Loading...
HomeMy Public PortalAboutAgreement 2021-08-07 Synalovski Romanik Saye 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. 2021-08-07 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 payablcs c :,keybiscayne.fl.gov. 4. Subcontractors. 4.1. The Contractor shall be responsible for all payments to any subcontractors and shall maintain responsibility for all work related to the Services and/or any Project. 4.2. Contractor may only utilize the services of a particular subcontractor with the prior written approval of the Village Manager, which approval shall be granted or withheld in the Village Manager's sole and absolute discretion. 5. Village's Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2. Upon Consultant's request, Village shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant's Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant's Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Consultant shall at Consultant's sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first- class manner. Contract No. 2021-08-07 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. 2021-08-07 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 performed by or on behalf of the Consultant in performance of this Agreement. The Consultant's insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to the Consultant's insurance. The Consultant's insurance shall contain a severability of interest provision providing that, except with respect to the total limits of Contract No. 2021-08-07 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. 2021-08-07 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, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the Village which are conceived, developed or made by Consultant during the term of this Agreement ("Work Product") belong to the Village. Consultant shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Consultant agrees to keep and maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Village. 16.3. Upon request from the Village's custodian of public records, Consultant shall provide the Village with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. Contract No. 2021-08-07 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: i kachA,keybiscayne.fl.gov 17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Consultant, and such firm's familiarity with the Village's area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. Contract No. 2021-08-07 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 permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts; Order of Priority. This document without exhibits is referred to as the "Base Agreement." In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 26.1. First Priority: this Base Agreement; 26.2. Second Priority: Change Orders with later date taking precedence; 26.3. Third Priority: Exhibit C — Rate Schedule; 26.4. Fourth Priority: Exhibit B — Scope of Services; 26.5. Fifth Priority: Exhibit A — Consultant's Proposal; and 26.6. Sixth Priority: Work Orders, with later date taking precedence. Contract No. 2021-08-07 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=my-participationenrolImcnt- 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. 2021-08-07 Page 10 of 40 LJULUJIIyII GI I VCIUpC IL/ V 1UI.rMUI.r/-Yl,'r-YYOLJ-M.7CC-GUf1J'tYUC.7UVJ IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF fay BISCAYNE DocuSigned by: s C Weidt Sbino By: cr6rserA7 AA4ro Steven C. Williamson Village Manager CONSULTANT By: ? r/ Name: Manuel Synalovski Attest: Title: Managing Member By: Jocelyn roster Village lerk z r Approved as to form and legal sufficiency: By: Weiss Serota Helfman 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 & Bierman, P.L. Attn: Chad Friedman, Esq. Village of Key Biscayne Attorney 2525 Ponce de Leon Boulevard, Suite 700 Coral Gables, FL 33134 cfriedman@wsh-law.com (email) NALOVSKI ROMANIK SAYE, LLC for Notice: SYNALOVSKI ROMANIK SAYE, LLC 1800 Eller Drive. Suite 500 Fort Lauderdale, FL 33316 (954) 961-6806 (telephone) (954) 961-68047 (facsimile) msynalovski@synalovski.com (email) With a copy to: (telephone) (facsimile) (email) Contract No. 2021-08-07 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: https://www.e-verify.gov/fag/l ow-da-i-provide-proof=of-any-partici,pationenrollmen t -in -e -verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E -Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits from subcontractors. in Check here to confirm proof of enrollment in E -Verify has been attached to this Affidavit. In the presence of: Witness # tint. ame: PD%/Iv t 4t e r Witness 2 Print Name: AlVi i tk Signed, sealed a '� e' Bred by: Print Name: •Psi ° ynalovski Title: Managing Member Entity Name: SYNALOVSKI ROMANIK SAYE, LLC ACKNOWLEDGMENT State of Florida County of Broward The foregoing instrument was acknowledged before me by means of [S physical presence or 0 online notarization, this 9-0 day of kok" , 202 , by Manuel Synalovski (name of person) as Man ing Member (type of authority) for SYNALOVSKI ROMANIK SAYE, LLC (name of party on behalf of whom instrument is executed). X Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) Produced identification (Type of Identification: Did take an oath; or Did not take an oath Contract No. 2021-08-07 .; ISABEL CRISTINA MARIN • MY COMMISSION # GG 204819 EXPIRES: April 19, 2022 Bonded Thru Notary Public Underwriters Page 12 of 40 My Company My Company Prole Company Information An official website of the United States government Here’s how you know Company Name SYNALOVSKI ROMANIK SAYE, LLC Doing Business As (DBA) --- Company ID 1108882 Enrollment Date 07/08/2016 Employer ID Number 270441433 DUNS Number 962303488 Total Number of Employees 10 to 19 NAICS Code 541 Sector Menu Edit Company Information Employer Category Employer Category None of these categories apply Edit Employer Category Professional, Scientific, and Technical Services Subsector Professional, Scientific, and Technical Services Company Locations Edit Company Locations Physical Address 1800 Eller Drive Suite 500 Fort Lauderdale, FL 33316 Mailing Address Same as Physical Address Hiring Sites We have implemented a new policy and require more information for existing and future hiring sites. Company Access and MOU U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Accessibility Plug-ins Edit Hiring Sites Number of Sites 1 My Company is Configured to: Verify Its Own Employees Memorandum of Understanding View Current MOU EXHIBIT “A” CONSULTANT’S PROPOSAL Contract No. 2021-08-07 Page 13 of 40 A. Letter of IntentA February 12th, 2021 Village of Key Biscayne 88 West McIntyre Street Key Biscayne, Florida 33149 Re: Response to Village of Key Biscayne RFQ No. 2021-08 - Continuing Architcetural & Engineering Services Dear Evaluation Committee: SYNALOVSKI ROMANIK SAYE, LLC (SRS) is pleased to submit our qualifications to the Village of Key Biscayne. SRS is, for the purposes of this proposal, submitting under the Scope of Continuing Architcetural & Engineering Services - Architecture. SRS understands that the Village requires certain architectural and engineering professional services on a continuing as- needed basis for the development and design of various Projects. SRS shall furnish or cause to be furnished to the extent authorized by Work Order all architectural and engineering professional services, as further described in the attached Agreement, designated as Basic Services, in the phases delineated and described herein unless modified by the Work Order, for the design, construction administration, project management, and satisfactory completion of a Project. SRS shall be responsible for correction of any errors, omissions, and/or ambiguities as determined by the Project Manager. SRS will furnish sufficient personnel, equipment, and facilities and will work such hours as necessary to assure such completion. SRS may be required to perform all or some of the services presented in this Agreement, depending on the needs of the Village. SRS 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. SRS further understands that anticipated Services to be provided for Architecture, at a minimum, shall include but not be limited to: Construction drawings and specifications; Feasibility analysis; Renderings/Modeling; Cost estimates; Construction Administration & Management Services and Attendance and presentations at public meetings and at Village Council meetings. SRS is a multi-disciplinary Architecture and Interior Design Firm providing professional services in the State of Florida since 1988. For the past thirty-two (32) years, SRS has served thirty-two (32) municipalities throughout the State. Since, 2006, SRS has also had a branch office in Bradenton, Florida. Our SRS Fort Lauderdale Team includes fourteen (14) design professionals. Our staff includes two (2) Registered Architects, two (2) Licensed Interior Designers, three (3) LEED Accredited Professionals, four (4) Graduate Architects and three (3) Ad- ministrative Staff. As a Firm, our Senior Staff (Manuel Synalovski, AIA, LEED AP - City of Plantation; Merrill Romanik, AIA, LEED AP - Village of Miami Shores) has been working together for the past twenty-eight (28) years. As a Team, together with our Consultants, we have been responsible for over three hundred and twenty-five (325) exceptional Municipal Projects. SRS has serviced forty-six (46) Continuing Contract Projects for the Cities of Coconut Creek, Dania Beach CRA, Delray Beach CRA, Fort Lauderdale, Gainesville, Hallandale Beach, Hialeah, Hollywood (CRA), Homestead, Key West, Lauderdale Lakes, Lauderhill, Lighthouse Point, Miramar, North Lauderdale, North Miami Beach, Palm Beach Gardens, Pembroke Pines, Plantation, Pompano Beach, Sunrise, Tamarac, Weston, West Palm Beach, Broward County and Lakewood Ranch Inter-District Authority. As well as the towns of Surfside, Davie and Southwest Ranches; several academic institutions such as Broward College, Barry University, Kaplan University, School Board of Broward County, Pembroke Pines Charter School System, Brauser Maimonides Academy, Hillel Community Day School, David Posnack Jewish Day School; and private companies such as Ultimate Soft- ware Group, Dycom Industries and the Memorial Healthcare System. Neither the projects for the Village of Key Biscayne nor our current projects would be affected as there are no overlaps that would adversely affect our in house process or the methods completion that have a proven track record of delivering on time. All of the key personnel identified in the response will be easily made available, as the project schedule requires. Given our current workload and that of our consultants, we see no limitations with regard to scheduling. We have been ex- LETTER OF -28)28 tremely successful in properly planning and scheduling our own resources. We respectfully request your consideration and our selection to serve the Village of Key Biscayne. We clearly understand the work to be done and are confident that our proven qualifications and our “can-do” attitude will meet and exceed the expectations of the Village. Merrill Romanik, AIA, LEED AP is the Firm’s Contact: 1800 Eller Drive, Suite 500 Fort Lauderdale, FL 33316 954.961.6806 (O) 954.961.6807 (F) 954.881.9200 (C) mromanik@synalovski.com The project will be led by Manuel Synalovski, AIA, LEED AP and Merrill Romanik, AIA, LEED AP. These principals have been with the Firm 32 and 28 years respectively. With a great reputation and vast experience in designing Municipal Facilities. Our continued success is a product of diligence, knowledge and service. We are true team leaders and we use our leadership abilities to ensure quality control, cost control, timeliness and design excellence. Our relationship with local regulatory agencies and our understanding of procedures and development requirements insures a pro-active service delivery. Reactive service is not an option as it diminishes the success of any development project. At this time, we respectfully request your consideration and our selection to serve The Village of Key Biscayne. We clearly understand the work to be done and are confident that our proven qualifications and our “can-do” attitude will meet and exceed the expectations of the Village. Responsiveness, Continuity and Follow Through are all required advantages SRS brings to The Village of Key Biscayne. The proposal has been prepared pursuant to the requirements presented in the Request For Letters of Interest package advertised by Key Biscayne and was delivered prior to the due date of submission. Your consideration of our proposal is greatly appreciated. We look forward to joining your Team, and together, serve The Village. In advance, we thank you this opportunity to present our qualifications that we may serve as your Consultant. Should you have any questions with the above, please do not hesitate to contact me personally. Merrill Romanik, AIA, LEED AP and I are available to represent our firm at your request. Respectfully, Manuel Synalovski, AIA, LEED AP Managing Principal INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Phoenix Insurance Company Travelers Property Cas. Co. of America Travelers Casualty and Surety Company Lloyds of London Travelers Indemnity Company 12/10/2020 USI Insurance Services, LLC 2502 N Rocky Point Drive Suite 400 Tampa, FL 33607 813 321-7500 Synalovski Romanik Saye, LLC 1800 Eller Drive #500 Fort Lauderdale, FL 33316-4210 25623 25674 19038 NONAIC 25658 A X X X X X 6609D35342A 12/23/2020 12/23/2021 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 E X X X X BA2R381690 12/15/2020 12/15/2021 1,000,000 B X X X 10,000 X X CUP4K271119 12/23/2020 12/23/2021 5,000,000 5,000,000 C N X UB8J676605 12/23/2020 12/23/2021 X 1,000,000 1,000,000 1,000,000 D Professional Liability 10143L191015 12/10/2020 12/10/2021 $1,000,000 per claim $5,000,000 annl aggr. Professional Liability coverage is written on a claims-made basis. For Proposals 1 of 1 #S30599982/M30598270 SYNALROMClient#: 1053727 SP1ZP 1 of 1 #S30599982/M30598270 This page has been left blank intentionally. SYN A LOVS K 1 ROMA N 1 KSAY E lr:f,u entr,' • . rauoliip Re: RFQ No. 2021-08 Continuing Architcetural & Engineering Services To whom it May Concern, SRS warrants that the 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. Respectfully, ynalovski, AIA, LEED AP Managing Principal SYNALOVSKI ROMANIK SAYE, LLC ACKNOWLEDGMENT State of Florida County of Broward j,, On this It day of V c act 'Iry , 2021, before me the undersigned, personally appeared � ' i✓� � ,I , whosesname(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: Nota 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 SYNALOVSKI ROMAN I KSAYE /rchitcrhnt' • Planning • Intel ior Daign 1800 Eller Drive, Suite 500 • Fort Lauderdale, FL 33316 T 954 961 6806 • F 954 961 6807 • www synalovski com ISABEL CRISTINA MARIN MY COMMISSION # GG 204819 EXPIRES: April 19, 2022 ';;°a'' Bonded Thru Notary Public Underwriters SYNALOVSK1ROMAN1KSAYE I r, If ci,Ir • PLvinu:,c • rain lm D. •.;u Re: RFQ No. 2021-08 Continuing Architcetural & Engineering Services To whom it May Concern, Under penalty of perjury, no litigation or regulatory action has been filed against SYNALOVSKI ROMANIK SAYE, LLC in the last three (3) years. Respectfully, Manuel Synalovski, AIA, LEED AP Managing Principal SYNALOVSKI ROMANIK SAYE, LLC ACKNOWLEDGMENT State of Florida County of Broward On this day of '�("LA-rj , 2021, before me the undersigned, personally appeared oinu?. ` v\Ai v LL , 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: 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 SYNALOVSKI ROMAN I KSAYE ISABEL CR!STINA MARTIN MY COMMISSION # GG 204819 EXPIRES: Aprif 19, 2022 Bonded PIN Notary Public Under utrters Architrchire • Planning • Into for Design 1800 Eller Drive, Suite 500 • Foit Lauderdale, FL 33316 T 954 961 6806 • F 954 961 6807 • www synalovski com ADDENDUM ACKNOWLEDGEMENT FORM Solicitation Title: Continuing Architcetural & Engineering Services Solicitation No.: RFQ 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 ❑ No Addendum issued for this Solicitation Firm's Name: SYNALOVSKI ROMANIK SAYE, LLC Authorized Representative's Name: Manuel Synalovski, AIA, LEED AP Title: Managing Principal Authorized Signature: Form AA CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of SYNALOVSKI ROMANIK SAYE, LLC , a corporation organized and existing under the laws of the State of Florida , held on the25thday of June , 2009, a resolution was duly passed and adopted authorizing (Name) Manuel Synalovski, AIA, LEED AP as (Title) Managing Principal 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. IN WITNESS WHEREOF, I have hereunto set my hand this 9th , day of February , 20 21 . Secretary: J / President: Print Name: Manuel Synalovski, AIA, LEED AP Print Name: Manuel Synalovski, AIA, LEED AP CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Partners of N/A , a partnership organized and existing under the laws of the State of I:bri dA , held on the ,day of f -^Y2. Z1, a resolution was duly passed and adopted authorizing (Name) ACW UPi AOA s (Title) V'`ab 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, 1 have hereunto set my hand this , day of , 20 Partner: Partner: Print Name: Print Name: Form COA ACKNOWLEDGMENT State of Florida County of Broward On this 4 day of 1 `jY21 �� personally appeared I lanei C\i6.