design with thoroughness in details about planting arrangements, cultivated species and spatial qualities. Corridors Beautification Master Plan, Weston, FL; Landscape Architect; Client: City of Weston: Responsible for the coordination of drainage improvements and roadway design components through the development of a master plan and landscape design for planting and branding along all major thoroughfares of the city, including lighting and gateway features. This master plan set the tone for all subsequent roadway planting for the following 15 years. Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Associate, Director of Landscape Architecture YEARS OF EXPERIENCE 30+ YEARS WITH THE FIRM 23 EDUCATION B.S. Landscape Architecture, Texas A&M University, College Station, 1987 CERTIFICATIONS AND LICENSES Registered Professional Landscape Architect, Florida No. 0001328 Registered Professional Landscape Architect, South Carolina, LSA No. 1485 PROFESSIONAL ASSOCIATIONS American Society of Landscape Architects, Miami Section Chair 1997 - 1998 Broward Section Chair, 2003 - 2004 State Conference Sponsorship Chair, 2000 ASLA Executive Committee, 2004 - 2007 Magic of Landscape Epcot Flower Show Board Member, 2006 - 2007 Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C, Page 2 Joe Di Maggio Children's Hospital Vistor's Clubhouse, Hollywood, FL; Landscape Architect/Project Manager: Client: Memorial Healthcare System: Responsible for the site and landscape design for a restorative garden with a playground area specifically for the use by children users of the Joe DiMaggio facility. Special attention was made to the creative design process, branding and the selection of equipment, furnishing and site design details that accommodated for at-grade-level activities for wheelchair- bound users. Miramar Parkway Landscape Improvements, Miramar, FL: Landscape Architect/Project Manager; Client: City of Miramar: Prepared conceptual designs for gateway features at the entrance into the City. The designs included architectural elements, branding, urban greenways and character planting. Patricia A. Mishcon Athletic Field, North Miami Beach, FL; Landscape Architect; Client: City of North Miami Beach: Developed site design for an active park facility with multiple fields that established a strong connection to an adjacent linear park housing the City's annual Italian Festival. Firestation Plaza, Delray, FL: Client: Delray CRA: Led a team of site designers and engineers in the development of a public plaza on a primary threshold into the downtown CRA area. The plaza consisted of specialty permeable paver selections, intricate paving design pattern detailing, planting design, historical plaque inserts, lighting and drainage design. A retention pond was converted to a water garden enhanced by wetland species and stately Cypress Trees to enhance the Fire Station Plaza. Community Enhancements, Bay Harbor Islands, FL; Landscape Architect; Client: Town of Bay Harbor Islands: Led a team of civil, utility, traffic and electrical engineers and construction administrators for the creation and implementation of a Town-wide community enhancements project that consisted of specialty paving strategies throughout the community for beautification and traffic calming, irrigation, planting design, water main replacement, storm water management, and street lighting. CGA was successful in conducting all the necessary public outreach and coordinating with each property owner to ensure that existing paver driveways and specialty finishes unique to each property were matched with careful detailing and design. Kane Concourse Beautification, Bay Harbor Islands, FL; Landscape Architect; Client: Town of Bay Harbor Islands: Responsible for the oversight of hardscape and planting of streetscape improvements for the Town’s business district, including, street furnishings, wayfinding, and irrigation. Campus Support Facility, Miami, FL; Landscape Architect/Project Manager; Client: Florida International University: Responsible for the design of a public plaza design for passive outdoor uses, including a water feature, bronze sculpture, planting and irrigation design through careful coordination with the architectural character of the surrounding building. Oak Grove Park, North Miami, FL; Landscape Architect/Project Manager; Client: City of North Miami: Designed a new site plan for two tennis courts which required the relocation of six large Oak and Gumbo Limbo trees. The design included technical specifications for the tree relocations which included one very large Oak with a 36 inch DBH and several 12-18” relocations. The scope included all the specifications for the tennis courts, adjacent walkways and construction administration services. Middle Beach Recreational Corridor, Miami Beach, FL; Project Manager; Client: City of Miami Beach: Leads a team of designers and engineers in the design, engineering, planting, and permitting of a 2-mile stretch of a 15-foot wide ocean-front hardscape pathway connecting Indian Beach Park to Allison Park. The project includes public outreach, existing vegetation assessments, grading and drainage, hardscape design, dune restoration, irrigation design, permitting with various state and local agencies, and construction administration. Andrews Avenue Transportation Enhancement Grant, Oakland Park, FL; Role: Project Landscape Architect; Client: City of Oakland Park: Project Role: Leads a team of designers in the design, The project included public outreach, Tree Disposition Plans, a new median with mid-block crossings to address safety issues, planting design to enhance the streetscape and hardscape design, irrigation design. The focus of the redesign was to apply Complete Streets’ principles to the corridor including narrowing travel lanes and provisions for bicycle lanes. Coordination with FDOT, Broward County MPO and the City of Oakland Park was completed to obtain the 1 million dollar grant. Our department designed a park for a walk-to small neighborhood park. The design made use of specialty paving treatment and environmental graphics to establish a thematic historical narrative as a fundamental part of the composition. References Former Public Works Director of North Lauderdale George Krawczyk, PE Tel: 954.650.4654 Former Director of CRA in Delray Beach, FL Jeff Costello Tel: 561.573.1486 City of West Palm Beach Suzanne Berglund, PE Engineering Manager Tel: 561.494.1075 SUMMARY OF QUALIFICATIONS Mr. Conner has more than 30 years of combined experience in municipal, commercial, and private sector work. As a Registered Landscape Architect and a Certified Arborist, he is also knowledgeable in all aspects of urban and community forestry planning and tree inventory