Loading...
HomeMy Public PortalAboutAgreement 2021-08-08 SGM Engineering SignedContract No. 2021-08-08 Page 1 of 40 CONTINUING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND SGM ENGINEERING INC. THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2021 (the “Effective Date”), by and between the VILLAGE OF KEY BISCAYNE, FLORIDA, a Florida municipal corporation, (the “Village”), and SGM ENGINEERING INC., a Florida Corporation (hereinafter, the “Consultant”). WHEREAS, the Village desires certain professional architectural and engineering services; and WHEREAS, the Consultant will perform professional architectural and engineering services on behalf of the Village, all as further set forth in the Proposal dated February 12, 2021, attached hereto as Exhibit “A,” and the Scope of Services, attached hereto as Exhibit B” (the “Services”); and WHEREAS, the Consultant and Village, through mutual negotiation, have agreed upon a fee for the Services; and WHEREAS, the Village desires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the Village agree as follows: 1.Scope of Services. 1.1. The Contractor shall furnish the Services and provide deliverables for various project aspects for the Village (each a “Project”), as requested by the Village and detailed in a “Statement of Work” or “Statement of Work” which the Village will provide the Contractor when engaging the Contractor to work on a specific Project in a form 1.2. Prior to commencement of work on a specific Project, the Contractor will provide the Village with a fixed lump sum cost for the Services set forth in the Statement of Work calculated using the rates set forth on the Rate Schedule attached hereto as Exhibit “C.” 1.3. If the Village approves the fixed lump sum cost for the Project, the Village will provide the Contractor with a Notice to Proceed to perform the Services set forth in the Statement of 1st November Contract No. 2021-08-08 Page 2 of 40 Work. Contractor acknowledges that it shall not undertake to perform any Services on any Project until it has received from the Village the Notice to Proceed on such Project. 1.4. Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the Village. 1.5. The Contractor shall abide by the terms and requirements of the RFP, as though fully set forth herein. 2. Term/Commencement Date. 2.1. This Agreement shall become effective upon the Effective Date and shall remain in effect for through three (3) years thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the Village Manager may renew this Agreement for two (2) additional one (1) year periods on the same terms as set forth herein upon written notice to the Contractor. 2.2. Contractor agrees that time is of the essence and Contractor shall complete the Services within the timeframes set forth in the Statement of Work and the Notice to Proceed for each Project in the manner provided in this Agreement, unless extended by the Village Manager. 3. Compensation and 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; 3.3.5. Invoice number (Invoice numbers cannot be repeated. Repeated invoice numbers will be rejected); Contract No. 2021-08-08 Page 3 of 40 3.3.6. Name and type of Services; 3.3.7. Timeframe covered by the invoice; and 3.3.8. Total value of invoice. Failure to include the above information will result in the delay of payment or rejection of the invoice. All invoices must be submitted electronically to payables@keybiscayne.fl.gov. 4. Subcontractors. 4.1. The Contractor shall be responsible for all payments to any subcontractors and shall maintain responsibility for all work related to the Services and/or any Project. 4.2. Contractor may only utilize the services of a particular subcontractor with the prior written approval of the Village Manager, which approval shall be granted or withheld in the Village Manager’s sole and absolute discretion. 5. Village’s Responsibilities. 5.1. Village shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the Village, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2. Upon Consultant’s request, Village shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to Village requests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for Village as an independent contractor of the Village. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first- class manner. 6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Contract No. 2021-08-08 Page 4 of 40 Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the Village. 8. Termination. 8.1. The Village Manager, without cause, may terminate this Agreement upon five (5) calendar days’ written notice to the Consultant, or immediately with cause. 8.2. Upon receipt of the Village's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the Village Manager. 8.3. In the event of termination by the Village, the Consultant shall be paid for all work accepted by the Village Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the Village, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to Village, naming the Village as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents, and volunteers naming the Village as additional insured. Any insurance maintained by the Village shall be in excess of the Consultant’s insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the Village as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. Contract No. 2021-08-08 Page 5 of 40 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($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 liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. Contract No. 2021-08-08 Page 6 of 40 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the Village. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and will abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver 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 service, addressed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. Contract No. 2021-08-08 Page 7 of 40 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1. Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the Village which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the Village. Consultant shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The Village Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the Agreement, and following completion of the Agreement until the records are transferred to the Village. 16.3. Upon request from the Village’s custodian of public records, Consultant shall provide the Village with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the Village. 16.5. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant Contract No. 2021-08-08 Page 8 of 40 shall be delivered by the Consultant to the Village Manager, at no cost to the Village, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the Village in a format that is compatible with the Village’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7. Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the Village. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Jocelyn Brewster Koch Mailing address: 88 West McIntyre Street Key Biscayne, FL 33149 Telephone number: 305-365-5506 Email: jkoch@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. 19. Independent Contractor. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the Village with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. Contract No. 2021-08-08 Page 9 of 40 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts; Order of Priority. This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Base Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 26.1. First Priority: this Base Agreement; 26.2. Second Priority: Change Orders with later date taking precedence; 26.3. Third Priority: Exhibit C – Rate Schedule; 26.4. Fourth Priority: Exhibit B – Scope of Services; 26.5. Fifth Priority: Exhibit A – Consultant’s Proposal; and 26.6. Sixth Priority: Work Orders, with later date taking precedence. 27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please Contract No. 2021-08-08 Page 10 of 40 visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment- in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature pages follow.] LJVL.UJII 1 GI IVCIUpe IL). I,1Ul,PtOl,/-4l.r,r -f4 C G-LV/1J44V.7 VIJ.J IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. VILLAGE OF KEY BISCAYNE �DocuSigned by: Sty G (�i� iotw�Seln. By: L resraacgraaein Steven C. Williamson Village Manager Attest: By: oc } il0 Jocely Brewste h Village Clerk 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) CONSULTANT By: —�•-- Name: Title: President Ghulam(Tony)Shahnami SGM Engineering, Inc or Notice: GM Engineering, Inc 935 Lake Baldwin Lane Orlando, FL 32814 407-767-5188 (telephone) 407-767-5772 (facsimile) tonyc sgmenClineerinQ.Corr[email) With a copy to: (telephone) (facsimile) (email) Contract No. 2021-08-08 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://‘‘ NN .e-veri fy.govifaq/how-do-i-prov ide-proof-of-mTurtle ipati(memo I Irnent-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. heck here to confirm proof of enrollment in E -Verify has been attached to this Affidavit. In the presence of: Witness #1 rent Name: Lena NaseN Witness #2 Print Name: f L h.,X State of Florida County of Orange Sig d Seale d delivered b Print Name: Ghulam(Tony)Shahnarni Title: President Entity Name: SC M Engineeringnn,, Inc ACKNOWLEDGMENT The foregoing instrument was acknowledged before me by means of RI physical presence or El online notarization, this 16 day of August .2021 , by Ghulam(Tony)Shahnami (name of person) as Prpsicient (type of authority) for SGM Fng.ineering, Inr. (name of party on behalf of whom ins ment is executed). Notary Public State of Hormel Lnutie A Seymour Oki Coratmenoot oc t8iosi Pu.Iic (Print. Stamp, or Type as Commissioned) x Personally known to ine: or Produced identification (Type of Identification: x Did take an oath: or Did not take an oath Contract No. 2021-08-08 Page 12 of 40 EXHIBIT “A” CONSULTANT’S PROPOSAL Contract No. 2021-08-08 Page 13 of 40 February 12, 2021 Village of Key of Biscayne Procurement Department 88 W. McIntyre St. Key Biscayne, FL 33149 Response to Village of Key of Biscayne RFQ#2021-08 Continuing Architectural & Engineering Services - Mechanical, Electrical, & Plumbing Engineering Dear Members of the Selection Committee, SGM Engineering, Inc. is pleased to present our qualifications in response to the Village of Key Biscayne RFQ #2021-08-Continuing Architectural & Engineering Services for the Discipline of Mechanical, Electrical, and Plumbing Engineering. Our firm was established in 1991 as a Minority Business Enterprise (MBE) and an S Corporation chartered by the Florida Department of State. Today, we possess 30 years of experience with municipal contracts providing maintenance, remodeling, renovation, and construction of mechanical, electrical, plumbing, and fire protection systems. We specialize in local government facilities and additionally offer construction administration and QA/QC services. We have assembled a team consisting of engineers, architects, designers, and commissioning (CxA), all of whom have extensive backgrounds in their respective fields and in the evaluation of systems within municipal facilities throughout the State of Florida. SGM Engineering office that will service this contract is located at 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126. SGM’s office is located within South Florida, 15 miles from Village of Key Biscayne. This ensures immediate response time for any questions or concerns from the Village. SGM also has offices in Orlando, FL and Tampa, FL for additional support staff should there be a need. SGM’s experience with the rehabilitation of existing facilities is similar to that of new facilities. Our staff has managed 1,200+ addition and renovation projects through modernization, upgrades, and continuing service contracts for local and federal government clients. We understand that work on occupied buildings requires careful planning in the design process and throughout construction. Coordination and communication among the designer, owner, users, and local agencies is imperative to the success of any phased construction process. With an average of 48 municipality project annually over the last five years, we have the in-house expertise necessary for complex equipment replacements in high- rise, municipal buildings. We are confident that you will find our team to be knowledgeable and experienced, just as our track record has proven over the past 30 years. SGM supports the best interests of the Village by ensuring that projects will be completed energy- efficiently, on time, within budget, and considering the safety of residents and staff. More than 90% of our workload is contracted through repeat clients, proving our dedication to meeting and exceeding the Owner’s Project Requirements. Having extensive experience in the field, specifically in the sector of municipalities, we have formed a deep understanding of the complex factors that contribute to the success of a project. We understand the sensitive nature of working on occupied campuses, the necessity for safety and advanced planning, and the importance of construction phasing to accommodate the Village’s schedule. SGM has extensive experience with municipal contracts providing maintenance, remodeling, renovation, and construction of mechanical, electrical, plumbing, and fire protection systems. SGM has had success as a prime consultant or a sub to the Architect for similar projects with local agencies, including City of Miami Beach, Town of Palm Beach, Palm Beach County, City of Fort Lauderdale, City of Hollywood, and roughly 20 other public sector clients across Florida. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 WHY SGM? • 30 years’ experience with City, County, and State Municipalities • Over 2,500 similar projects and task orders • Have provided design and cost estimations of replacement HVAC systems, including analysis of existing system and capacity for multiple projects in the State • Adequate resources and experience to handle multiple projects concurrently, on a schedule and budget that meets the Village’s expectations • Proud to have managed Park, Fire Station, Public Works, and City Hall Projects with cities/counties across Florida. • Keep response time as one of our highest priorities. • Identify both up-front and long-term cost savings. • Provide cost-effective and energy-efficient designs to save municipalities unwanted costs during tight budget restraint environments. • Designed or commissioned over 15 million square feet vertical structures. Similar Projects Police/Fire Station • Ft. Lauderdale Police Headquarters Firing Range • City of Wildwood Police Station • Orange County Fire Stations #9, #67, #64, and #84 Courthouse • Ft. Lauderdale Courthouse Chiller Renovation • Orange County Courthouse MEP Renovations • Ft. Lauderdale Courthouse IT Data Center HVAC Upgrade Other Similar Projects • Ft. Lauderdale Public Works EOC Building Renovation • Riviera Beach Public Safety & Public Works Complex • Hollywood Beach Public Safety Facility • City of Ft. Lauderdale War Memorial • Historical Freedom Tower Renovation Experience with Municipalities through Continuing Contracts SGM has an extensive history of successful work with local, state, and federal government agencies. We understand that one of the unique aspects of working with municipalities is the need to be on-call and provide immediate response to the Village in the event of unforeseen challenges. Our past performance with various local governments speaks to our ability to adapt and respond to the needs of municipalities regardless of size or complexity. SGM has acted as a prime consultant for over many Municipalities across Florida, including: • Martin County • Orange County •Osceola County •City of Orlando • Sarasota County • Brevard County • City of Titusville • City of Ormond Beach • Hillsborough County • Marion County • Miami Dade County • Palm Beach County • Hernando County • City of Riviera Beach • City of Tampa • Seminole County • St. Johns County • Town of Fort Meyers Beach • Town of Palm Beach • Volusia County Commitment SGM’s Contract Manager, Project Manager, and Team will remain committed to the Village of Key Biscayne to ensure each assigned task receives full dedication and necessary time. Beyond the immediate contract, our goal involves nurturing a long and productive working relationship with the Village of Key Biscayne. Due to consistently completing projects on time and within budget, we have built and solidified a stream of satisfied repeat clients. Safety and Security The staff members assigned to this project are already cleared through FDLE background checks and E-verification. SGM is a drug free workplace and has a policy in place for drug and alcohol testing verification. Ability to Do Work Our resources, combined knowledge, and experience will allow SGM to be flexible and cost effective. Our team has the ability to commit as soon as the notice to proceed is issued. Additionally, SGM’s team is capable of performing multiple projects concurrently. SGM also has the resources and capability to attend public meetings and Village Council meetings, as well as provide presentations when need. Sincerely, Tony Shahnami, PE, CxA, CES, CHS-III-President ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD 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) 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 EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY 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 LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) 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 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.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD SGMEN-1 OP ID: KM 06/02/2020 Kristin McIntosh JCJ Insurance Agency 2208 Hillcrest Street Orlando, FL 32803 Mark E. Jackson 321-445-1117 321-445-1076 certs@jcj-insurance.com Charter Oak Fire Ins Co Travelers Indemnity Co. SGM Engineering, Inc.935 Lake Baldwin LaneOrlando, FL 32814 Travelers Casualty & Surety Co Kinsale Insurance Company A X 2,000,000 X 680-2J774323 07/06/2020 07/06/2021 1,000,000 5,000 2,000,000 4,000,000 X 4,000,000 2,000,000 1,000,000B X BA-0G879957 07/06/2020 07/06/2021 X X XX 4,000,000B CUP-0G887945 07/06/2020 07/06/2021 4,000,000 10,000X XC UB-4458T67-6 07/06/2020 07/06/2021 1,000,000 1,000,000 1,000,000 D BK1257554F 04/08/2020 04/08/2021 Per Claim 2,000,000 Claims Made Aggregate 2,000,000 FORPROP For Proposal Purposes 321-445-1117 25615 25658 19038 38920 Emp Ben. Professional Liab SUM ENGINEERING 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com 1991 - 2021 Litigation Statement Ghulam (Tony) Shahnami, President declares that no litigation or regulatory action has been filed against the Firm SGM Engineering, Inc. in the last three (3) years, or in the 30 years of the firm's history, This firm has the highest possible ranking by Professional Liability Insurance carriers and has never been found liable in a court suit or for any projects or Government entities. Additionally, no litigation has occurred involving the Respondent or any of the Key Staff Members of SGM Engineering, Inc. herein, within the last five (5) years, or in the 30 years of the firm's history. 02/11/2021 Respondent Signature Date Ghulam (Tony) Shahnami President Respondent Name- Printed Title State of: Florida County of: Orange I certify, on this 14th day of February, 2021 Before me the undersigned, personally appeared Ghulam (Tony) Shahnami, President of SGM Engineering, Inc, to me known to be the person who executed the foregoing instrument, and acknowledged that he executed the same as his fee act and deed. NNotary Publ,c State of Fonda Leone A Seymour v,I � My Corm-maimGG187087 a► a Ei cares 02118/2022 Seal (signed) Notary Public SGM Engineering, Inc. • MEP Consulting Engineers 5805 Blue Lagoon Drive Suite 4285. Miami, FL 33126 (954) 421-1944 • (954) 421-1924 (Fax) SGM ENGINEERING 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com _ 19.9L_20_21 30 11 AR`, 4 )1 \CI 1 1 I_IC Irr, Warranty Statement. SGM Engineering, Inc warrants that the proposing firm is not insolvent, is not in bankruptcy proceedings or receivership, nor is the firm engaged in or threatened with any litigation or other legal or administrative proceedings or investigations of any kind that would have adverse effect on the firm's a ility to perform its obligations under this contract 02/11/2021 Date Ghulam (Tony) Shahnami President Respondent Name- Printed Title State of: Florida County of: Orange I certify, on this 11th day of February, 2021 Before me the undersigned, personally appeared Ghulam (Tony) Shahnami, President of SGM Engineering, Inc, to me known to be the person who executed the foregoing instrument, and acknowledged that he executed the same as his fee act and deed. Notary Public State of FiOriela Laurie 4 Seymour e My Comm on GG 18708;'„OF Expures ow-ter2022 Seal (signed) Notary Public SGM Engineering, Inc, MEP Consulting Engineers 5805 Blue Lagoon Drive Suite #285, Miami, FL 33126 (954) 421-1944 (954) 421-1924 (Fax) ADDENDUM ACKNOWLEDGEMENT FORM Solicitation Title: Continuing Architectural & Engineering Services Solicitation No.: 2021-08 Listed below are the dates of issue for each Addendum received in connection with this Solicitation: Addendum No. 1 Dated 01/27/2021 Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated ❑ No Addendum issued for this Solicitation Firm's Name: SGM Engineering, Inc. Authorized Representative's Name: Ghulam (Tony) Shahnami Title: Pre ident Authorized Signature: Form. AA 'VILLAGE OF KlEY BlSCA'YNE RFQ 2021-08 Continuing Architectural and Engineering Services Addendum #1 Due Date: February 12, 2021 This addendum is incorporated into and made a part of the above referenced solicitation. The following may include clarifications, revisions, additions, deletions, or answers to questions received relative to the solicitation, which take precedence over the solicitation documents. Underlined word(s) indicate additions. Deletions are indicated by strikethrough. Clarifications: I.The Proposal deadline is hereby extended to February 12, 2021, at 4:00 PM. 2.Section 9.1.4 of the Contract (Insurance) is hereby revised as follows: "Professional Liability Insurance in an amount of not less than One Three Million Dollars ($-l-J_,000,000.00) per occurreRee claim made, single limit." 