► DVSIC , 2O , before me the undersigned, , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: ,oPe 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 ti►'"` ISABEL CRISTINA MARIN MY COMMISSION # GG 204819 A rT EXPIRES: April 19, 2022 ''f,gF:t t- Bonded Thru Notary Public Underwriters 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 I5 NOT ELIGIBLE TO SUBMIT A PROPOSAL/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE VILLAGE OF KEY BISCAYNE AND ARE STATEMENTS MADE: By: Manuel Synalovski, AIA, LEED AP For (Name of Proposing or Bidding Entity): SYNALOVSKI ROMANIK SAYE, LLC Whose business address is: 1800 Eller Drive, Suite 500 Fort Lauderdale, FL 33316 And (if applicable) its Federal Employer Identification Number (FEIN) is: 270441433 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title 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. MS Proposer Initials Form SEA Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. 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.) [)Q 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. [ 1 The entity submitting this sworn statement, or one or more of its officers, directors, executives, Form SEA partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. MS Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami -Dade County conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. MS 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. MS Proposer Initials Anti -Collusion Affidavit 1. Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and all pertinent circumstances respecting the Proposal/Bid; 2. The Proposal/Bid is genuine and is not a collusive or sham Proposal/Bid; and 3. Neither the Proposer/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Bidder, firm, or person to submit a collusive or sham Proposal/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Bidder, firm, or person to fix the price or prices in the attached Proposal/Bid or of any other Proposer/Bidder, or to fix any overhead, profit, or cost element of the Proposal/Bid price or the Proposal/Bid price of any other Proposer/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Village of Key Biscayne or any person interested in the proposed Contract. MS Proposer Initials Scrutinized Company Certification 1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false Form SEA In the presence of: Signed, sealed and delivered by: Witness #1 Prin • Derrick Dou•Ias Print Name: Manuel Synalovski, AIA, LEED AP Witness #2 Print Name: Steve Hatzidakis State of Florida County of Broward On this Title: Managing Member ACKNOWLEDGMENT day of r aa , 20'21 , before me the undersigned, personally appeared V, a n ud G bv iK): 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 6.40.0C_P Notary Public (Print, Stamp, or Type as Commissioned) Produced identification (Type of Identification: Did take an oath; or Did not take an oath Form SEA } ISABEL CRISTINA MARIN MY COMMISSION # GG 204819 EXPIRES: April 19, 2022 Bonded Thru Notary Public Underwriters FORM CD COMPANY DECLARATION FORM I 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: SYNALOVSKI ROMANIK SAYE, LLC FIRM NAME 1800 Eller Drive, Suite 500 Fort Lauderdale, FL 33316 PRINCIPAL BUSINESS ADDRFESS 954.961.6806 954.961.6807 TELEPHONE FACSIMILE msynalovski@synalovski.com EMAIL ADDRESS 270441433 FEDERAL I.D. NO. OR SOCIAL SECURITY NUMBER Manuel Synalovski, AIA, LEED AP Broward County Tax - 316-233742 MUNICIPAL BUSINESS TAX RECEIPT OR OCCUPATIONAL LICENSE NO. NAME Managing Principal TITLE AUTHORIZD 5 GNATURE Form CD B. Proposal NarrativeB In 1988, Manuel Synalovski, AIA, NCARB, established an architectural practice, incorporated three years later as Manuel Synalovski Architects, Inc. In 1992, Merrill Romanik, AIA, joined the firm, adding new dimensions of design and organiza- tional skills. In 1998, the firm welcomed architect Jose Saye, a talented practitioner and problem-solver. Now, well into its third decade, the firm has continuously grown, earning the respect of its clients, professional associates, and the communi- ties it serves. It can claim hundreds of projects in South Florida, Connecticut, Texas, Illinois, and Puerto Rico, and dozens of awards. For the past 28 years, the firm’s principals were Manny and Merrill. In 2012, the firm announced a third partner: Jose Saye. Proud to be known as Synalovski Romanik Saye Architects (SRS), the firm continues its decades-long preeminence and pursuit of excellence. Eventually, every organization and business takes on the character of its principals: the chief features of their personalities have a trickle-down effect. Delve into the heart of SRS and you’ll discover its most significant aspect: building trusting relationships and collaborations. Early on in his career, for Manny Synalovski, there was no conscious choice about his relationships with others. It’s in his very nature to value integrity, honesty, and frankness as he builds a collaborative spirit and relationships with clients, contractors, and his team of co-workers. It’s no surprise that Merrill Romanik, Jose Saye, and the team he assembled as SRS grew are people of like minds: the law of attraction is truly at work. SYNALOVSKI ROMANIK SAYE, LLC (SRS) is a multi-disciplinary Architecture and Interior Design Firm providing professional services in the State of Florida since 1988. For the past thirty-two (32) years, SRS has served thirty-two (32) municipalities throughout the State. Since, 2006, SRS has also had a branch office in Bradenton. Our SRS Fort Lauderdale Team includes fourteen (14) design professionals. Our staff includes Two (2) Registered Architects, two (2) Licensed Interior Designers, three (3) LEED Accredited Professionals (AP), five (5) Graduate Architects and three (3) Administrative Staff. As a Firm, our Senior Staff has been working together for the past twenty-five (28) years. As a Team, together with our Consultants, we have been responsible for over three hundred and twenty-five (325) exceptional Munici- pal Projects. While SRS team members are all experienced, talented professionals, what sets them above the mark is their consummate diligence, attention to detail, and thoroughness. Each project is respectfully treated and managed as if it were the “only project”: from project analysis to programming, to master planning, architectural design, bidding, permitting, interior design, and contract administration. Whatever it takes, no matter how small a detail, the SRS team is unequivocally committed to satisfying, and exceeding, every client’s expectations. Now, well into its third decade, the firm has continuously grown, earning the respect of its clients, professional associates, and the communities it serves. It can claim hundreds projects in Florida, Connecticut, Texas and Puerto Rico and dozens awards and recognitions for their project. SRS’s expertise in designing cost effective solutions without sacrificing design excellence is a legacy we share with all our Municipal Clients. Our success in delivering professional services during the past 32 years, provides us with a clear under- standing and vision of what it is necessary to achieve your stated goals. SRS approaches each project – whether large or small – with the utmost attention, giving it the time, energy and thorough supervision it requires. Our practice is diversified with an accomplished portfolio of work including residential, retail, mixed-use, commercial interiors, and hospitality, religious, institutional, academic and municipal projects. Some of the projects are small…some are large. Many different building types have been designed to create a climate conducive to innovative design and to meet the changing needs of the clients we serve. Our continued success is a product of diligence, knowledge and service. We are true team leaders and we use our leadership abilities to ensure quality control, cost control, timeliness and design excellence. Our practice, focused in South Florida for the past 32 years, provides us with an incom- parable edge and unique advantage as it relates to serving our local Community. We clearly understand the work to be done and are confident that our proven qualifications and our “can-do” attitude will meet and exceed your expectations. PROPOSAL NARRATIVE E. Technical Approach and UnderstandingE PROPOSER’S STATEMENT Synalovski Romanik Saye, LLC (SRS) embraces a design philosophy that is logical, rational and responsive to the context where our design solution will be developed. SRS design solutions are sustainable because they meet budget constraints and satisfy schedule requirements. They are also sustainable because operation and maintenance costs are evaluated as part of the problem solving process. SRS solutions are further sustainable because they require less power and less water to build and operate. They are most sustainable because they “fit” the community fabric that surrounds them. Our knowledge of applicable state building codes, coupled with our “constructability” experience separates us from our colleagues and provides an “edge” that our municipal clients appreciate. We offer quality professional services that include programming, feasibility studies, cost estimating, scheduling, architectural and engineering design, site and building permitting and approval expediting, bidding and award evaluation and construction administration services. In addition to planning and programming for the individual needs of our municipal clients, we intelligently present our projects to the community in order to responsibly communicate the project goals and gain the necessary civic support. Our practice has administrated the permitting and approvals of all our firm’s work. We have an impeccable reputation with the local, regional and state agencies that regulate Construction. In the past thirty-two (32) years, SRS has provided plan review (code compliance) and construction inspection services for some of our public sector clients. This unique experience has added a new “dimension” to our list of professional services. The SRS Team intends to lead a delivery process that is inclusive and transparent. Upon our selection, it is our desire for the Village of Key Biscayne to define all the project stakeholders so we may receive input as early as possible. Our process is simple and disciplined. The SRS Team asks you questions and carefully listens to your answers. We define the design problem early and insure our solution solves it. Key to our success is the philosophy of “inclusiveness”. Our most awarded design solutions are those that include the balanced input of all stake holders. Success in design is not achieved by luck...it is a product of diligence. SRS’s goal is to become an extension of your Community Staff, Administration, Elected Officials and Community at Large. Our desire to serve is not as an outsider looking in but as an insider engaged in the dynamics that make the Village of Key Biscayne the extraordinary Municipality it is. Our “can do” attitude best fits the Village of Key Biscayne demeanor, and together, we will serve the Community with the excellence they deserve. The SRS Team clearly understands the required Scope of Work defined in the RFQ and has experience with all facilites mentioned as well as with the Village of Key Biscayne and sustainable urban design guidelines. Addition- ally, SRS like to add the following goals to the services we intent to provide: • Inclusive Process • Efficient/ Logical Solution • No Tolerance to Disruptions of Active Cam • Sensitivity to Neighboring Properties • Respectful of Iconic Infrastructure • Maintain Existing Architecture • Flexible Construction Window • Short Construction Duration • Temporary Parking Facilities • Absolute Budget Compliance • Best Value Synalovski Romanik Saye, LLC (SRS) sets client satisfaction as its primary focus. By conscious design, the firm consistently applies quality management principles to the practice of architecture and related services thereby earning a reputation for always meeting, and often exceeding, Client goals. SRS approaches each project – whether large or small – with the utmost attention, giving it the time, energy and thorough supervision it requires. Our practice is diversified with an accomplished portfolio of work including residential, retail, mixed-use, commercial interiors, and hospitality, religious, institutional, academic and municipal projects. Some of the projects are small…some are large. Many different building types have been designed to create a climate conducive to innovative design and to meet the changing needs of the clients we serve. Our continued success is a product of diligence, knowledge and service. We are true team leaders and we use our leadership abilities to ensure quality control, cost control, timeliness and design excellence. Our practice, focused in South Florida for the past 32 years, provides us with an incomparable edge and unique advantage as it relates to serving our local Community. We clearly understand the work to be done and are confident that our proven qualifications and our “can-do” attitude will meet and exceed your expectations. To clients and associates, SRS is characterized by: • Commitment • Enthusiasm • Experience • Intelligent Design Solutions • Knowledge • Legendary Service • Prudent Budgeting • Responsible Community & Environmental Values • Visionary Management Practices All of the key personnel identified will be easily made available, as the project schedule requires. Given our current workload and that of our consultants, we see no limitations with regard to scheduling.In the past, we have been extremely successful in properly planning and scheduling our own resources and that of our consultants. As necessary, as we have done in the past, we may limit our commitments to other clients and focus specifically on the goals of Key Biscayne as it relates to the Continuing Services Contract for Architectural Services. Given the opportunity, we have no hesitation to limit all our work to those projects assigned to us by Village of Key Biscayne and thus assure your success. Our office is located within minutes of the proposed project and our communication technology promotes immediate communication capability with the Village and our consultants. Historically SRS’s CAD capabilities have been a traditional 2D vector based platform, focused on production level high quality construction documents. Our AutoCAD 2012 design and documentation software allows the use of 3D design tools, however our Firm experience