and appraisal - particularly in built-out environments in the South Florida area. His expertise lies in park design, site planning, hardscape and landscape design. He also has successful experience in public space creation and park planning, environmental mitigation, contract administration, site inspections, and grant writing. He will contribute his expertise in park master planning, capital projects management, grant coordination, native planting design, arborist services, and landscape construction administration for park and landscape projects. EXPERIENCE John U. Lloyd State Park–Boardwalk Replacements, Dania Beach, FL; Lead Designer; CLIENT: Florida Department of Environmental Protection: Prepared detailed design plans and construction drawings for the replacement of four existing wood boardwalks providing beach access at the park. Mr. Conner conducted an extensive inventory of existing trees in the areas adjacent to the four boardwalks and also assisted with the environmental permitting for the project. CGA’s fees: $46,000 Andrews Avenue Improvements – Transportation Enhancement Grant, Oakland Park, FL: Landscape Architect, Lead Designer. Developed a new planting and irrigation design for the major improvements to the Broward County roadway through the City of Oakland Park as part of a Broward MPO Grant. Mr. Conner was responsible for all permitting and coordination of approvals through various agencies, as well as the City of Oakland Park’s review process. The design for the roadway includes new medians, reduced lane sizes, and new bike lanes in addition to the landscape enhancements. Peace Mound Park, Weston, FL; Project Manager, Lead Designer; CLIENT: City of Weston: Responsible for the design detailing and construction administration of a waterfront passive park with the purpose of ensuring he celebration of existence of an archaeological Tequesta Indian burial mound. Mr. Connor was responsible for conducting an audit of over 200 existing trees, determining their health and relocation parameters, and coordinating the mitigation of any vegetation that needed to be removed. Miami Gardens - Parks Bond - Construction Management; Miami Gardens, FL; Project Landscape Architect: Assisted the City staff with the implementation of a $60 million bond program for parks improvements. This includes conceptual site designs, cost estimates, and development of all design-build standards and specifications for 14 parks City-wide. Five of the parks in Phase One of the program are currently under construction, and another five parks have been designed and are in the site plan approval stage. Rolling Oaks Park – Pedestrian Trail, Miami Gardens, FL; Project Manager, Lead Designer; CLIENT: City of Miami Gardens: Designed a 1.5-mile-long pedestrian trail through Rolling Oaks Park. The trail included new L.E.D. site lighting, fitness equipment, and benches. A custom-designed, way- finding signage program was developed for all of the trailhead signs, directional signs, and mileage markers. The design of the trail was carefully laid out so as to not disturb the hundreds of existing like oak trees on the site. CGA’s fees: $140,000. Fort Lauderdale YMCA - L A Lee Miskel Community Center, Project Landscape Architect; CLIENT: YMCA of South Florida: Prepared the tree preservation and relocation plans, landscape plans, and irrigation design for the development of a new YMCA and multi-use facility located on West Sistrunk Boulevard in Fort Lauderdale, FL. The new four-story building shall include ground floor retail, a childcare facility, community college classrooms, and a small theater/auditorium, in addition to the gymnasium, swimming pool, and other YMCA facilities. Michael D. Conner, PLA, ASLA, ISA Landscape Architect YEARS OF EXPERIENCE 30+ YEARS WITH THE FIRM 15 EDUCATION B.S., Landscape Architecture, Ball State University, Indiana, 1985 B.S., Environmental Design, Ball State University, 1985 Ball State Honors College Sigma Lamba Alpha, Landscape Architecture Honor Society CERTIFICATIONS AND LICENSES Landscape Architect, Florida License #LA0001181 ISA Certified Arborist License #FL0777 PROFESSIONAL AFFILIATIONS American Society of Landscape Architects, Chairperson 1990, Broward Section Landscape Inspectors Society of Florida International Society of Arboriculture SUMMARY OF QUALIFICATIONS Mr. Feoli leads the Landscape Department in creative design strategies for urban environments with specialties including urban design, contextual analysis and branding. He will contribute his experience in providing CGA’s master planning, transit-oriented designs, community participation efforts and graphic communication services. His experience has encompassed a wide array of project-types, and his strengths lie in connectivity plans, streetscapes and urban interventions, park design, and form-based urban designs and planning strategies. EXPERIENCE Doral Boulevard Beautification Master Plan, Doral, FL Project Manager, Lead Designer, Workshop Facilitator; Client: City of Doral: Responsible for crafting a streetscape and urban design master plan for Doral Boulevard envisioned as the primary emblem of the City. Mr. Feoli was responsible for all landscape and planning components of the project, which created distinct planning 'character' zones that would impact relationships of the built environment with the resultant quality of spaces being generated, the creation of dedicated public realm components and design standards for each, access management design recommendations, signage and gateway features, and identifying architectural relationships to improved sidewalk design and parking design recommendations. This document and its vision has been the guiding document for all areas abutting the Boulevard and has been used by the City as a contributing guide for the development of Downtown Doral, focused on safe, pedestrian-friendly, high- quality environments. North Shore Open Space Master Plan; Project Manager, Lead Designer, Public Outreach Facilitator; Client: City of Miami Beach: Responsible for the development of a future 26-acre waterfront park at the City’s northernmost end will create a more inviting, iconic and safe amenity, serving the City’s North Shore community, which will enhance access to the waterfront and preserve large patches of natural beachfront habitat. The team will provide needed improvements including public space design, iconic elements, pedestrian entrances, multi-use spaces, pedestrian beach access, multi-use walkways, branding, lighting and open areas, art-in-public spaces, sustainability standards for development and design, while also integrating it with the surrounding neighborhood. Lloyds Estate Drainage Park Project, Oakland Park, FL Lead