3.Several questions have arisen with respect to subcontracting under each discipline for this solicitation. To simplify matters, the Village is permitting subcontracting under the following disciplines: a.Architecture b.Civil Engineering c.Construction Engineering & Inspection d.Urban Planning Subcontracting will not be considered for all other disciplines. 4.Submission requirements on the Procurement Portal were revised to remove the "Personnel Qualifications" section. The matter requested was already covered by the Questionniare and the "Organizational Chart" and "Resumes for Key Staff' sections. 5.Proposers may include up to two page resumes for the Contract Manager and Project Manager. Questions and Answers I.Contract, Section 9 (Insurance): Section 9.1.4 provides that Proposer must have "Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit". As a professional consultant, Proposer's professional liability insurance policy is a "claims made" policy that is renewed annually. Consultant does not, and never has, purchased an "occurrence" professional liability insurance policy. Proposer respectfully requests the Village issue a correction, modification, or amendment to the Contract to allow the Consultant to satisfy the professional liability insurance requirement through a "claims made" policy. Response: See clarification 2 above. 2.Is the Contract Manager and Project Manager considered to be Key Staff positions? Response: Yes. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page I of7 'VlLLAGJE OF KE'Y BlSCA 'Yl"-JE 3.In the Key Staff Questionnaire, the form only allows for up to ten (I 0) key staff members. Are Proposers limited to providing only ten (I 0) key staff members? Response: No, Proposers may have additional key staff members. If so, provide an attachment in "Questionnaire Attachments" providing the same information for each additional key staff member. 4.How many total Key Staff resumes are you requiring Proposers to provide? Are you only looking for one (I) key staff resume per category of service that the Offeror is submitting for ? Response: Proposers are to submit one resume for each Key Staff member. 5.Are Proposers required to submit qualifications that are inclusive of all twelve (12) service categories, or are Proposers only required to submit qualifications on the service categories of their choosing? Response: Proposers should treat each discipline as though it were a separate proposal. Proposers may submit the same matter in different disciplines if the matter is relevant to both. For example: Proposer may use the same letter of intent in multiple disciplines. The submission requirements are broken out to be modular, allowing the Proposer to modify the discipline specific matter while resubmitting other duplicated proposal elements. Proposer's are only required to submit for the ·disciplines of their choosing. 6.On the Questionnaire, Question Set 2 (Client References), is it permissible to use Village of Key Biscayne work as one of the reference projects and use a Village employee as the reference contact? Response: Yes. 7.It is understood that only resumes/qualifications for Contract Manager, Project Manager, and ten (I 0) Key Personnel. Can additional personnel names be included on the Organizational Chart to illustrate depth of resources, or should we limit our organizational chart to the personnel above? Response: See response to Question 3 above. The organizational chart may include additional personnel. 8.RFQ page 13, item D(a) and D(b) request sections from our questionnaire. Please confirm whether it is necessary to upload the Questionnaire twice or can it be taken from the original Questionnaire upload. Response: These items are included in the Questionnaire. Proposers only need to upload the Questionnaire once. 9.RFQ pages 13 and 14, items C, D, and E each request multiple items (a., b., c.). For example, D Personnel Qualifications, subsection D requests one-page resumes for Key Personnel, and subsection E requests a resume for the Contract Manager. Should the files for subsection D be submitted as a separate PDF from the files for subsection E, or should all content for the major categories be submitted as a single PDF for each section? Response: Where the submission requirements call for specific elements, those should be submitted separately. For example: 3.4D(c) Organizational Chart should be submitted on its own, whereas items 3.4E(a)-(c) should be submitted together in a single pdf. 10.RFP page 13 identifies Section D. Personnel Qualifications, which requests an Organizational Chart and resumes for Key Staff, C.M., and P.M. The upload site on Bonfire has an upload section for Personnel Qualifications, but also has one for "Organizational Chart" and one for "Resumes of Key Staff'. Should the Organizational Chart and resumes for Personnel Qualifications be uploaded, as stated in the RFP? If so, should we repeat in the upload sections for Organization RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: l /27 /2021 Page 2 of7 'VJLLAGJE OF KE'Y 81S(-=A'YNJE Chart and Resumes of Key Staff? Conversely, if we are to upload or Organizational Chart section and the resumes to Resumes for Key Staff section, what do we upload to the Personnel Qualifications section? Response: See clarification 4 above. 11.Should we include sub-consultants at this phase of the Procurement process or add them to our team after selection and consultation with the Village on an as-needed basis? Response: See clarification 3 above. 12.Is the Village looking to contract three (3) firms to provide all twelve (12) disciplines, or three (3) firms per discipline? Response: The Village is seeking to establish contracts in each discipline. The Village reserves the right to award or not award as many contracts as it deems appropriate. 13.Who are the incumbents of this contract? Response: Calvin Giordano & Assoc., EAC Consulting, and The Corradino Group 14.Is it possible to be a sub-consultant on a team providing certain disciplines and also pursue those same disciplines separately as a prime consultant? Response: No. If you submit as a prime in any discipline, your firm cannot be a subconsultant on another proposal within that same discipline. 15.Please elaborate on the Sustainability Consulting discipline; do Resilience Design and Sea Level Rise consulting fall under this category? Response: No. 16.Our company name is a re-branding of its previous name, but the company has been in continuous operation providing Architectural and Engineering services for approximately thirty (30) years. Does this satisfy Section 3 .2 (1 )? Response: If the firm was renamed and the renaming was filed with the State of Florida, and not a new entity, this is acceptable. The firm will need to submit proof that the firm's renaming has been filed with Florida's Division of Corporations. 17.What is the length of the contract term? Response: The initial term is three years with two one-year options that the Village may exercise. 18.If a firm is requesting consideration for multiple disciplines, is it necessary to submit separate complete packages, or can all the disciplines be separated by tabs within one package? Response: It is necessary to submit separate complete packages. However, duplicative matter may be reuploaded to different disciplines. 19.Are sub-consultants permitted, and if so, are they to be included at this time or after selection, if necessary? Response: See clarification 3 above. To the extent practicable, proposed subconsultants should be included at this time. 20.Can the Contract Manager and the Project Manager be the same person? Response: Yes. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: l/27 /2021 Page 3 of7 'VILLAGE OF KEY BlSCA'YNE 21.Could the Village please provide their definition of what the Contract Manager would be? Response: The Contract Manager would be the point of contact for the Village on all matters related to the contract. The Village would prefer having a single point of contact rather than communicating with several project managers. 22.Wastewater Engineering is referenced as a Commodity Code but is not listed under any of the Category Scopes. Will the Village be selecting Wastewater Engineers? Response: No. 23.Will the Village ensure us that the firm's financial information will be confidential and not part of the public record? Response: Yes. Proposers must ensure all financial information is marked conspicuously with the label "Confidential." 24.Does the Village have a CIP or proposed list of projects to be undertaken as part of this RFQ? Response: The Village's !ates Capital Improvements Plan was included in its FY202 l Budget posted on the Village website under Budget/CIP Documents. The Village also recently got approval of a $1 00M bond. Project information supporting the bond was posted to vkbresilience.org. Finally, the intention of these contracts are to use them for any upcoming project that the Village acquires in the next five (5) years that fall within the CCNA limits (under $4M construction cost or $500k study activity). 25.Does the Village intend to have separate evaluation committees for each discipline? Response: The Village will have the same evaluation committee for all disciplines, however, they will evaluate and rank each discipline separately. 26.Item K., Litigation Statement in the RFQ states that the respondent must complete and submit the Dispute Disclosure Questionnaire. This form is not attached to the RFQ or posted as a form in the Procurement portal. Could the questionnaire be posted or information be provided on where to locate it? Response: Question Set 3 of the Questionnaire is the Dispute Disclosure Questionnaire. In addition to those questions, Item K requires Proposer to provide a signed notarized statement declaring under penalty of perjury that no litigation or regulatory action has been filed against Proposer's firm in the last three (3) years. There is no form for this statement, it must be written, notarized, and submitted by the Proposer. 27.Sections 4.1 Attachments: the RFQ states that exhibits are attached, but they are not. Could Exhibits B, C, and D be posted? Response: Exhibit B will be the Respondent's Proposal attached after selection, Exhibit C is the Wage Rates, which will be negotiated after the selection, and Exhibit D is the Sample Work Order. Blank copies of all documents are attached to Attachment A-Draft Agreement and will be completed after the selection and negotiation process. 28.Can an individual staff member's experience be used to meet the following requirement: "Respondent must have successfully completed at least three (3) municipal projects within the relevant discipline, demonstrated through three (3) verifiable client references from different entities, within the past five (5) years prior to the issuance of this RFQ? Response: No. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 4 of7 'VlLLAGE OF KE'Y BlSCA YNE 29.The Client References Questionnaire states,« Respondent may not use the same reference for more than one (1) project/contract". Does this mean that two (2) separate projects/contracts containing the same client contact/reference are not allowed? Response: Yes. 30.For Key Staff Questionnaire/Resumes, does the Village want us to submit staff/resumes from Proposed Subcontractors, and if yes, can more that ten ( 10) Key Staff members be listed? Response: Yes, if they are included as Key Staff members. 31.As specific Task Orders have not been defined, can the "appropriate percentage of the work to be performed" be submitted as TBD? Response: Yes. Proposers may also input NI A. 32.Can multiple potential subcontractors for the same discipline be submitted, as their use would be dependent on a Task Order's scope and timing? Response: Yes. 33.Under "Eligibility", the RFQ states, "Respondent must have successfully completed AT LEAST three (3) municipal projects within the relevant discipline, demonstrated through three (3) verifiable client references from different entities, within the past five (5) years prior to the issuance of this RFQ". The Excel form only has space for three (3) client references. Is a finn permitted to submit more than three (3) examples of past experience / references? If yes, where shall these be submitted in the portal-as an attachment to the Questionnaire? Response: For qualification purposes, please only submit three client references. Proposers are encouraged to include project and contact information with their client list. 34.Does the Village require each staff member's resume uploaded as a separate file or can they be submitted in one PDF document? Response: Either method is acceptable. 35.Which discipline would be relevant for Geospatial and Subsurface Utility Engineering to be bid under for this solicitation? Or, will those disciplines be part of a forthcoming solicitation if the Village seeks those services? Response: Civil Engineering. 36.Upon completing a submittal, if for example a Landscape Architect may involve a Civil Engineer, would it be the Village's expectation to put a team together for Civil Engineering as part of the submittal? Response: No, it would not be necessary. 37.The Village has be open to negotiating some of the contract language in the past, including the broad fonn indemnification. Would this still be an option? Response: Should there be any comments a firm has regarding the contract, they may be added to the firm's proposal and submitted. A firm cannot make their proposal contingent upon acceptance of alternate conditions to the contract. 3 8. Our firm has a broad spectrum of services that are provided. If, for example, we were to submit a proposal for Civil Engineering and Landscape Architecture, would Landscape Architecture need to have its own Project Manager or could it be managed by the Civil Engineer's Project Manager? RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: l/27 /2021 Page 5 of7 'VlLLAGE OF KEY BlSCA YNE Response: It is the Village's preference to have only one Contract Manager instead of numerous Managers, however that would be allowed. 39.Our firm is primarily a Transportation Engineering firm, however we also provide Structural Design, Electrical Design, Stormwater, and Water and Sewer Services. At this point we are not certain how many specialties we are going to submit for, but will probably be between four (4) and six (6) specialties. Should our firm provide an Organizational Chart for every specialty , or provide just one (1) Organizational Chart with different modules depending on the specialty we are submitting for? Response: The firm can provide one (1) Organizational Chart that is all-inclusive and upload it to each specialty the firm is submitting for. 40.Due to the fact that there are many points on criteria for Personnel and the Project and Contract Managers, would it be acceptable to submit two (2) page resumes for Personnel, instead of one? Response: Yes. See clarification 5 above. 41.There are disciplines listed for Design and for Project/Construction Management. If a firm is selected to perform the Design, would that firm be allowed to perform Design Management and Construction Management, or does that preclude them? Response: No, it is not precluded. However, on some projects, the Village may request one firm to perform the design and another to perform project/construction management. 42.Are there any additional vendor registration requirements with the Village, aside from registering on Bonfire? Response: No, the only additional items the Village would require would be the firm's W9 and insurance once the firm is awarded a contract. 43.Within Section 3.4, Response/Qualifications Package/Requirements, after subsection F (Insurance), it skips to subsection K (Litigation Statement) in the RFQ. Is this a typo or are there missing subsections for G through J? Response: This is a clerical error. Proposers should ignore the missing subsection letters. 44.Would the Village allow a larger Civil Engineering firm team up with a smaller Civil Engineering firm as a subconsultant to strengthen their resources? Response: Yes. 45.Usually we team up as part of an Architectural team for MEP and Fire Protection disciplines. Would the Village require us to submit a proposal separately for MEP and Fire Protection separately and not underneath the Architectural team? Would we have to submit our services as a sub-consultant? Response: You may submit as a subconsultant to the Architectural firm where the Architectural firm serves as prime in the Architectural discipline. However, if your firm desires to submit as prime in the MEP discipline as well, it is free to do so. 46.If a firm provides MEP services, would there be one separate submission for each (Mechanical, Electrical, and Plumbing)? Response: No, MEP services can be submitted under one proposal. RFQ 2021-08 Continuing A & E Services Addendum #1 Date Posted: 1/27/2021 Page 6 of7 'VILLAGE OF KEY 47. Can a firm be on more that one team as a sub -consultant upon submitting proposals for this solicitation, or is a firm precluded to one (1) team only? Response: A firm is allowed to be on multiple teams for various discipline. However, a firm cannot submit as a prime and a subconsultant in the same discipline. 48. Does the Village only want firms to submit proposals by themselves for the services they provide without sub -consultants? Response: The Village is seeking Prime Consultants for each category for this solicitation. if, for example. an Architectural firm also provides MEP services, they can submit proposals as a prime consultant for each of those specific categories. Sub -consultants would be part of the team of the prime consultant that submits a proposal for a given category. 49. Would the Structural Engineering category of this solicitation be specific to roadway structures, such as bridges, or just to buildings? Response: Buildings. 50. Page 10 of the RFQ references above water and underwater bridge and structural inspections under Structural Engineering. Will there be any inspection services of this nature required? Response: No. Acknowledgement: Ghulam (Tony) Shahnami Name of Signatory President Title 02/11/2021 Date RFQ 2021-08 Continuing A 8 E Services Signature Ghulam CTont) Shahnami Name of Respondent Addendum 01 Date Posted: 1/27/2021 Page 7 of 7 Form COA CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the day of , , a resolution was duly passed and adopted authorizing (Name) as (Title) of the 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 , day of , 20 . Secretary: ____________________________ President: ________________________________ Print Name: __________________________ Print Name: _______________________________ CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Partners of , a partnership organized and existing under the laws of the State of , held on the day of , , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 . Partner: _____________________________ Partner: _________________________________ Print Name: __________________________ Print Name: ______________________________ SGM Engineering, Inc. Florida 4 January 2021 Ghulam (Tony) Shahnami President 11 February 21 Tony Shahnami Tony Shahnami Form COA CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 . Signed: Print: In the presence of: Witness #1: Signature: __________________________ Print: ______________________________ Witness #2: Signature: __________________________ Print: ______________________________ ACKNOWLEDGMENT State of -'F-'-1 -=-o:....:.ri::..d::..a _____ _ Cou n ty of --'='0-"ra""'n"-'g:i.:e=------- O n this ] �\ day of fr\:::<Y:7_q_:::S , 20� before me the u n dersig n ed, personally appeared b '\.,._,\c1 Y..l\ �S\cl."'/\u-•\ whose n ame(s) is/are subscribed to the withi n i n strume n t, and he/she/they ack n owledge that he/she/they executed it. Wit n ess my ha n d a n d official seal: Notary Public (Print, Stamp, or Type as Commissioned) �Personally k n ow n to me; or ___ Produced ide n tification (Type of Ide n tification : ________________ , ___ Did take an oath; or ___ Did n ot take a n oath Form COA 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: SGM Engineering, Inc. FIRM NAME 935 Lake Bladwin Lane Orlando, Fl 32814 PRINCIPAL BUSINESS ADDRFESS (407) 767-5188 (407)767-5773 TELEPHONE FACSIMILE tony@sgmengineering.com EMAIL ADDRESS 59-3101052 CA6208 FEDERAL I.D. NO. MUNICIPAL BUSINESS TAX RECEIPT OR SOCIAL SECURITY NUMBER OR OCCUPATIONAL LICENSE NO. Ghularn(Tony hahnami NAME President TITLE AUTHORIZED SIGNATURE Form CD FORM SEA SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE VILLAGE OF KEY BISCAYNE AND ARE STATEMENTS MADE: By: Ghulam (Tony) Shahnami For (Name of Proposing or Bidding Entity): ....;S::....G::....M..:.c....:E::....n;.Jiigr..:..;in_;e:..:e:..:..r'-'-in""g"-, '-'-ln;.;:c.;_. _____________ _ Whose business address is: 5805 Blue Lagoon Dr. Sutie #285 Miami, FL 33126 And (if applicable) its Federal Employer Identification Number (FEIN) is: _5 _9-_3 _1 _0_1_05_2 _______ _ (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 11, Public Services; Title 111, 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. 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.) [X]Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, Form SEA partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] 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 o of any change in the information contained in this form. 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. 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 111, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the bid or proposal is submitted and may be further disqualified from submitting any future bids or proposals for goods or services to Village. Proposer Initials Anti-Collusion Affidavit 1. Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and all pertinent circumstances respecting the Proposal/Bid; 2.The Proposal/Bid is genuine and is not a collusive or sham Proposal/Bid; and 3.Neither the Proposer/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Bidder, firm, or person to submit a collusive or sham Proposal/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Bidder, firm, or person to fix the price or prices in the attached Proposal/Bid or of any other Proposer/Bidder, or to fix any overhead, profit, or cost element of the Proposal/Bid price or the Proposal/Bid price of any other Proposer/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Village of Key Biscayne or any person interested in the proposed Contract. Scrutinized Company Certification 1.Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2.If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false Form SEA certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria. during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287 .135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. P�I roposer n1t1a s Acknowledgment, Warranty, and Acceptance 1.Consultant warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2.Consultant warrants that it has read, understands, and is willing to comply with all requirements of Soliciation No. 2021-08 and any addendum/addenda related thereto. 3.Consultant warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the Village Council or Village Manager, as applicable. 4.Consultant warrants that all information provided by it in connection with this Proposal is true and accurate. :iv- Proposer Initials Truth in Negotiation Certification The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Village determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of the final billing or acceptance of the work by the Village, whichever is later. � �itials Form SEA Sworn Signature of Proposing Entity Representative and Notarization for all above Affidavits follows on the next page. In the presence of: w;1n7 Pr;nt Name, r;;�-L------- Signed, sealed and delivered by: Print Name: Ghulam (Tony) Shahnami Title: President Witness #2 Print Name: lo"'' -fS<:I'""'-./ ACKNOWLEDGMENT State of Florida --------- County of _O_r_a _n=g _e ____ _ O n this _1_1 __ day of February personally appeared Ghulam (Tony) Shahnami • 201.L, 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: ,.,.,/) Notary Public Stale ol FloriGa • • Laurie A Seymour �•- , � My Comm,uion GG 187087 ..,.0.,,� Expores 0211812022 Notary Public (Print, Stamp, or Type as Commissioned) _..,X __ Personally known to me; or ___ Produced identification (Type of Identification: _______________ _ ___ Did take an oath; or ___ Did not take an oath Form SEA M adison Graham Proposal Narrative SGM Engineering, was established in 1991 as a Minority Business Enterprise (MBE) and an S Corporation chartered by the Florida Department of State. Today, we possess 30 years of experience with municipal contracts providing maintenance, remodeling, renovation, and construction of mechanical, electrical, plumbing, and fire protection systems. We specialize in local government facilities and additionally offer construction administration and QA/QC services. We have assembled a team consisting of engineers, designers, and commissioning (CxA), all of whom have extensive backgrounds in their respective fields and in the evaluation of systems within municipal facilities throughout the State of Florida. Our team’s thorough knowledge and experience, a combined 176 years working on municipality projects in the state of Florida, fully encompasses all aspects of Mechanical, Electrical, Plumbing, and Fire Protection Engineering. SGM’s team have the knowledge to complete all activities related to MEP/PF Engineering include, HVAC, Ductwork, MEP layout, design & detailing, Fire Protection & Life Safety Systems, Security Systems, Shop Drawings, As-Built drawing for new and existing construction/renovation, Cost Estimates, Construction Administration & Management Services. SGM has an extensive history of successful work with municipalities across the State of Florida. We understand that one of the unique aspects of working with municipalities is the need to be on-call and to provide immediate response in the event of unforeseen challenges. Our past performance with various municipalities speaks to our ability to adapt and respond to any task presented to us, regardless of size or complexity. SGM is well acquainted with servicing Continuing Service Contracts for various entities throughout Florida and recognizes how to support the best interests of the Village of Key Biscayne in upholding codes and standards. Our resources, combined knowledge, and experience will allow us to be flexible and cost effective without compromising quality or detail. This Mechanical, Electrical, Plumbing and Fire Protection Engineering Services contract provides the Village with a flexible, convenient means of receiving professional electrical and mechanical engineering services on a variety of projects. SGM understands that the projects issued under this contract have the chance to be in continuously occupied buildings. Our team is capable and qualified to design all aspects of Mechanical, Electrical and Plumbing systems for renovations, additions, and new facilities with knowledgeable emphasis on codes and energy conservation requirements. SGM’s role is to provide the highest quality of design, engineering, analysis, inspection services, design construction documents, cost estimates, construction administration and coordination efforts with construction managers and Village representatives by ensuring that professional standards and timeliness of all projects are met. Our philosophy is to provide our clients with quality professional services, promptly after their request. We will maximize cost savings while designing and constructing all projects with on-time performance on a schedule that meets all of your expectations. This philosophy will be carried through by the following means: •Project manager will communicate with your representatives and all team members throughout the various phases of the project, from study through completion of the project •Establishing the project criteria during initial project kick-off meetings and assurance of applicable code compliance throughout the project implementation •Attendance at meetings, providing cost estimating, and staying within the budget •Careful maintenance of the project schedule and providing value engineering •Close communication with your staff throughout the project to ensure your needs are being met •Close coordination with local authorities having various types of project jurisdiction •Close communication and cooperation with the Project Manager, Construction Manager, and others •Experienced regular project site observation and inspections throughout the project •Resolving construction issues on-the-spot •Performing substantial completion inspection and follow-through with final punch list items SGM has the resources and capabilities to furnish sufficient personnel, equipment, and facilities, and will work the necessary hours to assure each project it completed accurately, logically, efficiently, cost-effectively, on time, and on budget. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com SGM understands that the firm will be responsible for correction of any and all errors, omissions, and/or ambiguities as determined by the Project Manager. Ton y Shahnami PE, CxA, CES, CHS- III Principal in Charge/ Contract Manager Bobby Shahnami, PE, CxA, LEED AP BD+C Project Manager John Stellpflug, PE Senior Mechanical Engineer Christian Rivadeneira PE Senior Mechanical Engineer Manuel Hernandez, PE Senior Electrical Engineer Jerry Schneider Senior Plumbing/FP Engineer Justin Mundell PE, RCDD Senior Electrical Engineer Nassi Rahbari CxA Construction Manager/CxA Additional Support Staff • 1 Electrical Engineer • 15 Electrical Designers •10 Mechancial Designers • 4 Plumbing/Fire Protection Designers • 4 Commissioning Technicians SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Organizational Chart 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com YEARS OF EXPERIENCE: 40 YEARS WITH SGM: 30 EDUCATION: University of Miami, BS in Mechanical Engineering REGISTRATIONS: FL #41204-Mechanical- registered in 37 other states, ACG Certified Commissioning Authority Tony Shahnami PE, CxA, CES, CHS-III Principal-in-Charge/Contract Manager PROFESSIONAL QUALIFICATIONS Mr. Shahnami specializes in management, project development, and supervision of continuing professional service contracts. With 40 years of local government design experience, he has expert knowledge of design and construction standards, including federal, state & County courthouse, correctional and law enforcement facilities. RELEVANT PROJECT EXPERIENCE New Satellite Chiller Plant | Broward College | Principal-in-Charge | $6.5 Million | 7,500SF As the prime consultant on a continuing services contract, SGM was awarded the design of a new Satellite Chiller Plant at Broward College’s South Campus. This new Satellite Chiller Plant included the design of a primary-secondary chilled water plant of approximately 7,500 square feet, which ties into the existing campus loop to operate in parallel with the existing main chiller plant. The plant design incorporated the use of two 750-ton water- cooled chillers with expandable bays available to install future chillers, cooling towers, and pumps. Internal Operations Center Chiller Replacement | Orange County Government | Principal- in-Charge | $1.2 Million | 3,000 SF Under a Continuing Contract, SGM provide MEP/FP Engineering. Project required replacement of all existing chillers, piping, curbs, and all HVAC controls. Temporary Cooling was provided to ensure no interruption of services at this occupied facility. DSD Building RTU Replacement | City of Fort Lauderdale | Principal-in-Charge | $1 Million | 345,000 SF Under a continuing contact this project required the replacement of all four existing Rooftop Units and one split system, with usage ranging from offices to IT Rooms. These units provide over 100 tons of cooling while maintaining client specific requirements including height and sound restrictions. Scope also included the cleaning of all ductwork related to these units which demanded critical coordination to minimize interruptions of cooling to the spaces. Public Works Facility Renovation |City of Hialeah | Principal-in-Charge | $1.5 Million | 25,000 SF SGM provided have major MEP improvements and have an extra 1,600 SF of space added. A detailed report was provided, outlining the existing conditions while identifying the current deficiencies and code violations and how to cost effectively correct the problems. SGM successfully completed and coordinated the design effort during multiple design and coordination meetings to meet the deadline of the project. Site visits were conducted during the design phase to verify existing above ceiling conditions to verify the design layout was constructible. Freedom Tower HVAC Renovations | Miami Dade College | Principal-in-Charge | $1.8 Million | 345,000 SF As part of a MEP Engineering Continuing Contract with MDC, SGM was commissioned to renovate portions of the building’s existing HVAC system while ensuring the structure and humidity control was intact during construction due to the history/artwork within the Tower. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 21 YEARS WITH SGM: 21 EDUCATION: University of Central Florida, BS in Mechanical Engineering, Master of Business Administration REGISTRATIONS: Professional Engineer- FL #78419 ACG Certified Commissioning Authority LEED Accredited Professional Building Design and Construction Bobby Shahnami, PE, CxA, LEED AP BD+C Project Manager PROFESSIONAL QUALIFICATIONS Mr. Shahnami has 21 years of experience as a leader with SGM in the fields of Mechanical, Plumbing, and Fire Protection Engineering. His office is located in City of Miami, which allows for instant responsiveness to project meetings, site visits, etc. He has a deep history working on public safety projects with over 150 completed in the last 21 years. Bobby is also SGM’s Project Manager and Point-of-Contact for multiple HVAC focused projects with many local governments across Florida, including, Broward County, Miami Dade County, Orange County, Hillsborough County, Polk County, and more. RELEVANT PROJECT EXPERIENCE New Satellite Chiller Plant | Florida International University | Project Manager | $7.1 Million | 16,000SF Responsible for site investigations, concept designs, final design and construction phase services. Project included two 1,500-ton water cooled chillers, two 1,500-ton cooling towers, three VFD secondary chilled water pumps, and three variable speed condenser water pumps, refrigeration monitoring system, and a complete web-based BACnet energy management system. Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Project Manager | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. Miami Beach Pocket Park | City of Miami Beach | Project Manager | $300,000 Under our Continuing Services Contract with the City of Miami Beach, SGM Engineering provided the electrical design services as a sub-consultant for this new Pocket Park in the City. SGM also assisted with the planning of key program elements and will move to perform schematic design development, construction document, bidding and construction tasks. The design will incorporate Crime Prevention Through Environmental Design (CPTED) principles. War Memorial Renovations| City of Fort Lauderdale | Project Manager | $1.8 Million | 35,000 SF SGM provides Mechanical & electrical engineer for this project, included the renovation of the auditorium and offices, lobby, backstage storage rooms, and mechanical rooms. Our team completed partial power upgrades as well as the removal and replacement of systems that have been in place since the 1930’s, MLK Academy MEP & Roof Renova ion | School Board of Broward County | Project Manager | $675,000 | 16,000 SF Under a Continuing Contract with the School Board of Broward County, SGM Engineering provided Fire Sprinkler Installation, Building Envelope Improvements and HVAC Improvements. There were already existing fire sprinklers on the campus so this scope was omitted from the projects. SGM Replaced Air Handling Units, Fan Coils, and Air Cooled Chillers in the respective buildings that required it. SGM also replaced exterior chiller components and exterior condensers as required for buildings. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 21 YEARS WITH SGM: 3 EDUCATION: Walla Walla University, BS in Mechanical Engineering REGISTRATIONS: FL #68794-Mechanical (also registered in Washington, Maryland, and Wisconsin) John Stellpflug, PE Senior Mechanical Engineer PROFESSIONAL QUALIFICATIONS 21 years of mechanical engineering experience with local governments and continuing service contracts. He has over three decades of design experience in HVAC systems including educational, commercial, industrial, and medical applications. He has also performed assessments of existing HVAC systems for clients with an eye for cost-effective upgrades and replacement. Mr. Stellpflug is a professional engineer registered in four states. He has designed systems for all climates varying from Florida summer to Wisconsin winter. RELEVANT PROJECT EXPERIENCE Fort Lauderdale Public Works Administration EOC Building HVAC Renovation | City of Fort Lauderdale | Sr. Mechanical Engineer | $3.5 Million | 13,500 SF SGM is providing full demolition drawings for existing air cooled chillers, pumps, expansion tanks, and associated controls and a new air cooled chiller with variable primary chilled water pumping. Additionally, we are providing associated controls, ET, AS as required with new CEP and new makeup water assembly and connect to existing domestic as required. Fort Lauderdale Police Headquarters Firing Range HVAC Upgrade | City of Fort Lauderdale | Sr. Mechanical Engineer | $950,000 | 25,000SF SGM is providing MEP/FP Engineering drawings to address the City of Fort Lauderdale Police Department HVAC Firing Range and Radio Room Renovation. The scope includes providing heat load calculations to verify space loads, energy compliance forms in accordance with Florida Building Code – Energy, and demolition drawings to remove four existing rooftop DX units (36) tons each. Corrections Government O ice Chiller Expansion | Orange County Government | Sr. Mechanical Engineer | $1.2 Million | 300,000 SF Design & Commissioning of replacement 1200 ton central chiller/ boiler plant, Administration Building, Intakes & Warehouse. The new systems included; 2-water cooled chillers, cooling towers, primary/secondary pumps, controls, new air handling units, controls and EMCS. Fort Lauderdale 6th Floor IT Data Center HVAC Upgrade | City of Fort Lauderdale | Sr. Mechanical Engineer | $300,000 SGM provided MEP/FP specifications to address the replacement of the existing CRAC units. The scope included providing performance specifications for the replacement of the existing IT room units, providing mechanical schedules to assist in the replacement of existing IT room units, and existing Liebert units were replaced with like in kind and existing underfloor air distribution is to remain. Building 48 Renovations|Broward College | Sr. Mechanical Engineer | $1.9 Million |6,300 SF Scope included: Re-use existing electrical power distribution, re-distribute existing HVAC supply and return systems with added VAV boxes, to provide raceway and boxes for their cabling, provided power and systems for classrooms AV requirements, replaced and relocated existing outdoor HVAC units for new air distribution. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 4 YEARS WITH SGM: 2 EDUCATION: University of South Florida, BS in Mechanical Engineering REGISTRATIONS: FL #90779-Plumbing/Fire Protection Christian Rivadeneira, PE Senior Mechanical/Plumbing & Fire Protection Engineer PROFESSIONAL QUALIFICATIONS Mr. Rivadeneira had four years of experience designing commercial HVAC Systems, Plumbing Systems and Fire Protection Systems while with SGM. Many of his projects are for Higher education facilities such as Florida Atlantic University, Broward College, and Florida International University. He also has worked on multiple CEP, Plumbing and plumbing HVAC design for K-12 facilities across the state of Florida. Mr. Rivadeneira has served with the Florida Army National Guard. RELEVANT PROJECT EXPERIENCE Fort Lauderdale Public Works Administration EOC Building HVAC Renovation | City of Fort Lauderdale | Mechanical Engineer | $3.5 Million | 13,500 SF SGM is providing full demolition drawings for existing air cooled chillers, pumps, expansion tanks, and associated controls and a new air cooled chiller with variable primary chilled water pumping. Additionally, we are providing associated controls, ET, AS as required with new CEP and new makeup water assembly and connect to existing domestic as required. Fort Lauderdale Police Headquarters Firing Range HVAC Upgrade | City of Fort Lauderdale | Mechanical Engineer | $950,000 | 25,000SF SGM is providing MEP/FP Engineering drawings to address the City of Fort Lauderdale Police Department HVAC Firing Range and Radio Room Renovation. The scope includes providing heat load calculations to verify space loads, energy compliance forms in accordance with Florida Building Code – Energy, and demolition drawings to remove four existing rooftop DX units (36) tons each. Fort Lauderdale 6th Floor IT Data Center HVAC Upgrade | City of Fort Lauderdale | Mechanical Engineer | $300,000 SGM provided MEP/FP specifications to address the replacement of the existing CRAC units. The scope included providing performance specifications for the replacement of the existing IT room units, providing mechanical schedules to assist in the replacement of existing IT room units, and existing Liebert units were replaced with like in kind and existing underfloor air distribution is to remain. Central Campus IT HVAC Improvements | Broward College | Mechanical Engineer | $750,000 SGM provided MEP/FP specifications to convert the storage rooms in buildings 52, 60, and 62 to IT rooms, Broward College North Campus enlisted SGM Engineering, Inc. to accommodate these new spaces with an upgraded HVAC system Marine Science HVAC & Lab Renovations |Florida International University | Sr. Mechanical Engineer | $1.95 Million |35,000 SF As prime consultant for the HVAC upgrade for the Marine Science Building at the Biscayne Campus. This project involved the complete HVAC renovation of over 35,000 CFM of 100% outdoor air for makeup of multiple laboratories and classrooms for the Marine Science building SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 12 YEARS WITH SGM: 5 EDUCATION: University of Puerto Rico, BS in Electrical Engineering REGISTRATIONS: FL #74989- Electrical Manuel Hernandez, PE Senior Electrical Engineer PROFESSIONAL QUALIFICATIONS Mr. Hernandez has 12 years of experience designing municipality facilities, including police and fire stations for local governments across the state of Florida. His electrical experience includes calculating service sizes, feeder sizes, branch circuit sizes, short circuit currents, voltage drop, and performing short-circuit/arc flash/coordination studies and over-current protection device selection using specialized software. He is also experienced in the layout of equipment for floor plans, riser diagrams, fire alarm systems, telecommunication systems, HVAC-Plumbing-Fire Protection coordination, and survey. RELEVANT PROJECT EXPERIENCE Dimick building Fire Alarm Replacement | Florida Department of Management Services | Sr. Electrical Engineer | $155,000 | 335,00 SF As part of a continuing contract with the Florida DMS, SGM Engineering was tasked with providing electrical engineering services for the replacement of an existing fire alarm panel. during an on-site inspection, our team determined that the fire alarm panel, annunciator, and wiring would need to be replaced due to compatibility issues with the new fire alarm panel and for compliance with NFPA 72 and Florida Building Code requirements. Police Headquarters Firing Range HVAC | City of Fort Lauderdale | Sr. Electrical Engineer | $950,000 | 25,000 SF SGM provided MEP/FP Engineering drawings to address the HVAC Firing Range and Radio Room Renovation. The scope includes providing heat load calculations to verify space loads, energy compliance forms in accordance with Florida Building Code – Energy, and demolition drawings to remove four existing rooftop DX units (36) tons each. SGM will also provide two air cooled chillers sized at 80 tons each with packaged chilled water pumps. City of Riviera Beach Public Safety and Public Works Conversion | City of Riviera Beach | Sr. Electrical Engineer | $10.3 Million | 120,000 SF SGM Engineering, Inc. provided Mechanical, Electrical, and Plumbing Engineering for the renovation and expansion of a vacated office building and warehouse into a combined Public Safety and Public Works Complex Hollywood Beach Community Center | City of Hollywood Beach | Sr. Electrical Engineer | $180,000 | Completed 2016 SGM Engineering provided professional mechanical and electrical engineering services for the design and replacement of five water source heat pumps that serve the Hollywood Beach Community Center. Public Works Administration & EOC Building HVAC Renovation | City of Fort Lauderdale | Sr. Electrical Engineer | $3.5 Million | 13,500SF SGM is providing full demolition drawings for existing air cooled chillers, pumps, expansion tanks, and associated controls and a new air cooled chiller with variable primary chilled water pumping. Additionally, we are providing associated controls, ET, AS as required with new CEP and new makeup water assembly and connect to existing domestic as required. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 18 YEARS WITH SGM: 14 EDUCATION: University of Central Florida, BS in Electrical Engineering REGISTRATIONS: Professional Engineer, FL #70700 Registered Communications Distribution Designer Justin Mundell, PE, RCDD Sr. Electrical Engineer PROFESSIONAL QUALIFICATIONS Mr. Mundell has 18 years of experience in the design of electrical systems, including power, lighting, and communications systems. He is very familiar with building codes and standards, including NFPA 70E consulting and training compliance with industrial generation facilities. His ability to conduct studies and analyses is unparalleled, with experience leading life cycle cost and economic analyses for go/no-go decision making, system coordination studies, and load flow and voltage studies. Mr. Mundell possesses a broad knowledge of professional electrical utility services, especially pertaining to distributed generation under 20 megawatts, voltage regulating equipment for distributed generation, and grounding/lightning surveys for factories and industrial environments with associated distribution and transmission infrastructures. PROFESSIONAL QUALIFICATIONS Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Sr. Electrical Engineer | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. FIU Satellite Chiller | Florida International University | Sr. Electrical Engineer | $11.5 Million | 16,000 SF SGM was the prime consultant and MEP/FP Engineer of Record responsible for site investigation, concept design, final design, and construction phase services for a new satellite utility plant on the FIU main campus. Police Department | City of Orlando | Sr. Electrical Engineer | $400,000 | 3,000 SF SGM was the prime consultant and MEP/FP Engineer of Record This project, performed under a continuing contract, involved an existing single-story bank structure of approximately 3,000-SF of floor space and 21 parking spaces. The existing structure had two intermediate structural columns which could not be modified; the remainder of the roof structure was supported by the perimeter walls. Metal Utilities Building 12178 | City of Fort Lauderdale | Sr. Electrical Engineer | $350,000 Under a continuing contract SGM provided MEP services for the City of Fort Lauderdale’s Metal Utilities Building 12178. The scope for renovations include providing Electrical Engineering drawings to address; Electrical lighting plan, Electrical power plan, Electrical panel schedule, Power one line diagram, and Electrical site plan. Regional Computing Center “A” BUS Upgrades | Orange County Government | Sr. Electrical Engineer | $4 Million | 1500KW Generator SGM provided services for under a continuing contract. This generator was designed per FEMA NFPA 110, NEC is 700 and Fla Building Code Chapter 27 to mitigate the damages that might occur during sever weather or other hazard. The generator was fabricated with stand- alone self-enclosure. All the Generators are classified to withstand Hurricane Wind, with self-enclosed standalone enclosures. This generator is connected to local alarm, which staff will be notified during emergency mode. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 30 YEARS WITH SGM: 12 EDUCATION: Autodesk Training for Building Systems Jerry Schneider Sr. Plumbing and Fire Protection Engineer PROFESSIONAL QUALIFICATIONS Mr. Schneider has 30 years of plumbing and fire protection design/construction administration experience for local and federal governments, K-12, higher education, commercial, institutional, health/science labs, clinics, student housing, and residential type projects throughout Florida. He is familiar with Florida’s state and local code requirements, ASPE Guidelines, NFPA, and International Code Standards. He is knowledgeable in national building and fire codes as well as water-based fire extinguishing systems, smoke control systems, detection systems, and alarm systems. RELEVANT PROJECT EXPERIENCE Horizon’s Corrections Facility | Orange County Government | Sr. Plumbing and Fire Protection Engineer | $767,000 | 16,000 SF SGM provided MEP/FP design services, included the design and replacement of the existing domestic water systems throughout the entire building. Scope included replacement of failing faucets, flush values, and supply stops that needed to be replaced. SGM was also commissioned to provide the additional design and installation for the necessary components. Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Sr. Plumbing and Fire Protection Engineer | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. Corrections Government O ice Chiller Expansion | Orange County Government | Sr. Plumbing and Fire Protection Engineer | $3.5 Million | 300,000 SF Design & Commissioning of replacement 2,400 ton central chiller/ boiler plant, Administration Building, Intakes & Warehouse. The new systems included; 2-water cooled chillers, cooling towers, primary/secondary pumps, controls, new air handling units, controls and EMCS. War Memorial Auditorium | City of Fort Lauderdale |Sr. Plumbing and Fire Protection Engineer | $1.8 Million | 335,00 SF SGM provided mechanical and electrical engineering services for the City of Fort Lauderdale’s War Memorial. The project included the renovation of an auditorium, offices, lobby, backstage storage rooms, and mechanical rooms. Our team completed partial power upgrades as well as the removal and replacement of systems that have been in place since the 1930’s. Internal Operations Center Chiller Replacement |Orange County Government |Sr. Plumbing and Fire Protection Engineer | $1.2 Million As part of a continuing contract, SGM provide MEP/FP Engineering. Project required replacement of all existing chillers, piping, curbs, and all HVAC controls. Temporary Cooling was provided to ensure no interruption of services at this occupied facility. 15SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 37 YEARS WITH SGM: 8 EDUCATION: University of Central Florida, BS in Engineering, Mathematics, and Computer Sciences REGISTRATIONS: ACG Certified Commissioning Authority, Florida Licensed Class A Air Conditioning Contractor, Florida Licensed Mold Assessor and Remediator Nassi Rahbari, CxA Construction Manager/Commissioning Authority PROFESSIONAL QUALIFICATIONS Mr. Rahbari has 37 years of experience reviewing and analyzing MEP and renewable energy systems almost exclusively for governmental facilities. He is highly skilled in commissioning, retro-commissioning, and annual re-commissioning on projects such as administration facilities, libraries, classrooms, dining area chillers, and central energy plants. RELEVANT PROJECT EXPERIENCE Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Commissioning Agent | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. FIU Satellite Chiller | Florida International University | Commissioning Agent | $11.5 Million | 16,000 SF SGM was the prime consultant and MEP/FP Engineer of Record responsible for site investigation, concept design, final design, and construction phase services for a new satellite utility plant on the FIU main campus. Hollywood Public Safety Facility | City of Hollywood Beach | Commissioning Authority | $10 Million | 25,500 SF SGM was hired to provide the enhanced commissioning for the design and construction of a 25,500 SF Public Safety Facility located in the City of Hollywood Beach. This facility is a LEED Silver Certified. Photovoltaic panels, low-flow plumbing fixtures, CO2 monitoring and energy efficient equipment were specified to meet the LEED requirements. Indian River County Sheriff’s Office CCTV & Access Controls | Vero Beach | Commissioning Authority | $140,000 | 340,000 SF Authority for the Indian River Sheriff’s Office CCTV and Access Controls project. SGM provided modifications to the CCTV video surveillance and access control system design for the new crime scene lab and evidence holding facility. The scope of services included the design/installation of three additional high resolution, 360 degree, CCTV video surveillance systems cameras. Orange County Fire Station #84 | Orange County Government | Commissioning Authority | $225,000 SGM was hired to provide commissioning during design, installation, testing and occupancy phases to ensure the new HVAC system worked efficiently and followed the design intent. SGM’s team commissioned two 5-ton Carrier infinity heat pumps and scroll compressors. Additionally, we modified the sequence of operation to meet the design criteria. 16SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954)421-1944 (954)421-1924 fax www.sgmengineering.com Professional Reference for Contract Manager- Tony Shahnami 1.Client Name: Orange County Government Contact: Sam Shine Tel: (407) 836-0037; sam.shine@ocfl.net Project Title: Orange County Government Internal Operations Center Chiller Replacement Project Scope: Under a Continuing Contract, SGM provide MEP/FP Engineering. Project required replacement of all existing chillers, piping, curbs, and all HVAC controls. Temporary Cooling was provided to ensure no interruption of services at this occupied facility. Completion Date: 2021 Construction Cost: $1,200,000 2.Client Name: Miami Dade College Contact: Saeed Fatemian Tel:(305) 237-0514; mfatemia@mdc.edu Project Title: Freedom Tower HVAC Renovation Project Scope: As part of a MEP Engineering Continuing Contract with MDC, SGM was commissioned to renovate portions of the building’s existing HVAC system while ensuring the structure and humidity control was intact during construction due to the history/art-work within the Freedom Tower. Completion Date: 2018 Construction Cost: $1,800,000 3.Client Name: Broward College Contact: Deborah Czubkowski Tel:(954) 201-6900; dczubkow@broward.edu Project Title: New Satellite Chiller Plant Project Scope: As the prime consultant, SGM was awarded the design of a new Satellite Chiller Plant at Broward College’s South Campus. This new Satellite Chiller Plant included the design of a primary - secondary chilled water plant of approximately 7,500 square feet, which ties into the existing campus loop to operate in parallel with the existing main chiller plant. The plant design incorporated the use of two 750-ton water-cooled chillers with expandable bays available to install future chillers, cooling towers, and pumps. Completion Date: 2016 Construction Cost: $6,500,000 16SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954)421-1944 (954)421-1924 fax www.sgmengineering.com Professional Reference for Project Manager- Bobby Shahnami 1.Client Name: Florida International University Contact: Danny Paan Tel:(305) 4005; paand@fiu.edu Project Title: New Satellite Chiller Plant Project Scope: Responsible for site investigations, concept designs, final designs, and construction phase services. Project included two 1,500-ton water cooled chillers, two 1,500-ton cooling towers, three VFD secondary chilled water pumps, and three variable speed condenser water pumps, refrigeration monitoring system, and a complete web-based BACnet energy management system. Completion Date: 2016 Construction Cost: $7,100,000 2. Client Name: Broward County Public Schools Contact: Jim Proano Tel:(305) 324-2224; jproano@browardschools.org Project Title: MLK Academy MEP & Roof Upgrade Project Scope: Under a Continuing Contract with the School Board of Broward County, SGM Engineering provided Fire Sprinkler Installation, Building Envelope Improvements and HVAC Improvements. There were already existing fire sprinklers on the campus so this scope was omitted from the projects. SGM Replaced Air Handling Units, Fan Coils, and Air Cooled Chillers in the respective buildings that required it. SGM also replaced exterior chiller components and exterior condensers as required for buildings. Completion Date: 2019 Construction Cost: $675,000 3.Client Name: City of Fort Lauderdale Contact: Irina Tokar Tel: (954) 828-6891; itokar@fortlauderdale.gov Project Title: Fort Lauderdale War Memorial Renovation Project Scope: SGM provides Mechanical & electrical engineer for this project, included the renovation of the auditorium and offices, lobby, backstage storage rooms, and mechanical rooms. Our team completed partial power upgrades as well as the removal and replacement of systems that have been in place since the 1930’s, Completion Date: 2017 Construction Cost: $1,800,000 16SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM employs a tried and true methodology by which it may ensure its clients receive only the most professional and quality services. Known in-house as the Design Quality Management Plan, this approach establishes excellence as the driving force in all phases of SGM operations from conception to construction completion. Our end goal is to provide only high-quality services to the Village of Key Biscayne, free of errors and omissions, delivered on time and on budget. To this end, we have established a company-wide methodology whereby the appropriate people make the correct decisions, based upon asking the right questions at the right time. Our philosophy is to provide our clients with quality professional services, promptly after their request. We will maximize cost savings while designing and constructing all projects with on-time performance on a schedule that meets all of your expectations. This philosophy will be carried through by the following means: • Project manager will communicate with your representatives and all team members throughout the various phases of the project, from study through completion of the project • Establishing the project criteria during initial project kick-off meetings and assurance of applicable code compliance throughout the project implementation • Attendance at meetings, providing cost estimating, and staying within the budget • Careful maintenance of the project schedule and providing value engineering • Close communication with your staff throughout the project to ensure your needs are being met • Close coordination with local authorities having various types of project jurisdiction • Close communication and cooperation with the Project Manager, Construction Manager and others • Experienced regular project site observation and inspections throughout the project • Resolving construction issues on-the-spot • Performing substantial completion inspection and follow-through with final punch list items The following flowchart offers a general overview of the practical approach we utilize for most of our projects: SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954)421-1944 (954)421-1924 fax www.sgmengineering.com Technical Approach and Understanding SUBMIT DESIGN DEVELOPMENT AND CONSTRUCTION DOCUMENTS FOR REVIEW AND ACQUIRE AD-BUILT DRAWINGS & CONFIRM THEIR ADEQUECY IN THE FIELD RECIEVE NOTICE TO PROCEED ASSIST OWNER WITH BID EVALUATION PROCESS PROVIDE CA SERVICES, ATTEND MEETINGS, SITE VISITS, PROCESS RFI’S & SUBMITTALS, REVIEW TEST REPORTS CLOSE-OUT DOCUMENTS INCLUDING RECOVED DRAWING ISSUE A PROPOSAL WITHIN 2 DAYS IDENTIFYING SCOPE, SCHEDULE, FEES, & PROBABLE COST ADVISE OWNER OF CODE DEFICENCIES NOTED AT SITE VISIT KICK OFF MEETING WITH OWNER SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Project Team Management SGM is familiar with procedures and planning and has all of the planning and coordination experience essential to the design and commissioning arenas allowing us to identify with and understand the needs of this continuing services contract. To ensure steady flow of information and coordination, the Contract Manager, will be the Primary Contact for the Village. The Contract Manager will work directly with the Village’s internal Project Manager to create a design team that is best qualified to handle the cope of each project. All communication, coordination of schedules, resolution of conflicts, and direct communication with the Village will be handled by the Contract Manager. The Village will be informed every step of the way to ensure that projects under this contract are completed on-time and within budget. Our engineers and sub consultants will work closely with the Village Authorities on the project. Project team members will be responsible for each of their defined, distinctive responsibilities. Mr. Shahnami will keep an open line of communication between SGM, other consultants, and the Village’s Project Manager to maintain credibility. The projects awarded through this continuing contract could be existing or new systems, replacements, or upgrades. SGM has experience working on all types of projects and has the resources necessary to complete work in any of those scenarios. Our scope of services will include evaluating, trouble shooting, analyzing or designing new overhead or underground utility infrastructure such as power, fiber optics, low voltage transmission lines, water, and sanitary. SGM will provide design and construction documents relating to facilities’ electrical, mechanical, and utility infrastructure. Additionally, SGM’s Contract Manager will communicate with your representatives and all team members through the various phases of the project from start to finish. Project criteria will be established during initial project kick- off meetings. Design meetings will be scheduled appropriately and attended regularly. The project schedule will be maintained. Close communication will be maintained with the City’s staff throughout the project to ensure that your needs are being met. This would apply to regular meetings, emails, telephone conversations and faxes. Close coordination will occur with local authorities having various types of project jurisdiction. The scope of work will be discussed in detail, including general design criteria, scheduling considerations, and project budget. After a kick-off meeting is held, the SGM project manager will develop a project timeline, tailored to the client’s specific agenda items. Based on information developed during the meeting and site visit, programming and planning will be completed working closely with the City’s staff to ensure that your objectives are understood and addressed in the planning phase. SGM has a wealth of experience with the successful projects such as the ones that will be included in this contract. The approach we utilize for a specific project and for a continuing service contract such as this is an integral part of our Design Quality Management Plan. We know that Total Quality Management is accomplished by implementation of a Design Quality Management Plan and the continuous improvement of activity processes, involving everyone in the organization in order to accomplish a high standard of quality in the final product. SGM’s management plan establishes the methodology to ensure that quality is the driving force in the phases of all operations of SGM and particularly on a continuing service contract as this one. Management Approach: SGM has the personnel, resources, and assets available to undertake multiple projects. Our team will work together to provide cost effective and functional systems. SGM, through our past experience on other similar contracts, understands the sensitivity of this project, its nature, security and safety aspects of this project. The CPM scheduling tool manages the process that encompasses all design development and construction document preparation. The master schedule serves to establish a work plan for accomplishing period and systematic reviews as design progresses and to ensure significant quality control requirements are accommodated. As design development reaches completion, quality control activities identified through the integrated design review process are then entered into the schedule where they become identifiable as discreet required activities. Additionally, the Project Manager will develop a detailed delivery plan (Work Plan) that will comprise of: • Fee expenditure cash flow • Project resource plan • Work schedule identifying key dates and objectives • Documentation for each stage • Sign-offs required & milestone dates for approvals by the Village • Schedule of information required • Statutory agency reviews and submissions • Meeting schedule(s) SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Team Communication: SGM has established communication procedures to maintain the critical flow of project information. The team is equipped with the most up-to-date communications technologies to ensure that team personnel stay connected to their assigned tasks and other team members. In addition to email, SGM will facilitate the use of a project FTP site for fast transmittal to secure oversized files. The team will also utilize video and phone conference software, such as “GoToMeeting”, which allows team members to visually review documents and hold meetings from any part of the country. The majority of the Project Delivery team and certain corporate staff members will also stay connected through the use of synchronized “Smartphones” that allow instant access to emails, documents and calendar events. Users are also provided Broadband and available VPN connections for access to the Internet, Team intranet, and shared drives as necessary. Teaming Approach: The SGM project team organization is structured to provide superior capacity to complete simultaneous tasks, regardless of size, location or scope. This organization responds to all Village contract objectives through: • Dedicating a management team that understands the Village’s design standards, codes and energy initiatives, and the mission of the support facilities • Maintaining a core group of design professionals (Technical Support) who will be assigned specific tasks in accordance with the unique