has predominantly been with 2D documentation. Our Auto- CAD capabilities are enhanced by the use of Photoshop, InDesign and SketchUp as rendering tools. In 2011, the entire SRS office was trained in REVIT and now have the knowledge and experience to develop specific projects utilizing intelligent 3D virtual representation in BIM (Building Information Modeling). Led by Principals, SRS can produce “intelligent” documents that provide practical and cost effective advantages: higher design quality, faster documentation process, minimal “mistake” potential, early collision detection, higher team efficiency, higher team collaboration, higher visualization quality and higher presentations materials. PERMITTING STATEMENT SRS has been providing architectural services to the South Florida Community since 1988. Since then, we have designed solutions utilizing the applicable Broward Edition of the South Florida Building Code and the Florida Building Code. Our comprehensive professional services for remodeling, renovation and new construction projects have focused primarily on improvements, expansions and replacements to existing facilities. Therefore our knowledge and experience with local codes and with their regulators has been extraordinary. Further, this experience and knowledge was developed mostly with phased replacement projects that included temporary facilities. All of our phased replacement projects safely maintained daily operations. As part of our services for projects in South Florida, we have shepherded project entitlements inclusive of land use amendments, platting, rezoning, site plan approvals and permitting with the various local Drainage Districts throughout South Florida. We have also permitted work with the South Florida Water Management District and the Army Corp of Engineers. We also have excellent knowledge and experience working with FDOT and the multitude of Broward, Duval, Martin, Manatee, Miami-Dade, Monroe, Orange, Palm Beach and Sarasota County regulatory agencies that regulate development. After Hurricane Wilma and previously after Hurricane Andrew, our firm worked with FEMA regulators on various remediation, repair and reconstruction projects in South Florida. Specifically, between 2000-2009, our Managing Principal, Manuel Synalovski, AIA, LEED AP served as the architect representative on the Broward County Board of Rules and Appeals and consequently was extremely involved with all the Building Code modifications inclusive of the transition from the South Florida Building Code to the Florida Building Code. SRS has one in-house professional dedicated solely to administrating and expediting approvals and permits for all of our projects for over 32 years. Further, we have established a strong relationship with the Village of Key Biscayne Building Department; all County agencies involved in permitting and approvals for construction/ development projects, and all Regional and State agencies also involved in permitting and approvals for construction/ develop- ment projects. We understand not only the “process” in terms of time, but the “personalities” of the individuals involved in the “process”. Further, we understand and work with the “culture” of the many agencies with jurisdic- tion in the “process”. SRS has become so successful in this critical activity that we currently provide permit and approval administration services to other design professionals and various municipal clients. Further, the permitting process requires a true understanding and knowledge of sequence and the real time required by agencies, departments and jurisdictions for review, commentary and corrections. This multi- layered process must all be incorporated into project schedules to eliminate delays due to pending approvals. Because of our successful experience with permitting and jurisdictional approvals, our construction projects begin development on time. APPROACH TO DELIVERY SERVICES SYNALOVSKI ROMANIK SAYE, LLC (SRS) and our team of consultants have extensive experience in the delivery of municipal projects, on a continuing contract basis, in the State of Florida, inclusive of various types of Municipal Facilities including a variety of Municipal Complexes & Annexes, City/ Town/ Village Halls, Public Gathering and Meeting Spaces, Public Services Centers, Public Safety Facilties, Public Works Campuses, Parks and Recreational buildings, other types of Administrative and Ancillary Municpal buildings and facilities. SRS understands that this contract is for Architectural and Building Services – Services may include but will not be limited to new sites and facilities, studies, renovations or upgrades to existing facilities; the following special- ties are required but are not limited to: mechanical, electrical, plumbing, structural and architectural engineering, waterproofing and building envelope and building environmental specialists. Key to the success of any project is the establishment of the duties at hand and identifying whom will be responsible for each activity. Our experience has proven that uncompromised communication and a clear decision making process will assure an amazing project is completed for the Village of Key Biscayne. From day one it will be established that all communication with the Village of Key Biscayne will happen through Merrill Romanik, AIA, LEED AP, Project Manager from SRS. Merrill has been with the firm for over twenty-eight (28) years and has focused her attention on the public sector. She will be responsible of all communication to the architectural staff, the design team of consultants and the Constructor, if applicable. This proven system insures that communication and accountability is always maintained. Here is how it works! GATHER. Our services begin with data collection. It is important that all stake holders are part of the process so that any existing drawings, code compliance issues, relevant building maintenance information, pre-existing conditions, program requirements, systems and infrastructure evaluation, project budget, time constraints, et al. are identified and shared with the team at the beginning of the project. An existing site analysis will play a role in the building programming phase, since the site’s opportunities and limitations will be understood as early as possible. PROGRAM. Our services continue with consultations with the Village of Key Biscayne staff to brainstorm regarding the programmatic needs, priorities and essential adjacencies of the Adminsitrative/ Technical Buildings. The information shared will be documented in a written matrix that includes the space typology necessary, area requirements, equipment requirements, technology needs, finish and material evaluations, mechanical, electrical and plumbing needs and identifying significant relationships and hierarchy of the spaces. SKETCH. Next SRS will assimilate the information on the existing site and the desired programmatic needs into floor plan sketches that will be shared with the Project Team for review and evaluation. Commentary will be addressed and adjustments will be made to the plans so that all stakeholders will be satisfied with the approach prior to proceeding with the construction documents process. In addition, an opinion of probable cost will be provided to the Constructor so that we all may confirm that the project is achievable within the budget. Should the project be out of alignment in relationship to the budget, now would be the time to have the discussions with the entire team, including our team of design consultants and Village officials, about modifying the approach, evaluating the proposed systems, reducing scope, and evaluating alternate materials, equipment and systems. DEVELOP. Once the initial program and project requirements have been established and funding has been confirmed, the team will continue to develop the design and will insure that the most cost effective sustainable project is emerging. Throughout this effort, bi-weekly meeting will take place, and all key personnel will remain involved in the process. SRS will also initiate the agency review processes which may include a site plan approval process, engineering permitting, etc. SRS will furnish all necessary documents to apply for and secure regula- tory permits. Although LEED certification is not specific criteria identified for the project, SRS will at a minimum introduce sustainable strategies at this time. Introducing low in initial investment that provide responsible, appropriate and money wise benefit to the Village of Key Biscayne and the community will be easily accomplished. SRS is capable and proven with the USGBC process and has four completed projects that are LEED certified (Lauderhill Municipal Complex – LEED NC Silver, Children’s Services Council – LEED NC Silver, Dania Beach Paul DeMaio Branch Library – LEED NC Gold and Toyota Lexus Service Training Facility – LEED Gold). At the end of design development, a progress set of plans and an updated opinion of probable cost will be issued to the Village of Key Biscayne for review and evaluation. DOCUMENT. Upon receipt of the Authority’s review of the design development plans at each stage of the design process (30%, 60% and 90%), SRS will shepherd the completion of the 100% construction documents. Site Planning, Architectural, Interior Design, Environmental Engineering, Structural Engineering, Civil Engineering, Me- chanical Engineering, Electrical Engineering, Geotechnical Engineering, Utilitiy Engineering, Surveying, Plumbing, Fire Protection, Telecommunications/ Sound, Landscape Architecture and LEED Administration (if used), plans will be created and Code compliant detailed plans, sections, details, schedules, and specifications will also be provided, where applicable. Also, where applicable, color selections and material finishes options will be re- viewed with the Village and final choices will be incorporated into the plans so that the permit/ bid documents are comprehensive and inclusive. PERMIT. SRS will shepherd, where applicable, the permit documentation, signed and sealed, for submission to the relevant permitting agencies. SRS would request that during the development of the project we schedule an appointment with the Building Officials and other authorities having jurisdiction to review the project scope and walk through the Code requirements with them, so that they too are part of the process and there are no surprise interpretations from the authorities having jurisdiction late in the game. Once submitted, SRS will monitor the progress of the reviews and upon receipt of any commentary from plan reviewers SRS will address the questions promptly and thoroughly. We will recommend scheduling a meeting with the Building Officials when we are ready to resubmit so that we may review in person all responses and any remaining questions may be identified and solved on the spot. SRS has one in-house professional dedicated solely to administrating and expediting approvals and permits for all of our projects. Further, we have established a strong relationship with the Village of Key Biscayne Building Department, all County agencies involved in permitting and approvals for construction/development projects, and all Regional, State and Federal agencies also involved in permitting and approvals for construction/ development projects. We understand not only the “process” in terms of time, but the “personalities” of the individuals involved in the “process”. Further, we understand and work with the “culture” of the many agencies with jurisdiction in the “process”. SRS has become so successful in this critical activity that we currently provide permit and approval administration services to other design professionals and various municipal clients. Further, the permitting process requires a true understanding and knowledge of sequence and the real time required by agencies, departments and jurisdictions for review, commentary and corrections. This multi-layered process must all be incorporated into project schedules to eliminate delays due to pending approvals. Because of our successful experience with permitting and jurisdictional approvals, our construction projects begin development on time. PRICE. SRS will assist the Village of Key Biscayne during the bidding of the project. We will work with the Village on determining the best value engineering and constructability options. We will shepherd the bid documents that will be distributed, monitor the bid process, respond to any requests for information during the bidding, analyze the bids received and provide the Village of Key Biscayne with the recommendation on the award of the construction contract. CONSTRUCT. Finally, we arrive at the construction administration phase of the project and our participation and continued communication will be critical to the success of the building process. During the construction, we will remain an active participant by attending the pre-construction conference and weekly construction progress meetings and by performing the tasks identified below: •  Advise the Vilageof Key Biscayne on all aspects of the construction project. •  Monitor and Review of Shop Drawings and Submittals. •  Make periodic site visits to the project to observe the progress of all disciplines including any required threshold inspection and resolution of on-site issues. •  Assure that a high level of workmanship is maintained and achieved. •  Issue instructions to the Construction Company, should any interpretations and clarifications be required for RFI’s. •  Review, evaluate and approve progress payments due based upon the progress of the work completed. Review construction schedules and critical path. •  Observe the initial operation of the building systems and confirm compliance with the specifications. •  Perform a final punch list and review all final as-built drawings. •  Report and establish final project completion, including recommending final payment at the appropriate time and retainage reduction, if appropriate. Get overseeing Department to Issue Certificate of Final Completion. Begin the warranty phase of the project. •  Shepherd the submittal of 100% Construction Documents, including Electronic Copies, to the Village of Key Biscayne. CELEBRATE. Lastly, we will celebrate with the Village of Key Biscayne at the (re)opening of your Municipal Projects. With these added community benefits, the legacy of the project will live on for current and future residents to enjoy for years to come. Synalovski Romanik Saye, LLC will execute each phase of the project by way of a single point project manager delivery. Merrill Romanik, AIA, LEED AP, will shepherd the success of the project from start to finish. The duration of each phase of the project will be directed by Merrill, who has managed every municipal project completed by our Firm. Not a single Municipal or Private Project designed by SRS has been late or over budget. Most of our projects have been awarded for both design and construction excellence. QUALIFICATIONS OF PROJECT MANAGER The Project Manager for your proposed project, in this case, a Principal of the Firm, is personally responsible for Quality and Cost Control. She will lead the project from inception through certificate of completion, maintaining continuity and cohesiveness between the Village of Key Biscayne, our Staff, our Consulting Engineers, the selected Contractor and their Sub-contractors and ultimately will be responsible for project execution. This commitment to constant leadership promotes efficiency and delivers quality projects on time that are precisely responsive to the Village’s requirements. Merrill Romanik, AIA, LEED AP is a Principal at Synalovski Romanik Saye, LLC. As an intern, she helped to launch the firm’s Interior Design Studio, which she now manages alongside her architectural duties. In addition to her Architectural degrees, Merrill holds a Master’s degree in Building Construction