Designer; Client: Oakland Park, FL: Responsible for the programming and design of the project site, conducting the necessary public outreach to gather Commission approval and coordinating important aesthetic and sustainable improvements with engineering needs of the project. Mr Feoli was responsible for the conceptual design of all material selections and palette, retaining walls, fences, lighting, branding elements, and planting. Middle Beach Recreational Corridor, Miami Beach, FL; Assistant Project Manager, Lead Designer, Public Outreach Facilitator; Client: City of Miami Beach: Responsible for coordinating all engineering and environmental efforts associated this 2-mile long linear multi-use trail project on State- owned lands, as well as responsible for all planting and hardscape design and public outreach. Mr. Feoli conducted one-on-one meetings with over 39 condominium properties to gather support for the project, responded to residents’ concerns, and addressed design restrictions set forth in the Florida Administrative Code and balance those against resident's expectations. Mr. Feoli is also responsible for coordinating all State and local agency permitting processes and negotiating with the FDEP dimensional restrictions on the beach walk's width to meet the directives of the City Commissioners. Gianno Feoli Landscape Architecture & Urban Design, South Florida Region YEARS OF EXPERIENCE 23 YEARS WITH THE FIRM 15 EDUCATION Master of Landscape Architecture - Florida International University (FIU) School of Architecture Miami, Florida B.A., Architectural Studies - Florida International University (FIU) School of Architecture Miami, Florida PROFESSIONAL AFFILIATIONS American Society of Landscape Architects Underline - Design Advisory Committee SUMMARY OF QUALIFICATIONS Mr. Mendoza directs the landscape architectural staff in all code compliance and site design issues, ensuring that Quality Control and construction documents are consistent and thorough, while meeting location-specific permit criteria. He will contribute his expertise leading and directing the production and development of construction permit plans, site detailing for constructability and irrigation design. EXPERIENCE Joe DiMaggio Children's Hospital Visitor's Clubhouse - Conniene's Corner; Hollywood, FL: Developed plans and details for the design of a restorative garden with a playground area specifically for the use by children users of the Joe DiMaggio facility. Special attention was made to the creative design process branding and the selection of equipment, furnishing and site design details that accommodated for at-grade-level activities for wheelchair-bound users. The design concept for the park initiated from the checkerboard pattern of a mowed baseball field, which influenced the safety surface design and provided a colorful impact for the patients and families of this important facility. Joe DiMaggio Children's Hospital; Hollywood, FL: Irrigation Designer. Designed the irrigation system for the new hospital to include both reclaimed water and portions with potable water where sensitive sterile environments are a concern. In addtion, to the irrigation, the project included streetscape improvements on N. 35th Avenue, new custom bus shelter, the relocation of over 100 trees, new decorative LED light poles, and has received LEED accreditation at the gold level making it the first LEED Hospital in Broward County. Memorial Regional Data Center; Hollywood, FL: Developed plans and details for the relocation of vegetation and new planting associated with a data center facility along the boundary areas of the healthcare campus. Memorial West - Bed Tower Addition; Pembroke Pines, FL: Developed plans and coordinated details for the hardscape, as well as planting and irrigation design for the major expansion of the Memorial West Hospital facilities. Design of the landscaping and irrigation around the new building addition and main entrance into the hospital, as well as all of the permitting through the City of Pembroke Pines. Shops at Pembroke Gardens; Pembroke, FL: Coordinated closely with architects for the siting of buildings; created site plan design to accommodate and meet parking, fire safety, and circulation requirements; led all landscape and engineering design efforts to meet the experiential requirements of a life style center, focused on enhancing pedestrians' experiences through ample sidewalks, site furnishing, plazas, fountains and other amenities. This popular destination has been extremely successful and future additions are planned. Fire Station Plaza; Delray, FL: Developed plans and details for a public plaza on a primary threshold into the downtown CRA area. The plaza consisted of specialty paver selections, intricate paving design pattern detailing, planting design, historical fire department plaque inserts, lighting, irrigation, and drainage design. A particular area of the site also includes a rain garden with native wetland vegetation and indigenous Cypress trees providing shade to the plaza. This plaza serves as an important gateway feature to downtown Delray Beach where walkability and bicycling is a favorite past time for its residents and visitors. Marcos Mendoza Landscape Design / Irrigation YEARS OF EXPERIENCE 24 YEARS WITH THE FIRM 20 EDUCATION Miami Dade Community College, Miami, Florida A.A. in Architecture Florida State University, Tallahassee, Florida SUMMARY OF QUALIFICATIONS Ms. Alonso is a Landscape Designer professional, with over 7 years of experience in landscape design, including park and planting design for both publicly-funded and private projects. Ms. Alonso contributes her experience in the creation of communication graphics, 3-dimensional renderings, providing schematic designs, and the development of construction technical drawings. EXPERIENCE Patch Reef Park Artificial Turf, Boca Raton, FL: Landscape Designer, CAD Technician. Developed site plans, performed technical tasks including the preparation of construction documents and construction details. North Lauderdale Gateway Park, FL: Landscape Designer, CAD Technician. Developed a design for a linear park for passive recreational use that will include an outdoor fitness area, playground area and a butterfly garden for educational purposes. Tamarind Avenue Streetscape, West Palm Beach, FL: CAD Technician. Provided rendering of typical street sections with new planting material along with the selection of site furnishings, lighting and bike racks to improve Tamarind Avenue. Mills Pond Park, Fort Lauderdale, FL: Landscape Designer, CAD Technician Developed a set of working drawings and illustration boards for the design, permitting, and construction of three new soccer/ lacrosse