design environment that is required by the Village SGM’s Project Manager will mobilize dedicated resources based on the requirements for these projects, services required, project location, and duration. The proposed organization demonstrates: • A single point of contact under the direction of SGM Project Manager • A centralized staff of estimators and technical support • Designated engineers with the ability to quickly staff multiple project teams • A staff of engineers and specialists with experience with relevancy to Village professional service requirements Core Management Team: The Village Project will be administered through a Program Management office located at SGM’s office in Miami, FL, which will house the Project Manager. Although the resource requirements for The Village are yet undefined, SGM will maintain a Core Management Team of senior specialists who understand all aspects of the contract, remain available to The Village, and maintain all standard quality, security, and communication procedures. However, just like other The Village projects, our rapid response team will accomplish another successful project for The Village and their citizens. Dedicated Design Teams: SGM has designated an in-house Task Manager, who will focus on individual task orders. They will have at their disposal a staff of professionals who will provide a range of services from programming, pre-design and bridging documents, through complete design and construction documents to on-site construction support services. Available to the task order team is the SGM and sub-consultant’s professional services personnel, who will be required intermittently in accordance with the assigned task order and professional practice. The proposed team of registered architects and professional engineers is tailored to respond to all requirements of the Village contract including: • Responsiveness to every aspect of the project • Construction phasing with no impact to building occupants • Assist owner in construction phasing with no impact to building occupants • Conduct building assessment identifying all deficiencies, cost estimate, and prioritize the essential needs to meet the budget • Design kick off meeting to present conceptual plans, schedule of delivery and preliminary cost estimate • Specialized experience in Energy Optimization, Passive Conditioning, Water Balancing, Renewable Power Generation, Measurement and Verification, Life Cycle Cost Analysis, and Statistics/Data Science • A team of firms that can provide 100% of all A/E and specialty consulting services for the The Village task order • A tailored quality control/quality assurance plan that allows review of all deliverables of varying size and complexity • A project organization that provides dedicated teams for the various tasks to allow for multiple deliverables to be performed simultaneously • A team of engineers who have knowledge of government standards, code requirements, etc. and can apply this knowledge to each task order SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Conceptual The SGM team will provide the following services as applicable for your projects: environmental studies/surveys and abatement design (if needed); research analysis; water management permit/ or modification to its permit; geotech surveys; full A/E design for new buildings; program management; identifying existing electrical feeders; coordination with Electric Utility Providers to determine the existing conditions of switch gears; transformers; and main feeders to the proposed site; pre-design site-assessment; feasibility and concept studies on existing generators and their routing to the existing chiller plants; existing automatic transfer switches; space planning and construction drawings showing the construction phasing. We will develop and maintain a Critical Path Method project schedule utilizing Microsoft Project or other graphical programs. More than merely a tool to manage progress to contract completion dates, we will establish a master project schedule that encompasses all design development, and construction document preparation. This master schedule serves to establish a work plan for accomplishing period and systematic reviews as design progresses and to ensure significant quality control requirements are accommodated. As design development reaches completion, quality control activities identified through the integrated design review process are then entered into the schedule where they become identifiable as discreet required activities. Developing Schedules Project schedules are developed based upon the project deadline from the client, and phasing is incorporated into the schedule to incorporate the time of year and occupancy of the campus. SGM will provide adequate resources to meet each step of the design process. Schedules can be updated on a weekly basis. The PM holds weekly meetings to discuss the design completion schedule and other requirements to meet the deadline & its construction budget. Scheduling Challenges The staff is experienced and has adequate resources to meet the deadlines and stay within construction budget. Specific challenges in scheduling may include project phasing, scheduling so construction is during a certain time of the year (i.e. Remodeling a buildings while employees an patients are on campus), or scheduling construction at night so a building can remain occupied during the day. Weekly meetings are scheduled with the PM, engineers, and designers to make sure that the deadline and the construction budget is met. Then, regular meetings are set up with the owner to make sure that all the items, guidelines and other issues relating to the project have been implemented. Studies and Preparation of Reports / Evaluation of Existing Conditions SGM understands that a portion of the MEP task orders the Village needs accomplished may consist of evaluations of existing conditions, field reports, review as-build drawings, and an initial analysis of building systems to evaluate what the solution will cost and what level of immediate attention this will require related to safety/security issues. SGM will collect information on each existing task order and offer multiple options related to cost, priorities, and equipment solutions. SGM will contact Villages’ PM to obtain input, and from these meetings/conversations, the Village preferences, expectations, and goals are also identified and will be incorporated from the beginning stages of the project. This phase will conclude with a technical memorandum, which serves as the basis for design and identifies the ultimate fixtures to be designed for replacement. Construction Plans Once the preliminary engineering phase has been completed, preparation of the final construction plans will begin. This consists of preparing plan sheets, detail sheets, and other drawings and specifications necessary to produce a constructible set of construction documents. Upon the approval from the Village, SGM Engineering will proceed with 30%, 60%, 90%, & 100% design reviews (unless directed otherwise by the Village’s staff), coordinate the review process, and implement the comments as needed. Permitting: SGM will be responsible for Project Permitting. This will include responding to any comments issued by the Building Permitting Department, DEP, EPA, and AHJ. It is important for the Village to have permits in-hand prior to the bidding of a project in order to avoid contractor delays or unauthorized work, and SGM is prepared to make that happen. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Construction Administration Services: SGM can provide a full range of construction administration services or has the experience and capabilities to work directly with the appointed Construction Manager. Rather than instructing or directing Contractors as to the means or methods of their construction techniques, our approach to construction administration involves just enough supervision to ensure that the Contractor completes the project in reasonable conformity with Village’s plans and specifications. Our experience in the following tasks has made us a successful firm to protect the client’s best interest in terms of completion on time and within budget, such as: • Coordination with Village’s PM throughout the course of the project • Respond to the appropriate authorities regarding permitting, building inspection, and fire rescue in a timely manner to make sure that the required data & information are given in a timely manner without any delay • Review and respond to submittals, shop drawings and any RFIs in a timely manner • On-site inspections by our engineers to make sure that all projects have been constructed per construction documents, Florida Building Code, and AHJ • All of the warranty booklets, owner’s manuals, as-build drawings, and final close-out documents will be done on schedule Cost Control/Budgeting SGM has an outstanding record of performing professional services on time and within budget with a variety of government clients. SGM has over 30 years of service in the State Florida and has played a large role in the growth of the area’s energy cost-savings projects. Our extensive knowledge and relationships with the local governments ensures a quality and cost-effective project for the Village of Key Biscayne. SGM’s process allows the PM to manage and focus design efforts to achieve the budgeted cost of construction and eliminate late project completions. During project execution, he monitors all project execution costs including sub- consultants on a weekly basis. We negotiate a reasonable schedule up-front, then subject that schedule to review periodically, working with the Task Order Manager to manage the resources necessary to getting the project completed when the client needs it. If at any point in the design process we estimate the actual construction cost exceeds the construction cost set forth by the government, or if the team “feels” that the project cost is escalating, the PM will immediately advise the Village’s Project Manager and proceed to modify the scope, materials, or construction method as required to reduce the estimated construction cost to an amount within the available project funds. Alternatively, the decision may be made to proceed with preparing the plans and specifications with one or more options as approved by the PM. Budget analysis is offered to assist clients in defining their goals and objectives while taking construction costs into consideration. A course of action is then established along with open suggestions for design changes, if needed, to reduce the budget and bring them back within their budgeted guidelines. SGM uses an alternative cost control called Value Engineering. The use of Value Engineering (VE) is conducted when the actual construction bid(s) exceeds the budgeted amount. The VE items are usually based upon: • Different manufacturer – same performance • Issue “Owner Direct Purchase” of the equipment, which will save the owner sales tax money and mark-up money by the contractor If follow-up consultation services are needed but not requested by the owner, then the specifications will be written in a format to: • Protect the owner from any additional cost of the project • Contractor will be liable to perform the same services at no additional cost to the owner SGM does not believe that Value Engineering is a reliable tool to provide a quality project. We believe Value Engineering & Quality Control are the joint venture of a successful project. Budget analysis is offered to assist clients in defining their goals and objectives while taking construction costs into consideration. A course of action is then established along with open suggestions for design changes, if needed, to reduce the budget and bring them back within their budgeted guidelines. SGM uses an alternative cost control called Value Engineering. The use of Value Engineering (VE) is conducted when the actual construction bid(s) exceeds the budgeted amount. The VE items are usually based upon: SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 • Different manufacturer – same performance • Issue “Owner Direct Purchase” of the equipment, which will save the owner sales tax money and mark-up money by the contractor If follow-up consultation services are needed but not requested by the owner, then the specifications will be written in a format to: • Protect the owner from any additional cost of the project • Contractor will be liable to perform the same services at no additional cost to the owner SGM does not believe that Value Engineering is a reliable tool to provide a quality project. We believe Value Engineering & Quality Control are the joint venture of a successful project. Life Cycle Cost and Long-Term Maintenance Features SGM will conduct analysis providing life cycle costing, energy conservation, first cost premiums, and pay back periods with energy design and modeling analyses. This will allow Village to make informed decisions and optimize the financial resources of the project. It is our priority to provide the most accurate, dependable, and flexible designs to meet each unique application. SGM will submit a detailed list of value engineering options and schedule acceleration ideas with the first estimate. SGM intends to provide options for major design considerations as suggestions in the earlier stages of the project, thus eliminating major specification revisions. SGM will lead the VE effort by holding a brainstorming session with the Project Delivery Team to identify which items should be reviewed. Each building system is analyzed and evaluated. SGM will specifically identify on the Cost Savings Suggestion list the type of documentation required of the designer (i.e.- addenda note, bulletin drawing, etc.) and will monitor the drawings to ensure that the selected Cost Savings Suggestions are incorporated into the final construction documents. Response Time and Communication Our staff is readily available for emergency site visits, telephone and video conferencing and email communication. Additionally, the Village’s staff, its consultants, and other interested governmental agencies will have the ability to be in direct communication with SGM’s lead personnel and project managers to obtain a prompt response to questions and concerns 24 hours a day through the use of smart phones equipped with email access and the ability to upload and edit documents. SGM is dedicated to meeting the time and budget of any task orders required by Village. Our project team’s current and projected workload will allow us to begin working on the Village’s tasks immediately upon receiving the “notice to proceed” and commit the necessary resources to fully meet the Village’s schedule from start to finish. Our staff would be available as required, and we would budget the design team to spend at least 60% of their weekly time dedicated to your projects. Should a specific task require more manpower, the work could easily be shifted to more designers to meet the deadline. Our staff and reasonable rates allow us to handle large, complex projects yet remain competitive on small and large scale projects. SGM always provides the required services in a timely manner. SGM ensures that there will be documented and constant communication between Village and our design team. We will involve the facility end-users, Village’s other consultants, and relevant governmental agency personnel throughout the entire design process. This will start in pre-design through identification of all key personnel in the Project Outline with name and contact information, along with areas of responsibility correlated to the project’s work breakdown structure. Everyone identified in the Project Outline is considered part of the design team. A Project Initiation Conference will be held for each project with all team members included. Regular team meetings will be held throughout the entire design process. The regularity of these meetings will be based upon the size and complexity of the particular project. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 QUALITY CONTROL SGM recognizes that defining success for all parties involved in a project requires a strong commitment to quality, cost and schedule control, open communications, and trust. All QA/QC services will take place in SGM’s Tampa, FL office. Quality control is an integral part of this approach, with the Quality Control / Quality Assurance Manager occupying a position of equal stature to the Project Manager. Both report directly to the Project Principal-in-Charge. This structure makes available the most experienced professionals in our organization to collectively lend their expertise in aggressively managing all elements to the project. We view quality control as the responsibility of every individual involved with a project, and we devote considerable resources to educate and develop our design and production personnel to maintain their skills honed to current criteria, techniques and materials. Nonetheless, for a design project to achieve the highest level of success, we firmly believe that the experience of a seasoned manager actively pursuing quality throughout the entire length of the project is an essential element. In-House Design Quality Control/Quality Assurance Reviews: Quality Control/Assurance is viewed as the responsibility of every individual involved with a project. We have established a Design Quality Assurance Program designed to address the issues we believe are paramount to quality control. The following six points define the Quality Assurance Program: 1) Office Standards: As part of the Quality Assurance Program, Office Standards have been developed for the use of all staff members to maintain a consistent level of quality documentation. The goal is to produce complete and consistent technically accurate documents. 2) Quality Assurance Reviews: Responsibility for quality is delegated to each member of the project team. The goal of the Quality Assurance review is to insure that the Project has successfully completed all procedures and phases in an accurate manner to yield a quality product. 3) Interdisciplinary Review: An interdisciplinary review utilizing our Interdisciplinary design Review Program is conducted at the office of SGM with all design consultants in attendance. Checklists are compiled at the end of the review and a formal out-briefing is conducted with each project team to discuss general findings and comments relative to the project. All corrective measures are then implemented for the 100% Design Submittal. The time necessary to perform the interdisciplinary review usually takes from ½ hour to 1 hour per sheet of drawings, plus additional time necessary to perform the corrective work listed in the interdisciplinary review checklists. Average time is usually 1 ½ to 2 days for this type of review, depending on the project complexity and total drawings required. 4) Project Organization and Team Communications: Effective team management is dependent on all staff members having a clear understanding of their respective roles and responsibilities on a project. The primary goal of this process is to instill in all team members the concept that responsibility for the accuracy and completeness of the documents is the professional responsibility of each individual team member. 5) Training and Intern Development: As part of our professional obligation, we devote considerable time and resources to coach and develop the design and technical skills of our staff members. 6) Technical Reviews: A technical review occurs at the In-Progress Design Submittal Stage and continues up to the 100% Design Submittal. The review includes the use of component checklists, which include items of technical nature relative to a projects usage of construction materials and methods; identified by graphic means (drawings) or written specifications. The Project Engineer is responsible for checklist implementation. EVIDENCE BASED DESIGN PRINCIPALS: Proposed Design Approach Our design philosophy for handling these types of contracts is to have a solid management plan in place, and to have the resources available to complete task orders on time and within budget. Our team is focusing on resources of local firms with strong working credentials with the Village to enable SGM to organize and manage a full service A/E response to efficiently upgrade and modernize current mechanical deficiencies facing Village. By leading the team, SGM can add members to provide additional oversight capacity of the consultants and their teams. In most cases the consultant’s teams consist of designers. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Our Team has an outstanding record of managing the design process so that the design is completed within budget and on schedule as outlined. We do not believe that employing a large design staff in itself ensures that resources are committed to a project; therefore, our Project Management Guidelines require that our project manager develop a work flow diagram for every project and marries it to the schedule. The project manager then works with the manager of every division to ensure that the assigned personnel will be available through the design life of the project. We manage the utilization of our staff beginning in every department in every office, which is communicated to top management every month. This process is managed Online through our Microsoft Project Management software so that all project milestones and personal utilization is tracked to ensure that we do not have individual personnel over committed, as well as keeping the workload spread evenly throughout available staff. Our Team is capable and eager to work on multiple task orders concurrently. Our project managers are trained to manage the workload on multiple projects and utilize our projection software to keep the workload both evenly distributed through the technical and professional staff and ensure that critical milestones are achieved. We have a number of personnel that will function in support roles who can and will be involved in projects that are not listed as key personnel on the organizational chart. The project manager will closely monitor the work flow and manage it with our labor projection software to define the critical path to ensure adequate personnel are available even during holidays and vacations to guarantee that schedules are met. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Philosophy and Method of Implementing Energy Conservation / Sustainable Design Sustainable design has been a core component of our teams’ practice for decades. The importance of light, views, indoor air quality and energy management systems all influence planning and the building associated with mechanical deficiencies. SGM’s approach to planning comes together through fenestration, internal organization for maximum outside exposure, daylight and sun control. Sustainability also drives the selection of energy efficient materials and detailed analysis and monitoring of interior air quality—all in an attempt to reduce the amount of air needed to flow through the facility while maintaining safety for the occupants. Our team is committed to the reduction of energy consumption in all work. The team utilizes advanced analysis tools and lifecycle costing to achieve energy efficiency that is not only sustainable but also economically justified. SGM has been at the forefront of energy reduction and conservation, applying state-of-the-art techniques to reach the highest goals for our clients. Some of these improvements come from reducing the energy consumption by specifying and designing a more efficient system, adjusting the orientation of the building to reduce solar lading, or by improving the efficiency of the products that are used on the project. Techniques we routinely include on our projects include high performance HVAC systems, energy recovery, ground source heat pumps, low watt light fixtures including LED, enhanced building envelopes, and solar hot water heating. Our team plans to use the following high efficiency equipment and energy conservation measures: • High efficiency DX system units • Energy efficient chillers with staging • Gas boilers • Use of 0% - 100% economizer cycles for all AHU’s • Air handlers that operate only when required to meet zone load • Use of CO2 sensors for indoor air quality • Pumps with VFD’s to reduce chilled & heating hot water flow based on demand • Motors/fans with VFD’s to reduce energy consumption based on airflow requirements • Use of non-overloading fan motors SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Handling Anticipated Problems and Potential Solutions SGM and our consultants are proactive. We are constantly reviewing design schedules; using the Microsoft Project Management software to schedule all projects in order to anticipate any problems that may arise. Our team will strive for our projects to run as smoothly and as cohesion as possible for the owner; however, in the process of design and construction, problems do arise. At SGM, our first and foremost concern is to solve the problem with minimal impact to the Village . When a problem does arise, we like to first identify and quantify the issue. We then look at alternative solutions, weigh pros and cons, and together with the owner arrive at the best solution. Engineering Solutions: 1. Provide in depth analysis regarding efficiency of maintainability of the proposed and current building’s HVAC and building automation systems. 2. Provide cost estimate for each line item relating to the task order relating to MEP and building automation systems and ensure it meets the Village’s budget. 3. Provide life cycle cost analysis describing delivery method, type of system and pay back calculations for each proposed system. 4. Submit schematic design, design development and construction document drawings after being reviewed by the owner for comments and implementation. All the design documents will be in compliance with AHCA, Florida Building Code, ADA requirements and local authority having jurisdiction over the project. 5. Submit drawings for permit compliance, assist the owner’s PM through bidding and recommend the successful bidder complied with terms and conditions outlined by purchasing department. 6. Construction phase services: our team will attend all the required construction administration meetings relating to MEP systems, schedules, inspection of MEP systems, field reports and meeting minutes. Other services include: review and approve all the shop drawing, submittals, payment applications, respond to building code officials, building inspectors and any RFIs relating to MEP systems. 7. Close-out documents and warranty: our team will provide the as-build drawings received from the contractor and confirmed by SGM. The close-out documents will include: owner’s manual, warranty items including: names, contract person and duration of each components. Review and verify the T&B report with the mechanical/ & control contractor. TECHNIQUES AND PERSONNEL RESPONSIBLE FOR CONTROLLING THE SCHEDULE AND COSTS OF THIS PROJECT Scheduling This task order will begin with a detailed design team meeting which results in defining all objectives, goals, potential conflicts, and the project schedule. By defining the major project issues in one meeting, all team members are cognizant of project mandates and concerns. The schedule calls out review periods, meetings and submittal dates. The Project Manager monitors project progress through a computerized management information system, which tabulates, on a weekly basis, tasks completed, in progress and pending; manpower allocations related to each task; and overall schedule progress. Any needed adjustments in staff or schedule are foreseen well in advance so that the project continues undeterred. Team progress meetings are held to review work in progress, coordinate with technical support specialists, as well as to address design issues. Regular reporting and design team accountability enable us to anticipate potential scheduling problems and to make appropriate adjustments in manpower logistics of project delivery. The Task Manager updates the schedule on a regular basis to reflect the actual work completed to date. Status reports are made available for client and team comment. The Contract Manager’s and Task Order Managers services will include but not be limited to tasks such as: • Receive projects and priorities from the VA; • Determine scopes of work • Determine the packaging of the Program into effective projects and contracts; • Allocate resources plan and schedule and manage the implementation of this project • Research and provide sourcing of consultants; • Review the master plan, associated facility drawings and specifications; • Developing and coordinating the master design and construction schedules and budgets and any other related PM activity required to successfully achieve the goals of the Owner Cost Control Cost control management begins with a complete review of the project scope before design efforts begin, and reviewing project cost estimates during design. If at any point in the design process, we estimate the construction cost exceeds the construction cost set forth by the government, or if the team anticipates that the project cost is escalating, the SGM Contract Manager will immediately advise the Owner- Project Manager. SGM will discuss possible modification of the scope, materials, or construction method, as required; to reduce the estimated construction cost to an amount within the available project funds. Our team will proceed with preparing the plans and specifications based upon the Village’s directive. This process allows the Task Manager(s) to manage and focus design efforts to achieve the budgeted estimated cost of construction and eliminate late project deadlines. During project execution, he will monitor all project costs on a weekly basis. SGM will maximize cost savings while designing and constructing all projects with on-time performance on a schedule that meets all Village requirements through the following means: • The Project Manager will communicate with Village representatives and all team members throughout the various phases of the project, from study through completion of the project. • Establish the project criteria during initial project kick-off meetings and assure code compliance throughout the project implementation. • Attendance at meetings, provide cost estimating and stay within the budget. • Careful maintenance of the project schedule and provide value engineering. • Close communication with Village staff throughout the project. • Close coordination with local authorities having various types of project jurisdiction. • Perform substantial completion inspection and follow-through with final punch list items. Team Philosophy to Energy-efficient Engineering Solutions SGM’s team of experts provides a combination of state-of-the-art engineering and energy-efficient solutions to deliver new facilities as well as modernizations, upgrades and renovations to transform today’s worn-out facilities into world-class centers of excellence. SGM excels in new facility construction but more importantly, has developed a record of success in the challenging aspect of transforming, repairing, and renovating facilities. This type of work requires experienced professionals who understand the client’s procedures, mission, and unique requirements and who can efficiently determine the existing conditions to ensure project designs are based on reality and not assumptions, thereby reducing costly and time consuming change orders. SGM has demonstrated success in designing renewable energy systems within Federal facilities by using the latest means and methods to exceed the design and energy efficiency guidelines established by clients. Examples of our team’s energy-efficient engineering practices include: • Designed Energy Management Systems that comply with 40% energy performance over ASHRAE 90.1 – Baseline and Energy policy act of 2005. SGM designed EMS systems to monitor and control the central utility plant including the actual monthly energy usage, chilled water tonnage and KW/per ton. SGM also designs web based BacNet system with live graphics. • Vigorous energy efficient designs for showcased facilities. • Compliance with Federal Grants such as ARRA and other stimulus packages. • Designed Central Energy Plants incorporating the use of reclaimed water as make-up water for existing Cooling Towers without any bearing to the efficiency of the tower or the water cooled chillers. • Designed dedicated heat recovery chillers to recover 100% of the heat of the condenser for reuse reducing the corresponding conditioning energy consumption, reduce air and the atmosphere generated by environment, greenhouse gas emissions. (LEED) • Created energy models to identify and analyze peak shaving. (LEED) • Designed primary and secondary chilled water pumping and condenser water pumping systems using variable speed drives. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 HVAC Retrofit - Vigorous Energy Saving Strategies. Depending upon the budget and energy savings goal it is important to note that opportunities exist to determine 30% to 50% savings over EPAC and ASHRAE 90.1 utilizing Energy Audits (ASHRAE Level II). SGM takes steps by creating an energy model by defining the architectural characteristics for a single prototype model, creating baseline energy models that are elaborations of the prototype model, creating low-energy models for the particular climate zone by applying a list of energy design measures to the prototype model, and by simulating the baseline and low-energy models to show that 30% or greater energy savings are achieved when the energy design measures are applied to the prototype model. SGM has designed high efficient HVAC units for retrofit applications. Avoiding Cooling & Heating in Unoccupied Spaces. SGM can create energy storage methods where the air conditioning load can be shifted to nighttime hours thereby reducing utility costs. By implementing this design, the compressors operate more efficiently during cooler nighttime hours. In retrofit applications, SGM has demonstrated alternative design techniques to achieve 50% energy savings by reduced power, occupancy sensors, high efficient HVAC equipment, demand controlled ventilation for variable occupancy spaces, more efficient pumps, integration of subsystems to achieve whole-building performance, the use of premium efficiency motors, and the use of solar water heating. Miscellaneous Capabilities: qualifications/quality of Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment and Historic Preservation, CPM, and Fast Track Construction Life Cycle Cost Analysis Our team will lead the design effort in analyzing life cycle costing, energy conservation, first cost premiums and pay back periods with energy design and modeling analyses being provided by our design team. This approach will allow the Village to make informed decisions and optimize the financial resources of the project. It is our priority to provide the Village with the most accurate, dependable, and flexible designs to meet each unique application. Systems that allow flexibility in zoning can be added to meet new room configurations. Systems that are dependable and require little maintenance and systems that have long life expectancy will be heavily considered. Our team will design any HVAC upgrades with maintenance in mind. We make sure boilers and chillers have sufficient adjacent tube pull space for maintenance and replacement. Our team specifies access panels to reach reheat coils above hard ceilings, and we specify permanently sealed bearings where available to eliminate field lubrication maintenance. Our team specifies isolation valves on inlets and outlets of all hydronic equipment to allow easy removal of equipment for repair or replacement. We will strive to provide the best equipment and appurtenances on the market that require little or no maintenance. Our design team will develop alternative means, methods, systems and materials by a systematic project delivery team review of the project elements to provide the best building value, reduce the construction cost or shorten the construction schedule without affecting the project function. SGM will submit a detailed list of Value Engineering Options and Schedule Acceleration Ideas with the first estimate. SGM intends to provide options for major design considerations as suggestions in the earlier stages of the project, thus eliminating major specification revisions. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Continuing Contracts Orange County MEP/Commissioning Continuing Contract City of Fort Lauderdale Continuing Contract Florida International University Continuing Contract City of Miami Florida Department of Management Services South Region MEP Continuing Contract City of Ormond Beach Mechanical Continuing Contract Lake County Commissioning Continuing Contract St. Lucie County MEP Continuing Contract Florida Department of Management Services Central Region MEP Continuing Contract City of Hollywood MEP Continuing Contract St. John’s County Mechanical/Electrical Continuing Contract City of Fort Lauderdale MEP Continuing Contract City of Tampa Continuing Contract City of Miami Gardens Mechanical/Electrical Continuing Contract Lake County Mechanical/Electrical Continuing Contract Town of Fort Myers Beach Mechanical/Electrical Continuing Contract Greater Orlando Aviation Authority Continuing Contract Broward College Continuing Services Contract Broward County Public Schools Continuing Services Contract City of Daytona Beach Continuing Services Contract Florida Atlantic University Continuing Contract City of Orlando Continuing Contract SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM'S PUBLIC & PRIVATE CLIENTS FOR THE PAST THREE YEARS 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com HUITT-ZOLLARS, INC HUMPHREYS & PARTNERS ARCHITECTS HUNTON BRADY ARCHITECTS, P.A. INWOOD CONSULTING ENGINEERS JACOBS ENGINEERING GROUP, INC. JAY AMMON ARCHITECT, I NC JRA ARCHITECTS, INC KIMLEY-HORN & ASSOCIATES KMF ARCHITECTES LIVS ASSOCIATES, LLC MARION COUNTY PUBLIC SCHOOLS MC HARRY & ASSOCIATES MILLER LEGG MILLER SLAYTON ARCHITECTS, INC. M OBIO BOSTWICK DESIGN PARTNERSHIP, LLLP MRI ARCHITECTURAL GROUP MSA Architects, Inc. N25 ARCHITECTURE CO NOVA SOUTHEASTERN UNIVERSITY NYARKO ARCHITECTURAL GROUP ORANGE COUNTY PUBLIC SCHOOLS ORANGE COUNTY CONVENTION CENTER ORANGE COUNTY GOVERNMENT OSCEOLA COMMUNITY HEALTH SERVICES PCPMG CONSULTING, LLC PGAL PLANATE MANAGEMENT GROUP,LLC POPULOUS+C.T. HSU Joint Venture PRIME AE GROUP, INC QUINN CONTRACTORS INC RHODES + BRITO ARCHTIECTS, INC. RQ CONSTRUCTION/BRASFELD GORRIE JV SEMINOLE COUNTY PUBLIC SCHOOLS SONG & ASSOCIATES STATE CONTRACTING ENGINEERING STROLLO ARCHITECTS INC. SYSKA HENNESSY GROUP TGC, LLC THE GOLF CHANNEL THE LUNZ GROUP TLC UCF (UNIVERSITY OF CENTRAL FLORIDA) VALENCIA COLLEGE VIA DESIGN STUDIO VOLUSIA COUNTY SCHOOL BOARD, THE WALKER PARKER CONSULTANTS WHITING-TURNER CONTRACTING CO. ZYSCOVICH SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5G STUDIO COLLABORATIVE ADC ARCHITECTS ADVANCED CONSTRUCTION & REMODELING LLC AIR MECHANICAL SERVICES ALLEGUEZ ARCHITECTURE, INC. API PLUS ARC ASSOCIATES, INC. ARCHITECTS DESIGN GROUP AVCON, INC BAKER BARRIOS BENTLY BORRELLI & ASSOCIATES BREVARD COUNTY SCHOOL BOARD BROWARD COUNTY SCHOOL BOARD BRPH CHARLON-BROCK AND ASSOCIATES, INC. CITY OF DAYTONA BEACH CITY OF FORT LAUDERDALE CITY OF MIAMI CITY OF ORLANDO, FL CITY OF WINTER PARK (CSA) CLINE DESIGN ASSOCIATES, PA CSA CENTRAL CT HSU DANNER CONSTRUCTION DAYTONA STATE COLLEGE DESIGN STYLES ARCH DLFC ARCHITECTS DLR DWELL DESIGN GROUP DYNAFIRE, LLC ENVIRONMENTAL CHEMICAL CORPORATION FAU FLORIDA ATLANTIC UNIVERSITY FLORIDA INTERNATIONAL UNIVERITY FORUM ARCHITECTURE GARNEY COMPANIES, INC GOAA GURRI MATUTE PA HARVARD JOLLY HAZEN AND SAWYER HEDRICK BROTHERS CONSTRUCTION HELMAN HURLEY CHARVAT PEACOCK HENSEL PHELPS HERON ELECTRIC HILLSBOROUGH COUNTY SCHOOL DIST HOK State of Florida Department of State I certify from the records of this office that SGM ENGINEERING, INC.is a corporation organized under the laws of the State of Florida,filed on December 20, 1991,effective December 17, 1991. The document number of this corporation is V02240. I further certify that said corporation has paid all fees due this office through December 31, 2021,that its most recent annual report/uniform business report was filed on January 8, 2021,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Eighth day of January, 2021 Tracking Number: 2603863769CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication SGM Licenses & Registrations State of Florida State Division of Corporations Filing 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com SGM Engineering, Inc. | 5805 Blue Lagoon Dr. #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM Florida Professional License SGM Engineering, Inc. | 5805 Blue Lagoon Dr. #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM Business Tax License SGM Engineering, Inc. | 5805 Blue Lagoon Dr. #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM Engineering, Inc. recently relocated to Miami Dade County- firm is currently waiting on updated license from the County Staff Licenses & Certifications SGM Engineering, Inc. | 5805 Blue Lagoon Dr. #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM Engineering, Inc. | 5805 Blue Lagoon Dr. #285, Miami, FL 33126 | Tel: (954) 421-1944 SGM Engineering, Inc. | 5805 Blue Lagoon Dr. #285, Miami, FL 33126 | Tel: (954) 421-1944 Available Facilities, Technological Capabilities, and Resources SGM Engineering, Inc maintains a team of 47 highly qualified Professional Engineers, Designers, RCDD’s, CxA’s and Construction Managers. We have offices in Miami, Florida as well as Orlando and Tampa. These facilities have the infrastructure to work congruent with each other to allow for seamless work flow and allows SGM to maintain constant availability for our clients and their projects. SGM’s team have the knowledge to complete all activities related to MEP/PF Engineering include, HVAC, Ductwork, MEP layout, design & detailing, Fire Protection & Life Safety Systems, Security Systems, Shop Drawings, As-Built drawing for new and existing construction/renovation, Cost Estimates, Construction Administration & Management Services. Below, we have outlined just some of the many areas of expertise our engineers possess in the MEP/FP disciplines. SGM’s Mechanical Engineers have experience in the design of mechanical systems, including (but not limited to) fire protection systems; all types and sizes of HVAC systems; high temperature hot water boilers; piping; fluid systems; chilled water; compressed gas systems; elevators; hoists and cranes; specialized mechanical equipment; direct digital controls (DDC); programmable logic controllers (PLC); as well as a familiarity with the facilities generally used to house the aforementioned mechanical equipment. SGM’s Electrical Engineers are skilled in the design of medium and low-voltage AC power systems; uninterruptible power systems; computer power conditioning; grounding; lightning protection; lighting; emergency power; hazardous area electrical installations; and control and monitoring systems. Our engineers have also worked on projects that utilized electrical system designs such as security installation to mass public densities; CCTV; CATV; fire alarm and detection systems; voice evacuation; cable tray systems; communications systems; communications premise wiring; electronic security systems (ESS); and intercom systems designed and installed per national and local codes. SGM’s Plumbing/Fire Protection Engineers are adept with the design of domestic water systems; hot water return systems; equipment and fixture identification; sanitary drainage system; storm drainage piping; liquid propane/natural gas systems; and boilers. Additionally, our areas of expertise extend to fire protection systems, including fire suppression requirements (light, ordinary, and extra hazard classifications); wet, dry, deluge, and pre-action systems; backflow prevention; metering specifications; as well as fire flow tests (static, residual, and flow). Energy Audits / Commissioning / Retro-Commissioning Mechanical, Electrical, Plumbing, and Fire Protection systems, including projects requiring Building Commissioning and LEED Certified Engineering Design. The SGM team would bring to this project a great deal of experience in developing workable commissioning plans and designs for a wide range of building types. SGM provides experienced professional design services for both building systems and utility infrastructure projects. Our team’s relevant experience includes project phasing, life cycle costing, testing, adjusting and balancing, building simulation, Indoor Air Quality, and campus projects. Our core market is the education sector and SGM has successfully commissioned over $300 million of educational projects in the last three years alone. Building Information Modeling (BIM) Technology utilizing Bentley BIM, Autodesk AutoCAD, and Autodesk MEP. SGM has actively utilized Autodesk Revit software to meet building information modeling needs since 2003. Our use of BIM includes both new construction and renovation design for a variety of projects types. SGM uses this technology as appropriate to give the owner a clear overall vision of the project, to produce well-coordinated and code-compliant design and construction documents, and to assist with construction planning and building performance evaluation. Our design excellence has been recognized and awarded by Florida State Governor’s Energy Office for outstanding Mechanical Engineering Designs for Public Schools. Also, SGM was recognized by Florida Tax Watch, Inc. for outstanding Mechanical Engineering Designs for Public Schools, which resulted in substantial energy savings for state and county government facilities. 3SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com Ton y Shahnami PE, CxA, CES, CHS- III Principal in Charge/ Contract Manager Bobby Shahnami, PE, CxA, LEED AP BD+C Project Manager John Stellpflug, PE Senior Mechanical Engineer Christian Rivadeneira PE Senior Mechanical Engineer Manuel Hernandez, PE Senior Electrical Engineer Jerry Schneider Senior Plumbing/FP Engineer Justin Mundell PE, RCDD Senior Electrical Engineer Nassi Rahbari CxA Construction Manager/CxA Additional Support Staff • 1 Electrical Engineer • 15 Electrical Designers •10 Mechancial Designers • 4 Plumbing/Fire Protection Designers • 4 Commissioning Technicians SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 Organizational Chart 5805 Blue Lagoon Dr. Suite 285 Miami, FL 33126 (954) 421-1944 (954) 421-1924 fax www.sgmengineering.com YEARS OF EXPERIENCE: 40 YEARS WITH SGM: 30 EDUCATION: University of Miami, BS in Mechanical Engineering REGISTRATIONS: FL #41204-Mechanical- registered in 37 other states, ACG Certified Commissioning Authority Tony Shahnami PE, CxA, CES, CHS-III Principal-in-Charge/Contract Manager PROFESSIONAL QUALIFICATIONS Mr. Shahnami specializes in management, project development, and supervision of continuing professional service contracts. With 40 years of local government design experience, he has expert knowledge of design and construction standards, including federal, state & County courthouse, correctional and law enforcement facilities. RELEVANT PROJECT EXPERIENCE New Satellite Chiller Plant | Broward College | Principal-in-Charge | $6.5 Million | 7,500SF As the prime consultant on a continuing services contract, SGM was awarded the design of a new Satellite Chiller Plant at Broward College’s South Campus. This new Satellite Chiller Plant included the design of a primary-secondary chilled water plant of approximately 7,500 square feet, which ties into the existing campus loop to operate in parallel with the existing main chiller plant. The plant design incorporated the use of two 750-ton water- cooled chillers with expandable bays available to install future chillers, cooling towers, and pumps. Internal Operations Center Chiller Replacement | Orange County Government | Principal- in-Charge | $1.2 Million | 3,000 SF Under a Continuing Contract, SGM provide MEP/FP Engineering. Project required replacement of all existing chillers, piping, curbs, and all HVAC controls. Temporary Cooling was provided to ensure no interruption of services at this occupied facility. DSD Building RTU Replacement | City of Fort Lauderdale | Principal-in-Charge | $1 Million | 345,000 SF Under a continuing contact this project required the replacement of all four existing Rooftop Units and one split system, with usage ranging from offices to IT Rooms. These units provide over 100 tons of cooling while maintaining client specific requirements including height and sound restrictions. Scope also included the cleaning of all ductwork related to these units which demanded critical coordination to minimize interruptions of cooling to the spaces. Public Works Facility Renovation |City of Hialeah | Principal-in-Charge | $1.5 Million | 25,000 SF SGM provided have major MEP improvements and have an extra 1,600 SF of space added. A detailed report was provided, outlining the existing conditions while identifying the current deficiencies and code violations and how to cost effectively correct the problems. SGM successfully completed and coordinated the design effort during multiple design and coordination meetings to meet the deadline of the project. Site visits were conducted during the design phase to verify existing above ceiling conditions to verify the design layout was constructible. Freedom Tower HVAC Renovations | Miami Dade College | Principal-in-Charge | $1.8 Million | 345,000 SF As part of a MEP Engineering Continuing Contract with MDC, SGM was commissioned to renovate portions of the building’s existing HVAC system while ensuring the structure and humidity control was intact during construction due to the history/artwork within the Tower. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 21 YEARS WITH SGM: 21 EDUCATION: University of Central Florida, BS in Mechanical Engineering, Master of Business Administration REGISTRATIONS: Professional Engineer- FL #78419 ACG Certified Commissioning Authority LEED Accredited Professional Building Design and Construction Bobby Shahnami, PE, CxA, LEED AP BD+C Project Manager PROFESSIONAL QUALIFICATIONS Mr. Shahnami has 21 years of experience as a leader with SGM in the fields of Mechanical, Plumbing, and Fire Protection Engineering. His office is located in City of Miami, which allows for instant responsiveness to project meetings, site visits, etc. He has a deep history working on public safety projects with over 150 completed in the last 21 years. Bobby is also SGM’s Project Manager and Point-of-Contact for multiple HVAC focused projects with many local governments across Florida, including, Broward County, Miami Dade County, Orange County, Hillsborough County, Polk County, and more. RELEVANT PROJECT EXPERIENCE New Satellite Chiller Plant | Florida International University | Project Manager | $7.1 Million | 16,000SF Responsible for site investigations, concept designs, final design and construction phase services. Project included two 1,500-ton water cooled chillers, two 1,500-ton cooling towers, three VFD secondary chilled water pumps, and three variable speed condenser water pumps, refrigeration monitoring system, and a complete web-based BACnet energy management system. Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Project Manager | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. Miami Beach Pocket Park | City of Miami Beach | Project Manager | $300,000 Under our Continuing Services Contract with the City of Miami Beach, SGM Engineering provided the electrical design services as a sub-consultant for this new Pocket Park in the City. SGM also assisted with the planning of key program elements and will move to perform schematic design development, construction document, bidding and construction tasks. The design will incorporate Crime Prevention Through Environmental Design (CPTED) principles. War Memorial Renovations| City of Fort Lauderdale | Project Manager | $1.8 Million | 35,000 SF SGM provides Mechanical & electrical engineer for this project, included the renovation of the auditorium and offices, lobby, backstage storage rooms, and mechanical rooms. Our team completed partial power upgrades as well as the removal and replacement of systems that have been in place since the 1930’s, MLK Academy MEP & Roof Renova ion | School Board of Broward County | Project Manager | $675,000 | 16,000 SF Under a Continuing Contract with the School Board of Broward County, SGM Engineering provided Fire Sprinkler Installation, Building Envelope Improvements and HVAC Improvements. There were already existing fire sprinklers on the campus so this scope was omitted from the projects. SGM Replaced Air Handling Units, Fan Coils, and Air Cooled Chillers in the respective buildings that required it. SGM also replaced exterior chiller components and exterior condensers as required for buildings. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 21 YEARS WITH SGM: 3 EDUCATION: Walla Walla University, BS in Mechanical Engineering REGISTRATIONS: FL #68794-Mechanical (also registered in Washington, Maryland, and Wisconsin) John Stellpflug, PE Senior Mechanical Engineer PROFESSIONAL QUALIFICATIONS 21 years of mechanical engineering experience with local governments and continuing service contracts. He has over three decades of design experience in HVAC systems including educational, commercial, industrial, and medical applications. He has also performed assessments of existing HVAC systems for clients with an eye for cost-effective upgrades and replacement. Mr. Stellpflug is a professional engineer registered in four states. He has designed systems for all climates varying from Florida summer to Wisconsin winter. RELEVANT PROJECT EXPERIENCE Fort Lauderdale Public Works Administration EOC Building HVAC Renovation | City of Fort Lauderdale | Sr. Mechanical Engineer | $3.5 Million | 13,500 SF SGM is providing full demolition drawings for existing air cooled chillers, pumps, expansion tanks, and associated controls and a new air cooled chiller with variable primary chilled water pumping. Additionally, we are providing associated controls, ET, AS as required with new CEP and new makeup water assembly and connect to existing domestic as required. Fort Lauderdale Police Headquarters Firing Range HVAC Upgrade | City of Fort Lauderdale | Sr. Mechanical Engineer | $950,000 | 25,000SF SGM is providing MEP/FP Engineering drawings to address the City of Fort Lauderdale Police Department HVAC Firing Range and Radio Room Renovation. The scope includes providing heat load calculations to verify space loads, energy compliance forms in accordance with Florida Building Code – Energy, and demolition drawings to remove four existing rooftop DX units (36) tons each. Corrections Government O ice Chiller Expansion | Orange County Government | Sr. Mechanical Engineer | $1.2 Million | 300,000 SF Design & Commissioning of replacement 1200 ton central chiller/ boiler plant, Administration Building, Intakes & Warehouse. The new systems included; 2-water cooled chillers, cooling towers, primary/secondary pumps, controls, new air handling units, controls and EMCS. Fort Lauderdale 6th Floor IT Data Center HVAC Upgrade | City of Fort Lauderdale | Sr. Mechanical Engineer | $300,000 SGM provided MEP/FP specifications to address the replacement of the existing CRAC units. The scope included providing performance specifications for the replacement of the existing IT room units, providing mechanical schedules to assist in the replacement of existing IT room units, and existing Liebert units were replaced with like in kind and existing underfloor air distribution is to remain. Building 48 Renovations|Broward College | Sr. Mechanical Engineer | $1.9 Million |6,300 SF Scope included: Re-use existing electrical power distribution, re-distribute existing HVAC supply and return systems with added VAV boxes, to provide raceway and boxes for their cabling, provided power and systems for classrooms AV requirements, replaced and relocated existing outdoor HVAC units for new air distribution. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 4 YEARS WITH SGM: 2 EDUCATION: University of South Florida, BS in Mechanical Engineering REGISTRATIONS: FL #90779-Plumbing/Fire Protection Christian Rivadeneira, PE Senior Mechanical/Plumbing & Fire Protection Engineer PROFESSIONAL QUALIFICATIONS Mr. Rivadeneira had four years of experience designing commercial HVAC Systems, Plumbing Systems and Fire Protection Systems while with SGM. Many of his projects are for Higher education facilities such as Florida Atlantic University, Broward College, and Florida International University. He also has worked on multiple CEP, Plumbing and plumbing HVAC design for K-12 facilities across the state of Florida. Mr. Rivadeneira has served with the Florida Army National Guard. RELEVANT PROJECT EXPERIENCE Fort Lauderdale Public Works Administration EOC Building HVAC Renovation | City of Fort Lauderdale | Mechanical Engineer | $3.5 Million | 13,500 SF SGM is providing full demolition drawings for existing air cooled chillers, pumps, expansion tanks, and associated controls and a new air cooled chiller with variable primary chilled water pumping. Additionally, we are providing associated controls, ET, AS as required with new CEP and new makeup water assembly and connect to existing domestic as required. Fort Lauderdale Police Headquarters Firing Range HVAC Upgrade | City of Fort Lauderdale | Mechanical Engineer | $950,000 | 25,000SF SGM is providing MEP/FP Engineering drawings to address the City of Fort Lauderdale Police Department HVAC Firing Range and Radio Room Renovation. The scope includes providing heat load calculations to verify space loads, energy compliance forms in accordance with Florida Building Code – Energy, and demolition drawings to remove four existing rooftop DX units (36) tons each. Fort Lauderdale 6th Floor IT Data Center HVAC Upgrade | City of Fort Lauderdale | Mechanical Engineer | $300,000 SGM provided MEP/FP specifications to address the replacement of the existing CRAC units. The scope included providing performance specifications for the replacement of the existing IT room units, providing mechanical schedules to assist in the replacement of existing IT room units, and existing Liebert units were replaced with like in kind and existing underfloor air distribution is to remain. Central Campus IT HVAC Improvements | Broward College | Mechanical Engineer | $750,000 SGM provided MEP/FP specifications to convert the storage rooms in buildings 52, 60, and 62 to IT rooms, Broward College North Campus enlisted SGM Engineering, Inc. to accommodate these new spaces with an upgraded HVAC system Marine Science HVAC & Lab Renovations |Florida International University | Sr. Mechanical Engineer | $1.95 Million |35,000 SF As prime consultant for the HVAC upgrade for the Marine Science Building at the Biscayne Campus. This project involved the complete HVAC renovation of over 35,000 CFM of 100% outdoor air for makeup of multiple laboratories and classrooms for the Marine Science building SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 12 YEARS WITH SGM: 5 EDUCATION: University of Puerto Rico, BS in Electrical Engineering REGISTRATIONS: FL #74989- Electrical Manuel Hernandez, PE Senior Electrical Engineer PROFESSIONAL QUALIFICATIONS Mr. Hernandez has 12 years of experience designing municipality facilities, including police and fire stations for local governments across the state of Florida. His electrical experience includes calculating service sizes, feeder sizes, branch circuit sizes, short circuit currents, voltage drop, and performing short-circuit/arc flash/coordination studies and over-current protection device selection using specialized software. He is also experienced in the layout of equipment for floor plans, riser diagrams, fire alarm systems, telecommunication systems, HVAC-Plumbing-Fire Protection coordination, and survey. RELEVANT PROJECT EXPERIENCE Dimick building Fire Alarm Replacement | Florida Department of Management Services | Sr. Electrical Engineer | $155,000 | 335,00 SF As part of a continuing contract with the Florida DMS, SGM Engineering was tasked with providing electrical engineering services for the replacement of an existing fire alarm panel. during an on-site inspection, our team determined that the fire alarm panel, annunciator, and wiring would need to be replaced due to compatibility issues with the new fire alarm panel and for compliance with NFPA 72 and Florida Building Code requirements. Police Headquarters Firing Range HVAC | City of Fort Lauderdale | Sr. Electrical Engineer | $950,000 | 25,000 SF SGM provided MEP/FP Engineering drawings to address the HVAC Firing Range and Radio Room Renovation. The scope includes providing heat load calculations to verify space loads, energy compliance forms in accordance with Florida Building Code – Energy, and demolition drawings to remove four existing rooftop DX units (36) tons each. SGM will also provide two air cooled chillers sized at 80 tons each with packaged chilled water pumps. City of Riviera Beach Public Safety and Public Works Conversion | City of Riviera Beach | Sr. Electrical Engineer | $10.3 Million | 120,000 SF SGM Engineering, Inc. provided Mechanical, Electrical, and Plumbing Engineering for the renovation and expansion of a vacated office building and warehouse into a combined Public Safety and Public Works Complex Hollywood Beach Community Center | City of Hollywood Beach | Sr. Electrical Engineer | $180,000 | Completed 2016 SGM Engineering provided professional mechanical and electrical engineering services for the design and replacement of five water source heat pumps that serve the Hollywood Beach Community Center. Public Works Administration & EOC Building HVAC Renovation | City of Fort Lauderdale | Sr. Electrical Engineer | $3.5 Million | 13,500SF SGM is providing full demolition drawings for existing air cooled chillers, pumps, expansion tanks, and associated controls and a new air cooled chiller with variable primary chilled water pumping. Additionally, we are providing associated controls, ET, AS as required with new CEP and new makeup water assembly and connect to existing domestic as required. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 18 YEARS WITH SGM: 14 EDUCATION: University of Central Florida, BS in Electrical Engineering REGISTRATIONS: Professional Engineer, FL #70700 Registered Communications Distribution Designer Justin Mundell, PE, RCDD Sr. Electrical Engineer PROFESSIONAL QUALIFICATIONS Mr. Mundell has 18 years of experience in the design of electrical systems, including power, lighting, and communications systems. He is very familiar with building codes and standards, including NFPA 70E consulting and training compliance with industrial generation facilities. His ability to conduct studies and analyses is unparalleled, with experience leading life cycle cost and economic analyses for go/no-go decision making, system coordination studies, and load flow and voltage studies. Mr. Mundell possesses a broad knowledge of professional electrical utility services, especially pertaining to distributed generation under 20 megawatts, voltage regulating equipment for distributed generation, and grounding/lightning surveys for factories and industrial environments with associated distribution and transmission infrastructures. PROFESSIONAL QUALIFICATIONS Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Sr. Electrical Engineer | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. FIU Satellite Chiller | Florida International University | Sr. Electrical Engineer | $11.5 Million | 16,000 SF SGM was the prime consultant and MEP/FP Engineer of Record responsible for site investigation, concept design, final design, and construction phase services for a new satellite utility plant on the FIU main campus. Police Department | City of Orlando | Sr. Electrical Engineer | $400,000 | 3,000 SF SGM was the prime consultant and MEP/FP Engineer of Record This project, performed under a continuing contract, involved an existing single-story bank structure of approximately 3,000-SF of floor space and 21 parking spaces. The existing structure had two intermediate structural columns which could not be modified; the remainder of the roof structure was supported by the perimeter walls. Metal Utilities Building 12178 | City of Fort Lauderdale | Sr. Electrical Engineer | $350,000 Under a continuing contract SGM provided MEP services for the City of Fort Lauderdale’s Metal Utilities Building 12178. The scope for renovations include providing Electrical Engineering drawings to address; Electrical lighting plan, Electrical power plan, Electrical panel schedule, Power one line diagram, and Electrical site plan. Regional Computing Center “A” BUS Upgrades | Orange County Government | Sr. Electrical Engineer | $4 Million | 1500KW Generator SGM provided services for under a continuing contract. This generator was designed per FEMA NFPA 110, NEC is 700 and Fla Building Code Chapter 27 to mitigate the damages that might occur during sever weather or other hazard. The generator was fabricated with stand-alone self-enclosure. All the Generators are classified to withstand Hurricane Wind, with self-enclosed standalone enclosures. This generator is connected to local alarm, which staff will be notified during emergency mode. SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 30 YEARS WITH SGM: 12 EDUCATION: Autodesk Training for Building Systems Jerry Schneider Sr. Plumbing and Fire Protection Engineer PROFESSIONAL QUALIFICATIONS Mr. Schneider has 30 years of plumbing and fire protection design/construction administration experience for local and federal governments, K-12, higher education, commercial, institutional, health/science labs, clinics, student housing, and residential type projects throughout Florida. He is familiar with Florida’s state and local code requirements, ASPE Guidelines, NFPA, and International Code Standards. He is knowledgeable in national building and fire codes as well as water-based fire extinguishing systems, smoke control systems, detection systems, and alarm systems. RELEVANT PROJECT EXPERIENCE Horizon’s Corrections Facility | Orange County Government | Sr. Plumbing and Fire Protection Engineer | $767,000 | 16,000 SF SGM provided MEP/FP design services, included the design and replacement of the existing domestic water systems throughout the entire building. Scope included replacement of failing faucets, flush values, and supply stops that needed to be replaced. SGM was also commissioned to provide the additional design and installation for the necessary components. Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Sr. Plumbing and Fire Protection Engineer | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. Corrections Government O ice Chiller Expansion | Orange County Government | Sr. Plumbing and Fire Protection Engineer | $3.5 Million | 300,000 SF Design & Commissioning of replacement 2,400 ton central chiller/ boiler plant, Administration Building, Intakes & Warehouse. The new systems included; 2-water cooled chillers, cooling towers, primary/secondary pumps, controls, new air handling units, controls and EMCS. War Memorial Auditorium | City of Fort Lauderdale |Sr. Plumbing and Fire Protection Engineer | $1.8 Million | 335,00 SF SGM provided mechanical and electrical engineering services for the City of Fort Lauderdale’s War Memorial. The project included the renovation of an auditorium, offices, lobby, backstage storage rooms, and mechanical rooms. Our team completed partial power upgrades as well as the removal and replacement of systems that have been in place since the 1930’s. Internal Operations Center Chiller Replacement |Orange County Government |Sr. Plumbing and Fire Protection Engineer | $1.2 Million As part of a continuing contract, SGM provide MEP/FP Engineering. Project required replacement of all existing chillers, piping, curbs, and all HVAC controls. Temporary Cooling was provided to ensure no interruption of services at this occupied facility. 15SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 YEARS OF EXPERIENCE: 37 YEARS WITH SGM: 8 EDUCATION: University of Central Florida, BS in Engineering, Mathematics, and Computer Sciences REGISTRATIONS: ACG Certified Commissioning Authority, Florida Licensed Class A Air Conditioning Contractor, Florida Licensed Mold Assessor and Remediator Nassi Rahbari, CxA Construction Manager/Commissioning Authority PROFESSIONAL QUALIFICATIONS Mr. Rahbari has 37 years of experience reviewing and analyzing MEP and renewable energy systems almost exclusively for governmental facilities. He is highly skilled in commissioning, retro-commissioning, and annual re-commissioning on projects such as administration facilities, libraries, classrooms, dining area chillers, and central energy plants. RELEVANT PROJECT EXPERIENCE Fort Lauderdale Courthouse Chiller Plant Upgrade | GSA | Commissioning Agent | $2.8 Million | 345,000 SF SGM provided MEP/FP and Commissioning Services. Scope included the replacement of water cooled chillers, new chilled water pumps, new differential pressure sensor, exhaust fan replacement and audible/visual alarm installed, modification of condensing piping, replacement of pumps, valves and connectors. FIU Satellite Chiller | Florida International University | Commissioning Agent | $11.5 Million | 16,000 SF SGM was the prime consultant and MEP/FP Engineer of Record responsible for site investigation, concept design, final design, and construction phase services for a new satellite utility plant on the FIU main campus. Hollywood Public Safety Facility | City of Hollywood Beach | Commissioning Authority | $10 Million | 25,500 SF SGM was hired to provide the enhanced commissioning for the design and construction of a 25,500 SF Public Safety Facility located in the City of Hollywood Beach. This facility is a LEED Silver Certified. Photovoltaic panels, low-flow plumbing fixtures, CO2 monitoring and energy efficient equipment were specified to meet the LEED requirements. Indian River County Sheriff’s Office CCTV & Access Controls | Vero Beach | Commissioning Authority | $140,000 | 340,000 SF Authority for the Indian River Sheriff’s Office CCTV and Access Controls project. SGM provided modifications to the CCTV video surveillance and access control system design for the new crime scene lab and evidence holding facility. The scope of services included the design/installation of three additional high resolution, 360 degree, CCTV video surveillance systems cameras. Orange County Fire Station #84 | Orange County Government | Commissioning Authority | $225,000 SGM was hired to provide commissioning during design, installation, testing and occupancy phases to ensure the new HVAC system worked efficiently and followed the design intent. SGM’s team commissioned two 5-ton Carrier infinity heat pumps and scroll compressors. Additionally, we modified the sequence of operation to meet the design criteria. 16SGM Engineering, Inc. | 5805 Blue Lagoon Dr, Suite #285, Miami, FL 33126 | Tel: (954) 421-1944 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 tan -mitten Response Comment 111 1 1.2 What is this person's title? 1 1 3 Please provide a contact telephone number: 1 1 4 Please provide a contact email address: What is the name of the individual submitting this Proposal on behalf of your firm? Company Pnofiie 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 6 Date registered to conduct business in Florida: 1 2 7 Primary Office Location: 1 2.8 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: Tony Shahnami President/Principal-in-Charge Licensed Mechanical Engineer for 40 Years (954) 421-1944 tonv(0 sgmengineen nq. com 30 Years 30 Years MEP/FP Engineering, Commissioning Corporation 59-3101052 12/17/1991 935 Lake Baldwin Lane Orlando, FL 32814 5805 Blue Lagoon Dr #285 Miami, FL 33126 Yes 47 Principal -In -Charge Ownotbhip 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 Au See Comment No Tony Shahnami, President, 100% Owner The comment must be left blank for this response The comment must be left blank for this response v The comment must be left blank for this response Identify all individuals authorized to sign on behalf of the company, indicating 1 4.1 their level of signing authority: (Include name, title, and signing authority Ex. All, Cost up to $ Amount, No -Cost, Other) Identify the five (5) most recent contracts in which your company has provided 1 5 1 services to other public entities Include the entity's name and a contact person See Comment See Comment Tony Shahnami, President, All 1 Orange County Government- Sam Shine, 407-836-0037 Z Miami Dade College- Saeed Fatemian, 305-237-0514 3 Broward College- Deborah Czubkowski, 954-201-6900 4. Florida International University- Danny Paan, 305-348-4008 5. City al Fort Lauderdale- Iona Taker. 954.282-6819 Insurance 1.6.1 1.62 163 164 Insurance Carrier Name: Insurance Carrier Address: Provide the number of insurance claims paid out in the last five years: Provide the total value of insurance claims pad 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: JCJ Insurance Agency 2208 Hdkrsst St Orlarl6o, FL 32803 No No Mark E Jackson, 321-445-1117 mlackson=tG-insurance.com _—_ 87 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 " Client Reference 1 2.1.1 Name of Client Organization: 2.12 Contact Person Name: 2.13. Contact Person Title: 2.1.4 Contact Department: 2.1.5 Contact Telephone: 2.1,8 Contact Email: 2,1.7 Contract Start Date: 2.1,8 Contract End Date: Contract Value: 2.1.10 Is the Contract still active? 2:1.11 Scope of Work (Provide as much detail as possible): 2.1.8 Orange County Governemnt Sam Shine Project Manager Capital Projects Division (407) 836-0057 sam.shineO)ocfl.net 2019 On -going SI 200.000 See Comment SGM Provided MEP/FP Engineering Services under a continuing contract for the Orange County Government Internal Operations Center Project included the replacement of all existing chilers, piping, and all HVAC controls Temporary COoltn9 was pro e00Q to ensure no interruption o1 servtx atpll. Client Reference 2 2.2 .1 Name of Client Organization: 2,2.2 Contact Person Name. 2.2,3 Contact Person Title 2.2.4 Conte 7e ent Miami Dade College Saeed Faternian District Director of Plant R. Facilities Maintenance Plant & Facilities Maintenance Iewynftng enrurop rn tnr5 row w'u oe 2 2 5 Contact Telephone: 2.26 Contact Email: 2 2 7 Contract Start Date: 2.2.8 Contract End Date (305)237-0514 tnfatemial6lmdc.edu 2016 2018 22.9 Contract Value: $1,800,000 2.2.10 Is the Contract sti1 active? No 2.2 11 Scope of Work (Provide as much detail as possible): See Comment as part of a MEP Engrneenng Continuing Contract with MDC, SGM was commissioned to renovate portions of the building's existing HVAC system while ensuring the structure and humidity control was intact during Construction due to the historylai-work within the Freedom Tower Client Reference 3 2 3 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 Emait 2 3 7 Contract Start Date: 2.3.8 Contract End Date 2 3.9 Contract Value: 2.3.10 Is the Contract still active? 2 3 11 Scope of Work (Provide as much detail as possible): Broward College Deborah Czubkowstd Associate Vice -President Facilities of Design ii Conslructlon (954) 201-6900 dczubkow(51broward.edu 2015 2016 $6,500,000 No See Comment As the prime consultant, SGM was awarded me design of a new Satellite Chiller Plant at Broward College's South Campus. This new Satellite Chiller Plant included the design of a ptimnrysecondary chilled water plant of approximately 7.500 square feet. which ties into the existing campus loop 10 operate in parallel with the existing main chiller plant. The plant design incorporated the use of two 750 -ton water-cooled chillers with expandable bays available to install future chillers, tooling lowersand tluma5 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 surmurding the dispute. the nature of the dispute. Me 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 ❑L1 Attachment option You further acknowledge by submitting a response that all statements made In response to these queseens 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 fine, been declared in default, assessed 3.0 .2 liquidated damages, terminated or removed from a contract or job related to the services your firrn 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 firrn 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 teft blank for this response The comment must be left blank for this response The comment must be left blank for this response 3 a Has your firm, or any of its principals, declared bankruptcy or reorganized under Chapter 11? No 6 Questions 100.00% Complete The comment must be left blank for this The comment must be left blank for this response Question Set 4: Key Staff Question Set 4 Instructions Respondent shall answer the following questions for each proposed Key Staff member. Include as much relevant detail as possible 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. QucS1,On Response Comment Contract Manager 4 1 1 What is the name of the individual that will serve as the Contract Manager ("CM")? 4 1 2 What is the CM's job title? 4 1 3 How many years of experience does the PM have? Tony Shahnami, PE, CxA, CES, CHS-III Principal -in -Charge President/Principal-in-Charge Licensed Mechancial Engieer for 40 years 40 4 1 4 How many years of program/project management experience does the PM 40 have? 4 1 5 How many years has the PM bean employed wtth your company? 4 1 fi Please list any relevant licenses (including license number) and certifications Professional Engineer the PM has: 4,1.7 Does the CM 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),. Project Manager FL#41204- Mechanical Yes 4 2 1 What is the name of the individual that will serve as the Prograrn/Project :Bobby Shahnami, PE, CxA, Manager (\" PM1")? 4.2 2 What is the PM's job title? 4.2 3 How many years of experience does the PM have? 4,2 4 How many years of program/project management experience does the PM have? 4.25 How many years has the PM been employed with your company? 42.6 Please list any relevant licenses (including license number) and certifications the PM has: 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).. 4.3 .1 Please provide this staff members name: 4.3.2 Please provide this staff members job title: LEED AP BD+C Project Manager 21 21 21 ACG Certified Commissioning Authority Multiple Contracts- Worklaod to be provide upon request, 40% avaliablity Professional Engineer ACG Certified Commissioning Authority, LEED Accredited Professional FL#78419- Mechancial Building Design & Construction Yes John Stellpflug, PE Sr. Mechanical Engineer Multiple Contracts- Worklaod to be provide upon request, 40% avaliablity 4 3.3 What role will this staff member fill for this contract? Sr. Mechanical Engineer 4 3.4 Is this staff member employed by your company? Knot, Please provide the name of the employer. Yes 4 3 5 How many years of experience does this staff member have? 21 4.3.6 How many years has this staff member been with their current employer? 3 4 3 7 Please list any relevant licenses (including license number) and certifications Professional Engineer this staff member has: Does the this Staff member have any concurrent commitments lb other 4.3.9 cone 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). Kay Staff *tanner 2 4.4.1 Please provide this staff member's name: 4.4.2 Please provide this staff member's job title: 4 4 3 What role will this staff member fill for this contract? FL#68794 Yes Christian Rivadeneira, PE Sr MechanlaidWlumbing & PP Engineer Sr Mechanical Engineer 4 4.4 Is this staff member employed by your company? If not, please provide the Yes name of the employer. 4 4.5 How many years of experience does this staff member have? 4 4.4.6 How many years has this staff member been with their current employer? 2 Please list any relevant licenses (including license number) and certifications Professional Engieering 4.4.7 this staff member has: FL3390779 - Plumbing/Fire Protection Does the this staff member have any concurrent commitments to other 4.4.9 CORtrdcts during the proposed term of the contract being awarded in this solcitation? t yes, please provide the client name, estimated cornmited hours, and the period of engagement (contract term). Key Staff Mem Yes Multiple Contracts- Woddaod to be provide upon request, 38% avaliablity Multiple Contracts- Woddaod to be provide upon request, 42% available), r3 4.5 1 Please provide this staff member's name 4.5.2 Please provide this staff members job tide: 4.5.3 What role will this staff member fill for this contract? 4.5.4 _ Is rtes staff member employed by your company? ff not, please provide the name of the employer 4.5 5 How many years of experience does this staff member have? Manuel Hemandez, PE Sr. Electrical Engineer Sr. Electrical Engineer Yes 12 The continent must be lest Wank for this response The oomment must be left blank tar this response The comment must be le blank for this response 4,5.6 How many years hasthis staff member been with their c urent employer? 4.5.7 Please list any relevant licenses (including license number) and certifications Professional Engieering this staff member has: Does the this staff member have any concurrent commitments to other 4.5 8 contracts during the proposed term of the contract being awarded In 'this solicitation? If yes, please provide the client name, estimated cormnited hours, and the period of engagement (contract term). Key Staff Member 4 FL#74989- Electrical Yes Multiple Contracts- Worklaod to be provide upon request, 39% avaliablity 4 6 1 Please provide this staff members name: 4.62 Please provide this staff members job titter 4.6 3 What role will this staff member fill for this contract? Justin Mundell, PE, RCDD Sr. Electrical Engineer Sr. Electrical Engineer 4.6 4 Is this staff member employed by your company? If not, please provide the Y es name of the employer. 4 6 5 How many years of experience does this staff member have? 18 4.6.6 How many years has this staff member been with their current employer? 14 4.61 Please list any relevant licenses (including license number) and certifications Professaional Engieer this staff member has: Does thethis staff member have any concurrent commitments to other 4.8.8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commided hours, and the period of engagement (contact term). FL#70700- Electrical Yes Registered Communications Distribution Designer Muttple Contracts- Worldaod to be provide upon request, 37% evaliablity Key Staff Member 5 4 7.1 Please provide this staff members name: 4 7 2 Please provide this staff member's Job title 4 7.3 What role will this staff member fill for this contract? 4.7.4 is this staff member employed by your company? t not, please provide the name of the employer. Jerry Schneider Sr Plumbing/Fire Protection Engineer Sr Plumbing/Fire Protection Engineer Yes 4 7 5 How many years of experience does this staff member have? 30 4.7.6 How many years has this staff member been with their arrant employer? 12 4 7 7 Please list any relevant licenses (including license number) and certifications N/A this staff member has: The comment n rota be raft blank for this response The comment must be teft Dier3k 103 11115 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 Yes Multiple Contracts- Worklaod to be provide upon request, 43% avaliablity 481 Please provide this staff member's name: Nassi Rahbari 48 2 Please provide this staff member's job title: 483 What role will this staff member fill for this contract? 4 8.4 Is this staff member employed by your company? If not, please provide the name of the employer Construction Manager/Commissioning Construction Manager/Commissioning Yes 4 8 5 How many years of experience does this staff member have? 37 4 8 6 How many years has this staff member been with their current employer? 8 487 Please list any relevant licenses (including license number) and certifications this staff member has: ACG Certified Commissioning Authority, Conditioning Contractor, Florida License d Florida Licensed Class A Air Mold Assessor 8 Remediator Does the this staff member have any concurrent commitments to other 4.8 8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Yes Multiple Contracts- Worklaod to be provide upon request, 38% avaliablity Key Staff Member 7 4.9 1 Please provide this staff member's name: N/A 4 9 2 Please provide this staff members job title: N/A 493 What role will this staff member fill for this contract? N/A 494 Is this staff member employed by your company? If not, please provide the name of the employer N/A 4 95 How many years of experience does this staff member have? N/A 4.9.6 How many years has this staff member been with their current employer? N/A 497 Please list any relevant licenses (including license number) and certifications this staff member has: N/A 4.9.8 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 terrn) N/A Key Staff Member 8 4 10 1 Please provide this staff member's name: N/A 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 12.2 4 12.3 4.124 4 10.2 Please provide this staff members job title: N/A 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 Ir.st any relevant licenses (including license number) and certifications this slsff member has. Does the this staff member have any concurrent commitments to tither 4.10.8 contracts during the proposed term of the contract being awarded in this sogcifation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). N/A WA N/A NIA N/A N/A Key Staff Member 9 4 11.1 Please provide this staff members name: 4.11.2 please provide this staff members job title: 4.11 3 What role will this staff member fill for this contract? 4 11 Is mis staff member employed by your company? If not, please provide the name of the employer N/A NrA Nis N/A 4 11 5 How many years of experience does this staff member have? N/A 4.11.6 How many years nas this staff member been with their current employer? WA 4 11 7 Please list any relevant licenses (including license number) and certifications NIA tills stag member has Does the thisstaff n,e.ut n have any concurrent commitments to other 4.11.8 contracts during the proposed term of the contract being awarded in this so station? ff yes, please provide the client name, estimated commited hours, end the period of engagement (contract term). NIA Key Staff Member 10 4 12 1 Please provide this staff member's name: P lease 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. NIA N/A N/A N/A The comment must be left clank for this fespunse The comment must be left blank for Mrs response rile .n. Nnment ntusl oe le response The itornrw enl must be heft blank for this response The comment meal De left Mania 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 551 any relevant licenses (including license number) and certifications N/A this stale member has: Does the this staff member have any concurrent commitments to other 4.12.8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). N/A 94 Questions 100.00% Complete The comment must be te't Wan* for this response Question Set 5: Proposed Subcontractors 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 Subeonfracwrs Ncense number. N/A N/A N/A N/A 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: Subcinsprscmr 3 N/A N/A N/A N/A 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 Subcontractor's license number: NIA N/A N/A N/A Subcontractor 4 5A.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 Subcontractor's license number: N/A N/A N/A N/A Subcontnactor 5 5 5 1 Company Name of Subcontractor: 5.5.2 Subcontractor Address: N/A NIA .3u; 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 55.4 Subcontractors license number Subcontractor6 5 6.1 Company Name of Subcontractor 5.62 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 Subcontractor's license number. Subcontractor 7 571 5.7.2 Company Name of Subcontractor 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 Subcontractor's license number. N/A N/A N/A N/A N/A N/A 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 Subcontractor's 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 NIA Subcontractor 10 5 10 1 Company Name of Subcontractor: 5.102 SubcontractorAddress: 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 Suboontractots license number. NIA N/A 40 Questions 100.00% Complete EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 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. 2021-08-08 Page 40 of 40 Title Hourly Rate Contract Manager/Principal $186.00 Architect N/A CADD/Computer Technician $61.00 Chief Designer $81.00 Designer $70.00 Graphic Designer N/A Inspector/Engineer Intern N/A Landscape Architect N/A Landscape Architect Intern N/A Landscape Designer/Landscape Planner N/A Landscape Inspector N/A Planner N/A Project Engineer N/A Project Architect N/A Project Landscape Architect N/A Project Manager $130.00 Project Planner N/A Secretary/Clerical $53.00 Senior Architect N/A Senior Inspector/Senior Engineer Intern $84.00 Senior Landscape Architect N/A Senior Landscape Inspector N/A Senior Planner N/A Senior Project Engineer $158.00 Name of the Firm:__SGM Engineering___ Village of Key Biscayne Continuing Architectural & Engineering Services MECHANICAL, ELECTRICAL, & PLUMBING ENGINEERING‐ 1