creating an informed and comprehensive understanding of the entire building process. With over 28-years’ experience in both architecture and interiors, Merrill contributes her integrated approach to the SRS Team. She has significant experience in retail, hospitality, corporate interiors, academic and municipal project types and her public sector experience has always proven to be an asset to her private sector clients. Merrill will be available for the Village within the 2 hour call time. In the past, we have been extremely successful in properly planning and scheduling our own resources and that of our consultants. As necessary, as we have done in the past, we may limit our commitments to other clients and focus specifically on the goals of the Village. Given the opportunity, we have no hesitation to limit all our work to those projects assigned to us by the Village of Key Biscayne and thus assure your success. Aggressive control of schedules and budgets has been one of the key factors in our Firm’s growth and success. Especially in the case of community gathering spaces projects, the project budget simply cannot be exceeded. Similarly, the project schedule must be coordinated with the Village’s schedule, to ensure that we allow for suf- ficient time to move in. We maintain strict controls and enforce the team’s awareness of the need to stay within budget and schedule throughout the entire design and construction process. We will also provide assistance to the Village’s in helping to set a budget that is reasonable and attainable. At the start of the project Merrill typically conducts a ‘value determination’ meeting, at which the Village Team, construction manager (if any) and Designers jointly set forth the requirements and expectations for each element of the project. The goal is to establish a common understanding of project quality and budget at the very beginning, before we begin design. Then, as the project proceeds, the following principles guide the team to be sure that the Village’s goals are met when Municipal project (s) opens and for many years to come. SRS understands that together with the budget, aggressive management of the project schedule is essential—not only so that village employees can be accommodated, but also so that incremental costs associated with delays can be minimized. Initial meetings will present the normal process of project delivery and what is to be expected of each of the participants—architects, engineers, and Village Team. The proposed construction schedule will be developed jointly and key deadlines will be assigned to each of the participants. This will ensure consistently knowledgeable and timely response, and help to keep the project on schedule. The design process will consist of a milestone schedule organized by phase – Schematic Design, Design Development and Construction Documents. Each phase will contain a series of target dates that establish specific responsibilities for each party. The schedule will also designate weekly in-house team meetings for coordination of design and technical issues as well as a review of the target dates. We will also include monthly meetings with the owner’s designated representative, reviewing all aspects of the project for further dissemination to board members and administrators. INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Phoenix Insurance Company Travelers Property Cas. Co. of America Travelers Casualty and Surety Company Lloyds of London Travelers Indemnity Company 12/10/2020 USI Insurance Services, LLC 2502 N Rocky Point Drive Suite 400 Tampa, FL 33607 813 321-7500 Synalovski Romanik Saye, LLC 1800 Eller Drive #500 Fort Lauderdale, FL 33316-4210 25623 25674 19038 NONAIC 25658 A X X X X X 6609D35342A 12/23/2020 12/23/2021 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 E X X X X BA2R381690 12/15/2020 12/15/2021 1,000,000 B X X X 10,000 X X CUP4K271119 12/23/2020 12/23/2021 5,000,000 5,000,000 C N X UB8J676605 12/23/2020 12/23/2021 X 1,000,000 1,000,000 1,000,000 D Professional Liability 10143L191015 12/10/2020 12/10/2021 $1,000,000 per claim $5,000,000 annl aggr. Professional Liability coverage is written on a claims-made basis. For Proposals 1 of 1 #S30599982/M30598270 SYNALROMClient#: 1053727 SP1ZP 1 of 1 #S30599982/M30598270 This page has been left blank intentionally. C. Proposer’s QualificationsC SRS LEED EXPERIENCE Overview Stewardship of the environment is part of SRS’s design philosophy. We believe that buildings should fit comfortably on their sites, be respectful of their context, and minimize their burden on the earth’s resources. By making thoughtful design decisions as architects and engineers, we have an opportunity and a responsibility to make a positive contribution to the protection of our planet. We believe in an integrated, holistic approach to design. Under the guidance of our Three (3) LEED Accredited Professionals, we use the LEED Green Building Rating System as a one of many tools in the development of environmentally responsible projects. Sustainable Design Sustainability can be broadly defined as a balance between human needs and productivity of natural systems. Sustainable design principles help to promote regeneration of the natural environment, minimizing impact on its resources while affording sound economical development. Good design relies on making design decisions that are clearly guided by suitability, durability, economy and common sense. Building materials and systems should be selected on their ability to perform over the long term while maintaining their intended appearance and efficiency. Systems that conserve energy while increasing the quality of the environment for those they serve are far more cost effective in the long run. Materials that are more durable require less maintenance and cost to up-keep. It is good business sense. Benefits of Environmentally Responsible Buildings Environmentally responsible buildings have benefits far beyond social responsibility. Sustainable design is good for business. Improved operational efficiency, increased productivity, improved financial performance, enhanced occupant comfort, and improved quality of life are just a few key benefits. LEED Project Experience LEED Certified: Toyota/Lexus Training Facility Interior Fit-out - LEED CI (Gold) Lauderhill Municipal Complex - LEED NC (Silver) Children Service Council Lauderhill, FL - LEED NC (Silver) Paul DeMaio Dania Beach Branch Library - LEED NC (Gold) LEED Registered: Fire Station 107 | Miramar, FL - LEED NC (Silver) Pembroke Pines Public Services Campus, Pembroke Pines, FL - LEED NC (Silver) Aventura Chabad, Aventura, FL - LEED NC (Gold) Two Ten Aventura, Aventura, FL - LEED NC (Gold) Charlotte Burrie Civic Center - LEED NC (Silver) Green Awards Pyramid Award 2010 (Lauderhill Municipal Complex) Associated Builders and Contractors Green Award 2010 (Lauderhill Municipal Complex) Associated Builders and Contractors USGBC Gala Verde 2011 (Toyota/ Lexus Training Facility) FHBA Aurora Award 2011 (Green Dream House) Florida Prism Best In Show 2012 FPL - Energy Efficiency Gold Award Winner Green Home of the Year Gold Award Winner Innovation in Green Building Gold Award Winner Florida Green Building Coalition: Marathon Public Library & Adult Education Center, Marathon, FL SRS CONTINUING CONTRACT EXPERIENCE Continuing Services Contract List 1. School Board of Broward County Continuing Services Contract for Architecture 2. School Board of Broward County Continuing Services Contract for ADA Services 3. School Board of Broward County Continuing Services Contract for Plan Review/Inspections 4. School Board of Broward County Continuing Services Contract for Master Planning 5. School Board of Broward County Continuing Services Contract for Professional Services 6. City of Pembroke Pines Charter School Continuing Services Contract for Professional Services 7. City of Weston Continuing Services Contract for Professional Services 8. City of Plantation Continuing Services Contract for Professional Services 9. City of Sunrise Continuing Services Contract for Professional Services 10 .City of Miramar Continuing Services Contract for Professional Services 11. Brauser Maimonides Academy Continuing Services Contract for Professional Services 12. Hillel Community Day School Continuing Services Contract for Professional Services 13 David Posnack Hebrew Day School Continuing Services Contract for Professional Services 14. City of Coconut Creek Continuing Services Contract for Professional Services 15 Memorial Healthcare System Continuing Services Contract for Professional Services 16. City of Pembroke Pines Continuing Services Contract for Professional Services 17. Broward College Continuing Services Contract for Professional Services 18. Broward County Continuing Services Contract for Professional Services 19. Ultimate Software Group Continuing Services Contract for Professional Services 20. City of Lauderhill Continuing Services Contract for Professional Services 21. Town of Davie Continuing Services Contract for Professional Services 22. Kaplan University Continuing Services Contract for Professional Services 23. City of Hialeah Continuing Services Contract for Professional Services 24. City of Gainesville Professional Services for Capital Improvement Plan 25. City of Lighthouse Point Continuing Services Contract for Professional Services 26. City of North Miami Beach Continuing Services Contract for Professional Services 27. Town of Southwest Ranches Continuing Services Contract for Professional Services 28. Barry University On call Interior Design Services 29. Barry University On Call Architectural Services 30. City of Tamarac Services Agreement for Professional Services 31. Lakewood Ranch Inter-District Authority Continuing Professional Services - Architectural 32. City of Dania Beach Community Redevelopment Agency CRA Downtown Storefront Sketches 33. City of Homestead Continuing Services Contract for Professional Services 34. City of Fort Lauderdale Continuing Services Contract for Professional Services 35. City of Key West Continuing Services Contract for Professional Services 36. City of Hollywood Continuing Services Contract for Architetural Design Services 37. City of Hallandale Beach Continuing Professional Architectural Services 38. Town of Surfside Professional General Architectural Services 39. City of Delray Beach Community Redevelopment Agency Architectural Services on a Continuing Contract 40. City of West Palm Beach Architectural Services on a Continuing Contract 41. City of Lauderdale Lakes Professional Architectural Services 42. City of Pompano Beach Achitectural Services for Various City Projects 43. City of Palm Beach Gardens Continuing Contract for Professional Services 44. City of North Lauderdale General Professional Architectural Services 45. City of Hollywood CRA Architectural Design Services for Capital Projects 46. City of Pembroke Pines City Parks A&E Services SRS MUNICIPAL CONTRACT EXPERIENCE City of Aventura 1. Police Department Dispatch Renovation & Expansion 2. Founders Park Restroom Improvements 3. Founders Park Splash Pool Pump House 4. Waterways Park Administration | Restroom Building City of Boca Raton 1. ADA Transition Plan at Four City Parks 2. Meadows Park Pool Chemical Storage Town of Bay Harbor Island 1. Officer Scott Winter’s Park Broward County 1. Law Library/JIS improvements 2. West Regional Courthouse 3. North Regional Courthouse Court Room #4 4. Court Administration 5. Mass Transit Bus Maintenance Facility 6. Hispanic Cultural and Educational Center 7. Revenue Collections Division Renovation - First Floor 8. Support Enforcement Division - First Floor 9. Emergency Generator at Booher Building 10. African American Library HVAC 11. Broward County Judicial Suites 12. Miramar Pineland Park 13. Air Monitoring Station 14. Continuing Contract for Architcetural Services 15. Miramar Pineland Park Nature Center 16. Boulevard Gardens Park Community Center Improvements 17. T.Y. Park Restroom Building Renovations 18. C.B. Smith Aquatic Staff Building 19. Park Administration Building Analysis/ Recommendation 20. Quiet Waters Restroom Building Renovations 21. West Regional Courthouse Judicial 2nd Floor Renovations 22. Miramar Pineland Park Nature Center 23. EOC Campus Master Plan 24. Annex Administration Building Renovation 25. Main Library Master Plan 26. Coca Cola Plant Facade Renovations 27. Copans Road Bus Wash & Charging Stations 28. Courthouse Copy Center Relocation 29. CMD Office Improvements 30. Park Administration Building Annex 31. GC West Surtax & MAP Improvements City of Coconut Creek 1. City Hall Reconfiguration Space Planning 2. City Hall Generator Replacement/Upgrade 3. Material Storage Bins @ Public Services 4. Motor Pool Storage Building Addition 5. Public Services Building Addition 6. Public Safety Unisex Restroom Renovation/Remodeling 7. Recycling Storage Building Roof Remodeling 8. Sunshine Drive Rehabilitation Block Grant Program 9. Donaldson Park Master Plan 10. Cypress Creek Restroom Building 11. Park Services Building at the Recreation Complex 12. Windmill Park/Ted Thomas Center Site Planning 13. Winston Park Restroom Building 14. Continuing Contract for various City Projects 15. City Hall Storefront Replacement 16. Windmill Park Design Improvements 17. Motor Pool Storage Building Addition 18. Public Services Building Addition 19. Public Safety Restroom Renovation/ Remodel 20. Recycling Storage Building Roof Remodeling City of Cooper City 1. Police Department Headquarters 2. Sports Complex Restroom Building City of Dania Beach 1. Paul DeMaio Dania Beach Branch Library 2. City Hall Schematic Design 3. Fire Station No. 1 Addition and Remodeling 4. CRA Facade Imporvement Grant Program a. Grampa’s Bakery b. Liggett Rexall Drug Store c. Davidson’s Antiques d. 18 Realty e. Brighton Dental f. Dania Beach Florist g. The Beauty Factory h. Millenium Fire & Safety i. 225 Dania Beach Boulevard j. 1000 South Federal Highway k. Liberty Suites l. Fetch m. Docker’s Restaurant n. Gallery of Amazing Things o. Tuscany Cafe p. Farah’s Market q. Kingshead Pub r. Ward’s Restaurant and Lounge s. Nu-Black Septic Tank & Drainfield Co. t. Brothers Food Market 5. CRA Merchant Assistance Grant Program a. Kingshead Pub b. Ward’s Restaurant and Lounge 6. Ocean Park Revitalization Phase 1 Improvements 7. The Patch Community Garden Pavilion Town of Davie 1. Fire | EMS | Police Department Fuel Island 2. Davie Fleet Maintenance 3. Pine Island Park Restroom | Concession Buildings 4. Falcon’s Lea Park 5. Police Firearms Training Facility 6. Continuing Services Contract City of Delray Beach 1. CRA Design & Construction Administrative Services 2. CRA Residential Facilities Upgrades 3. Historic House Florida Department of Environmental Protection 1. Statewide Architectural & Engineering Services City of Fort Lauderdale 1. City Hall ADA Updates 2. City Hall Lobby Improvments 3. SouthSide Cultural Arts Center Restoration 4. Continuing Services Contract 5. Aquatic Center Design Criteria 6. NorthSide School Restoration 7. CRA Black Star Restaurant Compliance 8. CRA Boden Building Renovation City of Gainesville 1. Continuing Contract for Various City Projects 2. Alfred A. Ring Park Boardwalk Replacement City of Hallandale Beach 1. Fire Station No. 60 Master Planning 2. Hallandale Beach Branch Library Renovation 3. Continuing Services Contract 4. Ingalls Park/ Community Center Improvements City of Hialeah 1. Continuing Contract for Various City Project City of Highland Beach 1. Police Department Renovations City of Hollywood 1. City Hall Additions and Renovations 2. 56th Avenue Fire Training Facilities 3. 56th Avenue Fire Maintenance Facility 4. 