fields at the existing park. North Beach Oceanside Park, Miami Beach, FL: Landscape Designer. Conducted preliminary layout designs through schematic and design development phases. Developed site plans; performed technical tasks including the preparation of construction documents and construction details Windmill Park, Coconut Creek FL: Landscape Designer, CAD Technician. Developed site plans, and prepared construction documents, including construction details and technical specifications for the improvements to this park. Senior Family Center, Miami Gardens, FL: Landscape Designer. Created preliminary layout designs through schematic and design development phases. Developed conceptional site plans for the purpose of soliciting proposals from potential design/build teams. Betty T Ferguson Recreational Complex, Miami Gardens, FL: Landscape Designer Prepared preliminary site layouts through schematic and design development phases for the additional parking and other improvements being proposed for the existing athletic facility. Key Biscayne Civic Park, Key Biscayne, FL: Contributing Designer. Developed preliminary site plan designs and performed technical tasks, including the preparation of preliminary site plan and section renderings and illustration boards for the proposed improvements to this park. Indian Creek, Miami-Dade, FL: Landscape Designer. Developed a preliminary design of conceptual site plan for a promenade focused on enhancing pedestrians' experiences through ample sidewalks, furnishings, plazas and water features. Performed technical tasks including the preparation of site plan rendering, sections and furnishing selections. Davie Road Improvements - Phase One & Two, Davie, FL: Landscape Designer, CAD Technician. Developed site plans, and prepared construction documents, including construction details for new medians to this roadway. Andrews Avenue Improvements - Transportation Enhancement Grant, Oakland Park, FL: Landscape Designer, CAD Technician. Developed site plans, and prepared construction documents, including construction details for the improvements to this roadway. The design for the roadway includes new medians, reduced lane sizes, and new bike lanes in addition to landscape enhancements. Maria Alejandra Alonso, NCIDQ, ASID, ASLA Landscape Designer YEARS OF EXPERIENCE 7+ YEARS WITH THE FIRM 4+ EDUCATION Master of Landscape Architecture, Florida International University, Miami, Florida B.A. Interior Design Studies, The Art Institute of Fort Lauderdale, Florida CERTIFICATIONS & LICENSES Interior Designer # ID6618 PROFESSIONAL AFFILIATIONS American Society of Landscape Architects American Society of Interior Designers NCIDQ #34093 SUMMARY OF QUALIFICATIONS Mr. Mack is a Landscape Design professional, with over 4 years of experience in landscape and urban design, including park design and planting design for both publicly-funded and private projects. Mr. Mack has experience as an architectural fabricator and three-dimensional modeler for landscape architectural and furniture design. He contributes his experience in the creation of communication graphics, 3-dimensional renderings, providing schematic designs, fabrication strategies paired with parametric design, and the development of construction technical drawings. Mr. Mack is proficient in Rhino 3D, Sketchup, AutoCAD, the Adobe Creative Suite (i.e. Photoshop, Illustrator, InDesign, etc.), and other integral pieces to programs such as Grasshopper, Lumion, Rhino CAM, and Podium. EXPERIENCE SW 2nd Avenue Streetscape Project FTL DDA; Fort Lauderdale, FL (2018 - ongoing): Contributing Designer: Developed Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. Contributed to the selection of materials, palettes, lighting and branding elements. Middle Beach Recreational Corridor Phase III; Middle Beach, Miami Beach, FL (2016 - ongoing): Contributing Designer: Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. Key Biscayne Civic Park; Key Biscayne, FL (2016 - ongoing): Contributing Designer: Developed a preliminary design of conceptual site plan for a promenade focused on enhancing pedestrians’ experiences through ample sidewalks, furnishings, plazas and water features. Performed technical tasks including the preparation of site plan rendering, Sections and furnishing selections. Designed and developed fabrication strategies on key sculptural components, including parametric 3-dimensional modeling. North Beach Oceanside Park; North Beach, Miami Beach, FL (2015 - ongoing): Contributing Designer: Developed a preliminary design of conceptual site plan for the two main gateway plazas and continued developing the park site plan. Performed technical tasks including construction detail drawings of key park entities. Contributed to the selection of materials, palettes, lighting and branding elements. Contributed three-dimensional modeling aspects to both plaza components including: design and modeling within Rhino3D and parametric paver design modules using Grasshopper. 90th and 91st Streetscape Study; Cooper City, FL: Contributing Designer: Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. North Bay Road Pedestrian Bridge; Sunny Isles Beach, FL: Contributing Designer: Performed technical tasks including preparation of site plan drawings, fabrication strategies, and construction document detailing. Sunny Isles Beach Pedestrian Overpass Park Study (2018): Contributing Designer: Performed technical tasks including preparation of 3D modeling and rendering, site plan drawings, fabrication strategies, and construction document detailing. Dominic James Mack, III, Assoc. ASLA Landscape Designer YEARS OF EXPERIENCE 4 YEARS WITH THE FIRM 2+ EDUCATION Master of Landscape Architecture + Environmental Urban Design, Florida International University, School of Architecture, Miami, Florida - 2018 PROFESSIONAL AFFILIATIONS American Society of Landscape Architects (ASLA) Broward Section Chair, Executive Committee - ASLA Florida, 2018-2019 Member-at-Large for Public Relations + Marketing, Executive Committee - ASLA Florida, 2019-current Public Relations + Marketing Chair, 2020 Conference Committee - ASLA, 2019-2020 Leadership Committee - Future Landscape Architects of America (FLAA) 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 if necessary Some questions have been set to not allow a comment. Those questions will be marked red beside the comment indicating a comment is not allowed For questions that require long answers, please choose the "See Comment" option and include the longer answer in the Comment field 6 Question Response Comment What is the name of the individual submitting this Proposal on behalf of your firm? 1 1.2 What is this person's title? 