Loading...
HomeMy Public PortalAboutAgreement 2021-08-12 KCI Technologies SignedContract No. 2021-08-12 Page 1 of 40 CONTINUING PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VILLAGE OF KEY BISCAYNE AND KCI TECHNOLOGIES, 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 KCI TECHNOLOGIES, 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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.] LJVI.uoiyll C I IV. /V/1 CC-JC1.0-YVCO-JI Ju-'iJOr L/0131 C l'4J 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 pfluauSbgned by: By: ST -1,t. G bUl(ttatwtSbla, Steven C. Williamson Village Manager Attest: By: Jocelyn rewste 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 Name: Bryan R. Lawson Title: Senior Vice President KCI Technologies, Inc. ses for Notice: KCI Technologies, Inc. Attn: Bruce Reed 1425 W. Cypress Creek Rd. Fort Lauderdale, FL 33309 954-776-1616 N/A (telephone) (facsimile) bruce.reed@kci.com (email) With a copy to: KCI Technologies, Inc. Attn: Bryan Lawson 4041 Crescent Park Dr. Riverview, FL 33578 813-740-2300 N/A bryan.lawson@kci.com (telephone) (facsimile) (email) Contract No. 2021-08-12 Page 11 of 40 Contract No. 2021-08-12 Page 12 of 40 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the Village requires all contractors doing business with the Village to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The Village will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-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. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath Bryan R. Lawson Senior Vice President KCI Technologies, Inc. HILLSBOROUGH Suzanne Eitler Tobi Burton 18th August 21 Bryan R. Lawson Senior Vice President KCI Technologies, Inc. X X X E -Verify: Employer Wizard - Company Information Page 1 of 3 !-Verify. Welcome Tracey Bordley E. MENU Company Information Company Name KCI Technologies Inc. Company ID Number 113742 Doing Business As (DBA) Name DUNS Number 084993344 Physical Location Address 1 936 Ridgebrook Road Address 2 City Sparks State MD Zip Code 21152 County BALTIMORE Mailing Address Address 1 Address 2 City 1 en In(In. E -Verify: Employer Wizard - Company Information Page 2 of 3 State Zip Code Additional Information Employer Identification Number 521604386 Total Number of Employees 1,000 to 2,499 Parent Organization Administrator Organization Designation Employer Category Federal Contractor with FAR E -Verify Clause Federal Contractor Category None of these categories apply Employees Being Verified All new hires and all existing employees assigned to a Federal contract View / Edit NAICS Code 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES View / Edit Total Hiring Sites 39 View / Edit Total Points of Contact 2 View / Edit View Original MOU Template E -Verify: Employer Wizard - Company Information Page 3 of 3 View MOU 1 Last Login: 12/30/2020 01:30 PM U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Enable Permanent Toottips Accessibility Download Viewers 1/25/2021 EXHIBIT “A” CONSULTANT’S PROPOSAL Contract No. 2021-08-12 Page 13 of 40 February 12, 2021 Village of Key Biscayne Village Hall Suite 220 88 West McIntyre Street Key Biscayne, FL 33149 RE: Response to Village of Key Biscayne RFQ No. 2021-08 – Continuing Architectural & Engineering Services Dear Selection Committee: Introduction to the KCI Team Founded in 1955, KCI Technologies, Inc. (KCI) is a 100-percent employee-owned engineering, consulting, and construction firm serving clients throughout the United States. Our over 1,700 employee-owners operate out of 54 offices in 19 states. Work will be executed from our Miami and Fort Lauderdale offices, with any specialty resource support that may be called upon from our network of offices to meet the needs of the Village of Key Biscayne (Village). KCI currently has eight offices providing professional services throughout the State of Florida, and has served more than 48 municipalities over the past 50 years. During this time, our team has provided similar services to municipalities and counties throughout south Florida. Our Commitment to the Village The KCI team is committed to providing the services outlined below: ⊲Civil Engineering ⊲Construction Engineering and Inspection ⊲Construction/Project Management ⊲Landscape Architecture While any consultant can say that it is qualified to deliver the requested services under a given contract, the KCI team is not only skilled, but has completed and delivered the same services to other municipality and government agencies in South and Central Florida, on-time and within-budget. Management Team to Efficiently Execute Work Orders We have assembled a team of highly-skilled and experienced professionals prepared to execute any projects that the Village has programmed or envisioned. This opportunity is very important to us. The work under this contract will be completed by our Miami office, and managed by Project Manager, Robert Zuccaro, PE, with contract management overseen by Joe Gómez, PE, F.FES. Mr. Zuccaro and his team have the entire firm’s support and full access to all corporate resources to properly address and complete every assignment and task requested by the Village. KCI is committed to providing superior quality services throughout the duration of this contract. Please feel free to contact me directly at (305) 477-7667 or at joe.gomez@kci.com if you have any questions. Sincerely, José (Joe) Gómez, PE, F.FES Contract Manager KCI Technologies, Inc. 5835 Blue Lagoon Drive Suite 303 Miami, FL 33126 (305) 477-7667 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE XL Specialty Insurance Co. 2/09/2021 CBIZ Insurance Services, Inc. 9755 Patuxent Woods Drive Suite 200 Columbia, MD 21046 Letha Lombardi 443-259-3237 certrequest@cbiz.com KCI Technologies, Inc. 5835 Blue Lagoon Drive, Suite 303 Miami, FL 33126 37885 A Professional Liability X DPR9970024 12/15/2020 12/15/2021 $10,000,000 each claim $15,000,000 aggregate $500,000 deductible RE: RFP #2021-08. Waiver of Subrogation applies to Professional Liability policy where applicable by law and as required and agreed to by contract or agreement. 30 days written notice of cancellation applies. Village of Key Biscayne Attn: Village Council Village Hall, Suite 220 88 West McIntyre Street Key Biscayne, FL 33149 1 of 1 #S2679040/M2619540 KCITECClient#: 42475 0PSD 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 2/9/2021 (302) 472-2914 19445 KCI Technologies, Inc. 5835 Blue Lagoon Drive Miami, FL 33126 16691 23841 A 1,000,000 X X GL 522-24-13 4/1/2020 4/1/2021 500,000 25,000 1,000,000 2,000,000 2,000,000 2,000,000A X X CA 448-95-82 4/1/2020 4/1/2021 25,000,000B X X TUU0202925-09 4/1/2020 4/1/2021 25,000,000 10,000 C X WC 012-01-6190 4/1/2020 4/1/2021 1,000,000 N 1,000,000 1,000,000 RE: Continuing Architectural & Engineering Services, RFP No. 2021-08 Village of Key Biscayne and Village Council are Additional Insured under the General Liability, Auto Liability and Umbrella Policy on a primary and non-contributory basis, where required by written contract. Waiver of Subrogation is granted where required by written contract and permitted by law. Umbrella coverage is following form. If coverage is canceled by the company, notice of cancellation will be provided at least 30 days in advance, subject to state specific statutes Village of Key Biscayne Village Council Village Hall, Suite 220, 88 West McIntyre Street Key Biscayne, FL 33149 KCITECH-01 MMA Lyons Insurance Agency, Inc. 501 Carr Road, Suite 301 Wilmington, DE 19809 Maureen Martin, AAI mmartin@lyonsinsurance.com National Union Fire Insurance Company of Pittsburgh, PA Great American Insurance Co. New Hampshire Insurance Company X X X X X X X X Village of Key Biscayne Continuing Architectural & Engineering Services L I T I G A T I O N Below you will find our 5-year litigation history. None of the litigation presented below has any impact or effect on our ability to successfully complete the work for this project. January 2015 - ICG 16th Street Associates LLC Asserts Claim against KCI Technologies, Inc. – Project – 16th & I Street, NW – Alta Survey, Washington, DC Case No: 17-CV-1070 (CRC); Jurisdiction: US District Court, District of Columbia Status: Dismissed March 2018; A Notice to Appeal to The Federal Circuit Court was filed April 2018. Interest in mediation has been discussed. 5/19/19 – US Court of Appeals revised the granting of the Motion to Dismiss. Case will go back to court for discovery and trial, if not settled. Negotiation has been discussed. This is a property claim dispute in which ICG alleges that a neighboring property (owned by an affiliate of ICG) was encroaching onto their property by more than the original KCI prepared survey showed. ICG claims there was a defect caused by an error in the survey done by KCI. February 2015 – Barbara Long vs. Evans Daniels, City of Bethlehem, Commonwealth of Pennsylvania, Department of Transportation, et al., including KCI Technologies, Inc. and its’ Subcontractor, URS Corporation; Case No: C48-CV-2015-1754; Jurisdiction: Court of Common Pleas of Northampton County, Pennsylvania Status: Settled October 2017 This is a personal injury claim filed by pedestrian, Barbara Long, named Plaintiff. The injury occurred on March 1, 2013 in the evening whereby Barbara Long was walking within a marked, midblock crosswalk when she was struck by vehicle driven by defendant, Evans Daniels, a minor at the time. Ms. Long suffered a closed head injury and has not yet returned to work. KCI was the design consultant to the Pennsylvania Department of Transportation for the final design for widening of SR 412 and 3rd Street TSM between I-78 and SR 378 in the City of Bethlehem, Northampton County. KCI hired URS to prepare pavement marking and signage plans. October 2015 – Richard Hughes vs. The District of Columbia, et al, KCI Associates of the District of Columbia Case No: 2014 CA 005573 B; Jurisdiction: Superior Court, District of Columbia Status: Dismissed August 2018; The Court agreed with all of our arguments and ruled against Plaintiff on behalf of all defendants. This is a personal injury claim filed by Richard Hughes. Plaintiff claims personal injury occurred while he was making a right turn while riding his moped when it ran into gravel, sand and/or construction/repaving debris piled and strewn across the roadway, causing the moped to fall over. Accident occurred on 14th Street, NW in front of the JW Marriott Hotel. Accident occurred on June 3, 2013. May 2016 – Barbara Borst vs. The District of Columbia, WGL Holdings, Inc., Washington Gas Light Company, Fort Myer Construction Corporation, D.E.N. United General Construction, LLC and KCI Associates of District of Columbia, P.C. – KCI Client - District of Columbia Office of Procurement on behalf of DDOT; Case No: 2015 CA 003636 B; Jursidiction: Superior Court, District of Columbia Status: Dismissed June 2018 This is a personal injury case filed by Barbara Borst against KCI Associates of the District of Columbia (KCI) and several other defendant for injuries suffered on October 17, 2013 from an accident while walking on a sidewalk in the 200 block of F Street in the District of Columbia. She fell after stepping into a hole in the sidewalk surrounding a Washington Gas valve cover. This case was pending for quite some time prior to KCI being named as a Defendant. KCI’s work at the site of the Plaintiff’s fall occurred more than a year and a half prior to Plaintiff’s fall. May 2016 - SummitIG, LLC vs. PEI Engineering & Construction, LLC (PEI) and KCI Technologies, Inc. [KCI Tech named, but should be KCI Construction Services, LLC] (KCI) – Project – New Fiber Tie Waxpool Rd. - KCI Client: Lightower Fiber Networks Case No: 101283; Jurisdiction: Circuit Court for the County of Loudoun, Virginia Status: Closed September 2019 This is a property damage claim filed by SummitIG, a public service company providing telecommunications services throughout Virginia. PEI, a subcontractor to KCI, damaged SummitIG’s conduit and fiber while performing excavation services. PEI claims the plaintiff, SummitIG, is responsible for incorrectly marking SummitIG’s facilities location. Village of Key Biscayne Continuing Architectural & Engineering Services L I T I G A T I O N November 2016 – Sherry L. Willard, Administratrix of the Estate of Robert M. Volek, Deceased vs. Wells Fargo Bank N.A., 411 (Four) W Trenton LLC, Commonwealth of Pennsylvania, Department of Transportation, James J. Anderson Construction Company, Inc., KCI Technologies, Inc. and Adriana Mendoza; Case No: 161003199; Jurisdiction: Court of Common Pleas of Philadelphia County, Pennsylvania Status: Dismissed from lawsuit December 2017 – Not necessary for KCI to participate in any further depositions or activities in the case. This is a wrongful death claim from a traffic accident in the southbound lanes of 4000 Veterans Highway (PA Route 413), Levittown, Pennsylvania. The vehicle accident occurred on May 15, 2015 at approximately 3:00 p.m. and resulted in the death of the motorcycle operator, Robert M. Volek. KCI was the design consultant to the Pennsylvania Department of Transportation and provided design services for the roadway/intersection improvements for SR 413. Plaintiff claims Defendant Adriana Mendoza was allowed to make an illegal left hand turn into the travel lanes of SR 413 (and strike Robert M. Volek) due to the negligent design by KCI Technologies, Inc. April 2018 – Emily Wilkes Brosi Prevas and Thomas K. Prevas vs. Mayor and City Council of Baltimore and KCI Technologies, Inc.; Case No: 24C18004781OT; Jurisdiction: Baltimore City – Circuit Court, Maryland Status: Closed January 2, 2019. Court heard KCI’s Motion for Summary Judgment and granted it. KCI is out of the case. This is a personal injury claim as a result of an alleged test hole that was created in the street and the defendants failed to fill it and otherwise left the street in an unsafe condition which caused injury to Emily Prevas’ legs. July 2018 – The Helga R. Shay Revocable Trust, etc., PLTIF vs. March-Westin Company, Inc. ETC., et al DFTS, including KCI Technologies, Inc.; Case No: 18-C-64; Jurisdiction: Monongalia County, Circuit County, West Virginia Status: Settled August 2019 This is a property damage claim. WVU College Park project was a fast-paced multi-building student housing project. Retaining wall on site has slipped and caused impact to properties below the wall. KCI did not do the retaining wall design and was not the geotechnical engineer. KCI also did not approve the retaining wall shop drawings/calculations. December 2018 – Alexander D. Kunkel vs. KCI Technologies, Inc./Brian Leslie Watkins, PE/Pennsylvania Department of Transportation (PENNDOT), and Bridgestone Americas, Inc.; Case No: 000427; Jurisdiction: Court of Common Pleas Philadelphia County Status: Open This is a professional liability claim. Plaintiff was a passenger in a car with six other occupants and half of the passengers were not wearing seatbelts. The driver wrecked the vehicle which overturned and landed on the roof. The plaintiff received multiple injuries including permanent paralysis from the waist down. The accident occurred in a traffic work zone designed by KCI. The driver plead guilty to recklessly endangering another person in addition to other related offenses. KCI was a subconsultant to URS Corporation (now AECOM) for this project. December 2018 – Jesco, Inc. vs. KCI Technologies, Inc. Case No: C-08-CV-18-001151; Jurisdiction: Circuit Court for Charles County, Maryland Status: Open This is a professional liability claim. Jesco entered into an agreement to purchase a property with the intent of developing by constructing a two story commercial building, parking areas, and access roads. KCI performed limited geotechnical investigations for Jesco. Based on KCI’s findings, Jesco purchased the property. Jesco claims there are defects and faults in the report and that Jesco has incurred losses, costs and expenses as a result. February 2020 – Chasity Jackson & Chris Jackson, et al vs. Metropolitan Government of Nashville & Davidson County, Tennessee / KCI Technologies, Inc. / Stansell Electric Company; Case No: 19C-725; Jurisdiction: Circuit Court of Davidson County Twentieth Judicial District of Tennessee Status: Open This is a personal injury claim. Chasity Jackson was driving home from work and her car while passing through an intersection, ran over the edge of a concrete median that had been recently constructed. As a result of the collision, Chasity Jackson incurred personal injuries to herself and damage to her vehicle. Village of Key Biscayne Continuing Architectural & Engineering Services W A R R A N T Y February 8, 2021 Village Hall Suite 220 88 West McIntyre Street Key Biscayne, FL 33149 RE: Response to Village of Key Biscayne RFQ No. 2021-08 – Continuing Architectural & Engineering Services | Warranty Dear Selection Committee: KCI is not insolvent, is not in bankruptcy proceedings or receivership, nor are we engaged in or threatened with any litigation or other legal or administrative proceedings or investigations of any kind that would have an adverse effect on our ability to perform our obligations under the Contract. Sincerely, Bryan R Lawson PE, CCM, LEED AP Senior Vice President The foregoing instrument