56th Avenue Training Tower 5. Oak Lake Community Center Renovation 6. Continuing Services for Architectural Design 7. Beach Maintenance Facility/ Municipal Vehicle Wash 8. City Hall Library 2nd Floor Improvements City of Key West 1. Continuing Professional Services - Architectural Lakewood Ranch - Inter District Authority 1. Continuing Professional Services - Architectural Town of Lauderdale-by-the-Sea 1. Town Hall Master Plan 2. Jarvis Hall Patio Enclosure City of Lauderhill 1. City Hall Municipal Complex 2. Renaissance / Windemere Guardhouse 3. Tree Gardens Color Palette 4. Windermere Color Palettes and Facade Improvements 5. John E. Mullin Community Center Pool Schematics/ Interior 6. Sadkin Center Renovation / Interior Design 7. City Hall Annex 8. Cultural Museum Interior Design 9. City-wide Bus Shelter Program 10. James Bradley Park Improvements 11. Fire Station #57 Repaint 12. Fire Station #30 Needs Assesment 13. Fire Station #30 Design Criteria Professional 14. Veteran’s Park Improvements Design Criteria Professional 15. St. George Park Improvements 16. Inverrary Community Center Renovation 17. Westwind Park Finishes 18. Lauderhill Golf Maintenance Facility 19. Lauderhill 6-12 Finishes 20. Sports Park Finishes City of Lighthouse Point 1. Police Station Renovation and Expansion 2. Fire Station Renovation & Improvements 3. Library Renovations and Expansion 4. City Hall Reconfiguration and Water Damage Remed. 5. Dixon Ahl Hall Improvements 6. Fire Station No. 22 Assessment & Schematic 7. Dan Witt Park Community Center City of Margate 1. Fire Station No. 3 City of Marco Island 1. Multi-Departmental Building/ EOC City of Miami Beach 1. Miami Beach Golf Club Interior Design 2. North Shore Park Improvements City of Miami Gardens 1. Rolling Oaks Park City of Miramar 1. Miramar Police West District Police Substation 2. Fire Station No. 70 Replacement 3. Fire Station No. 107 4. Fire Administration Expansion at Fire Station No. 84 & EOC 5. Police Headquarters Expansion and Renovation 6. Old Police Department / Fire Station #70 Demolition Plans 7. Miramar Police East Substation Schematic Design 8. Miramar Regional Park Corporate Center 9. Continuing Services Contract 10. Miramar Regional Park Back of House Monroe County 1. Marathon Library City of North Lauderdale 1. Police Department Demolitions City of North Miami 1. Continuing Contract for Various City Projects 2. Green Elderly Housing Schematic Design 3. Griffing Park & Community Center 4. Chinatown Design Guidelines City of Palm Beach Gardens 1. Police Tactical Training Facility 2. Continuing Contract for Professional Services 3. City Hall Renovations 4. Police Headquarters Renovations 5. Care Here & Wellness Gym @ Fire Station No. 1 6. Burns Road Recreation Center Renovation 7. City Monument Sign 8. District Park Restroom, Concession & Administration 9. Sand Hill Crane Turf Maintenance Building City of Parkland 1. Public Safety Building City of Pembroke Pines 1. City Hall Annex 2. City Hall Lobby Enclosure Building Shell 3. City Hall Lobby Enclosure Interior Design 4. City Hall Parking Garage Feasibility Study 5. City Hall Roof Analysis & Repair Feasibility Study 6. Charter High School UBCI Schematics 7. Fire-Rescue Department Maintenance Facility 8. Fire Station No. 33 9. Fire Station No. 79 10. Fire Station No. 89 Renovations 11. Fire Station No. 99 12. Fire Station No. 99 Addition 13. Fire Station No. 101 & EOC 14. Pembroke Shore Gymnasium and Park 15. Pembroke Shore Optimist Building 16. Tanglewood Park Restroom Building 17. Walter C. Young Restroom Building 18. Chapel Trail Park Concession Building 19. Pembroke Pines Central Campus (Pre & Elementary School) 20. Design Criteria Professional and UBCI Inspections Services 21. Pembroke Pines Charter Middle School 22. Design Criteria Professional and UBCI Inspection Services 23. Academic Village | P. Pines Charter High School 24. Pines Conference Center Feasibility Study 25. Police Headquarters Expansion Feasibility Study 26. Police Headquarters First Floor Renov. and Expansion 27. Police Headquarters Second Floor Renovation 28. Police Headquarter Fourth Floor Renovation 29. Pembroke Pines Fire Training Facility 30. Pembroke Pines Police Training Facility 31. Club 19 @ Pembroke Lakes Golf and Racquet Club 32. Police Station Command Post Storage Building 33. West District Police Substation 34. Public Services Expansion 35. Chapel Trail Storage/Meeting Room 36. Silver Lakes Storage/Meeting Room 37. Pembroke Pines Police Equestrian Facility 38. Children’s Harbor Restroom Building 39. Village Community Center 40. Ansin Park Concession Building 41. Cinnamon Park Concession Building 42. Pembroke Lakes Golf and Racquet Club Renovation 43. Dream Park @ Spring Valley Master Planning 44. City Center Master Plan 45. Flamingo Park Concession Building 46. Flanagan High School Restroom | Concession Building 47. Fletcher Park Community Center Renovation 48. Pines Central Park Concession Building 49. Pines Recreation Center Concession Building 50. Senior Center Pool/ Pool House & Connector 51. Spring Valley Park Concession Building 52. SW Pines Nature Center Teen/Senior Center Design/B 53. Public Services Master Plan 54. Susan B. Anthony Recovery Center 55. Pembroke Senior Housing Towers 1&2 @ Howard C. Foreman 56. Pembroke Senior Housing Towers 3 @ Howard C. Foreman 57. Civic Center/City Hall Design Criteria Professional 58. Continuing Contract for Architcetural Services 59. Fire Training Facility 60. Dream Park 61. Westcare Rehabilitation Renovation 62. Club 19 Feasibility Study 63. Memorial Pavillion @ City Center City of Plantation 1. Fire Station No. 2 Remodeling 2. Fire Station No. 4 Bunk Room Addition 3. Fire Station No. 6 4. Police Department Expansion & Renovation 5. Volunteer Park Community Center 6. Jim Ward Park Community Center 7. Public Works Fleet Maintenance Facility 8. Central Park ADA Improvements 9. Plantation Community Center 10. Veltri Tennis Center Fire Remediation 11. Continuing Contract for Professional Services 12. Pine Island Park Improvements City of Pompano Beach 1. Fire Station No. 61 Renovations 2. Charlotte Burrie Community Center 3. Architectural Services for Various City Projects 4. Emma Lou Olson Community Center Improvements 5. Fire Station/ EOC 6. Municipal Services Complex Master Plan Seminole Tribe of Florida 1. Public Safety Feasibility Study & Master Plan Town of Southwest Ranches 1. Town Hall Renovations 2. Town Hall Generator and Enclosure 3. Continuing Services Contract for Professional Services City of Sunny Isles Beach 1. City Hall Improvements 2. Pelican Park Improvements 3. City Parking Garage Storage Enclosure City of Sunrise 1. Public Works Compound 2. Fleet Maintenance - Leisure Services/ Fueling Facility 3. Sunrise Gas Facility 4. Sunrise Athletic Complex Drainage 5. Piper Field and Restroom 6. Civic Center Family Pool 7. Village Multipurpose Building 8. Continuing Contract for Professional Services Town of Surfside 1. Continuing Services Contract 2. 96th Street Park City of Tamarac 1. Fire Station No. 78 2. Continuing Services Contract 3. Behring Community Center Schematic Design 4. City Hall Entry Expansions City of Weston 1. Weston City Hall 2. Fire Station No. 55/ Renovation 3. Fire Station No. 67/ Renovation 4. Fire Station No. 81/ Renovation 5. Police Services Center – Broward Sheriff’s Office 6. Public Services Infill 7. Public Works Complex/ Renovation 8. City Signage Program 9. Weston Tennis Center 10. Tequesta Park Concession | Restroom Building 11. Weston Library Park 12. Weston Community Center 13. Weston Community Center Expansion 14. 102 Acre Regional Park 15. Park Pump Stations #1 & #2 16. Weston Tennis Center Expansion 17. Weston Community Center Expansion/ Renovation 18. Peace Mound Park Restroom Building 19. Continuing Professional Architectural Services 20. Indian Trace Restroom Building 21. Bonaventure Park Restroom Building 22. Park Auxiliary Building Renovations West Manatee Fire Rescue 1. Fire Administration Renovations 2. Fire Station #1 Renovations 3. Fire Station #2 Remodel and Expansion West Palm Beach 1. Architectural Services on a Continuing Contract U.S. Customs and Border Protection 1. Fort Lauderdale 15th Street Marine Patrol Office Renovation SRS LICENSES Updated Version not received at the time of submittal. But will be furnished at the time of award. State of Florida Department of State I certify from the records of this office that SYNALOVSKI ROMANIK SAYE, LLC is a limited liability company organized under the laws of the State of Florida,filed on June 25, 2009,effective June 25, 2009. The document number of this limited liability company is L09000062006. I further certify that said limited liability company has paid all fees due this office through December 31, 2021,that its most recent annual report was filed on January 11, 2021,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Eleventh day of January, 2021 Tracking Number: 8652202740CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Department of State / Division of Corporations / Search Records / Search by Entity Name / Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Limited Liability Company SYNALOVSKI ROMANIK SAYE, LLC Filing Information L09000062006 27-0441433 06/25/2009 06/25/2009 FL ACTIVE LC NAME CHANGE 07/03/2012 NONE Principal Address 1800 ELLER DRIVE SUITE 500 FORT LAUDERDALE, FL 33316 Changed: 01/03/2012 Mailing Address 1800 ELLER DRIVE SUITE 500 FORT LAUDERDALE, FL 33316 Changed: 01/15/2014 Registered Agent Name & Address SYNALOVSKI, MANUEL MGR 7027 WEST BROWARD BOULEVARD 324 PLANTATION, FL 33317 Name Changed: 04/20/2010 Address Changed: 04/20/2010 Authorized Person(s) Detail Name & Address Title MGR D������� �� C����������Florida Department of State SYNALOVSKI, MANUEL 7027 WEST BROWARD BLVD., SUITE 324 PLANTATION, FL 33317 Annual Reports Report Year Filed Date 2018 01/11/2018 2019 01/08/2019 2020 01/15/2020 Document Images 01/15/2020 -- ANNUAL REPORT View image in PDF format 01/08/2019 -- ANNUAL REPORT View image in PDF format 01/11/2018 -- ANNUAL REPORT View image in PDF format 01/06/2017 -- ANNUAL REPORT View image in PDF format 02/03/2016 -- ANNUAL REPORT View image in PDF format 01/14/2015 -- ANNUAL REPORT View image in PDF format 01/15/2014 -- AMENDED ANNUAL REPORT View image in PDF format 01/13/2014 -- ANNUAL REPORT View image in PDF format 01/18/2013 -- ANNUAL REPORT View image in PDF format 07/03/2012 -- LC Name Change View image in PDF format 01/03/2012 -- ANNUAL REPORT View image in PDF format 01/06/2011 -- ANNUAL REPORT View image in PDF format 04/20/2010 -- ANNUAL REPORT View image in PDF format 06/25/2009 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations BUSINESS CERTIFICATION TECHNOLOGICAL CAPABILITIES The best time to control project cost is before design starts. Our cost consultant’s role starts at the very beginning of the project, and continues through each designing phase and into construction, to bring continual in-house cost information to our project manager. Through active involvement in current construction projects, our cost consultant will ensure that construction costs and trends are constantly updated, and that current cost information informs all design decisions. At the beginning of the project the Program Requirements or equivalent will articulate the needs of every space and guide the Designers. Accurate net areas, provide the first step in maintaining budget compliance, and serve as a checklist as the design develops. As each phase of the design—Schematic Design, Design Development and Construction Documents —nears completion, our cost consultant will assess the project cost. Additionally, the construction manager (if any) will provide an independent estimate. If the two sets of figures differ significantly, a reconciliation meeting is held to identify specific differences and arrive at a jointly accepted project budget. If reconciliation is achieved and the estimate is in excess of the projected budget, recommendations for program modification, value engineering or budget adjustments will be developed and discussed with the district prior to implementation. As the project moves forward through design and construction, Synalovski Romanik Saye (SRS) will deliver excel- lence by combining the focus of its team with SRS resources. Our staff recognized specialists, in municipal facili- ties, are supported by consultants with proven experience in landscaping, civil, structural, electrical, mechani- cal, plumbing, fire protection instrumentation and controls engineering; value engineering, CAD, cost estimating, project scheduling, LEED commissioning and construction observation—all the special disciplines and services required to deliver a successful building program. Our team members will answer questions and provide supplemental information during the bidding period. All regulatory requirements and related statuettes must be rigorously adhered to. We will attend pre-bid conferences and, as bids come in, assist the Village of Key Biscayne in evaluating bids and proceeding to execution of a contract for construction. Our construction administration services include review of submittals and schedules; material and color selections; regular site visits and attendance at periodic construction conferences (which generally scheduled biweekly or more often as needed); response to design questions; preparation of supplemental information and review of progress payment applications; and contract modifications. As completion draws near, we will also provide services to “keep the pressure on”, to be sure that the flurry of closeout activity is accomplished quickly enough to ensure timely occupancy of the completed building. Our goal is to provide the personal service, focus and reliability of medium size Firm, while bringing to our clients the most sophisticated new technology—in computer-aided design, in 3D modeling and animation, in construction, in quality assurance, in information resources and in budgeting—resources that only large Firms can support. Virtually all equipment and facilities required by a large, state-of-art architectural practice are provided in-house, including large-scale plotting in color and black-and-white, high-volume color and black-and-white printing and binding, scanning and photographic facilities. Teleconference and video conference are used regularly, both inhouse and with clients, via both telephone and Internet platforms, where the need arises. ORGANIZATIONAL CHART Florida Engineering Services Albert Shub, PE, LEED AP Ernesto Torres, PE MEP Engineering Manuel Synalovski AIA, LEED AP Project Principal Merrill Romanik AIA, LEED AP Project Manager Marcela Oviedo LEED AP Production SRS Production Staff Chris Bray Project Architect Carlos Diaz Production Saad El-Hage Consulting Engineers Saad El-Hage, PE Structural Engineering Pedro La Salde Production Calvin Giordano & Associates Jenna Martinetti, PE Nicholas Mahon, PE Mohammed Sharifuzzaman, PE Civil Engineering Calvin Giordano & Associates Tammy Cook-Weedon, ASLA, PLA, LEED AP Michael Conner, RLA, ASLA, ISA Arborist Landscape Architecture Education Bachelor of Architecture, University of Miami Continuing Education, Ongoing Registration & Certifications American Institute of Architects Registered Architect, Florida Registered Architect, Puerto Rico Registered Architect, Connecticut Registered Architect, Illinois Registered Architect, Texas NCARB Uniform Building Code Inspector, Florida Broward County Board of Rules and Appeals Nat’l Fire Protection Administration LEED Accredited Professional Planning and Zoning Board Member, Plantation, FL Professional Affiliations President, B’nai Aviv in Weston, Florida President, Area Agency for the Aged Sponsor, Children’s Harbor Sponsor, Kids in Distress - Wilton Manors, FL Sponsor, Jewish Federation of Broward Sponsor, Rotary Club in Weston, FL Sponsor, Samuel Scheck Hillel Day School Sponsor, David Posnack Hebrew Day Sponsor, DPJCC Sponsor, Muscular Dystrophy Association, USA Sponsor, United States Fund for UNICEF Sponsor, City of Hope Sponsor, University of Miami Alumni Assn., FL Sponsor, Broward College Scholarship Fund, FL Sponsor, Hispanic Unity - Hollywood, FL Sponsor, Jewish Theological Seminary, NY Biography Founder and managing