1 1 3 Please provide a contact telephone number: 1 1 4 Please provide a contact email address: Company Profile Chris Giordano, MSC, CCM President 954 921 7781 M arketing(icgasol utions. com 1 2 1 How many years has your company been in business under its current name and ownership? 1 22 How many years has your company provided services consistent with those requested in this RFQ? 1 2.3 What is your company's primary business? 1 2.4 Type of Company: 1 2 5 Federal Employer Identification Number (FEIN): 1 2 6 Date registered to conduct business in Florida: 1 2 7 Primary Office Location: 12.8 Local Office Location (If same as primary, please indicate so): 1 2 9 Will all goods/services be provided out of the local office location? If not, then indicate what other office services will be provided from 1.2 10 Total Number of Employees: Ownership 1 3 1 Identify all owners or partners of the company (Provide Name, Title, and Percent Ownership): 132 Is any identified owner an owner of another company? (If yes, identify the name of the owner and the other company name, and the ownership interest) Signing Authority 22 Years 84 1800 Eller Drive, Suite 600, Fort Lauderdale, FL 33316 Corporation 65-0013869 1937 1800 Eller Dnve, Suite 600, Fort Lauderdale, FL 33316 1600 Eller (Drive. Suite 600. Fort Lauderdale, FL 33316 Yes 370+ See Comment Yes CGA been in business for over 84 years and operated under the following names: M E Berry & Associates - 1937 - 1985 Berry & Calvin, Inc - 1985 - 1999 SAFEbuilt, LLC owns 100% of Calvin, Giordano & Associates, Inc.. SAFEbuilt, LLC 3755 Precision Drive, Suite 140, Loveland, CO 80538 100% Ownership The comment must be left blank for this response The comment must be left blank for this response Identify all individuals authorized to sign on behalf of the company, indicating 1 4 1 their level of signing authority: (Include name, title, and signing authority Ex All, Cost up to $ Amount, No -Cost, Other) See Comment Chris Giordano, MSC, CCM, President will have all signing authority. Contract Information Identify the five (5) most recent contracts in which your company has provided 1 5 1 services to other public entities Include the entity's name and a contact person See Comment City of Miami Beach - Anel Guifian 305.673.7071 ext 4105 City of Wilton Manors - Pamela Landi 954 390 2103 City of Oakland Park - Lori Douvris 954 630 4200 City of Coconut Creek - Brian Rosen 954 545 6614 Co of-tallaOuale Beach - Manoa Ebbe 954.597 3700 Insurance 1 6 1 Insurance Canier Name: 1.6 2 Insurance Carrier Address: t 6.3 Provide the number of insurance claims paid out in the last five years: t 6.4 Provide the total value of insurance claims paid out In the last five years: 1 6 5 Provide insurance representative contact name, telephone, and email address: 1 6 6 Please provide employer modification rating (" EMR"). If no EMR, please explain: RBN Insurance Services 303 E Wacker Dr, Ste 650 Chicago, IL60601 325 61,581,967,00 Rich Delich Tel: 312 861 7670 303 E Wacker Dr, Ste 650, Chicago, IL 60601 .92 24 Questions 100.00% Complete Question Set 2: Client References Question Set 2 Instructions "Respondent shall provide the information requested for the its verifiable client references as required in the solicitation documents. Respondent may not use the same reference for more than one (1) project/contract and confidential references shall not be included References that are listed as subcontractors in the response will not be accepted as references under this solicitation. Entities having an affiliation with the Respondent (i.e. currently parent, subsidiary having common ownership, having common directors, officers or agents or sharing profits 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 will attempt to contact each reference by telephone no less than three times. In the event the contact person indicated cannot be reached following three attempts or is unwilling to provide the requested information, the reference will be considered "unverified" for purposes of this RFP. It is the Proposers responsibility to provide complete and accurate information for each reference, the Village will not correct incorrectly supplied information,. No claim of lack of information or error will relieve Respondent of this responsibility. The Village reserves the right to contact references other than those identified by the Respondent to obtain additional information regarding past performance. Any information obtained as a result of such contact may be used to determine whether or not the Respondent is a "responsible vendor', as defined in section 287 012(25), Florida Statutes, as may be amended from time to time " a Ouestlan Response Comment Client Reference i 2,1 .1 Name of Client Organization' 2.1,2 Contact Person Name' 2 1.3 Contact Person 7i6ir 2.1.4 Contact Department: 2.1.5 Contact Telephone: 2.1.6 Contact Email: 2 1.7 Contract Start Date: 2 1.8 Contract End Date: 2,1 9 Contract Value: 2,1.10 Is the Contract still active? 2,1.11 Scope of Work (Provide as much detail as possible): Gty of Miami Beach Ariel Gutuen Senior Capital Project Coordinator Capital Improvement Projects Office 305.673.6071 x 5732 ArielGuitian@miamibeachff. go 2004 Ongoing Contract Value Based on Task Work Order Yes See Comment CGA rtes provided continuing professional services for civil engineeirng, environmental, planning general, CEI, surveying, landscape architecture, GIS, and traffic englneerino services. Client. Reference 2 2.2,1 Name of Client Organization: 2.2,2 Contact Person Name: 2,2 3 Contact Person Title: 2,2.4 Contact Department: 2.2.5 Contact Telephone: City of Fort Lauderdale Dane M. Esdelle, CGC, CMIT Project Manager II Public Works 954.828.6885 2 2.6 Contact Emit 2.2 7 Contract Start Date: 228 Contract End Date: 2.2.9 Contract Value: 22.10 Is the Contract still active/ 2.2 11 Scope of Work (Provide as much detail as possible): CI€ent Reference 3 desdelMfz . ctk srtate.aov 2014 2018 $399,000.00 No See Comment 2.3 .1 Name of Client Organization: City of Miami Gardens CGA provided landscape architecture, surveying, civil engineering, erectncarl engineering, planning, environmental and construction administration services for three new soccer and lacross frekls at Mills Pond Park 2,3.2 Contact Person Name Cameron Berson 2 3 3 Contact Person Title: 2.3.4 Contact Department 2 3 5 Contact Telephone: 2,3.6 Contact Email: 2 3 7 Contract Start Date: 2.3.8 Contract End Date: I 2.3 9 Contract Value: 2.3.10 Is the Contract still active? 2.3 11 Scope of Work (Provide as much detail as possible): City Manager City Manager's Office 305 622 8001 tfas 2013 Ongoing Contract Value Based on Task Work Order Yes See Comment CGA has provided continuing professional services for landscape architecture, civil engineering, environmental, planning general, CEI, surveying and GIS services. 