principal, for 32 years, Manny has been responsible for ensuring the availability of resources to support clients’ projects, establishing architectural design objectives, and ultimately promising that clients’ objectives are consistently met. He has considerable expertise in academic facilities, retail, hospitality, municipal, religious, mixed-use workplace, and residential design projects. His professional affiliations and community service roles are legendary. And those who know him best, know Manny as an individual of impeccable character, candor, integrity, and intelligence. A son of many cultures, Manny is an extraordinary communicator — attentive listener, responsive spokesperson, diplomatic negotiator, consensus-seeker, and problem-solver. Manny’s gift for relationship building stands him in good stead with clients, government bodies, community leaders, and contractor partnerships. Manny will be the key lead when servicing this contract for the City of Doral. Relevant Experience City Hall - Weston, FL Municipal Complex - Lauderhill, FL City Hall Improvements - Lighthouse Point, FL City Hall Improvements - Fort Lauderdale, FL City Hall Addition and Improvements - Pembroke Pines, FL Charles F. Dodge City Center DCP - Pembroke Pines, FL Municipal Complex Renovation and Expansion - Palm Beach Gardens, FL Police Headquarters Renovation and Addition - Palm Beach Gardens, FL Police Tactical Firing Range Facility - Palm Beach Gardens, FL Cooper City Police Department Headquarters - Cooper City, FL Police Headquarters Renovation - Pembroke Pines, FL Plantation Police Department Headquarters Expansion & Renovation - Plantation, FL Police Station Renovation and Expansion - Lighthouse Point, FL Miramar Police West District Police Substation - Miramar, FL West District Police Substation - Pembroke Pines, FL Police Training Facility - Pembroke Pines, FL Police Equestrian Facility - Pembroke Pines,FL Police Services Center – Broward Sheriff’s Office, Weston, FL Public Safety Building - Parkland, FL Public Safety Building Master Plan - Seminole Tribe of Florida, Hollywood, FL Multi-Departmental Building & EOC - Marco Island, FL Fire Station No. 101 & EOC - Pembroke Pines, FL Fire Station No. 84 & EOC - Miramar, FL Fire Station/ EOC - Pompano Beach, FL Fire Station No. 107 - Miramar, FL Fire Station No. 30 - Lauderhill, FL Fire Training & Fleet Maintenance Facility - Hollywood, FL Fire Department Training Facility - Pembroke Pines, FL Public Works & Fleet Maintenance Facility - Plantation, FL Public Works & Fleet Maintenance Facility - Weston, FL Public Services Complex - Sunrise, FL West Broward YMCA - Weston, FL YMCA, LA Lee Mizell Community Center - Fort Lauderdale, FL Charlotte J. Burrie Civic Center - Pompano Beach, FL Plantation Community Center - Plantation, FL Ingalls Park & Community Center - Hallandale Beach, FL Griffin Park & Community Center - North Miami Beach, FL Miramar Pineland Park Nature Center - Miramar, FL Manuel Synalovski, AIA, LEED AP Project Principal Education Bachelor of Architecture, University of Florida Master of Building Construction, University of Florida Master of Architecture, Georgia Institute of Technology Registration & Certifications American Institute of Architects Registered Architect, Florida Registered Interior Designer, Florida NCARB International Association of Chiefs of Police National Fire Protection Administration LEED Accredited Professional International Interior Design Association American Society of Interior Designers Community Affiliations Florida Green Building Council Member Fairchild Tropical Botanical Garden Member Hispanic Unity of Florida Miami Shores Chamber of Commerce Member Biography As a principal of the firm, Merrill brings a multitude of talents and significant expertise in architecture, building construction, and interior design. When she joined the firm as an intern in 1992 (28 years), Merrill soon envisioned an expanded spectrum of services that would offer clients a one-stop shop, and helped launch the firm’s Interior Design Studio. Internship soon led to a permanent associate position and later to Principal. Merrill’s integrated approach to project planning and client needs has added a unique dimension to the firm’s overall perspective and performance. Moreover, Merrill adheres to the highest standards of aesthetic, technical, and environmental values, which have become the professional criteria and credo for the entire team. SYNALOVSKI ROMANIK SAYE, LLC is headquartered in Fort Lauderdale. Relevant Experience City Hall - Weston, FL City Hall - Lauderhill, FL City Hall Schematics - Dania Beach, FL City Hall ADA Improvements - Fort Lauderdale, FL Charles F. Dodge City Center DCP - Pembroke Pines, FL City Hall Renovation and Expansion - Palm Beach Gardens, FL Police Headquarters Renovation and Addition - Palm Beach Gardens, FL Police Tactical Firing Range Facility - Palm Beach Gardens, FL Cooper City Police Department Headquarters - Cooper City, FL Police Headquarters Renovation - Pembroke Pines, FL Plantation Police Department Headquarters Expansion & Renovation - Plantation, FL Police Station Renovation and Expansion - Lighthouse Point, FL Miramar Police West District Police Substation - Miramar, FL West District Police Substation - Pembroke Pines, FL Public Safety Building - Parkland, FL Public Safety Building Master Plan - Seminole Tribe of Florida, Hollywood, FL Multi-Departmental Building & EOC - Marco Island, FL Fire Station No. 84 & EOC - Miramar, FL Fire Station/ EOC - Pompano Beach, FL Fire Station No. 107 - Miramar, FL Fire Station No. 30 - Lauderhill, FL Fire Training & Fleet Maintenance Facility - Hollywood, FL Fire Department Training Facility - Pembroke Pines, FL Public Services Complex (Fleet Maintenance, Leisure Servs, Fueling Facility) - Sunrise, FL Municipal Services Master Plan - Pompano Beach, FL 96th Street Park - Bay Harbor Island, FL Library Park - Weston, FL Windmill Park Improvements - Coconut Creek, FL Veteran’s Park Improvements DCP - Lauderhill, FL Rolling Oaks Park - Miami Gardens, FL St. George Park Improvements - Lauderhill, FL Weston Community Center - Weston, FL Southside Cultural Arts Center - Fort Lauderdale, FL Burns Road Recreation Center Renovation - Palm Beach Gardens, FL Emma Lou Olson Community Center Improvements - Pompano Beach, FL Village Multipurpose Center - Sunrise, FL Charlotte Burrie Civic Center - Pompano Beach, FL Miramar Pineland Park Nature Center - Miramar, FL Paul DeMaio Library - Dania Beach, FL Monroe County Library & Adult Education Center Merrill Romanik, AIA, LEED AP Project Manager/ Interior Designer Merrill Romanik, AIA, LEED AP serves as the Project and Contract Manager for all Public and Private projects at SYNALOVSKI ROMANIK SAYE, LLC - below are a few of her references: City of Lauderhill Mrs. Desorae Giles-Smith City Manager 5581 West Oakland Park Boulevard Lauderhill, FL 33319 954.730.3000 dgiles@lauderhill-fl.gov Projects for City: Municipal Complex, John Mullin Aquatic Center, Fire Station No. 30, St. George Park, Veteran’s Park, Inverrary Community Center, Sadkin Community Center Interior Improvements, Sports Park Improvements, Improvements to other City Parks, City Signage and Bus Shelters. City of Pompano Beach Mr. Horacio Danovich CIP Manager 1201 NE 5th Avenue Pompano Beach, FL 33060 954.786.5520 horacio.danovich@copbfl.com Projects for City: Fire Station/ EOC, Charlotte Burrie Civic Center, Emma Lou Olson Community Center Improve- ments, Municipal Services Complex Master Plan, Fire Station No. 61 Renovations. City of Plantation Mr. Danny Ezzeddine. AIA Chief Building Official 401 NE 73rd Avenue Plantation, FL 33317 954.797.2268 dezzeddine@plantation.org Projects for City: New Plantation Community Center, Police HeadQuarters Addition and Expansion, Jim Ward and Volunteer Park Community Centers, Fleet Maintenance & Public Works Facility. Chris Bray Project Architect Biography With nearly 28 years’ experience, Chris contributes his expertise to managing projects of all types and sizes to successful completion. From his first job with SRS, he has honed his skills and grown as an architect and manager. Chris is expertly knowledgeable about construction materials, methods, systems, and components specific to South Florida. He is meticulously detail oriented and coordinates all project elements to maintain quality control and a smooth process. He is consistently adept at recognizing and servicing a client’s needs, from conceptual design to turnkey operation. He is a collaborative professional, working with and often supervising the design team. A South Florida native, Chris was born in Hollywood and attended St. Thomas Aquinas High School in Fort Lauderdale. He lives near the water and enjoys boating and aquatic activities of all sorts. With SRS, he has participated in a variety of projects throughout South Florida: Mixed-use, academic, municipal, commercial, and recreational facilities. Education Bachelor of Science, Architecture Florida A&M University Relevant Experience City Hall, City of Lauderhill, FL City Hall, City of Weston, FL City Hall Improvements, City of Lighthouse Point, FL City Hall Improvements, City of Fort Lauderdale, FL City Hall Addition and Improvements, City of Pembroke Pines, FL Charles F. Dodge Civic Center DCP, City of Pembroke Pines, FL Police Headquarters Renovation and Addition, Palm Beach Gardens, FL Police Tactical Firing Facility - Palm Beach Gardens, FL Cooper City Police Department Headquarters, Cooper City, FL Plantation Police Department Headquarters Expansion & Renovation, Plantation, FL Police Station Renovation and Expansion, Lighthouse Point, FL Miramar Police West District Police Substation, Miramar, FL Public Safety Building, Parkland, FL West District Police Substation, Pembroke Pines, FL Pembroke Pines Police Training Facility, Pembroke Pines, FL Police Services Center – Broward Sheriff’s Office, Weston, FL Multi-Departmental Building & EOC, Marco Island, FL Fire Station No. 101 & EOC, Pembroke Pines, FL Fire Station No. 84 & EOC, Miramar, FL Fire Station/ EOC, Pompano Beach, FL Fire Station No. 107, Miramar, FL Fire Station No. 30, Lauderhill, FL Fire Training & Fleet Maintenance Facility, Hollywood, FL Fire Department Training Facility, Pembroke Pines, FL Public Works/ Fleet Maintenance Faciltiy, Plantation, FL Public Services Complex, Sunrise, FL Public Works & Fleet Maintenance Facility, Weston, FL Plantation Community Center, Plantation, FL SouthSide Cultural Center, Fort Lauderdale, FL Charlotte Burrie Civic Center, Pompano Beach, FL L.A. Lee MIzell YMCA Community Center - Fort Lauderdale, FL STRUCTURAL ENGINEER SAAD EL-HAGE, P.E. – Structural Engineer EDUCATION California State University Masters of Science, Civil Engineering, 1985 Louisiana State University Bachelor of Science, Civil Engineering, 1984 PROFESSIONAL REGISTRATION Professional Engineer, Florida, 1989 Threshold Inspector, Florida, 1991 EXPERIENCE AND QUALIFICATIONS * Computer programming experience in PCA, MathCad, Enercalc. In-house RAM structural design program. * Experience in private and public se ctor projects including retail, office buildings, mixed-use, multi-family, municipal, recreational facilities and parking garage projects for the Design Phase and Contract A dministration. * Experience with all construction/ design building codes and methods in the South Florida Area. KEY PROJECTS Cultural & Performing Arts Center, City of Hallandale Beach Ingalls Park/ Community Center Renovations, City of Hallandale Beach Windermere Recreational Center, City of Lauderhill Miami Beach Golf Club Interior Renovations, City of Miami Beach Chapel Trail Park Storage/ Meeting Rooms, City of Pembroke Pines Charles F. Dodge Civic Center Design Criteria Package, City of Pembroke Pines Pembroke Shores Gymnasium & Park, City of Pembroke Pines Pembroke Shores Optimist Building, City of Pembroke Pines Village Community Center, City of Pembroke Pines Flamingo Park Concession Building, City of Pembroke Pines SW Pines Soccer Park Nature Center, City of Pembroke Pines Village Community Center, City of Pembroke Pines Plantation Community Center, City of Plantation Jim Ward Park Community Center, City of Plantation Charlotte Burrie Civic Center, City of Pompano Beach Village Multi-Purpose Building, City of Sunrise Community Center, City of Tamarac Community Center & Interior Renovation, City of Weston West Broward YMCA, City of Weston Southside Cultural Center, City of Fort Lauderdale YMCA L.A. Lee, City of Fort Lauderdale Griffing Community Center, City of North Miami Inveraray Community Center, City of Lauderhill Welcome Center @ Waterways Park, City of Aventura Oak Lake Community Center Renovations, City of Hollywood MEP ENGINEER Albert Shub, P.E. LEED AP Title President, Director of Mechanical Department Duties and Responsibilities In responsible charge for the complete design of all HVAC, Plumbing, and Fire Sprinkler systems. Manager of approximately 20 employees. Prepare presentations and proposals for prospect work. Attend client / contractor conferences. Project coordination with government officials, architects, civil and structural engineers. Education 1981 - 1985 University of Miami - Coral Gables, Florida Bachelor of Science in Mechanical Engineering •Engineer in Training in Mechanical exam passed October 1985 •PI TAU SIGMA, National Honorary Mechanical Engineering Society Professional Experience May 1990 –Present:Florida Engineering Services North Miami Beach, Florida President •License PE43413 Florida –issued May 1990 •License Registered in the State of New York 2007 •LEED AP certification –issued 2007 •Transitioned to majority shareholder – January 2015. February 1988 – April 1990: Steven Feller, P.E., Inc. Fort Lauderdale, Florida HVAC Designer Professional memberships American Society of Heating, Air Conditioning, and Refrigeration Engineer National Fire Protection Association National Society of Plumbing Engineers U.S. Green Building Council References Mr. Ed Bec Manuel Martinez Plaza Equity Partners Trinsic Residential Group SunTrust International Center 1400 Biscayne Boulevard 1 SE 3rd Avenue, Suite 2110 Miami, Florida 33132 Miami, Florida 33131 305-796-4562 Office: 954-630-8880 305-397-2469 Cell:305-454-3214 mmartinez@trinsicres.com ebec@plazaequity.com Ernesto R. Torres, P.E. Title Vice President, Director of Electrical Department Duties and Responsibilities In responsible charge for the complete design of all Electrical, Fire Alarm, Phone and Cable TV systems. Manager of approximately 10 employees. Attend client / contractor conferences. Project coordination with government officials, architects, civil and structural engineers. Education January 1981 –July 1987 Universidad Nacional de Ingenieria (UNAN) Managua, Nicaragua Bachelor of Science in Electrical Engineering •Engineer In Training exam passed October 1993 •AutoCAD Release 12 Course, HI-TECH SCHOOL, Dec-1994 •Engineering in Training Course, ANIA, Inc, Oct-1993 •MS-DOS Computer Application Course, HI-TECH SCHOOL, Sept-1993 Professional Experience January 1995 –Present: Florida Engineering Services North Miami Beach, Florida Vice President •License PE0049958 Florida -issued February 1996 •License registered in the State of New York 2007 •Transitioned to minority shareholder –January 2015 April 1988 – December 1994: Best Truss Co, Inc Miami, Florida Maintenance Manager August 1992-December 1994: Ertech, Inc. Miami, Florida Consultant Engineer January 1986-December 1988 Servicios Ing. Electrica, SA Managua, Nicaragua Owner/General Manager May 1982-December 1985 Emp. Nacional de Diseño Managua, Nicaragua Electrical Engineer CIVIL ENGINEER Jenna Martinetti, PE Assistant Director – Civil Engineer SUMMARY OF QUALIFICATIONS Ms. Martinetti has over thirteen years of engineering experience and is senior project manager for a large variety of projects related to roadway, 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 asstistance. Mrs. Martinetti has the advanced maintenance of traffic certification required to design and permit traffic control plans and has extensive experience with JPA’s and Local Agency Program (LAP) projects including Transportation Enhancement Program and Community Incentive Grant Projects (CIGP). ROADWAY DESIGN PROJECT EXPERIENCE Davie Road Phase 1, Davie, FL. Senior project manager for Davie Road Phase 1, from SR 84 to Nova Drive,. The scope included widening Davie Road from a 5 lane section to 6 lane divided roadway with bike lanes, upgrading signalization and signing and pavement markings, traffic control plan, ADA upgrades, drainage modifications, new lighting, a new landscaped median, and tree removal/relocations. This project was partially funded by a County Incentive Grant and required extensive coordination for a Town project on a County owned roadway. 