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 answer "Yes", to any of the questions, explain the context surrounding the dispute, the nature of the dispute, the outcome or status of the dispute, and the monetary amounts, delay, or contract extension involved in the comment If additional explanation is necessary, please upload a separate document with your respodea under the DDvitt8 1 meat option. You further acknowledge by submitting a response that all statements made in response to these questions are true and agree and understand that any misstatement or misrepfeSentettort or fataificabon of facts shall be cause for forfeiture of rights for further consideration of your response Question Response Comment Has your firm or any of its officers,received a reprimand of any nature or been 3.0.1 suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? Has your fine, or any member of your firm, been declared in default, assessed 3.0,2 liquidated damages, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? Has your firm had against it or filed any requests for equitable adjustment, 3 0 3 contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? No No Yes Has your fine or any of its officers, been under investigation, charged, or 3 0 4 convicted by any law enforcement agency or public entity for violations of the No law, other than traffic violations? 3 0 5 Has your firm, or any of its principals, failed to qualify as a responsible No 3 0.6 Litigation in the Past 5 Years: Hummer v CTS1, Inc., Russell Engineering, Inc,,, Calvin Giordano & Associates, Inc, and AE Engineering, Inc. CACE 16-008549 This lawsuit relates to an alleged bicycle accident that occurred within the boundaries of the construction project known as the AIA washout project along A1A in Fort Lauderdale, Florida [Broward County]. The nature of the project related to widening sidewalks, reducing traffic lanes, adding traffic signals, andadding a seawall along A1A Sunrise Boulevard North to NE 18th Street Dismissed on 10/12/18 for Calvin, Giordano & Associates, Inc. Sage Beach Condo, Ass'n Inc. V PMG Driftwood LLC, et al,., Pending, Case No CACE20017530 (Fla. 17th Cir Ct) (October 22, 2020) Pending (Allegation: Condominium alleged a construction defect case against the Developer and the General Contractor Calvin Giordano for poor construction of the building Case against Calvin Giordano alleges negligence, breach of contract, and violation of the Florida Building Codes Act.) [Not Disclosed] The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this Proposer/Bidder on any solicitation in the past five (5) years? response Has your firm, or any of its principals, declared bankruptcy or reorganized under Chapter 11? No re sponse onse 6 Questions 100.00% Complete The comment must be left blank for this 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 for each individual,: There are question sets for up to 10 Key Staff members. If your company does not intend on proposing 10 Key Staff members, please insert "NIA" into the Response column for question sets in excess of the team being proposed, Question Response Comment Contract Manager 4 1 1 Whatis the name of the individual that will serve as the Contract Manager 4.1.2 What i5 the CM's jab title? 4.1.3 How many years of experience does the PM have? 4.1.4 4 1 5 How many years has the PM been employed with your company? How many years of program/project management experience does the PM have? 4 1 6 Please list any relevant licenses (including license number) and certcations the PM has. Does the CM have any concurrent commitments to other contracts during the 4 1.7 proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Project Manager 4.2.1 4,2,2 4 2.3 42.4 425 426 What is the name of the individual that will serve as the Program/Project Manager (VPM‘")? What is the PM's job title? How many years of experience does the PM have? How many years of program/project management expenence does the PM have? How many years has the PM been employed with your company? Jenna Martinet, PE Director of Engineering 16 12 16 FL PE #69035: Advanced Work Zone Traffic Control. LAP & Flonda Highway Administration Certification & Recertification C9T Yes Tammy Cook-Weedon, ASLA, PLA, LEED AP BD+C Associate, Director of Landscape Architecture 30+ 23 23 Please list any relevant licenses (including license number) and certifications FL Professional Landscape the PM has: Architecture #0001328 Does the PM have any concurrent commitments to other contracts during the 4 2.7 proposed term of the contract being awarded in this solicitation'? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term), Key Staff Member 1 4.3.1 Please provide this staff member's name: No Michael D. Conner, PLA, ASLA, ISA FDOT Specifications Package Preparation; FDEP Stormwater, Erosion Control & Sedimentation Qualified Stormwater Management Inspector; OHSA 10 -Hour Construction Safetey and Health Town of Davie, Estimated Hours varies as it is on a task order basis, Continuing Services Contract City of Cooper City, Estimated Hours varies as it is on a task order basis, Continuing Services Contract City of Hallandale Beach, Estimated Hours varies as it is on a taskorder basis, Continuing Services Contract City of Dania Beach, Estimated Hours varies as it is on a task order basis, Cdnintdna Serwces Contract The comment must be left blank for this response 4.3.2 Please provide this staff member's job titre: Landscape AtdiA.,t 4 3.3 What role will this staff member fill for this contract? Landscape Architect 4.3.4 b 1178 s m f m employed by your company? If not, please provide the Yes fume of lttie esethoyer, 4 3 5 How many years of experience does this staff member have? 30+ 4.3.6 How many years has this staff member been with their current employer? 15 4 3.7 Please list any relevant licenses (including license number) and certifications this staff member has: FL Landscape Architect #0001181: ISA Certified Arborist #FL0777 Does the this staff member have any concurrent commitments to other 4.3.8 contracts during the proposed teen of the contract being awarded in this solicitation? If yes, pie provide the client name, estimated commited hours, and the period of engagement (contract term). No Key Staff Member 2 4,4 .1 Please provide this staff member's name: 4.4.2 Please provide this staff members job title: Gianno Feoli ' Landscape Architecture & Urban Design 4 4 3 What role will this staff member fill for this contract? Landscape Architecture & Urban Design 4.4.4 Is this staff member employed by your company? 11 not, please provide the name of the employer. 