2013- 2016, Project Manager, Town Engineer: Laura Borgesi (954) 797-1113. Construction Cost: $3.7 million, Firm Fees: $368,585 Davie Road Phase 2 LAP, Davie, FL. Senior project manager for design for Davie Road from Nova Drive to SW 39th Street. The scope includes adding bike lanes and a landscaped median within the existing 5 lane pavement section, widening of the sidewalk, ADA upgrades, signalization upgrades, signing and pavement marking plans, MOT, drainage modifications, lighting, and tree removal/relocations. The project is an FDOT Local Agency Program (LAP) funded grant project requiring coordination and submittals to FDOT, including using their electronic review comment (ERC) system, as required due to the federal funding. 2015- Present, Phase (construction), Project Manager, Town Engineer: Laura Borgesi (954) 797-1113. Construction Cost (2.4M), Firm Fees: $288,000 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, Project Manager, Town Manager: Ron Wasson (305) 866-6241. Est. Construction Cost ($1.2M), Firm Fees: $167,150 YEARS OF EXPERIENCE 13 YEARS WITH THE FIRM 13 EDUCATION B.S., Civil Engineering Florida State University Magna Cum Laude PROFESSIONAL REGISTRATION Registered Professional Engineer, State of Florida No. 69035 CERTIFICATIONS 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 Nicholas B. Mahon, PE Project Manager SUMMARY OF QUALIFICATIONS Mr. Mahon has 11 years of engineering experience and has worked on multi- disciplinary, design-bid, and design-bid-build projects in the Mid-Atlantic and Southern regions. Mr. Mahon’s design experience includes site development, ADA accessibility, stormwater management, utility design, roadway deign, comprehensive master plans and investigations of storm and sanitary systems. His roadway design experience includes design for milling and resurfacing, widening, reconstruction, ADA upgrades, drainage improvements, signing and pavement markings, traffic control plans, and stormwater pollution prevention control plans. PROJECT EXPERIENCE SITE PLAN REVIEW EXPERIENCE Site Plan Review for the City of Weston, City of West Park, City of Sunny Isles Beach, Town of Surfside, City of Pahokee, and Village of Estero. Engineer Reviewer of site plans to ensure conformity with the ordinances of the municipality and provide written comments. Attend Development Review Committee (DRC) meeting to discuss the comments with the applicant and provide feedback. Assist applicant, as needed, to answer any questions, clarify any plan review comments, or address any concerns from the applicant after the DRC. ROADWAY DESIGN PROJECT EXPERIENCE Tamarac Bikeways Phase V & VI Improvements, Tamarac, FL. Project Manager & Engineer of Record for NW 76th Street from University Drive to NW 70th Avenue (Phase V), and NW 64th Avenue from NW 57th Street to Bailey Road (Phase VI). Coordinate with design team for the development of construction documents for the widening of the roadway to accommodate bike lanes and reconstruction of existing sidewalks to meet current ADA standards. Coordinate with design team to ensure project progresses on schedule. This included internal progress meetings, coordination efforts with client, budget control and invoice processing. Prepare and submit documents to comply with FDOT Local Agency Program (LAP) Funding requirements. Andrews Avenue Roadway Improvements, Oakland Park, FL. Project Manager & Engineer of Record for Andrews Avenue from Oakland Park Blvd to Prospect Drive. Coordinate with design team for the development of construction documents for the removal of exiting two-way turn lanes in the middle of the roadway and replace with landscape medians and dedicated turn lanes, reconstruction of existing sidewalks to meet current ADA standards, add bike lanes, mid-block crossings for pedestrians, pavement markings & signage for a four lane divided road, and lighting. Coordinate with design team to ensure project progresses on schedule. This included internal progress meetings, coordination with other disciplines, coordination efforts with client, budget control and invoice processing. Prepare and submit documents to comply with FDOT Local Agency Program (LAP) Funding requirements. Davie Road Phase 1 Roadway Improvements, Davie, FL. Project engineer for Davie Road from SR 84 to Nova Dr. Coordinate with design team for the development of construction documents for the removal of exiting two-way turn lanes in the middle of the roadway and replace with landscape medians and dedicated YEARS OF EXPERIENCE 11 YEARS WITH THE FIRM 4 EDUCATION B.S., Civil Engineering, University of Central Florida, 2006 PROFESSIONAL REGISTRATION Professional Engineer State of Florida No. 78361 Professional Engineer District of Columbia No. PE907072 Mohammed Sharifuzzaman, PE Project Manager SUMMARY OF QUALIFICATIONS Mr. Sharifuzzaman has more than 15 years of professional experience in civil, environmental, and transportation engineering with specialization in hydraulics and hydrologic modeling (H&H), surface water management system design, drainage basin/watershed modeling and floodplain analysis, master drainage study, conceptual/master surface water management system design, stormwater pump station design, stormwater retrofit projects, nutrient loading analysis (TMDL calculations), Stormwater Treatment Area (STA) design, FDOT roadway drainage design, and bridge hydraulics. His extensive experience includes land development projects including commercial/residential/institutional/DRI projects, roadway projects including new construction, widening and reconstruction, RRR and safety improvement projects, and PD&E study. Mr. Sharifuzzaman has worked extensively with permitting agencies including the South Florida Water Management District (SFWMD), the Florida Department of Environmental Protection (FDEP), the Florida Department of Transportation (FDOT), U.S. Army Corps of Engineers (USACE), various municipalities, and counties. His trusted reputation with the permitting agencies has produced a long list of successful and profitable projects. His extensive experience with construction, and thorough knowledge of codes and regulations as they apply to each development, is an asset for any project. As a project manager of the engineering division at CGA, he serves as a single point of contact for clients, and is fully responsible for project activities and objectives. He reports the teams’ progress, workloads, costs and schedule status, as well as any potential deviations from the project milestones, and allocates the multi-disciplinary resources to meet the deliverables. To further assure success of the projects, he provides maximum production and continuity through superior communication. DEVELOPMENT, ENGINEERING, AND SITE PLAN REVIEW EXPERIENCE City of Weston, Florida; Review of Site Plans, Engineering Plans, Engineering de-sign documents for various projects in the City of Weston as part of City of Weston development & permitting review process. City of North Lauderdale, Florida; Review of Site Plans, Engineering Plans, Engineering design documents for various projects in the City of North Lauderdale as part of City of North Lauderdale development & permitting review process. Bal Harbour Village, Florida; Review of Site Plans, Engineering Plans, Engineering design documents for various projects in the Village as part of Bal Harbour Village development & permitting review process. City of Sunny Isles Beach, Florida; Review of Site Plans, Engineering Plans, Engineering design documents for various projects in the City of Sunny Isles Beach as part of City of Sunny Isles Beach development & permitting review process. Town of Belleair, Florida; Review of Site Plans, Engineering Plans, Engineering design documents for various projects in the Town of Belleair as part of Town of Belleair development & permitting review process. YEARS OF EXPERIENCE 15 YEARS WITH THE FIRM 5 EDUCATION M.E., Civil Engineering, Lamar University, Beaumont, TX, 2000 B.S., Civil Engineering, Bangladesh University of Engineering & Technology, Bangladesh, 1997 CERTIFICATIONS & LICENSES Professional Engineer State of Florida, No. 67640 PROFESSIONAL AFFILIATIONS Member: American Society of Civil Engineers LANDSCAPE ARCHITECT 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 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. 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. 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. 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+CAssociate, Director of Landscape Architecture YEARS OF EXPERIENCE30+ YEARS WITH THE FIRM22 EDUCATIONB.S. Landscape Architecture, Texas A&M University, College Station, 1987 CERTIFICATIONS AND LICENSESRegistered Professional Landscape Architect, Florida No. 0001328 PROFESSIONAL ASSOCIATIONSAmerican 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 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 Question Contact Information Response Comment 1 11 What is the name of the individual submitting this Proposal on behalf of your Manuel Synalovski, AIA, LEED firm? AP 1,12 What isthis person's title? 1.1.3 Please provide a contact telephone number: 1.1.4 Please provide a contact email address: Managing Pnnrapat 954 951 6806 msynelovsklasvratkJ/ ,cQfa ompany ProFTi e 1.2,1 How many years has your company been in business under its current name and ownership? 1 2 2 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): 1.2,8 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: Owne1s1'ttp 1 3 1 Identify all owners or partners of the company (Provide Name, Title, and Percent Ownership): 1 3 2 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 12 Years 32 Years Architecture Corporation 270441433 June 25th, 2009 1000 Eller Drive, Suite 500 Fort Lauderdale, FL 33316 Same Yes 14 See Comment No Manuel Synalovski, AIA, LEED AP 100% The comment must be left blank for thls response 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 Long Answer Required Manuel Synalovski, AIA, LEED AP; Merrill Romanik, AIA, LEED AP; Jose Saye AII, Cost up to Amount, No -Cost, Other) Contract Infvrtnallon 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 Long Answer Required City or Lauderhill - Desoare Giles -Smith, City Manager • d lauderhl'll- fl gov City of Pembroke Pines - Mark Gomes, Procurement Director - mgomes@ppines.nom City of Hallandale Beach - Peter Kunen, Asst Dir. Public Works - pkunen@hallandalebeachfl gov City of North Miami Beach - Meghan Bennett, Purchasing Supervisor - meRhan.bennetlAcctynmb. corn Insurance 1 6 1 Insurance Canier Name: 1,62 Insurance Carrier Address: 1 6 3 Provide the number of insurance claimspaid out in the last five years: 1.6.4 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: USI Insurance Services, LLC 2502 North Rocky Point, Suite 400, Tampa FL 33607 none none Marilyn Lupico, 800,277,5185, marilyn.lupico@usi biz 10 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 " Question Response Comment Client Reference 1 2 1 1 Name of Client Organization: 2 1 2 Contact Person Name: 2 1 3 Contact Person Title: 2 1.4 Contact Department: 2 1 5 Contact Telephone: 2 1.6 Contact Email: 2 1 7 Contract Start Date: 21.8 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): City at Fort Laudertate Southside Cultural Center Mr Scott Tes Jtky, CCM, LEED AP Senlor Praiect Manager Cot151ructian Management 554.828.5195 stescnniryl5ttnrt leudegd e g ie June 2015 June 2017 53 5M No Long Answer Required South Side, Fort Lauderdale's first elementary school, is one of the city's earliest surviving structures An historic treasure, it was added to the U S National Register of Historic Places in 2006 Designed by architect John Peterson, South Side opened in 1922 in the midst of the 1920s Florida real estate boom The 11,000 SF, two-story building features a stucco exterior, awning style windows, a flat roof with a parapet, and a rectangular T-shaped footprint In 1969, after 45 years, the school closed The building was repurposed for other children's services That facility closed in the early 1990s, and the building fell into disuse, and suffered damage from vandalism and neglect In 2004 the City of Fort Lauderdale acquired the site, and a multi- phase rehabilitation program began The exterior historical improvements were completed in 2012 In 2015, SRS was awarded the responsibility for completing the interior and site improvements Major improvements include enclosure of an existing breezeway and stair tower, adding an ADA compliant ramp, lighting, landscaping, irrigation, utilities work, sidewalks and walkways Interior spaces on the first floor allow for a reception area; fitness, multipurpose, and arts and crafts rooms; and a warming kitchen The second floor offers administrative offices for Parks and Recreation staff Thirty-seven parking spaces will be added to the site, adjacent to Hardy Park, which features tennis courts, shuffleboard courts, lawn bowling club, and clubhouse Clientiftfanume 2 Construction Documents 2.2 1 Name of Client Organization: 2.2.2 Contact Person Name: 2.2 3 Contact Person Title: 22.4 Contact Department 22.5 Contact Telephone: 2.2.6 Contact Email: 2,2.7 Contract Start Date: 2.2.8 Contract End Date: 22.9 Contract Value: 2.2.10 Is the Contract still active? 2.2.11 Scope of Work (Provide as much detail as possible): Client Reference 3 2 3.1 Name of Client Organization: 2.3.2 Contact Person Name: 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: 2.3.9 Contract Value: City of Plantation Mr. Danny Ezzeddine. AJA Chief Building Official Building Department 954.797.2268 dezzeddinet tplantation.orq August 2015 August 2017 52 5M No Long Answer Required City of Pompano Beach Mr Hector Gandia Engineering Project Manager Engineering 954 786 5520 heotor.gandist0icopbfl. com September 2018 February 2020 $4 5M New Plantation Community Center Located in the city's historic district, the community center was conceived by the visionary and creative landscape architect Jeffrey Siegel to complement and complete his 2 5 -acre wood-themed Plantation Woods Park. The first licensed landscape architect to serve in any Broward County city, Siegel left a legacy of "green" beautification standards that continue to distinguish Plantation's parks, planned communities, commercial areas, and other public spaces SRS fulfills the dream, as role as the Prime Consultant, with a 10,500 SF facility that embraces the park's whimsical features, while providing outdoor adult exercise opportunities with cross -fitness station rotations, children's play areas, interactive indoor playing equipment, aerobics/dance studio, meeting rooms, warmrrw kitchen. large event and performance spaces. and summer chldren's Charlotte Bunle Civic Center fi r+¢rt #r�:eotw lK dal Pi 71,11S 4p_ 2 3 10 Is the Contract still active? 2 3;11 Scope of Work (Provide as much detail as possible): No Long Answer Required W th enthu6iastic approvals by the Planning. and Zoning Department and the Architectural Appearance Board of the City of Pompano Beach, the 8,712 SF center is on a course to address community needs long championed by City Commissioner Charlotte J. Burrie. The Center is designed with multipurpose meeting spaces for civic, social, and recreational activities, easy pedestrian access with ADA compliance, porte cochere entrance for inclement weather protection, and 48 vehicular and 20 bicycle parking spots. Interior floor plans feature reception area and administrative offices; small conference room; assembly spaces for classes or meetings; large multipurpose room to offer table seating for 125, or theater style seating for 250, as well as a performance stage: and a warring Itilchan. rBstroomsand storage areas 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 response under the DD Attachment 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 misrepresentation or falsification 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 firm, 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? Has your firm 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 law, other than traffic violations? No No No No 3 0.5 Has your firm, or any of its principals, failed to qualify as a responsible No Proposer/Bidder on any solicitation in the past five (5) years? 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 3.0 6 Has your firm, or any of its principals, declared bankruptcy or reorganized No under Chapter 11? response The comment must be left blank for this 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 "N/A" into the Response column for question sets in excess of the team being proposed Question Response Comment Contract Manager 4.1.1 4,1.2 What is the CM's job title? 4 1.3 How many years of experience does the PM have? What is the name of the individual that will serve as the Contract Manager ("CM")? 4-1.4 How many years of program/project management experience does the PM have? 4 1 5 How many years has the PM been employed with your company? Merrill Romanik, AIA, LEED AP Prinopat/ Protect Manager 28 Years 25 Years 28 Years 4.1.6 Please list any relevant licenses (including license number) and certifications Architecture - AR0015810 the PM has: Interior Design - ID0003776 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). 421 4.2.2 What is the PM's job title? 4.2.3 How many years of experience does the PM have? What is the name of the individual that will serve as the Program/Project Manager (\"PM\")? 4,2,4 How many years of program/project management experience does the PM have? 4.2.5 How many years has the PM been employed with your company? Yes Merrill Rornanik, AIA, LEED AP Principal/ Project Manager 28 Years 25 Years 28 Years 42 6 Please list any relevant licenses (including license number) and certifications Architecture - AR0015810 the PM has: Interior Design - ID0003776 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 Yes The Project(s) for Key Biscayne once issued by the Village will be seamlessly coordinated with the Firm's current projects The Project(s) for Key Biscayne once issued by the Village will be seamlessly coordinated with the Firm's current projects 4 3.1 Please provide this staff member's name: 4.3,2 Please provide this staff member's job title: Chris Bray Project Architect 4.3.3 What role will this staff member fill for this contract? 4.3.4 4.3.5 How many years of experience does this staff member have? 4,3.6 How many years has this staff member been with their current employer? 437 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 3.8 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). Key Stiff Member 2 Project Architect Yes 28 Years 25 Years N/A Yes Neither the projects for the Village of Key Biscayne nor our current projects would be affected as there are no overlaps that would adversely affect our in house process or the methods completion that have a proven track record of delivering on time, All of the key personnel identified will be easily made available, as the project schedule requires, Given our current workload and that of our consultants, we see no limilatirms vrdn to sdtadulhtg. The comment must be left blank for this response 4,4.2 4 4.3 4.4.4 4 4.5 4.4.6 4.47 4 4 1 Please provide this staff members name: Pleaseprovide this staff members job title: What role will this staff member fill for this contract? 4.4.8 Is this staff member employed by your company? If not, please provide the name of the employer_ How many years of experience does this staff member have? How many years has this staff member been with their current employer? 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 contracts during the proposed tens 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 3 Marcelo Oviedo, LEE AP Graduate Architect Production Yes 15 Years 15 Years LEED Accredited Professional Yes Neither the projects for the Village of Key Biscayne nor our current projects would be affected as there are no overlaps that would adversely affect our in house process or the methods completion that have a proven track record of delivering on time. All of the key personnel identified will be easily made available, as the project schedule requires. Given our current workload and that of our CorlauttWtti, we see 110 Iimitaliorss with regard W sthedur The comment must be left blank for this response 4.5.2 4.5.3 4.5.4 4.5.5 How many years of experience does this staff member have? Is this staff member employed by your company? If not, please provide the name of the employer. 4 5.1 Please provide this staff member's name: Please provide this staff members job title: What role will this staff member fill for this contract? Is this staff member employed by your company? If not, please provide the name of the employer. Pedro LaSalde Graduate Architect Production Yes 15 Years Thecomment must be left blank for this response 46.2 463 464 465 4.66 467 468 456 How many years has this staff member been with their current employer? 4 5 7 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 458 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). Key Staff Member 4 4 6 1 Please provide this staff members name: Please provide this staff members job title: What role will this staff member fill for this contract? Is this staff member employed by your company? If not, please provide the name of the employer. How many years of experience does this staff member have? How many years has this staff member been with their current employer? 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 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) Key Staff Member 5 47 1 Please provide this staff members name: Please provide this staff members job title: What role will this staff member fill for this contract? 472 473 474 475 476 477 Is this staff member employed by your company? If not, please provide the name of the employer. How many years of experience does this staff member have? How many years has this staff member been with their current employer? Please list any relevant licenses (including license number) and certifications this staff member has: 15 Years N/A Yes Steve Hatzidakis Graduate Architect Production Yes 20 Years 17 Years N/A Yes NIA N/A N/A NIA N/A N/A N/A Neither the projects for the Village of Key Biscayne nor our current projects would be affected as there are no overlaps that would adversely affect our in house process or the methods completion that have a proven track record of delivering on time. All of the key personnel identified will be easily made available, as the project schedule requires Given our current workload and that of our t risultenis, we See no IirnnatepnS vaIh regert tc sUredultnrt. Neither the projects for the Village of Key Biscayne nor our current projects would be affected as there are no overlaps that would adversely affect our in house process or the methods completion that have a proven track record of delivering on time. All 01 the key personnel identified will be easily made available, as the project schedule requires Given our current workload and that o1 our con5uttants, we see no Ilmitatiots with rd lo scheduling. The cornr response ua1 he lstt elan* for she the comb:ern must: be left blank for 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), Key Staff Member 6 48.1 Please provide this staff member's 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? N/A 4.8.4 Is this staff member employed by your company? If not, please provide the name of the employer. 4 8 5 How many years of experience does this staff member have? 4.8,6 How many years has this staff member been with their current employer? 4.8 7 Please list any relevant licenses (including license number) and certifications this staff member has: 4.8.8 Does the this staff member have any concurrent commitments to other contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). NIA WA N/A N/A N/A N/A N/A ey Staff Member 7 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 0 4.9.1 Please provide this staff member's name: 4.9.2 Please provide this staff member's job title: 4,9,3 What role will this staff member 511 for this contract? 4 9,4 Is this staff member employed by your company? If not, please provide the name of the employer. 4.9.5 How many years of experience does this staff member have? 4,9,6 How many years has this staff member been with their current employer'? 4.9,7 4.9.8 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 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). Key Staff Member 8 N/A N/A N/A NIA N/A N/A N/A N/A The comment must be left blank for this response The comment must be left blank for this response 4.10..1 Please provide this staff member's name: N/A 4 102 Please provide this staff members job title: 4 10 3 What role will this staff member fill for this contract? 4 10 4 Is this staff member employed by your company? If not, please provide the name of the employer 4 10 5 How many years of experience does this staff member have? 4 10 6 How many years has this staff member been with their current employer? 4 10 7 Please bet any retevanl licenses (Including license number) and certllficatiens this staff member has: 4.10,8 Does the this staff member have any concurrent commitments to other contracts during the proposed tens 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 N/A N/A N/A N/A N/A N/A Key Staff Member 9 4 11 1 Please provide this staff member's name: 4 11 2 Please provide this staff members job title: 4 11 3 What role will this staff member fill for this contract? 4114 Is this staff member employed by your company? If not, please provide the name of the employer 4 11 5 How many years of experience does this staff member have? 4 11 6 How many years has this staff member been with their current employer? 4 11 7 Please list any relevant licenses (including license number) and certifications this staff member has: 4 11 8 Does the this staff member have any concurrent commitments to other contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract tens) N/A N/A N/A N/A N/A N/A N/A N/A Kay`S &nber1Ol 4 12 1 Please provide this staff member's name: Please provide this staff member's job title: What role will this staff member fill for this contract? 4 12 2 4 12 3 4124 Is this staff member employed by your company? If not, please provide the name of the employer N/A N/A N/A N/A The comment must be left blank for this response The corm -nerd must be ten 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 12 5 How many years of experience does this staff member have? N/A 4.12 6 How many years has this staff member been with their current employer? N/A 4 12 7 Please list any relevant licenses (including license number) and certifications N/A this staff member has: 4.12.8 Does the this staff member have any concurrent commitments to other contracts during the proposed tens of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commtted hours, and the period of engagement (contract term). N/A 94 Questions 100.00% Complete The cornrnen1 muel me left blank ter 075 response 5.4 2 543 5.4,4 522 523 524 Question Set 5: Proposed Subcontractors Question Rosponee Comment u'con tor 511 5.1.2 513 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 5.1.4 Subcontractor's license number: Saad El-Hage Consulting, Inc 5601 Powertine Rd # 401, Fort Lauderdale, FL 33309 Structural Engineer- TBA PE42550 Subcontretctor 2 5 2 1 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 Subcontractor's license number: WITIMMTS 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: Florida Engineering Services 34 NW 168th St, North Miami Beach FL 33169 MEP Engineer - TBA PE43414 Calvin Giordano & Associates 1800 Eller Drive, Suite 600 Fort Lauderdale, FL 33316 Civil Engineering & Landscape Architceture CA514 & LC0000339 Subcontractor 4 5.4 1 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 Subcontractors license number: Sabo* Ctor 5.5 1 Company Name of Subcontractor: 5.5 2 Subcontractor Address: N/A N/A N/A N/A N/A N/A 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: N/A N/A 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. N/A N/A N/A N/A Stotocontractor7 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. N/A N/A N/A N/A Subcontractor 8 5 8 1 Company Name of Subcontractor: 5.8.2 Subcontractor Address: 5 8 3 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 Subcontractors license number: N/A N/A N/A N/A Subcontractor 9 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: N/A N/A N/A N/A Subcontractor YO 5 10 1 Company Name of Subcontractor: 5.10.2 Subcontractor Address: N/A N/A 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 Subcontractors license number: N/A N/A 40 Questions 100.00% Complete Question Set 5: Proposed Subcontractors Questfon Response Comment 5.1 .1 Company Name of Subcontractor. 5.12 Subcontractor Address: 5.1 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.1.4 Subcontractor's license number: Saad El-Hage Consulting, Inc 5601 Powerline Rd # 401, Fort Lauderdale, FL 33309 Structural Engineer -TBA PE42550 Subcontractor 2 5,2.1 Company Name of Subcontractor: 5,2.2 Subcontractor Address: 5.2 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment. 5.2.4 Subcontractor's license number: Subcontractor 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: Florida Engineering Services 34 NW 168th St, North Miami Beach, FL 33169. MEP Engineer- TBA PE43414 Calvin Giordano & ASS0c ales 1800 Eller Drive, Suile 600 Fort Lauderdale, FL 33316 Civil Engineering & Landscape Architceture CA514 & LC0000339 Su bcontractar 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 Subcontractor 5 5 5 1 Company Name of Subcontractor: 5.5.2 Subcontractor Address: N/A N/A N/A N/A N/A N/A ifi0E 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: N/A N/A 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 N/A N/A N/A N/A 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. N/A N/A N/A N/A Subcontractor 8 5.8.1 Company Name of Subcontractor: 5,82 Subcontractor Address: 5 8 3 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 Subcontractors license number: N/A N/A N/A NIA Subcontractor 9 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 N/A N/A N/A N/A Subcontractor 10 5.10 1 Company Name of Subcontractor: 5.102 Subcontractor Address: N/A N/A 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 Subcontractors license number. N/A N/A 40 Questions 100.00% Complete EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 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. 2021-08-07 Page 40 of 40 Title Hourly Rate Contract Manager/Principal $195.00 Architect $130.00 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 $120.00 Project Architect $120.00 Project Landscape Architect $135.00 Project Manager $160.00 Project Planner $102.00 Secretary/Clerical $74.00 Senior Architect $135.00 Senior Inspector/Senior Engineer Intern $135.00 Senior Landscape Architect $135.00 Senior Landscape Inspector $86.00 Senior Planner $135.00 Senior Project Engineer $135.00 Name of the Firm:___Synalovski Romanik Saye, LLC____ Village of Key Biscayne Continuing Architectural & Engineering Services ARCHITECTURE‐ 2