4 4 5 How many years of experience does this staff member have? 4.4 .6 - How many years has this staff member been with their current employer? 447 Please list any relevant licenses (including license number) and certifications 15.5 5t55 member 1135 Does the this staff member have any concurrent commitments to other 4.4.8 contracts during the proposed term of the contact being awarded it this sotcitaton? lf yes, please provide the client name, estimated commited hours, and the period of engagement(contract term). Yes Not Applicable No 4 5 1 Please provide this staff member's name: Marcos Mendoza 4.5.2 Please provide this staff members job h71e: Landscape Desigrulmgaton 4 5 3 What role will this staff member 511 for this contract? Landscape Design/lrrigation 45.4 Is this staff member emptoyed by your company? If not, please provide the name el the employer Yes The comment reuse be left blank for this response The comment must be left blank, for Mrs response The conhrtient 51551 be left otank for thbs use The uommrrnl mart be raft blank for mss response The Cxrmment must be let blank for this rosportse 4.5 5 How many years of experience does this staff member have? 2: 4.5.6 How many years has this staff member been with their current employer? 26 4 5,7 Please list any relevant licenses (including license number) and certifications Not Applicable this staff member has pD Does the this staff member have any concurrent commi5nents to other 4.5.8 contracts during the proposed term of the contract being awarded in this sobctta6on? If yes, please provide the dent name, estimated conanited hours, and the period of engagement (contract term). 4 6.1 Please provide this staff members name: 4.6.2 Please provide this staff member's job title: 4 6.3 What role will this staff member fill for this contract? 4.8:4 Is this staff member employedby your company? If not please provide the name of the employer. 4.6-5 How many years of experience does this staff member have? 4.6.5 How many years has this staff member been with their current employer" 4 6 7 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commifn ei*s to other 4-6.8 contracts during me proposed tem of the contract being awarded an this sollotation" IF yesplease provide Irra ctrent name. estimated commited hours, • and the period of engagement (contract term). No Maria Alejandra AJonso, NCIDQ, ASID, ASLA Landscape Designer Landscape Designer Yes Interior Designer #ID6618 No Key Staff Memo 5 4 7.1 Please provide this staff members name: 4.7 2 Please provide this staff members job title: 4 7 3 What role will this staff member fill for this contract? 4.7.4 le this staff member employed by your company? If not, please provide the name of the employer. Dominic James Mack, III, Assoc ASLA Landscape Designer Landscape Designer Yes 4 7 5 How many years of experience does this staff member have? 4 4.7,6 How many years has this staff member been with their current employer? 2+ 4 7 7 Please list any relevant licenses (including license number) and certifications this staff member has: Not Applicable The comment *Hoer be lee blank for ttae response The comment must be raft Manx for this response The Comment mum* be left blank for rrrr response a The cmnmerlt must be haft Mr11c!ar this response Does the this staff member have any concurrent commitments to other 4.7 ,8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). 'ey w em rf^ No 4.8.1 Please provide this staff members name: 4.8.2 Please provide this staff member's job title: 4 8 3 What role will this staff member fill for this contract? Not Apptcable Not Applicable Net Applicable 4 8 4 Is this staff member employed by your company? If not, please provide the N/A name of the employer. 4 8 5 How many years of experience does this staff member have? Not Applicable 4 8.6 How many years has this staff member been with their current employer? Not Applicable 4 8 7 Not Applicable Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4 8 8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract terrn) Key Staff Member T 4 9 1 Please provide this staff member's name: 4 9.2 Please provide this staff members job title: 4.9 3 What role will this staff member fill for this contract? N/A Not Applicable Not Applicable Not Applicable 4 9 4 Is this staff member employed by your company? If not, please provide the N/A name of the employer 4 9 5 How many years of experience does this staff member have? Not Applicable 4 9.6 How many years has this staff member been with their current employer? Not Applicable 4 9 7 Please list any relevant licenses (including license number) and certifications Not Applicable this staff member has: Does the this staff member have any concurrent commitments to other 4 9.8 contracts during the proposed temr of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) N/A Key Staff Member 8 4.10:1 Please provide this staff member's name: Not Applicable The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response 4.10.2 Please provide this staff members job titre: Not 4.10 3 What role will this staff member fill for this contract? Not Applicable 410.4 is this staff member employed by your company? if not, please provide the N/A name al the employer 4 10 5 How many years of experience does this staff member have? Not Applicable 4.10.6 How many years has this staff member been with their current employer? Not Applicable 4.10.7 Please list any relevant licenses (including lic er) and certifications license number) tifica Not Applicable this staff member nas: Does the this staff memberhave any concurrent commitments to other 4 10.8 contracts during the proposed term of the contract being awarded in thls solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). N/A Key Staff Member 9 4 11 1 Please provide this staff members name: Not Applicable 4.11.2 Please provide this staff members job title: 4 11.3 What role will this staff member fill for this contract? Nat Applicable Not Applicable 4.11 la this staff member employed by your company? If nor, please provide the WA name of the employer. 4 11 5 How many years of experience does this staff member have? Not Applicable 4 11.6 How many years has this staff member been with their current employer? Nor Applicable 411.7 Please list any relevant licenses (including license number) and certifications this staff member has: Not Applicable Does the this staff member have any concurrent commitments to other 4.11.8 contracts during the proposed tens of the contract being awarded in this sotiatabom 11 yes. please prov,de the client name, estimated commited hours, and the perod of engagement (contract term). N/A Key 1a. 4 12.1 Please provide this staff members name: 4.12.2 Please provide this staff members job tale: 4 12 3 What role will this staff member fill for this contract? 4.12 Is this staff member employed by your company? If not, please provide the name of the employer. Not Applicable Not Applicable Not Applicable N/A The camnlont meal be left 51[mk for nus response The =immesh must be left blank tar ttus response The aornment must be len blank for Mrs rasponsa The comment response 1 be left b13nk for this The comment must be left blank forms response 4 12 5 How many years of experience does this staff member have? Not Applicable 4.12 6 How many years has this staff member been with their current employer? Not Applicable 4 12 7 Please list any relevant licenses (including license number) and certifications Not Applicable !his staff member nes: Does the this staff member have any concurrent commitments to other 4.12.8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract tern). N/A Question Set 5: Proposed Subcontractors Question Response Comment u. contractor 1 511 512 513 Company Name of Subcontractor Subcontractor Address: Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.1A Subcontractors license number: Not Applicable Not AppScable Not Applicable Not Applicable Ilbcontractor 2 5.2.1 Company Name of Subcontractor: 52.2 Subcontractor Address: 5 2 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 2 4 Subcontractors license number Subcontractor 3 Not Appticable Not Applicable Not Applicable Not Applicable 5 3 1 Company Name of Subcontractor 5 3 2 Subcontractor Address: 5 3 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.3.4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable SUbcOrttractor 4 5 4 1 Company Name of Subcontractor: 5 4 2 Subcontractor Address: 5 4.3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 4 4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 5 5 5 1 Company Name of Subcontractor: 5 5.2 Subcontractor Address: Not Applicable Not Applicable 5 5 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.5.4 Subcontractor's license number: Not Applicable Not Applicable Subcontractor 6 5 6 1 Company Name of Subcontractor: 5,6.2 Subcontractor Address: 5,6 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.6,4 Subcontractors license number. Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 7 5 7 1 Company Name of Subcontractor: 5 7.2 Subcontractor Address: 5 7 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.7.4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 8 5.8.1 Company Name of Subcontractor: 5.8.2 Subcontractor Address 583 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment. 5.8.4 Subcontractor's license number: Not Applicable Not Applicable Not Applicable Not Applicable 1 Subcontractor 5.9.1 Company Name of Subcontractor: 5.9.2 Subcontractor Address: 5 9 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5,9.4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 10 5 10 1 Company Name of Subcontractor 5 10.2 Subcontractor Address: Not Applicable Not Applicable 5 10.3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.10.4 Subcontractor's license number. Not Applicable Not Applicable 40 Questions 100.00% Complete EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 14 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 15 of 40 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 (CSI) 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 16 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 17 of 40 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. 2.2.3 Drawings 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 18 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 19 of 40 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 firm(s) 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 Design 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 20 of 40 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 21 of 40 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 22 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 23 of 40 2.3.4.3 100% 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 100% 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 24 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 25 of 40 2.3.6.5 Review of Shop Drawings and As-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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 26 of 40 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. g. 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 27 of 40 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 Meetings 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 28 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 29 of 40 (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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 30 of 40 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’s/RFP’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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 31 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 32 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 33 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 34 of 40 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 Employees 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 35 of 40 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 EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 36 of 40 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. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 37 of 40 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 112.061, Florida Statutes. Consultant must submit all requests for payment using the Village’s standard Consultant Invoice form. EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 38 of 40 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: EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-16 Page 39 of 40 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. EXHIBIT “C” RATE SCHEDULE Contract No. 2021-08-16 Page 40 of 40 Title Hourly Rate Contract Manager/Principal $205.00 Architect N/A CADD/Computer Technician $78.00 Chief Designer $115.00 Designer $75.00 Graphic Designer $88.00 Inspector/Engineer Intern $69.00 Landscape Architect $115.00 Landscape Architect Intern $68.00 Landscape Designer/Landscape Planner $87.00 Landscape Inspector $69.00 Planner $86.00 Project Engineer $125.00 Project Architect N/A Project Landscape Architect $135.00 Project Manager $135.00 Project Planner $102.00 Secretary/Clerical $74.00 Senior Architect N/A Senior Inspector/Senior Engineer Intern $84.00 Senior Landscape Architect $130.00 Senior Landscape Inspector $86.00 Senior Planner $120.00 Senior Project Engineer $145.00 Name of the Firm:___Calvin, Giordano & Associates, Inc. __ Village of Key Biscayne Continuing Architectural & Engineering Services LANDSCAPE ARCHITECTURE‐ 2