was acknowledged before me by means of___ physical presence or____ online notarization this___ day of _______________ , 20___, by ______________ who is personally known to me or who has produced ____________ as identification and who did/did not take an oath. my hand and official seal, this___ day of _______________ , 20___. ____________________________________ My Commission expires:________________ (Signature of person taking acknowledgment) ____________________________________ Seal No:______________________ (Print Name of Officer taking acknowledgment) KCI Technologies, Inc. 5835 Blue Lagoon Drive Suite 303 Miami, FL 33126 (305) 477-7667 11/26/2021 162991Suzanne Eitler 8th February 21 Bryan Lawson 8th February 21 X Form AA  ADDENDUM ACKNOWLEDGEMENT FORM  Solicitation Title: ________________________   Solicitation No.:   ________________________   Listed below are the dates of issue for each Addendum received in connection with this Solicitation:  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 _________  Addendum No. ________, Dated _________  ☐No Addendum issued for this Solicitation Firm’s Name:     Authorized Representative’s Name:   Title:     Authorized Signature:    Continuing Architectural & Engineering Services 2021-08 1 1/27/2021 KCI Technologies, Inc. Bryan R Lawson PE, CCM, LEED AP Senior Vice President 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: ______________________________ KCI Technologies, Inc. Delaware 22 August 2019 Bryan Lawson Senior VP 8th February 21 Bayne Smith, PE, PTOE Nathan Beil, PE Form CD 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: FIRM NAME PRINCIPAL BUSINESS ADDRFESS TELEPHONE FACSIMILE EMAIL ADDRESS FEDERAL I.D. NO. MUNICIPAL BUSINESS TAX RECEIPT OR SOCIAL SECURITY NUMBER OR OCCUPATIONAL LICENSE NO. NAME TITLE AUTHORIZED SIGNATURE KCI Technologies, Inc. 5835 Blue Lagoon Drive, Suite 303, Miami, FL 33126 (305) 477-7663 Not Applicable bryan.lawson@kci.com 52-1604386 727585 Bryan R Lawson PE, CCM, LEED AP Senior Vice President Form SEA 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: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. •The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. •The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501- 553.513, Florida Statutes: •The Rehabilitation Act of 1973, 229 USC Section 794; •The Federal Transit Act, as amended 49 USC Section 1612; •The Fair Housing Act as amended 42 USC Section 3601-3631. __________ Proposer Initials Bryan R Lawson PE, CCM, LEED AP KCI Technologies, Inc. 5835 Blue Lagoon Drive, Suite 303, Miami, FL 33126 52-1604386 Form SEA Public Entity Crimes Affidavit I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1.A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) [ ] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, Form SEA partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. __________ Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. __________ Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the Village of Key Biscayne (the " Village”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no Village employee, nor any elected or appointed officer (including Village board members) of the Village, nor any spouse, parent or child of such employee or elected or appointed officer of the Village, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such Village employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest Form SEA in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by Village. Further, Proposer recognizes that with respect to this transaction or bid, if any Proposer violates or is a party to a violation of the ethics ordinances or rules of the Village, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to Village, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the bid or proposal is submitted and may be further disqualified from submitting any future bids or proposals for goods or services to Village. __________ Proposer Initials Anti-Collusion Affidavit 1.Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and a ll 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. __________ Proposer Initials Scrutinized Company Certification 1.Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2.If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false Form SEA certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3.The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. __________ Proposer Initials Acknowledgment, Warranty, and Acceptance 1.Consultant warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2.Consultant warrants that it has read, understands, and is willing to comply with all requirements of Soliciation No. __________ 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. __________ 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. __________ Proposer Initials Sworn Signature of Proposing Entity Representative and Notarization for all above Affidavits follows on the next page. 2021-08 Form SEA In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of ___________________ County of On this day of , 20 , before me the undersigned, personally appeared , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath Bruce Reed, RLA Randell Prescott, PE Bryan Lawson PE, CCM, LEED AP Senior Vice President Florida Miami-Dade 8th February 21 Bryan R Lawson PE, CCM, LEED AP X X Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S A L N A R R A T I V E Understanding of the Village’s Goals KCI understands that the Village wishes to enlist selected firms to provide a variety of continuing architectural and engineering services in order to further enhance the community that attracts more than a million tourists every year. Due to the small size of the village, there is a need to continually evolve and adjust to accommodate both visitors and residents alike. This requires having firms at-the-ready to address any issues and upgrades to Village systems, roadways, and public areas, in order to maintain the expectations of the public and local businesses. In addition, through KCI’s development of the Village’s Capital Improvements Program (CIP), we have an in- depth understanding of the Village’s needs and goals. We established a process the Village could utilize each year to manage your capital improvement projects. The KCI team guided establishment of the administrative structure to assist in the development of the program, and undertook the following tasks: set the mechanism for public input; developed the policy framework for the CIP to address the issues of the community’s financial viability, community development, levels of service standards, and other strategic goals; formulated evaluation criteria to determine capital spending levels and to guide capital project selection; prepared a public facilities capacity analysis to identify the capital improvements that should be constructed to meet current and future needs through the long-range planning timeframe; analyzed the status of previously approved projects to evaluate whether or not the projects were on schedule and on budget; assessed the financial capacity of the Village to undertake new capital projects; evaluated funding options; compiled, evaluated and ranked project requests; undertook financial programming over a five year and ten year timeframe; and worked closely with the community doing extensive public involvement workshops to prioritize desired physical improvement and programs. Expected Outcomes Successful delivery for any general service contract requires a team that has the expertise to address any project, meet all expectations and reach successful completion under any schedule needed, including multiple possible assignments at the same time. KCI has this expertise and is uniquely qualified to fulfill this contract. This staff has contributed to a wide-range of projects throughout the state of Florida – from mega-construction endeavors, valued at over $200M, to small culvert replacement, pavement rehabilitation, and bicycle/ pedestrian facility designs. Corporate History The history of KCI can be traced to a small firm operating out of the basement of the co-founder’s Baltimore County, Maryland, home in 1955. By its second year, Matz Childs and Associates took up residence in a proper facility, only to change locations several times over the next decade in a succession of moves that paralleled its growth. In 1969, the recently renamed MCA was purchased by industrial products conglomerate Walter Kidde & Company. Eight years later, Kidde merged MCA with three other architectural and engineering firms to create an engineering subsidiary that came to be known as Kidde Consultants Inc., or KCI. During the 1980s, KCI expanded throughout the Mid-Atlantic, opening new offices in Maryland, Delaware, Virginia and Pennsylvania. In August 1987, Hanson Trust PLC of Great Britain, a manufacturing company with diversified holdings worldwide, purchased Kidde, the parent company. Soon thereafter, KCI initiated an employee buyout from Hanson, which was completed in December 1988. KCI became Maryland’s largest employee-owned company. In 1991, the official name was changed to KCI Technologies Inc. In 2008, the corporate headquarters moved to its present location in Sparks, Maryland. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TASK MANAGER Joe Gómez, PE, F.FES CONSTRUCTION ENGINEERING AND INSPECTION (CEI) & CONSTRUCTION/PROJECT MANAGEMENT CONTRACT MANAGER Joe Gómez, PE, F.FES LANDSCAPE ARCHITECTURE CIVIL ENGINEERING TASK MANAGER Robert Zuccaro, PE, ENV SP SURVEYING AND MAPPING TEAM Benjamin Hoyle, PSM Aleksandr Bridwell Sina Nejad SIX SURVEY CREWS TASK MANAGER Kirk Hoosac, RLA LANDSCAPE ARCHITECTURE TEAM Chris Miller RLA, ISA, SITES AP, FNGLA, IA Todd Mohler, RLA, ISA, IA Marisol Ortega ISA, LIAF Geoffrey Campbell, RLA CEI Team Jorge Ortiz, PE Ramon Llana, EI Carl Cadet Paul DiPaola Hector Laguna Erick Colón CIVIL TEAM Nick Leone, PE Jonathan Geiger, EIT Byron Reynolds, EIT Yaritza Davila PROJECT MANAGER Robert Zuccaro, PE, ENV SP Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JOE GÓMEZ, PE, F.FES CONTRACT MANAGER | CM/CEI TASK MANAGER | CONSTRUCTION/PROJECT MANAGEMENT TASK MANAGER Education BS / Civil Engineering / Florida International University AA / Pre-Engineering / Miami-Dade College Registrations/Certifications PE / FL / 35526 Years Experience Total: 43; with KCI: 4 Professional References Clark Briggs Monroe County Department of Public Works (305) 295-4329 Carlos Arroyo, CFM City of Doral (305) 593-6740 Douglas Armstrong, PWD Town of Bay Harbor Islands (305) 866-4863 ext. 111 Mr. Gómez has 43 years of diverse civil engineering, transportation planning, and design, as well as CEI and construction management experience. He has managed and directed large-scale transportation studies including major multilevel interchanges, arterial corridors and bridge replacements. Mr. Gómez holds a bachelor’s degree in civil engineering from FIU. Card Sound Road Toll Plaza Replacement Design-Build On Call Professional Engineering Services, Monroe County, FL. Senior Project Engineer / Project Manager. The project consisted of the $18 million conversion of the cash toll plaza to the SunPass cashless electronic system. Services included serving as owner’s representative during the design phase and CEI services during construction. Project elements included demolition of existing toll plaza in two phases, pavement reconstruction (flexible and rigid), new drainage, toll gantry and electronic equipment. NW 52nd Street/NW 102nd Avenue CEI Services, Doral, FL. Project Manager. Mr. Gómez provided construction, engineering and inspection (CEI) services for this $3.0 million project for the City of Doral. The project, a Local Agency Program (LAP) off-highway system, includes the construction of a new French drain system, upgraded pedestrian improvements including Americans with Disabilities/Accessibility (ADA) detectable warning devices, pedestrian signal heads and solar powered rectangular rapid flashing beacons for added safety at crosswalks, milling and resurfacing and new bicycle lanes NE 13th Street CEI Services, Fort Lauderdale, FL. Project Manager. The project entailed reconstruction of NE 13th Street from NE 8th Avenue to the Florida East Coast (FEC) Railroad (R/R). It included adding bike lanes, removal of existing traffic signal and construction and new roundabout, bio-swales and new street lighting. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. QA Officer. KCI provided CEI services for this $3.8-million project for FDOT District 1 (D1). This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, new sidewalk and closed flume inlets within the one-mile corridor. This project also added storage to existing turn lanes and is converting the existing swale median to a crowned median in preparation for future landscaping. Mr. Gómez was responsible for all QA audits per contract requirements. NCL Terminal B New Construction, Miami, FL. Senior Project Engineer / Project Manager. Mr. Gómez was responsible for this global Norwegian Cruise Lines (NCL) Holdings project to perform all CEI services for drainage, water, sewer, electrical duct bank and paving infrastructure for new $120M state-of-the-art passenger terminal, replacing the obsolete existing Terminal B. Responsible for all CEI inspections, inspection staff and performance of daily work reports (DWR) Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ROBERT ZUCCARO, PE, ENV SP PROJECT MANAGER/DRAINAGE DESIGN & CIVIL ENGINEERING Education BS / Civil Engineering / Clarkson University Registrations/Certifications PE / FL / 17931 ENV SP / 17931 NPDES Qualified Stormwater Management Inspector / 7089 Years Experience Total: 36; with KCI: 5 Professional References Pablo Gomez City of Miami Beach (305) 673-7260 Daniel Fisher City of Fort Lauderdale (954) 828-5850 Mike Dyko City of Boca Raton (561) 416-3413 Mr. Zuccaro has 36 years of experience on a wide range of successful engineering projects by providing planning, design, permitting, construction phase services and final certifications. His experience is in land development, transportation and environmental projects. Mr. Zuccaro has been a project manager for a wide range of governmental and private sector clients. He has supervised the design, planning, platting, surveying, permitting, specifications, contract administration, construction observation, record drawings, final certifications for medical facilities, airports, roadways, water and sewer systems, lift and pump stations, sewage treatment plants and marinas. Turtle Run Civil Engineering, Coral Springs, FL. Project Manager. Mr. Zuccaro is the current project manager while KCI has served as District Engineer for the Turtle Run Community Development District (TRCDD) for more than 25 years. In the capacity of District Engineer, KCI attends all Board Meeting and coordinates closely with the District management team, Board Members and Council on a variety of projects within the district. KCI reviews engineering permit plans submitted for compliance with District Criteria and best engineering practices and techniques. In addition, KCI has also provided surveying, design, permitting, bidding and negotiation, construction management, and inspection services for various district projects. Hillsboro El Rio Park, Boca Raton, FL. Engineer of Record. Mr. Zuccaro was the engineer of record for the civil design improvements and permitting associated with the new park to be constructed on an old landfill site to include sports courts, playground and picnic areas, pavilions and restrooms, and visitor parking. Due to the site’s historical and past uses as a landfill, redevelopment required stormwater permitting through FDEP. ICPR Version 4 was used to model the Master Drainage System. Stormwater permitting submittals through FDEP were required and coordination with ACOE for wetland determination. Madeleine Village Apartments, Miami Beach, FL. Project Manager. Work included a boundary and topographic survey, roof replacement, interior sidewalk replacements, landscaping improvements, interior architectural upgrades (performed by KCI sub-consultant Tamara Peacock Architects, Inc.). Civil work included designing a stormwater system due to sheet flow restrictions produced by new elevated seawall. Work also entailed permitting, bidding services, construction phase services, and final certification. Lake Ridge Sunrise Boulevard (US 1) Water Main Improvements, City of Fort Lauderdale, FL. Project Manager. This project included nderground utility (water main) replacement of 4,200 LF of new eight-inch water main for the City of Ft. Lauderdale, Florida. in the center of the westbound lane. KCI fast-tracked the design and permitting to enable the contract to be added to the FDOT milling and resurfacing contract, pending no impact on the FDOT contract amount and completion schedule. Project required expeditious contract negotiations with the FDOT contractor and coordination with the City Manager to place the approval on the City Commission Agenda, otherwise the project would be delayed. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JORGE ORTIZ, PE CEI TEAM Education BS / Civil Engineering / University of Florida Registrations/Certifications PE / FL / 37772 PE / MD / 14738 Asphalt Paving Technician Levels 1 & 2 QC Manager MOT Advanced FDEP Stormwater, Erosion and Sedimentation Control Inspector Training FDOT Critical Structures Construction Issue Years Experience Total: 36; with KCI: 7 Mr. Ortiz has 36 years of experience in the design, project management, construction engineering and inspection (CEI) of highway transportation projects throughout the State of Florida and Maryland. He has served as senior project engineer/administrator for FDOT projects in Districts 1, 4 and 6. His experience ranges from major interstate highway bridges to roadway projects and toll plazas. Mr. Ortiz has been responsible for contract management and administration, procurement, bid processing, cost estimating and contract negotiation for various construction projects. He is also experienced in bridge design, load rating, inspection and rehabilitation. As a senior construction manager, Mr. Ortiz is responsible for construction management and contract administration of CEI projects including office and field staff supervision, manpower and project schedule monitoring, reviewing and negotiating contract changes, preparing and executing task work orders and supplemental agreements and maintaining client relationships. Seacrest Beautification Phase 1/NE 2nd Avenue from George Bush Boulevard to NE 13th Street, Delray Beach, FL]. Senior Project Engineer. CEI services for the widening of NE 2nd Avenue to add designated green painted bikeways in both directions, repurposing of swales including removal of existing vegetation, milling and resurfacing, new sidewalks and valley gutters, reconstruction of driveways, installation of decorative pavers localized drainage improvements, signage and pavement markings. I-75/SR 93 from Broward County Line to East of SR-951, Collier County, FL. Senior Project Engineer. This was a 50-mile safety improvement project consisting of the installation of guardrails along the outside shoulders on both NB and SB. Some existing guardrails were upgraded to meet the current design standards and the maintenance service openings were improved to provide better delineated entry points. Mr. Ortiz was responsible for contract administration and construction management including quality control, resolution of project issues, contract negotiation, construction inspection and supervision. SR A1A from Oakland Park Boulevard to Flamingo Avenue, Fort Lauderdale, FL. Senior Project Engineer). This was a greenway beautification enhancement project which included the reconstruction and restoration of approximately 1.04 miles of a four-lane roadway facility to add a bike lane in each direction and a raised median. The work also included major improvements to the existing drainage system, new curb and gutter, sidewalk, extensive hardscape, lighting, signalization, signage and pavement markings. Mr. Ortiz was responsible for the contract administration and construction management of this project including field staff supervision, overall construction project schedule monitoring, quality control of contractor operations and materials certifications. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. Senior Project Engineer. KCI provided CEI services for this $3.8 million project for FDOT District 1. This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, as well as new sidewalk and closed flume inlets within the one-mile corridor. This project added storage to existing turn lanes and converted the existing swale median to a crowned median in preparation for future landscaping. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S RAMON LLANA, EI CEI TEAM Education BS / Civil Engineering Florida International University AA / Civil Engineering Miami-Dade College Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Earthwork Construction Inspection Levels 1 & 2 Final Estimates Levels 1 & 2 Quality Control Manager MOT Advanced FDOT Tier 1 Illicit Discharge Detection and Elimination Training TROXLER Nuclear Training and Safety HAZMAT Training IMSA Traffic Signal Inspector ATSSA Worksite Traffic Supervisor Certification Base Testing Certified MSE Wall Certification MEW-Basic/Multiline Earthwork FEMA IS-00100.c Introduction to Incident Command System FEMA IS-00200.c Basic Incident Command System for Initial Response Years Experience Total: 36; with KCI: 4 Mr. Llana has 36 years of CEI experience, and within those years he has worked on projects ranging from major roadway construction to bridge construction. He has served as both project administrator and contract support specialist on FDOT projects in Districts 4 and 6, as well as Tallahassee’s Central Office and the Turnpike. Mr. Llana is responsible for various CEI projects to perform quality assurance of final estimates, documentation procedures and other critical CEI functions on an as-needed basis. Broad Causeway Corridor Enhancements, Town of Bay Harbor Islands, FL. Project Administrator/Contract Support Specialist. This is a LAP project consisting of widening on both sides of the 0.45-mile Broad Causeway to add buffered bike lanes, mill and resurface the existing pavement, and replace the existing handrail on the east bridge with new recessed LED lights. The project also includes mill and resurfacing of the existing pavement at the service station within the project limits which is used as a turnaround for vehicles. The project originally called for two one-inch lifts of Superpave SP- 9.5 structural asphalt. However, due to addition of bike lanes and safety concerns, the KCI team was successful in working with the FDOT and the Town to replace the final course as one inch of FC-9.5 friction course, which was approved as LAP reimbursement by FDOT D6. The project will be completed on time and within budget. NW 36th Street Corridor (NW 72nd Avenue to NW 107th Avenue), Miami- Dade County, FL. Project Administrator/Contract Support Specialist. The scope of services includes the inspection of the cabinet and signalization equipment at various intersections throughout NW 36th Street. Subsurface Utility Investigations, City of Miami Beach, FL. Project Administrator/Contract Support Specialist. The scope of services includes obtaining the permits from FDOT and the City of Miami Beach to perform lane closures, saw cut potholes and trenches to check for existing utilities, backfill potholes and trenches, and restore asphalt roadway. US 1 Corridor Autoscope Video Detectors and Installation, Miami-Dade County, FL. Project Administrator/Contract Support Specialist. The scope of services includes checking the installation and functioning of the Autoscope Video Detectors at 70 intersections along the US 1 corridor. On Call Professional Engineering Services, Card Sound Road Toll Plaza Replacement Design-Build, Monroe County, FL. Project Administrator/ Contract Support Specialist Inspector. The scope of services included serving as owner’s representative during the design phase, including processing of shop drawings, approval of submittals and review of contractor’s schedule of values. Mr. Llana was responsible for providing CEI services for the complete demolition of the old toll plaza, reconstruction of new concrete aprons and flexible pavement approaches, drainage, installation of new equipment toll building and gantry for the Sunpass cashless toll system. NE 13th Street from NE 4th Avenue to NE 8th Avenue, Fort Lauderdale, FL. Contract Support Specialist. Mr. Llana provided CEI services for the repurposing of NE 13th Street to add designated green-painted bikeways in both directions, bio-swales, milling and resurfacing, sidewalks, installation of decorative pavers, conversion of overhead wired street lights to underground and construction of a new roundabout with decorative art at NE 6th Avenue, signage and pavement markings including handicap ramps. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S CARL CADET CEI TEAM Education BS / Construction Management / Everglades University Professional School of Technology for Business Accounting Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Asphalt Plant Technician Level 1 Earthwork Construction Inspection Levels 1 & 2 Final Estimates Levels 1 & 2 QC Manager MOT Advanced FDOT Concrete Field Inspector Specification FDOT TROXLER Nuclear Training and Safety FDOT HAZMAT Training FDEP Stormwater, Erosion and Sedimentation Control Inspector Training Years Experience Total: 19; with KCI: 16 Mr. Cadet has 19 years of experience in the CEI industry. He assists with all duties and is qualified to perform acceptance tests such as surface tolerance (rolling straightedge and cross slope), random sampling, core sampling, testing, and density calculations. Mr. Cadet has worked on many local and federal projects throughout the State of Florida. He is experienced with FAA, Marshall, Superpave procedures, bituminous materials, volumetric calculations, GTR mixes and RAP mixes. FDOT District 6, Districtwide In-House Consultant, Miami-Dade, FL. Assistant Project Administrator/Asphalt Coordinator. Mr. Cadet’s responsibilities include overseeing the inspection for all plants and portion for the roadway. He prepares all asphalt packages for payment for final estimates, and finalized the quality of the asphalt pavement on numerous jobs with a final straightedge for the quality of the asphalt. He also controls the testing procedures for the asphalt plant. Ranger Construction and East Coast Paving, Miami-Dade, FL. Quality Control Technician. Mr. Cadet was responsible for analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications (consistency, variability, data interpretation and random sampling). Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was also able to identify trends, norms, problem areas and other best management practices. Ranger Construction, Miami-Dade, FL. Quality Control Technician. Mr. Cadet performed analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications. Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was qualified to sample hot mix, aggregates and/or asphalt cement and performed acceptance tests such as bulk specific gravity, max specific gravity, gyratory compaction and calibration, AC content by ignition oven or non-chlorinated solvent method, and gradation and permeability. East Coast Paving, Miami-Dade, FL. Quality Control Technician. Mr. Cadet performed analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications. Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was able to identify trends, norms, problem areas and other best construction management practices. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S PAUL DIPAOLA CEI TEAM Education SUNY Farmingdale, State University of New York Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Concrete Field Technician Level 1 Earthwork Construction Inspection Levels 1 & 2 Drilled Shaft Inspection Pile Driving Inspection Final Estimates Levels 1 & 2 QC Manager MOT Intermediate ACI Concrete Field Testing Technician Grade 1 IMSA Traffic Signal Inspector IMSA Traffic Signal Technician Level 1 IMSA Traffic Signal Inspector for Advanced Technologies TROXLER Nuclear Gauge Training and Safety HAZMAT Training FDEP Stormwater, Erosion and Sedimentation Control Inspector Training MSE Wall Inspection CBT Auger Cast Pile OSHA 30-Hour Safety Training AMEC Fall Protection AMEC Confined Space Training FEMA IS-00100.c - Introduction to Incident Command System, ICS-100 FEMA IS-00200.c - Basic Incident Command System for Initial Response Years Experience Total: 19; with KCI: 17 Mr. DiPaola has 19 years of experience as a CEI senior construction inspector. Mr. DiPaola’s duties are broad and include inspection of bridge construction, water distribution system installation, sanitary sewer collection system installation, roadway construction, milling and resurfacing, and drainage. Miami-Dade County Regulatory and Economic Resource (RER) Department. Senior Inspector. Mr. DiPaola is responsible for receiving, processing, inspecting and reporting flood complaints received by the County. He performs beach erosion assessments three times a year and additional assessments before and after each major storm event. Mr. DiPaola also performs canal staff gauge inspections, pollution control structure inspections and reporting, Florida City Canal structure and sluice gate installation, Card Sound Road canal plug with salinity structure and pipe installation, canal inspections twice a year, as well as County-maintained lakes and also when a complaint comes from a constituent. SR 600/US 92, Lakeland, FL. Senior Inspector. Mr. DiPaola was responsible for the installation of new sidewalk on the north side of the road and drainage installation at all of the intersection including structures, pipe and mitered ends. He performed installation of four steel piles for a pedestrian bridge and installed concrete end bents and bridge deck and railings. SR 82 Grouping from Alabama Road to Lee/Hendry County Line, and from Lee/Hendry County Line to Collier County Line, Collier County, FL. This project is a total reconstruction of 6.6 miles of SR 82 from Alabama Road to the Hendry/Collier county line, widening from a two-lane to a four- and six- lane divided highway. Mr. DiPaola was responsible for drainage installation and earthwork construction, including sampling and densities. Bear Lake Road Pond 1 Drainage Improvements, Seminole County, FL. Senior Inspector. The scope of this project is the construction of a new drainage retention pond with associated drainage structures. The scope items include excavation, drainage, sidewalk, landscaping and fencing, log book inspection, gauge comparison, verification density testing, comparison material sampling. Card Sound Road Toll Plaza Replacement Design-Build, On-Call Professional Engineering Services, Monroe County, FL. Senior Inspector. Scope of services included serving as owner’s representative during the design phase, including processing of shop drawings, approval of submittals and review of contractor’s schedule of values. Mr. DiPaola provided CEI services for the complete demolition of the old toll plaza, reconstruction of new concrete aprons and flexible pavement approaches, drainage, installation of new equipment toll building and gantry for the Sunpass cashless toll system. Seacrest Beautification Phase 1/NE 2nd Avenue from George Bush Boulevard to NE 13th Street, Delray Beach, FL. Senior Inspector. Mr. DiPaola provided CEI services for the widening of NE 2nd Avenue to add designated green-painted bikeways in both directions, repurposing of swales including removal of existing vegetation, milling and resurfacing, new sidewalks and valley gutters, reconstruction of driveways, installation of decorative pavers localized drainage improvements, signage and pavement markings. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ERICK COLÓN PAGÁN CEI TEAM Education BS / Environmental Engineering / Polytechnic University of Puerto Rico Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Concrete Field Technician Level 1 Drilled Shaft Inspection Earthwork Construction Inspection Levels 1 & 2 Final Estimates Level 1 CTQP QC Manager MOT Intermediate ACI Concrete Testing Level 1 IMSA Traffic Signal Technician Level I IMSA Traffic Signal Inspector Level I FDEP Stormwater Management Inspector Nuclear Gauge Safety Certification FDOT Critical Structures Construction Issues MSE Wall Computer-Based Training HAZMAT Training ITS DMS Computer Based Training (CBT) ITS Road Weather Information System (CBT) ITS MVDS (CBT) ITS CCTV (CBT) ITS Managed Field Ethernet Switch (CBT) Stormwater Discharges and Permits in Construction Years Experience Total: 7; with KCI: 4 Mr. Colón has over eight years’ experience in all facets of construction inspection projects, including roadway, street lighting, ITS, ORT, signalization, and wastewater/stormwater and sewer inspections. He has worked on complex projects for various state and county agencies. Mr. Colón is also proficient in GIS software and applications including ARCGIS. Broad Causeway Corridor Enhancements, Town of Bay Harbor Islands, FL. Senior Inspector. This is a LAP project consisting of widening on both sides of the 0.45-mile Broad Causeway to add buffered bike lanes, mill and resurface the existing pavement, and replace the existing handrail on the east bridge with new recessed LED lights. The project also includes mill and resurfacing of the existing pavement at the service station within the project limits which is used as a turnaround for vehicles. The project originally called for two one- inch lifts of Superpave SP-9.5 structural asphalt. However, due to addition of bike lanes and safety concerns, the KCI team was successful in working with the FDOT and the Town to replace the final course as one inch of FC-9.5 friction course, which was approved as LAP reimbursement by FDOT D6. The project also includes green bike paint for the entire length of the bike lanes in lieu of green boxes for special high emphasis. FDOT District 4, Pompano Beach Mobility Sidewalks, Broward County, FL. CEI Roadway Inspector. The project consisted of sidewalks construction and improvements. Mr. Colón inspected the construction of sidewalks, gravity walls and the asphalt placement for driveways. Florida’s Turnpike Turkey Lake Service Plaza, Reconstruction of Visitors Parking Lot, Orange County, FL. CEI Roadway Inspector. This project consisted of the construction of concrete sidewalks, access ramps, curbs and landscaping. Mr. Colón inspected the construction of the section of the sidewalk, the two pedestrian ramps and the construction of the curbs in the parking lot area. He also assisted the landscaping inspection team in inspecting the sandblasting finish and the saw cut patterns for the sidewalk. Miami Dade Expressway (MDX) SR 836 Widening Project, Miami, FL. CEI Roadway Inspector). Mr. Colón was responsible for soil density testing for embankments, MSE walls, roadway sub-bases and bases, and drainage structures. He also performed concrete testing, inspected all the roadway activities, identified and reported deficiencies related to roadway construction, and identified and reported deficiencies for the Storm Water Pollution Prevention Plan Report (SWPPP). He also identified and reported deficiencies for the Intelligent Transportation System (ITS) and street lighting. Mr. Colón reported pay items related to ITS and street lighting. Consent Decree Program, WASD South District (Black Point), Miami, FL. CCTV Reviewer. Mr. Colón was responsible for synchronizing CCTV videos on GraniteNet database. He reviewed CCTV videos under the Infiltration and Inflow program. He created pipe repairs work orders using EAMS application, and identified and reported critical cases of defects and infiltration in pipelines. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S KIRK HOOSAC, RLA LANDSCAPE ARCHITECTURE TASK MANAGER Education BLA / Landscape Architecture / University of Florida Registrations/Certifications RLA / FL / 6667091 Years Experience Total: 16; with KCI: 13 As the previous FDOT District Landscape Architect in District 6, Mr. Hoosac offers a wide range of experience in all phases of landscape architecture including plan development, concept generation, cost estimating, site inventory, site and master planning, landscape and irrigation design, project specifications, construction observation, landscape inspection and quality control. He has participated in a variety of project types including planning and design for transportation, commercial, residential and municipal projects. Mr. Hoosac is confident and skilled in performing his responsibilities, from dynamic presentations to disciplined project management, and he brings a positive and proactive approach to his projects. Totor Art Plaza, City of North Miami Beach, FL. Project Manager. Mr. Hoosac was the project manager for this high-profile pocket-park located in the City of North Miami Beach. His duties were oversighting the field work, urban and landscape design, conceptual plan production, and photorealistic renderings. Additionally, he consulted and coordinated directly with the Assistant City Manager, providing design expertise for City Hall improvements. Prospect Road from Commercial Boulevard to SR 811/North Dixie Highway, Broward County, FL. Landscape Project Manager. This urban project included minor widening and lane narrowing to incorporate bike lanes along this four-lane divided highway. A tree inventory was conducted, and a tree disposition was created with detail for root and canopy pruning. An irrigation sleeving plan was also included for a future beautification project on the six-lane section. Rolling Oaks and Bunche Parks, City of Miami Gardens, FL. Project Manager. Mr. Hoosac served as a designer for this master planning and grant assistance for City of Miami Gardens parks, including a nature trail, recreation center, maintenance buildings, pavilions, press boxes, a concession/restroom facility, soccer/football fields, tennis courts, a par course, volleyball courts, an aquatic play structure, lighting, signage, parking, and playgrounds. Doral Boulevard Median Landscape Improvements (HEFT to NW 97 Avenue), Doral, FL. Project Manager. Mr. Hoosac oversaw the landscape quality control, construction documents, and tree relocation/tree disposition plans for the median landscape and irrigation design, with post-design services and landscape CEI. SR 7 Landscape Beautification Grant, Coconut Creek, FL. Project Manager. This was a Highway Beautification Grant project located in the City of Coconut Creek along US 441 from Cullum Road to Sawgrass Expressway. The project included tree inventory and evaluation, landscape, irrigation and hardscape design. NE 2nd Avenue from 64th Street to 84 Street, Miami-Dade County, FL. Project Manager. Mr. Hoosac provided community outreach, site evaluation, tree assessments, landscape design, project construction management and inspection, tree selection and grading for this design-build project. This streetscape renovation project included widened sidewalks, bike lanes, on street parking and street trees. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S CHRIS MILLER, RLA, ISA, SITES AP, FNGLA, IA LANDSCAPE ARCHITECTURE TEAM Education BLA Studies / University of Florida Registrations/Certifications RLA / FL / 666970 FDEP Stormwater Inspector FDOT Illicit discharge training SITES Accredited Professional FDOT/MOT Intermediate FDOT Specifications Training FNGLA Certified Water Star Irrigation Professional ISA Tree Risk Assessor UF/IFAS, Landscape Palm Management Florida Master Naturalist GREEN Advantage Certified Practitioner IA Certified Irrigation Designer LEED Accredited Professional LIAF Certified Landscape Inspector FNGLA Certified Landscape Contractor IA Certified Golf Irrigation Auditor FNGLA Certified Horticultural Professional IA Certified Irrigation Contractor ISA Certified Arborist Years Experience Total: 26; with KCI: 22 Mr. Miller is a highly qualified landscape architect with a keen interest in the Green Industry. His broad range of experience includes all phases of the design process from site analysis, concept generation and project planning to landscape, irrigation and amenity designs. He also has experience in final implementation. He is known for his innovative design solutions and immaculate attention to design details, construction specifications, plan reviews, and hands-on construction inspection. Combined with the ability to recognize and solve the complex requirements of project integration, Mr. Miller’s expertise includes a thorough understanding of Florida’s ecosystems and critical water conservation principles. These strengths are complemented by his skill in photography and compelling presentations. His extensive array of project experience includes planning, design, and construction inspection of commercial developments, parks, municipal centers, streetscapes, and FDOT roadway beautification projects. Mr. Miller currently holds 15 green industry certifications. Coral Way Tree Preservation Project, Miami, FL. Project Manager. The Coral Way Tree Preservation Project was a unique effort that led to the preservation of over 150 historic Banyan trees (Ficus benghalensis). These Ficus trees, some as large as 22 feet in diameter and 100 feet in crown spread, are located in the public median of Coral Way. This roadway is a designated state historic highway located in the City of Miami, Miami-Dade County. The project was a collaboration of public and private entities and was spearheaded by KCI. This project is noteworthy for the historic element of both the trees and the site, and for the negotiation of multiple objectives, which at times were competing. The Banyan trees were protected during every aspect of roadway improvements and pedestrian safety upgrades, and were crown cleaned and pruned for vertical clearance. The end result is a safer roadway and the preservation of beautiful Banyan trees that continue to make a significant contribution to the urban forest and cultural context of Coral Way. Mr. Miller performed an award-winning tree risk assessment and analysis along historic Coray Way in Miami to make recommendations for the preservation of the historic trees along this scenic highway. Middle River Terrace - Old Dixie Highway, Fort Lauderdale, FL. Landscape Architect. This project was an off system, 0.9-mile, bicycle and pedestrian project in the community of Middle River in the City of Fort Lauderdale. The project included reducing the travel lanes to accommodate bicycle lanes along both sides of the Old Dixie Highway, creating a continuous five-foot-wide sidewalk on each side of the corridor, adding raised table intersections with crosswalks for increased pedestrian safety, adding a mini roundabout, pedestrian lighting, and improving drainage along the corridor by adding bioswales. Mr. Miller was part of the landscape architecture team for this greenway bioswale project, including room for bicycles and pedestrians, landscape and lighting plans and signage and custom sidewalk details to protect existing trees. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TODD MOHLER, RLA, ISA, IA LANDSCAPE ARCHITECTURE TEAM Education BLA / Landscape Architecture / Clemson University Registrations/Certifications RLA / FL / LA0001594 ISA Arborist CLIA - Irrigation Years Experience Total: 15; with KCI: 5 Mr. Mohler is a skilled Registered Landscape Architect (RLA) with a depth of knowledge developed through 19 years of professional experience. His project portfolio ranges broadly between public agency and private development. He has specific project experience in parks, streetscapes, hospitality, PUDs, and commercial development. Professional services on projects frequently include initial data collection and observation, site analysis, concept and design development, and complete site, landscape, and irrigation design including construction oversight and inspection services. Most recently he has been designing, testing, inspecting and managing centrally controlled irrigation systems. These services are focused on water conservation and horticultural services aimed squarely at sustainability of built landscapes. His thorough understanding of water, soils, and plants within the built environment afforded a decade long successful consulting career in the private sector including irrigation water management through advanced technologies like soil moisture sensing, weather stations, and computerized central control systems. Mr. Mohler has presented regularly at State ASLA conventions as well as similar Texas ASLA conventions on the subject of water conservation. Doral Boulevard (NW 41st Street), Doral, FL. Landscape Architect. Analysis of existing landscape materials, landscape and irrigation design for the beautification of a commercial corridor. FDOT standards on a County facility. Hillsboro El Rio Park, City of Boca Raton, FL. Landscape Architect. Mr. Mohler directed the design of a 17-acre park developed on top of an abandoned landfill, including play features, sports courts, shade structures, passive recreation areas, and a non-motorized boat launch. Additionally, Mr. Mohler developed and produced the landscape and irrigation designs. Tree Inventory and Evaluation, Port St. Lucie, FL. Landscape Architect. Performed tree inventory and evaluation of nearly 20,000 trees including GIS data collection and integration of the work into the City’s existing Tree GIS workstation. LeJeune Road, Miami-Dade County, FL. Landscape Architect. This very high profile 22-acre roadway project serves as the gateway to Miami International Airport. The design elements included hardscape, landscape, irrigation and lighting design, specifications, construction inspection and project management. I-95 through Miami-Dade Count y, FL. Landscape Architect. An 11-mile multi-year landscape project for the I-95 corridor through Miami-Dade County, to improve the aesthetic character of the corridor, reduce maintenance, enhance interchanges and mitigate the sound wall using 12,000 trees and 186,000 shrubs, 80% of which are Florida native species. Services spanned from design through installation inspection. Lyons Road, Coconut Creek, FL. Landscape Architect. This project included roadway beautification, landscaping, and irrigation. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S MARISOL ORTEGA, ISA, LIAF LANDSCAPE ARCHITECTURE TEAM Education Business Management / Florida International University Registrations/Certifications ISA / FL / 741A LIAF / FL / 2005-0380 Years Experience Total: 23; with KCI: 14 Ms. Ortega lends more than 23 years of experience as a designer, project manager, arborist and specialized inspector to the Landscape Architecture Division. Her background spans all aspects of the Green Industry, from pre-construction site survey and analysis, overall project design, construction management, to post development inspection and reporting for residential, commercial and municipal projects. She has worked with numerous community and city officials as well as developers to provide project landscape design and contract management as well as oversite for the installation and maintenance of city monuments, parks, roadways, commercial centers and housing developments. She has also provided post storm hazard assessment, environmental mitigation observation and reporting for wetland and coastal environments. Today, she thoroughly evaluates project sites, provides landscape and irrigation design, and effectively coordinates with clients, firms, officials and providers throughout the production process and project construction. Immokalee Casino Expansion, Seminole Tribe of Florida. Landscape Designer. Ms. Ortega’s design assistance responsibilities included site plan, water services and fire lines, sanitary sewer including an onsite lift station and upgrading an offsite lift station, paving, grading, and drainage, and pavement marking and signage. General Planning Services, Town of Cutler Bay, FL. Landscape Designer. KCI updated the Town of Cutler Bay’s Land Development Regulations Architecture Form and Standards and Landscaping and Tree Preservation sections. Updates included a full rewrite to streamline the architectural standards. KCI identified areas to be amended and clarified. KCI also conducted workshops with the Town Council to review the existing Architecture Form and Standards and to conduct a visual preference survey. Ms. Ortega provided landscape plan reviews for this project. General Planning Services, Village of North Palm Beach, FL. Landscape Designer. KCI is providing in-house planning division assistance to the Village of North Palm Beach as a supplement to staff. Tasks include preparation of staff reports for Planning Commission and Village Council, responding to resident and business owner inquiries, and reviewing business tax receipts and building permit applications. KCI staff is responsible for the Village’s annual update of its State of Florida’s NPDES annual report and has conducted a land development code analysis related to drainage and stormwater management. Additionally, KCI recently drafted several code updates for the Village, including a residential fence code update with Village of North Palm Beach specific graphics, a major update to the seawall and marine structures ordinance, which included modifications to dimensional requirements for marine structures, modifications to the minimum required elevation of seawalls to address an increased peril of flood from sea-level rise, and aesthetic compatibility requirements for adjacent property at lower elevations. Ms. Ortega provided landscape plan review for this project. Village of Key Biscayne Continuing Architectural & Engineering Services GEOFFREY CAMPBELL, RLA, LEED AP BD+C LANDSCAPE ARCHITECTURE TEAM Education BS / Civil Engineering / Polytechnic University of Puerto Rico AutoCAD Degree / Instituto De Banca Y Comercio PR Registrations/Certifications RLA / FL / LA6667219 LEED Accredited Professional / 10217830 Years Experience Total: 12; with KCI: 1 Mr. Campbell began his landscape architectural career in 2008. With a strong technical background and proactive multi-disciplinary approach to his projects, Mr. Campbell places an emphasis on sustainable design and current construction practices in his designs. From his experience as an in-house FDOT consultant managing multiple projects, Geoff brings a wealth of knowledge in project management, plans production, quality control, design details and specification development. He is an ISA Certified Arborist and LEED-Accredited Professional and has an in-depth understanding of design requirements from site analysis through constructability, installation requirements, and establishment inspections. In addition to his FDOT landscape architecture projects, Mr. Campbell has developed plans for streetscapes, parks, residential developments, and commercial sites. FDOT District 4 In-House Landscape Architecture Consultant, Broward County, FL. Landscape Architecture Consultant. Assisted with all in-house landscape architectural tasks, as determined by the district landscape architect, including five-year landscape program projections, concept and scope development for District Four landscape projects, plan review for all production projects, landscape permit plan review and coordination, in-house landscape project design, FDOT specification review and task team participation, site inspections for various landscape projects, ODA coordination for violation notices and vegetation removal permits, maintenance agreement reviews and documentation, and development of the District Four wildflower initiative. Lauderdale Lakes Mobility Project, Broward County, FL. Landscape Architect. This MPO project aimed to reduce the amount of mid-block crossings at the SR 7/SR 816 (Oakland Park Boulevard) intersection. This project was amongst the first District 4 project to utilize a steel-looped pedestrian barrier in the median, and Mr. Campbell occupied the role as the lead landscape architect. Landscape architectural services included hardscape design to repair the brick pavers in the median as well as landscape and irrigation design to improve the aesthetics of the barrier and tree relocations and tree disposition services. SR 9/I-95 Spanish River Interchange Design-Build, Miami-Dade, FL. Landscape Architect. This design-build project consists of the construction of a new interchange along I-95. The scope of the project has evolved and now includes drainage accommodations for the ultimate widening of I-95. Included within the RFP is a landscape component with an estimated budget of over $1M. Cotleur & Hearing served as the RFP landscape architect, which was tasked with conceptual design development, developing RFP landscape criteria and to assist with the review of the design plans. Mr. Campbell specifically assisted with field analysis tasks to salvage existing vegetation and plan review. I-375 Terrace Walls, Pinellas County FL. Landscape Architect. A downtown stand- alone landscape project on I-375 just before merging with I-275 includes terrace walls and coordination with the City of St. Petersburg. The terrace walls were scalloped to give continuity for the other terrace wall project being designed less than a mile away. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services NICK LEONE, PE CIVIL TEAM Education BS / Civil & Environmental Engineering / University of Pittsburgh BS / Math & Natural Sciences / Indiana University of Pennsylvania Registrations/Certifications PE / FL / 85655 Years Experience Total: 11; with KCI: >1 Mr. Leone’s engineering experience encompasses a wide range of airfield and landside aviation projects, including runway, taxiway, apron, hangar, fueling, site layouts, roadways, parking lots, and utilities, with a focus on site grading and drainage for civilian airports and military air bases. He is also familiar with lighting layouts, airport signage requirements, and airfield pavement marking design. Most recently, he has been transitioning from design to design management, serving as lead engineer supporting the project manager. Mr. Leone recently joined the Civil Engineering Practice of KCI. Ocean Reef Club, Runway Design Presentation. Ocean Reef Club, Inc., Monroe County, FL. Project Manager. This was a lump sum contract to evaluate options and estimated costs with regards to rehabilitating the existing runway at the airport. Those options and costs were then presented to the board in an effort to secure funding and commence the design and construction. Ocean Reef Club, Runway 5-23 Reconstruction. Ocean Reef Club, Inc., Monroe County, FL. Engineer-of-Record. This was a lump sum contract with Ocean Reef Club to demolish and reconstruct the runway at a higher elevation to prevent the pavement from being flooded by storm surges, king tides, and other events. The goal of the project was to eliminate or minimize standing water due to future storm surges, which results in pavement damage as happened with Hurricane Irma. A new drainage design for the site used large pumps and injection wells, in conjunction with various traditional stormwater BMPs to handle the flows and convey the water off-site. A permit application and storm water management report were submitted to Monroe County, an Environmental Resource Permit was submitted to South Florida Water Management District, and an NPDES permit was submitted to Florida DEP. The project included an electrical design for the replacement of runway lighting system and removal of the obsolete electrical distribution and regulators to meet current demands and codes. The raising of the runway also included matching Precision Approach Path Indicator (PAPI)s to proposed grades. Lastly, the project also raised the existing fuel farm components, including a fuel pump, cabinet and various hoses to prevent corrosion from salt water. to include fuel pump and hose cabinets to a 6-12” high reinforced concrete pad. Currently, the fuel pump and hose cabinets are corroded due to standing in water. The project also included Construction Administration and Construction Inspection during construction. Palm Beach Solid Waste Facility, Phase 1 – Permanent Improvements. Fomento De Construcciones Y Contratas, Inc., Palm Beach County, Boynton Beach, Florida. Project Manager/Engineer of Record. The owner wished to develop 10 acres in Palm Beach County, FL in Boynton Beach. Once developed, the site accommodated a dispatcher of garbage trucks, a light maintenance facility, an area to store unused garbage bins and dumpsters, office trailers, employee parking and truck washing stations. The project consisted of demolition, erection of a maintenance shop, oil/ sand separator, subgrade stabilization, and grading & drainage design. The project required coordination with the Palm Beach County Building Division, SFWMD, and the Fire Marshal. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services JONATHAN GEIGER, EIT CIVIL TEAM Education BS / Civil Engineering / University of Central Florida Registrations/Certifications EIT / FL / 1100018738 Years Experience Total: 7; with KCI: 3 Mr. Geiger worked in Virginia for two years as a civil project engineer for firms that provided ground improvement services and utility design before moving back to Florida and joining the KCI team in 2017. Mr. Geiger has worked as a Engineer- in-Training on both private and government projects in Broward County that have involved civil site & utilities design, permitting at both the state and local levels, and construction phase services. He has excellent organizational and time management skills, works with AutoCAD, and has experience working in-field in construction furthering his understanding of the engineer-contractor relationship. Turtle Run Civil Engineering, Coral Springs, FL. Design Engineer. Working closely under the district engineer, Mr. Geiger provides engineering project design and permitting support for the Turtle Run Community Development District located in the City of Coral Springs. Mr. Geiger has prepared design and construction plans for roadway, amenity, and beautification improvements within the District. He has also provided support in surveying, bidding and negotiation, construction management, construction observation and inspection services for various district projects. Commerce Center of Coconut Creek Lakes 5 and 6 Equalizer Pipe & Courtyard Drainage. Project Engineer. Mr. Geiger identified the underlying problems with the Commerce Center’s existing Surface Water Management system and designing and implementing improvements to correct the existing restrictions of Lake 5 (and other upstream lakes) from equalizing with Lake 6. Mr. Geiger provided assistance with the drainage basin model of the Commerce Center as required by the Broward County Environmental and Growth Management Division. He was also involved with the preliminary design and worked on final engineering plans for both the Lake 5 and 6 equalizer pipe improvements and the isolation of the Court Yard drainage. Work includes installing a new 48-inch equalizer pipe between Lakes 5 and 6 and a new headwall and 18-inch outfall pipe north of the Court Yard Drainage system to effectively isolate and relive the existing system. Hillsboro El Rio Park, City of Boca Raton, FL. Project Engineer. Mr. Geiger prepared the conceptual and final design plans for paving, grading, drainage, water and sewer services, pavement marking and signage, stormwater pollution prevention, and fire access. Mr. Geiger was also involved with permitting efforts at both the local and state level, assisted in the on-site drainage modeling, and investigatory efforts to mitigate runoff contamination from the C&D and MSW contaminated soils. During the construction phase Mr. Geiger performed periodic site visits and inspections for project permit compliance and certification for close-out. Tradewinds at Lyons Technical Center Surface Water Management Inspection and Certification Services. Project Engineer. Mr. Geiger was responsible for the inspection and re-certification process of the previously permitted surface water management license for this small commercial development site. This process included a visual inspection of the surface water drainage system to determine whether corrective measures were required for proper functionality, correspondence with the site and building owners to assemble appropriate historical documentation demonstrating maintenance and repairs by vendors, execution of compliance with agency comments for revision, and final certification. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services BYRON REYNOLDS, EIT CIVIL TEAM Education BS / Civil Engineering / Florida State University Registrations/Certifications EIT / FL Years Experience Total: 6; with KCI: <1 Mr. Reynolds has six years of experience overseeing design team daily operations, managing municipal and agency permit review processes and close-outs. He has experience working with client RFP packages, and reviewing for quality assurance and compliance purposes. Mr. Reynolds’ focus is on site/facilities and land development permitting. Alico Commons Retail Center, Lee County, FL. Project Engineer. Mr. Reynolds managed site layout and circulation for client acceptance, site entitlement through the Lee County Development Review Committee process, managed lot split mylar through the Lee County Planning Department, and designed and permitted utility connection through the Lee County Utility Department. He coordinated utility and drainage stub design for adjacent property use, coordinated design plans with adjacent property use to assure design intent of the master property, and managed design and permitting of underground drainage through South Florida Water Management District (SFWMD). Mr. Reynolds was responsible for managing design and permitting of driveway connections through the Lee County ROW Department, coordinating site revisions, and conducting meetings with various agency reviewers for permit approval. He coordinated bi-weekly updates with the County, responded to contractor RFIs, reviewed and redlined drainage shop drawings, and coordinated site modifications with the contractor during construction. Mr. Reynolds prepared and submitted permit closeout packages to the authorities having jurisdiction, and managed project budgets and deadlines for submittals. Twin Peaks and Fairfield Inn, City of Fort Lauderdale, FL. Project Engineer. Mr. Reynolds managed site layout and circulation for client acceptance, managed site entitlement through the City of Fort Lauderdale Development Review Committee process, designed and permitted utility connection through the Broward County Water and Wastewater Services, designed and permitted a 153-foot private water main extension, with hydrant connection, through Broward County Water and Wastewater Services. He managed design and permitting of underground drainage, with underground Stormtech R-Tank design, managed design and permitting of driveway connections through Broward County Highway Construction and Engineering Division, coordinated site revisions, conducted meetings with various agency reviewers for permit approval, coordinated bi-weekly updates, and responded to RFIs. 7-Eleven 4999 N State Road 7, Tamarac, City of Tamarac, FL. Project Engineer. Mr. Reynolds aided in preparing a design that would be found site-entitlement acceptable for the 7-Eleven located at the southwest corner of West Commercial Boulevard and SR 7. This project also involved platting of the property. Mr. Reynolds aided the surveying team to resolve platting requirements. Once approved by the City Commission, Mr. Reynolds aided in civil engineering design, permitting, and construction services support. By way of oversight guidance from the engineer-of-record, Mr. Reynolds designed and permitted a site that encompassed an 85-foot by 6-inch water main extension, an under- and above-ground drainage system, and driveway connections to two of FDOT’s thoroughfares. Mr. Reynolds assisted with construction services support to close out the project. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services YARITZA DAVILA CIVIL TEAM Education BS / Civil Engineering / Polytechnic University of Puerto Rico AutoCAD Degree / Instituto De Banca Y Comercio PR Years Experience Total: 15; with KCI: 5 Ms. Davila has functioned as project design engineer on several projects providing review of traffic patterns and traffic counts, water, stormwater and sewer systems, utility undergrounding design and civil site work. Mrs. Davila provides engineering support to KCI’s civil engineering and traffic engineering divisions on producing CAD drawings, permitting efforts with agencies, traffic field inspection and assisting on design and construction phase services. Mrs. Davila is fluent in both English and Spanish. Madeleine Village Apartments, Miami Beach, FL. Project Engineer. Work included a boundary and topographic survey, roof replacement, interior sidewalk replacements, landscaping improvements, interior architectural upgrades. Civil work included designing a stormwater system due to sheet flow restrictions produced by new elevated seawall. Work also entailed permitting, bidding services, construction phase services, and final certification. Victoria Park “A” (North) & “B” (South) Small Water Main Improvements, City of Fort Lauderdale, FL. Project Design Engineer. This project involved the installation of over 53,000 linear feet of upgraded water mains, approximately 24,000 linear feet of six-inch water main to replace aging two-inch water mains within the City’s residential neighborhoods north of NE 6th Street between NE 7th and NE 20th Avenues (“A” North), and 29,000 linear feet of six-inch water main to replace existing undersized two-inch water mains within the City’s residential neighborhoods south of NE 6th Street between North Federal Highway and NE 17th Avenue (“B” South). Hillsboro El Rio Park, Boca Raton, FL. Project Design Engineer. The design of a 17- acre park developed on top of an abandoned landfill, including play features, sports courts, shade structures, passive recreation areas, a non-motorized boat launch, restrooms and parking. This development required extensive geotechnical investigations to probe for unsuitable soil and a cooperative effort between geotechnical, civil, and environmental engineers, as well as landscape architects. Mrs. Davila prepared cross sections of the entire site and the lake access for the set of plans. Mrs. Davila was also involved with permitting efforts at both the local and state level for water main extension and wastewater collection. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services BENJAMIN HOYLE, PSM SURVEYING AND MAPPING TEAM Education BS / Engineering Technology / University of Central Florida Registrations/Certifications PSM / FL / LS6769 CSX Safety Facilitator OSHA 30 First Aid Monitoring of Traffic Safety Fall Protection Training Years Experience Total: 21; with KCI: 11 Mr. Hoyle is a project surveyor with over 21 years of experience throughout the state of Florida. He is a graduate from the University of Central Florida Engineering Technology Program. His experience includes transmission line route surveys, preparation of easements via sketch and legal description, ALTA/NSPS surveys, boundary surveys, construction layout, topographic surveys, hydrographic surveys, bathymetric surveys, as-built surveys and 3D modeling. City of Riviera Beach Continuing Survey Services, Riviera Beach, FL. Project Manager. Mr. Hoyle served as project manager for this continuing survey services contract and was responsible for scheduling the field crews and performing QA/ QC checks on the field work for all survey tasks performed under this contract. KCI prepared a topographic survey of 5.67+/- miles of city streets. The survey included power/utility poles, overhead wires, asphalt, curbing, driveways, fences, trees/ hedge lines, manholes, drainage structures including inverts, and surface features of utilities. KCI has performed a number of task orders on this ongoing contract for the following locations/ projects: Dan Calloway Boundary Survey, Barracuda Bay Fire Station Boundary Survey, New Library Boundary and Topographic Survey, Heron Lakes Senior Center Plat Review, Port of Palm Beach Plat Review, Harbor Point Singer Island Fire Station, 13th Street Sketch and Description Review, Riviera Cove Plat Review, 1649 Avenue L Plat Review, FPL Physical Distribution Center South Plat Review, FPL Physical Distribution Center North Plat Review. City of Miami Miscellaneous Continuing Survey Services, Miami, FL. Project Manager. KCI has performed a number of task orders on this ongoing contract, including ADA Homeless Remodel, Fire Training Facility, Douglas Park, Stearns & Martell Parks Boundary and Topographic Surveys, Little Haiti Soccer Park Boundary and Topographic Survey, Fire Station #3 Boundary Survey, Fire Station #4 Boundary Survey, Fire Station #10 Boundary Survey, Fire Station #12 Boundary Survey, Marlins Park Monitoring Wells, Athalie Range Park Boundary and Topographic Survey, Lemon City Park Boundary and Topographic Survey, Communications Generator at Fire Headquarters, Police Headquarters Boundary Survey, Bay of Pigs Park Topographic Survey, 104 NW 1st Avenue Sketch and Description, Special Ops Command Center Boundary and Topographic Survey, FDOT Parcels 3831 & 4236 Sketch and Descriptions, Miamarina Parkway Drive Mitigation Area 3 Sketch and Description, Miami Riverside Center Boundary Survey, OMNI CRA Amendment Legal Description Preparation, and James L. Knight Center Seawall Survey. Town of Miami Lakes Miscellaneous Survey and Mapping Services Contract, Miami Lakes, FL. Project Manager. Mr. Hoyle has performed a topographic survey for a beautification plan on NW 67th Avenue and performed both tentative and final plat reviews on behalf of the Town. He has also worked as a surveyor on behalf of the Town for a deed/document review to assist in the protection of the Town’s interests. Mr. Hoyle has led the team on many projects, including boundary survey – FDOT Parcel 5072, lochness final plat review, dunwoody final plat review, Miami lakeway south topographic survey, as well as Opa Locka Airport topographic survey, sketch, and descriptions. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services ALEKSANDR BRIDWELL SURVEYING AND MAPPING TEAM Education BS / Geomatics / Florida Atlantic University Registrations/Certifications Remote Pilot – Certificate Number: 4269106 Member of Florida Surveying and Mapping Society Years Experience Total: 4; with KCI: 2.5 Mr. Bridwell is a survey technician with over four years of experience throughout the state of Florida. He is a graduate from Florida Atlantic University’s Geomatics Program. He is a certified remote pilot, and his experience includes transmission line route surveys, preparation of easements via sketch and legal description, ALTA/NSPS surveys, boundary surveys, construction layout, topographic surveys, bathymetric surveys, as-built surveys, and 3D modeling, LiDAR scanning, and UAS flights. Mr. Bridwell has experience in today’s newest state of the art software and equipment including AutoCAD, TDS collection, dual-frequency/survey-grade GPS, and LiDAR. Miscellaneous Survey and Mapping Services Contract, City Of Miami, FL. Survey Technician. Mr. Bridwell served as the survey technician on the boundary and topographic survey of the James L. Knight Center Seawall survey project. Services included the location of asphalt, concrete, buildings, surface features of utilities, and above ground permanent improvements. Elevations were obtained at approximate twenty-five-foot intervals and at grade breaks (six-inches or greater). Intermittent highs and lows were also be obtained. Elevations were relative to the North American Vertical Datum of 1988 (NAVD ’88). Phase II Public Right-of-Way Accessibility Improvement, Delray Beach, FL. Survey Technician. Mr. Bridwell serves as a survey technician on a topographic survey of a portion of the City streets (approximately 15 miles) for an ADA sidewalk compliance project. Services include establishing the right-of-way of all streets deemed non- compliant. Topographic information obtained in the field includes power/utility poles and overhead wires, asphalt and curbing, driveways and fences, trees/hedge lines, manholes and drainage structures, including inverts, mailboxes, surface features of utilities and house address/tax folio identification number. South Florida Water Management District - STA 1 West, Bergeron Land Development, Inc., Palm Beach County, FL. Survey Technician. KCI provided project control, construction staking, as-built surveys, and laser scanning for the project. The purpose of the STA 1 W Expansion was to improve water quality discharges to the Everglades Protection Area by helping to balance flows and loads to meet the Water Quality Based Effluent Limit (WQBEL). The project consisted of an approximate 4,600-acre expansion to the STA 1 W. This was accomplished with the construction of new embankments, canals, water control structures, and other features. Mr. Bridwell served as the survey technician for this project. KCI provided project control, construction staking, As-built surveys, and laser scanning for the project. The purpose of the STA 1 W Expansion is to improve water quality discharges to the Everglades Protection Area by helping to balance flows and loads to meet the Water Quality Based Effluent Limit (WQBEL). The project generally consists of an approximate 4,600-acre expansion to the STA 1 W. This is being accomplished with the construction of new embankments, canals, water control structures, and other features. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services SINA NEJAD SURVEYING AND MAPPING TEAM Education BS / Geomatics / University of Florida Registrations/Certifications Member of Florida Surveying and Mapping Society Years Experience Total: 4; with KCI: 2 Mr. Nejad is a survey technician with four years of experience throughout the state of Florida. He is a graduate of the University of Florida Geomatics Program. His experience includes transmission line route surveys, preparation of easements via sketch and legal description, ALTA/NSPS surveys, boundary surveys, construction layout, topographic surveys, bathymetric surveys, as-built surveys, and 3D modeling. Mr. Nejad has experience in today’s newest state of the art software and equipment including AutoCAD, TDS collection, and the processing of dual-frequency/survey- grade GPS. Miami-Dade County Miscellaneous Survey and Mapping Services Contract, Miami- Dade County. Miami-Dade County, FL. Survey Technician. Mr. Nejad served as the survey technician on boundary & topographic survey of the Miami-Dade County Animal Services Pet Adoption & Protection Center. Services included the location of above ground permanent improvements such as buildings, asphalt, concrete, fences, and surface features of utilities. Elevations were obtained on a twenty-five foot grid with intermediate highs and lows also obtained and the elevations were relative to the National Geodetic Vertical Datum of 1929 (NGVD ’29). Le Meridien Hotel/ Design Center of America (DCOTA) - Paving, Grading and Drainage, Cohen Dania Beach Hotel, LLC, Fort Lauderdale, FL. Survey Technician. KCI performed surface water modeling, existing stormwater management system optimization using ICPR Version 4, and Surface Water Management (SWM) license modification for the entire backbone system. Mr. Nejad served as survey technician on an ALTA/NSPS Land Title Survey of the subject property. Mr. Nejad also worked closely with the project surveyor to prepare four boundary surveys to be used in a land swap project between the Client and the Florida Department of Transportation. Services included the location of above ground permanent improvements such as buildings, asphalt, concrete, fences, surface features of utilities, and review of title search reports. Services also included the preparation of a FEMA Flood Elevation Certificate. Florida Power and Light Solar Projects, Florida Power & Light Company, Miami-Dade, Broward, and Palm Beach Counties, FL. Survey Technician. Mr. Nejad served as a survey technician for FPL on a variety of projects located in the tri-county area. KCI prepared specific purpose surveys and sketch and descriptions which included the following services: the location of above-ground permanent improvements such as buildings, asphalt, concrete, fences, trees, and surface features of utilities, elevations, and as-builts of gravity utility lines (storm water and sanitary sewer), review and plotting of any easements provided by FPL, parking striping and typical distances between curb stops in parking lots, parking space dimensions, identification of any American Disability Act (ADA) complying walkways, sidewalks in close proximity to where the solar canopy was installed, gate access and gate widths into the park, and nearest fire hydrant to the proposed solar canopy/tree location with the park or directly adjacent road right-of-ways. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Project Understanding We understand that the Village wishes to procure the services of architectural and engineering firms to provide continuing services on an as-needed basis. This is especially important as the Village is not located on the mainland, and also consists of several larger roadways, as well as high-rise multi-family units, single family homes, a numerous commercial businesses and shopping centers. Two parks serve approximately 13,000 residents, and close to a million visitors each year. Traffic congestion can be an issue, as the island itself is only 1.1 square miles. General Capabilities At KCI, we apply knowledge, determination and skill to create a more interconnected, livable world—a society that connects us not only to our clients, but to each other. We relentlessly pursue solutions today to address tomorrow’s infrastructure and environmental challenges. Solving problems and enhancing functionality—this is what excites us. Our passion for the built and natural environment is surpassed only by our desire to make an impact—to improve, support, develop, implement and build—in order to meet societal needs. We strive for excellence in everything we do. Customer Service Philosophy The KCI team believes in driving change through the development and application of innovation with an adventurous spirit. Our employees have the freedom to take risks and explore opportunities to help our clients serve their constituents, enhance their communities and achieve their goals. Exploration is encouraged, and an entrepreneurial mindset is at the foundation of our culture. Successful delivery for any general service contract requires a team that has the expertise to address any project, meet all expectations and reach successful completion under any schedule needed, including multiple possible assignments at the same time. KCI has this expertise and is uniquely qualified to fulfill this contract. This staff has contributed to a wide-range of projects throughout the state of Florida – from mega-construction endeavors, valued at over $200M, to small culvert replacement, pavement rehabilitation, and bicycle/pedestrian facility designs. We pride ourselves on being adaptable and responsive to the needs of our clients. We have the flexibility to fashion our approach to meet all technical and non-technical requests, the ability to immediately “pivot” when conditions change and can call upon our vast resources to fit any scheduling commitment. Our team commits to executing contract work for the City in a timely manner, while providing high-quality services. As regulatory requirements have grown and the need for a true multidisciplinary approach to project delivery has become essential to our clients, our firm, and staff have adapted. Through this adaptation, we have development staff and a project portfolio that covers several areas of practice. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Landscape Architecture Approach Project Initiation At the initiation of a design project, the KCI project manager and key staff will meet with the Village’s staff to review the scope of services. The goals of this meeting are to review Village’s objectives, identify and assign the required tasks, and define budgets and schedules. Design concepts, permit processes, funding requirements, changes in the programmed improvements and other considerations for the project will also be discussed. After the Village has approved the scope and budget and authorization to proceed has been granted, the work immediately begins. Team Coordination Our project manager will hold internal project kick-off meetings to ensure that team members understand the scope, their responsibilities, and requirements of the assigned project schedule. Our team will also hold regular project meetings to review project milestones and monitor project status. During these meetings we will discuss: ⊲Internal deliverables ⊲External deliverables including those for the Village and other interested parties ⊲Project schedules to establish staffing needs and short-, mid-, and long- range objectives ⊲Technical support staff needs ⊲Value engineering Project findings and relevant information that influence decisions. This discussion will aid in developing problem-solving strategies. Quality Assurance/Quality Control KCI is certified to the ISO 9001:2015 standard. ISO is a widely recognized international standard for quality management systems (QMS). Unique for its mandatory internal auditing program, the ISO standard requires the continual evaluation of all business processes in order to provide objective measures of performance and improvement. In addition to requiring ongoing internal audits, ISO certification requires annual third-party audits by an independent certification body. ⊲Our primary company objectives are to: ⊲Satisfy client expectations ⊲Continually review company performance ⊲Continuously improve the QMS KCI’s production process requires a Quality Assurance/ Quality Control (QA/QC) program for each project. We incorporate and will use a quality control plan using front check, back check and quality control review for typical projects. We propose to use this method for proposed projects if approved by the Village, or we will tailor the review to correspond with specific requested tasks. At the tentative completion of construction documents and specifications, budgets and schedules are again reviewed, allowing for minor adjustments. The construction documents and specifications are then packaged for bidding according to the scope of services. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Client Meetings, Coordination, Presentations, and Public Outreach The project development phases requires client coordination meetings to abreast of project developments, ensure project goals, requirements and changes are incorporated into the project. Although majority of the meeting are with Village staff, we are accustomed to providing professional presentations to provide project information to elected officials and Village management and public outreach meetings to address and obtain concerns. Site Analysis The initial site analysis will begin with investigative services including site surveys and geotechnical and environmental studies. Using the information obtained from these tasks, the KCI team will perform an analysis to identify site conditions and constraints that affect the proposed project. An important aspect of the on-site analysis phase will be the feasibility/capaVillage to implement the proposed improvements and the impacts both on and off site. KCI knows that field assessment is critical to project success; therefore, it receives a great deal of emphasis during this stage of the project. This process includes site visits to photograph and systematically record the site, existing conditions, characteristics, opportunities and constraints. The information we collect is reviewed, and subsequently utilized in reports and presentations for meetings with the Village and the public, if required. On-site analysis will include environmental assessments, identification of vegetative communities, off-site views, photographic analysis within the site, adjacent land uses, and any other techniques necessary to provide site-specific information to tailor the design to the site. The field reviews drive design decisions by locating utilities, drainage patterns, access, evaluating constructability, impacts to adjacent land uses, and existing vegetation. Our field assessments aid the Village with professional recommendations, accurate designs, cost estimates, and reports. The analysis work is thoroughly integrated into the design process. Tree Assessment/Inventory Our landscape group is unmatched in knowledge, experience, and dedication to the green industry, as reflected in our specifically trained team of landscape professionals, including nine ISA Certified Arborists, four ISA Tree Risk Assessors, six Landscape Architects, LEED accredited professionals, FNGLA Certified Professionals, LIAF Certified Landscape Inspectors, and IA Certified Irrigation specialists, all with advanced certifications beyond the minimum requirements. All are fully involved in updating green industry standards, details, specifications, researching materials and best management practices, and continually pursuing green industry certifications to ensure that our clients receive state-of-the-art services. As an industry leader in the field of transportation landscape architecture, landscape inspections and landscape establishment monitoring, we have been involved in a vast array of municipal projects, streetscapes and park projects, including the planning, design, post-design and landscape CEI on over 200 FDOT landscape projects, along with 150 projects that required existing tree evaluations with many thousands of trees surveyed, inventoried, and assessed. We’ve developed advanced landscape inspection procedures and reporting methodologies, details and specifications updates. Infrastructure Analysis Capacities of utilities servicing the site will be evaluated through communication with utility owners and examination of existing plans. Preliminary utility demand analysis of projected uses will be used to specify required infrastructure improvements. This phase requires the team to conduct a thorough search of relevant existing information. Data to be gathered includes utility maps, previous system studies, as-built plans, aerial photos, previous design reports and a variety of other project-specific information. Surveying and utility locating services will be initiated during the analysis. Surveying will provide boundary, topography, wetland delineations, tree surveys, and legal descriptions necessary for development of construction documents and permitting. Our surveying team will also include geometric control for construction and as-built documents for final certifications. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Geotechnical work in reviewing of the existing soil borings, groundwater will be done during the analysis phase to develop an approach to accommodate the proposed improvement program. Foundation designs will be developed during the design and permitting processes. Preliminary design efforts will provide insights into required/desired drainage, materials, character of architectural features, and site amenity themes. Site planning and facility designs will reflect a sustainable thought processes and be ADA compliant. Preliminary Design After completion of the analysis phase, including the Village staff design direction, the KCI team will begin preliminary design. Our team will begin to refine the concept plan into the preliminary design through a series of 30%, 60%, and 90% design intervals. The process will produce evaluation of design alternatives and preliminary opinion of construction cost, in coordination with the contractor. Sustainable design is an integral element in the KCI approach. Integrating Green Principles into our projects restores the natural ecological balance of our region, conserves water and other natural resources, saves money, reduces maintenance, and delivers a very long list of other benefits to our clients. New projects have a vast impact on the Village’s maintenance demands. KCI’s design practice includes interviewing maintenance managers to fully understand the Village’s capabilities as well as material preferences and operational requirements. Life cycle and maintenance cost of proposed elements are key items evaluated in all our designs. This process will allow us to design for appropriate level of services and specify the Village’s desired material. Specifying proven materials that the Village is familiar with will reduce training, maintenance, and inventory requirements. The KCI team’s expertise and experience will be put to use by implementing, latest standards, recreational practices, and codes. Our team’s experience and research enables improved techniques, cost savings, and environmentally-responsive procedures to improve the quality of projects and reduce maintenance. This knowledge gained over many years is implemented into the plans and specifications, construction observation, plan reviews and writing maintenance plans. The KCI team’s preliminary design addresses critical design and detail considerations for the proposed project elements. Examples of these considerations are existing trees, utilities, drainage techniques, and handicap accessibility. Our team will initiate the permit process at this phase. KCI will incorporate Crime Prevention Through Environmental Design (CPTED) concepts and current recreation design trends to ensure safety, function, and playability the design. Structures such as community centers, indoor basketball courts, and pavilions will be designed along with landscape treatment. Landscape plans will be designed implementing Florida-friendly practices to include shade for parking lots, open spaces, and buffers. Irrigation will be designed for appropriate areas. Engineering Design Utility locations, grading, and drainage will be designed to minimize impacts to the site. The Village’s standards will implemented for utilities. Coordination Meetings Coordination meetings will be held regularly with Village staff and the Project Manager that will focus on the program elements, proposed designs and alternatives, schedule, and cost. Prior to submitting to formal review boards and permitting agencies a preliminary plan set will be submitted for a review and appropriate recommendations will be implemented. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Plan Approval The degree of the project improvement will define the plan approval process through the Village boards coordinated through development services planning and zoning. This process includes pre-application meeting, and all parties involved. Permitting Our team’s permitting process will include pre-application meetings, preparation and submittal of the applications, to obtaining appropriate permits. Prior to engaging in the design of the project, we will schedule meetings/conference calls with permitting agencies to discuss the regulatory permitting requirements. The constraints these requirements may have on the design of the project will be clearly identified. Permit requirements/constraints will be taken into consideration to reduce the risk of project delays and/or project cost overrun. Our staff is well-educated in environmental permitting, as two of our lead staff are former government employees, and as consultants have obtained permits at local, state, and federal levels. KCI has a permitting protocol established that we implement to best expedite permit applications, processing, receipt of permits, and final certification/closeouts: ⊲Proactively address permitting issues with the consultant team and the Village in the project initialization phase ⊲Identify potential environmental issues to avoid negative impacts ⊲List and develop a permit tracking matrix/tabulation ⊲Arrange for pre-application meetings with the jurisdictional agencies (develop an “Owner’s Rep Attitude”) prior to design ⊲Maintain communication with permitting agencies (permitting requirements should impact the design at early project stages to avoid unanticipated surprises) ⊲Prepare thorough permit applications to accompany the initial submittal and minimize agency requests for information (RFIs) ⊲Design and specify projects that meet or exceed regulatory expectations ⊲Follow through permit compliance to placing the system into service ⊲Final certification/closeout of project Final Design and Construction Documents After approval of the Preliminary Design, the KCI team will develop final design, construction plans and technical specifications. It is the Team’s objective to rapidly produce accurate plans and specifications that protect the Village from change orders. This often under-appreciated effort provides the legal and technical backbone to the drawings that will force a contractor to adhere to specific quality and quantity provisions. It is also the key to regulating contractor behavior and approach, including quality, schedule and project administration. These documents are the basis for protecting the Village and thus the public’s interest in the construction project. It is also a task in which the KCI team has extensive experience and takes very seriously. Through this process the detailed design, including all permit comments and requirements are finalized into a bid document that the Village can advertise for bid. As necessary, detailed specifications are developed to ensure the standards and quantities for construction are clear and established. This is also the part of the process where special considerations are incorporated into the construction documents such as the need for phasing the construction, early procurement of material with long manufacturing time or specialized work procedures to minimize impacts of day-to-day community operations. KCI not only understands the importance of these details but excels at developing specifications that meet the specific needs of our clients. A survey shall be conducted to determine if any protected species are located within the project area. Coordination and permitting with US Fish and Wildlife Service and Florida Fish and Wildlife Conservation Commission may be required if protected species are found. If any contamination is detected onsite, a Class VI permit for drainage from Miami-Dade Regulatory and Economic Resources (RER) may be required. Coordination with the Florida Department of Environmental Protection (FDEP) will also be required for any remediation. Other environmental permits/reviews that may be needed from RER include a Class V permit for dewatering, asbestos review, environmental plan review and tree removal or relocation permit. This phase completes after review from the Village and the permitting agencies and completion of a definitive cost opinion based on the proposed detailed design. KCI HOLDINGS, INC./KCI TECHNOLOGIES, INC. OFFICERS AND DIRECTORS - 2021 Term of office for Directors is one-year and are appointed or re-appointed and elected by Trustees at their Annual Stockholders Meeting every December. Term of office for Officers is “perpetual” until change of status as determined by Board of Directors or when employment is terminated. Title Employee Name Date of Current Office Business Address Chairman of the Board Terry F. Neimeyer** 12/15/2000 936 Ridgebrook Road, Sparks, MD 21152 CEO & President Nathan J. Beil** 08/24/2018 936 Ridgebrook Road, Sparks, MD 21152 Executive Vice President/Chief Operating Officer Christopher J. Griffith** 02/08/2017 936 Ridgebrook Road, Sparks, MD 21152 Executive Vice President G. Scott Lang 10/21/2016 936 Ridgebrook Road, Sparks, MD 21152 Senior Vice President W. Merritt King 08/25/2017 3014 Southcross Boulevard, Rock Hill, SC 29730 Senior Vice President Bryan Lawson 12/15/2017 4041 Crescent Park Drive, Tampa, FL 33578 Senior Vice President Gary Mryncza** 10/21/2016 500 11th Avenue North, Suite 290, Nashville, TN 37203 Senior Vice President Senior Vice President Senior Vice President Charles A. Phillips Jr. Barry James Schoch Daniel Scott Riddle 01/29/1985 10/31/2017 10/18/2019 936 Ridgebrook Road, Sparks, MD 21152 5001 Louise Drive, Suite 201, Mechanicsburg, PA 17055 936 Ridgebrook Road, Sparks, MD 21152 Senior Vice President/Corporate Secretary Bayne E. Smith 12/15/2017 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 Senior Vice President Thomas G. Sprehe 01/30/2004 936 Ridgebrook Road, Sparks, MD 21152 Vice President Laurie Arensdorf 05/19/2015 4505 Falls of Neuse Road, Suite 400, Raleigh, NC 27609 Vice President Robert Atkinson 08/21/2018 3014 Southcross Boulevard, Rock Hill, SC 29730 Vice President Nicholas Barrick 12/15/2020 11830 West Market Place, Suite F, Fulton, MD 20759 Vice President Peter Bourne 08/21/2018 1352 Marrows Road, Ste. 100, Newark, DE 19711 Vice President Deborah Boyd 12/13/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Mehmet Boz 06/19/2018 936 Ridgebrook Road, Sparks, MD 21152 Vice President Michael W. Burcham 06/03/2014 1352 Marrows Road, Suite 100, Newark, DE 19711 Vice President Eric Burgess 06/06/2017 3014 Southcross Boulevard, Rock Hill SC 29730 Vice President Steven Cumor 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President James Deriu** 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Stephen F. Drumm 10/25/1998 936 Ridgebrook Road, Sparks, MD 21152 Vice President David J. Eberspeaker 05/19/2015 3014 Southcross Boulevard, Rock Hill, SC 29730 Vice President James Fitz Morris 06/06/2017 9711 Southern Pine Boulevard, Suite A, Charlotte NC 28273 Vice President Erick Fry 12/12/2017 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 Vice President Adam Gardner 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President James M. Gellenthin 02/09/2015 4505 Falls of Neuse Road, Suite 400, Raleigh, NC 27609 Vice President Vice President Larry Gregory Heidi Hammel 10/17/2016 12/10/2019 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 936 Ridgebrook Road, Sparks, MD 21152 Vice President Tate Jones 06/06/2017 70 Boulderbrook Circle, Suite 100, Lawrenceville, GA 30045 Vice President Joel S. Keels 10/30/2007 936 Ridgebrook Road, Sparks, MD 21152 Vice President Dana Knight 02/06/2018 936 Ridgebrook Road, Sparks, MD 21152 KCI HOLDINGS, INC./KCI TECHNOLOGIES, INC. OFFICERS AND DIRECTORS - 2021 Title Employee Name Date of Current Office Business Address Vice President, CFO and Treasurer Christine Y. Koski 12/14/2010 936 Ridgebrook Road, Sparks, MD 21152 Vice President Vice President Amy Lambert Jim Lofft 12/12/2017 12/10/2019 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 Vice President Robert Macoy 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Susan Miller 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Robert Murphy 12/16/2016 500 11th Avenue North, Suite 290, Nashville, TN 37203 Vice President Arch Noha 08/21/2018 921 Mercantile Drive, Suite H, Hanover MD 21076 Vice President George Perdikakis 05/26/2009 936 Ridgebrook Road, Sparks, MD 21152 Vice President Michael Perez 10/07/2014 801 Travis, Suite 2000, Houston, TX 77002 Vice President Joseph J. Pfeiffer, Jr. 12/15/2000 300 2nd Street North, Suite 350, La Crosse, WI 54601 Vice President Vice President Liz Phipps Randell Prescott 10/17/2016 12/10/2019 4505 Falls of Neuse Road, Suite 400, Raleigh, NC 27609 4041 Crescent Park Drive, Tampa, FL 33578 Vice President Kerry B. Rexroad 03/22/1996 936 Ridgebrook Road, Sparks, MD 21152 Vice President Adam Rickey 08/21/2018 936 Ridgebrook Road, Sparks, MD 21152 Vice President Randy Seaver 12/15/2020 2610 Rochester Road, Cranberry Township, PA 16066 Vice President James H. Shumaker 12/15/2000 936 Ridgebrook Road, Sparks, MD 21152 Vice President Andrew Smith 02/06/2018 936 Ridgebrook Road, Sparks, MD 21152 Vice President Vice President Scott Stockburger Jeff Tirshman 10/17/2016 12/10/2019 5021 Lakawana Street, Suite 501, Dallas, TX 75247 936 Ridgebrook Road, Sparks, MD 21152 Vice President Mary C. Wiedorfer 12/17/2013 122 C Street, NW, Suite 500, Washington, DC 20001 Vice President Timothy Wolfe 02/08/2005 936 Ridgebrook Road, Sparks, MD 21152 Vice President Khalil Zaied 02/06/2018 936 Ridgebrook Road, Sparks, MD 21152 Senior Associate & Assistant Secretary Bruce Reed 02/07/2019 6500 North Andrews Avenue, Fort Lauderdale, FL 33309 Director Kenneth H. Trout** 03/02/1999 936 Ridgebrook Road, Sparks, MD 21152 Director Director Director William Jews** Barnie Beasley** Courtney Beamon** 12/15/2009 12/10/2019 12/10/2019 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 ** Member of the Board of Directors State of Incorporation: Delaware FEIN #52-1604386 Date of Incorporation: 12/15/88 Revised 12/16/2020 Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Qualifications Questionnaire Please see our submitted questionnaire. Public/Private Clients KCI routinely has thousands of public/private clients for which we are providing services at any given time. Below are some of those clients for which we have provided services in the past three years. Municipal Clients ⊲City of Doral ⊲Coral Bay Community Development District ⊲Turtle Run Community Development District ⊲City of Sunrise ⊲City of Fort Lauderdale ⊲City of Lauderhill ⊲City of Port St. Lucie ⊲City of Parkland ⊲City of Miami ⊲Miami-Dade County ⊲City of Oakland Park ⊲City of Boca Raton ⊲FDOT Districts 1, 2, 4, 6, and 7 ⊲City of Marathon ⊲City of Key West ⊲City of Lauderdale Lakes ⊲City of Coconut Creek ⊲Monroe County ⊲City of Riviera Beach ⊲Town of Miami Lakes ⊲Town of Palm Beach Gardens ⊲City of Aventura ⊲City of North Lauderdale ⊲Town of Bay Harbor Islands City of Coral Springs ⊲City of Miramar ⊲City of North Miami ⊲City of Miami Gardens ⊲City of Boynton Beach ⊲City of Delray Beach ⊲Village of Key Biscayne ⊲Broward County School Board ⊲School Board of Palm Beach County ⊲South Florida Water Management District ⊲Florida’s Turnpike Enterprise Relevant Licenses On the following pages, we present our relevant licenses for the State of Florida. Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S State of Florida Department of State I certify from the records of this office that KCI TECHNOLOGIES, INC.is a Delaware corporation authorized to transact business in the State of Florida, qualified on April 19, 1989. The document number of this corporation is P23975. I further certify that said corporation has paid all fees due this office through December 31, 2020,that its most recent annual report/uniform business report was filed on May 11, 2020,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Eleventh day of May, 2020 Tracking Number: 0664604721CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES KCI TECHNOLOGIES, INC. Do not alter this document in any form. 4041 CRESCENT PARK DRIVE LICENSE NUMBER: CA4898 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. RIVERVIEW FL 33578 Always verify licenses online at MyFloridaLicense.com Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES KCI TECHNOLOGIES INC Do not alter this document in any form. 936 RIDGEBROOK ROAD LICENSE NUMBER: LC26000634 EXPIRATION DATE: NOVEMBER 30, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. SPARKS MD 21152 Always verify licenses online at MyFloridaLicense.com Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Available Facilities Work for this project will be led from our Miami, FL office, located at: 5835 Blue Lagoon Drive, Suite 303, Miami, FL 33126 Additional support will come from our Fort Lauderdale office, as well as our Tampa office. Technological Capabilities and Other Available Resources LiDAR Technology Developed in the military, a new technology called LiDAR (Light Detection and Ranging) has now become the “go-to” method to collect geospatial data. LiDAR is a pulse firing at up 500,000 points per second from powerful lasers mounted in aircraft. Continuing to improve over time, these systems are still one of the best ways to collect high-quality geospatial data. This method also requires ground control, but fewer targets than traditional aerial mapping systems need. With these systems, the density of the data collection is far superior. Mobile LiDAR KCI owns and operates a state-of-the-art RIEGL VMX-2HA mobile LiDAR 3D laser scanner. The scanner is comprised of two RIEGL VUX-1HA High Accuracy LiDAR sensors and a high-performance INS/GNSS unit. A camera system to complement LiDAR data with precisely georeferenced images employs up to nine cameras, which can be independently positioned to focus on the most important areas to capture. Additionally, a FLIR Ladybug 5+ panorama camera captures spherical photography at the same time, so that any area of the project can be viewed remotely from the office. Terrestrial LiDAR KCI currently has five terrestrial LiDAR systems. These use the same type of laser LiDAR collection as the mobile unit, but the system is typically mounted on a tripod. It allows us to go into highly-dense areas and map precisely. A typical use of this technology would be mapping significant intersections for engineering purposes. We can map in a few hours while traditional surveyors may take several days. Drones - Unmanned Aircraft Systems Deployment of unmanned aircraft systems (UAS) or drones can offer efficient, safe and highly accurate methods for collecting visual, remote sensing and survey data. KCI maintains a fleet of the latest drone and camera systems that allows our team to safely capture video, high resolution photography and survey-grade data for large sites in a fraction of the time that it would take using conventional methods. Drones for Survey Using drones for land surveying is a relativity new technique but the science behind it is as old as surveying itself. Using photogrammetry to extract 3D linework is nothing new; the main change is the equipment that is used. In the past, surveyors would have to contract out a full-sized fixed wing aircraft or a helicopter to collect the data, but now can use a smaller UAS for rapid deployment. This now allows for the use of technology in areas that were previously too remote and/or costly. Subsurface Utility Engineering (SUE) KCI’s SUE division delivers quality, accurate mapping of existing underground utilities to avoid costly utility conflict or construction delays caused by unknown or misrepresented utilities. Led by SUE professionals and supported by engineers, designers, inspectors, and surveyors, KCI’s SUE division finds practical, cost-effective solutions to project challenges in the rapidly advancing and sometimes volatile utilities environment. KCI has been successful in reading markets and honing experience to help clients take advantage of new technologies. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TASK MANAGER Joe Gómez, PE, F.FES CONSTRUCTION ENGINEERING AND INSPECTION (CEI) & CONSTRUCTION/PROJECT MANAGEMENT CONTRACT MANAGER Joe Gómez, PE, F.FES LANDSCAPE ARCHITECTURE CIVIL ENGINEERING TASK MANAGER Robert Zuccaro, PE, ENV SP SURVEYING AND MAPPING TEAM Benjamin Hoyle, PSM Aleksandr Bridwell Sina Nejad SIX SURVEY CREWS TASK MANAGER Kirk Hoosac, RLA LANDSCAPE ARCHITECTURE TEAM Chris Miller RLA, ISA, SITES AP, FNGLA, IA Todd Mohler, RLA, ISA, IA Marisol Ortega ISA, LIAF Geoffrey Campbell, RLA CEI Team Jorge Ortiz, PE Ramon Llana, EI Carl Cadet Paul DiPaola Hector Laguna Erick Colón CIVIL TEAM Nick Leone, PE Jonathan Geiger, EIT Byron Reynolds, EIT Yaritza Davila PROJECT MANAGER Robert Zuccaro, PE, ENV SP Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JOE GÓMEZ, PE, F.FES CONTRACT MANAGER | CM/CEI TASK MANAGER | CONSTRUCTION/PROJECT MANAGEMENT TASK MANAGER Education BS / Civil Engineering / Florida International University AA / Pre-Engineering / Miami-Dade College Registrations/Certifications PE / FL / 35526 Years Experience Total: 43; with KCI: 4 Professional References Clark Briggs Monroe County Department of Public Works (305) 295-4329 Carlos Arroyo, CFM City of Doral (305) 593-6740 Douglas Armstrong, PWD Town of Bay Harbor Islands (305) 866-4863 ext. 111 Mr. Gómez has 43 years of diverse civil engineering, transportation planning, and design, as well as CEI and construction management experience. He has managed and directed large-scale transportation studies including major multilevel interchanges, arterial corridors and bridge replacements. Mr. Gómez holds a bachelor’s degree in civil engineering from FIU. Card Sound Road Toll Plaza Replacement Design-Build On Call Professional Engineering Services, Monroe County, FL. Senior Project Engineer / Project Manager. The project consisted of the $18 million conversion of the cash toll plaza to the SunPass cashless electronic system. Services included serving as owner’s representative during the design phase and CEI services during construction. Project elements included demolition of existing toll plaza in two phases, pavement reconstruction (flexible and rigid), new drainage, toll gantry and electronic equipment. NW 52nd Street/NW 102nd Avenue CEI Services, Doral, FL. Project Manager. Mr. Gómez provided construction, engineering and inspection (CEI) services for this $3.0 million project for the City of Doral. The project, a Local Agency Program (LAP) off-highway system, includes the construction of a new French drain system, upgraded pedestrian improvements including Americans with Disabilities/Accessibility (ADA) detectable warning devices, pedestrian signal heads and solar powered rectangular rapid flashing beacons for added safety at crosswalks, milling and resurfacing and new bicycle lanes NE 13th Street CEI Services, Fort Lauderdale, FL. Project Manager. The project entailed reconstruction of NE 13th Street from NE 8th Avenue to the Florida East Coast (FEC) Railroad (R/R). It included adding bike lanes, removal of existing traffic signal and construction and new roundabout, bio-swales and new street lighting. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. QA Officer. KCI provided CEI services for this $3.8-million project for FDOT District 1 (D1). This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, new sidewalk and closed flume inlets within the one-mile corridor. This project also added storage to existing turn lanes and is converting the existing swale median to a crowned median in preparation for future landscaping. Mr. Gómez was responsible for all QA audits per contract requirements. NCL Terminal B New Construction, Miami, FL. Senior Project Engineer / Project Manager. Mr. Gómez was responsible for this global Norwegian Cruise Lines (NCL) Holdings project to perform all CEI services for drainage, water, sewer, electrical duct bank and paving infrastructure for new $120M state-of-the-art passenger terminal, replacing the obsolete existing Terminal B. Responsible for all CEI inspections, inspection staff and performance of daily work reports (DWR) Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ROBERT ZUCCARO, PE, ENV SP PROJECT MANAGER/DRAINAGE DESIGN & CIVIL ENGINEERING Education BS / Civil Engineering / Clarkson University Registrations/Certifications PE / FL / 17931 ENV SP / 17931 NPDES Qualified Stormwater Management Inspector / 7089 Years Experience Total: 36; with KCI: 5 Professional References Pablo Gomez City of Miami Beach (305) 673-7260 Daniel Fisher City of Fort Lauderdale (954) 828-5850 Mike Dyko City of Boca Raton (561) 416-3413 Mr. Zuccaro has 36 years of experience on a wide range of successful engineering projects by providing planning, design, permitting, construction phase services and final certifications. His experience is in land development, transportation and environmental projects. Mr. Zuccaro has been a project manager for a wide range of governmental and private sector clients. He has supervised the design, planning, platting, surveying, permitting, specifications, contract administration, construction observation, record drawings, final certifications for medical facilities, airports, roadways, water and sewer systems, lift and pump stations, sewage treatment plants and marinas. Turtle Run Civil Engineering, Coral Springs, FL. Project Manager. Mr. Zuccaro is the current project manager while KCI has served as District Engineer for the Turtle Run Community Development District (TRCDD) for more than 25 years. In the capacity of District Engineer, KCI attends all Board Meeting and coordinates closely with the District management team, Board Members and Council on a variety of projects within the district. KCI reviews engineering permit plans submitted for compliance with District Criteria and best engineering practices and techniques. In addition, KCI has also provided surveying, design, permitting, bidding and negotiation, construction management, and inspection services for various district projects. Hillsboro El Rio Park, Boca Raton, FL. Engineer of Record. Mr. Zuccaro was the engineer of record for the civil design improvements and permitting associated with the new park to be constructed on an old landfill site to include sports courts, playground and picnic areas, pavilions and restrooms, and visitor parking. Due to the site’s historical and past uses as a landfill, redevelopment required stormwater permitting through FDEP. ICPR Version 4 was used to model the Master Drainage System. Stormwater permitting submittals through FDEP were required and coordination with ACOE for wetland determination. Madeleine Village Apartments, Miami Beach, FL. Project Manager. Work included a boundary and topographic survey, roof replacement, interior sidewalk replacements, landscaping improvements, interior architectural upgrades (performed by KCI sub-consultant Tamara Peacock Architects, Inc.). Civil work included designing a stormwater system due to sheet flow restrictions produced by new elevated seawall. Work also entailed permitting, bidding services, construction phase services, and final certification. Lake Ridge Sunrise Boulevard (US 1) Water Main Improvements, City of Fort Lauderdale, FL. Project Manager. This project included nderground utility (water main) replacement of 4,200 LF of new eight-inch water main for the City of Ft. Lauderdale, Florida. in the center of the westbound lane. KCI fast-tracked the design and permitting to enable the contract to be added to the FDOT milling and resurfacing contract, pending no impact on the FDOT contract amount and completion schedule. Project required expeditious contract negotiations with the FDOT contractor and coordination with the City Manager to place the approval on the City Commission Agenda, otherwise the project would be delayed. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S KIRK HOOSAC, RLA LANDSCAPE ARCHITECTURE TASK MANAGER Education BLA / Landscape Architecture / University of Florida Registrations/Certifications RLA / FL / 6667091 Years Experience Total: 16; with KCI: 13 As the previous FDOT District Landscape Architect in District 6, Mr. Hoosac offers a wide range of experience in all phases of landscape architecture including plan development, concept generation, cost estimating, site inventory, site and master planning, landscape and irrigation design, project specifications, construction observation, landscape inspection and quality control. He has participated in a variety of project types including planning and design for transportation, commercial, residential and municipal projects. Mr. Hoosac is confident and skilled in performing his responsibilities, from dynamic presentations to disciplined project management, and he brings a positive and proactive approach to his projects. Totor Art Plaza, City of North Miami Beach, FL. Project Manager. Mr. Hoosac was the project manager for this high-profile pocket-park located in the City of North Miami Beach. His duties were oversighting the field work, urban and landscape design, conceptual plan production, and photorealistic renderings. Additionally, he consulted and coordinated directly with the Assistant City Manager, providing design expertise for City Hall improvements. Prospect Road from Commercial Boulevard to SR 811/North Dixie Highway, Broward County, FL. Landscape Project Manager. This urban project included minor widening and lane narrowing to incorporate bike lanes along this four-lane divided highway. A tree inventory was conducted, and a tree disposition was created with detail for root and canopy pruning. An irrigation sleeving plan was also included for a future beautification project on the six-lane section. Rolling Oaks and Bunche Parks, City of Miami Gardens, FL. Project Manager. Mr. Hoosac served as a designer for this master planning and grant assistance for City of Miami Gardens parks, including a nature trail, recreation center, maintenance buildings, pavilions, press boxes, a concession/restroom facility, soccer/football fields, tennis courts, a par course, volleyball courts, an aquatic play structure, lighting, signage, parking, and playgrounds. Doral Boulevard Median Landscape Improvements (HEFT to NW 97 Avenue), Doral, FL. Project Manager. Mr. Hoosac oversaw the landscape quality control, construction documents, and tree relocation/tree disposition plans for the median landscape and irrigation design, with post-design services and landscape CEI. SR 7 Landscape Beautification Grant, Coconut Creek, FL. Project Manager. This was a Highway Beautification Grant project located in the City of Coconut Creek along US 441 from Cullum Road to Sawgrass Expressway. The project included tree inventory and evaluation, landscape, irrigation and hardscape design. NE 2nd Avenue from 64th Street to 84 Street, Miami-Dade County, FL. Project Manager. Mr. Hoosac provided community outreach, site evaluation, tree assessments, landscape design, project construction management and inspection, tree selection and grading for this design-build project. This streetscape renovation project included widened sidewalks, bike lanes, on street parking and street trees. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S CHRIS MILLER, RLA, ISA, SITES AP, FNGLA, IA LANDSCAPE ARCHITECTURE TEAM Education BLA Studies / University of Florida Registrations/Certifications RLA / FL / 666970 FDEP Stormwater Inspector FDOT Illicit discharge training SITES Accredited Professional FDOT/MOT Intermediate FDOT Specifications Training FNGLA Certified Water Star Irrigation Professional ISA Tree Risk Assessor UF/IFAS, Landscape Palm Management Florida Master Naturalist GREEN Advantage Certified Practitioner IA Certified Irrigation Designer LEED Accredited Professional LIAF Certified Landscape Inspector FNGLA Certified Landscape Contractor IA Certified Golf Irrigation Auditor FNGLA Certified Horticultural Professional IA Certified Irrigation Contractor ISA Certified Arborist Years Experience Total: 26; with KCI: 22 Mr. Miller is a highly qualified landscape architect with a keen interest in the Green Industry. His broad range of experience includes all phases of the design process from site analysis, concept generation and project planning to landscape, irrigation and amenity designs. He also has experience in final implementation. He is known for his innovative design solutions and immaculate attention to design details, construction specifications, plan reviews, and hands-on construction inspection. Combined with the ability to recognize and solve the complex requirements of project integration, Mr. Miller’s expertise includes a thorough understanding of Florida’s ecosystems and critical water conservation principles. These strengths are complemented by his skill in photography and compelling presentations. His extensive array of project experience includes planning, design, and construction inspection of commercial developments, parks, municipal centers, streetscapes, and FDOT roadway beautification projects. Mr. Miller currently holds 15 green industry certifications. Coral Way Tree Preservation Project, Miami, FL. Project Manager. The Coral Way Tree Preservation Project was a unique effort that led to the preservation of over 150 historic Banyan trees (Ficus benghalensis). These Ficus trees, some as large as 22 feet in diameter and 100 feet in crown spread, are located in the public median of Coral Way. This roadway is a designated state historic highway located in the City of Miami, Miami-Dade County. The project was a collaboration of public and private entities and was spearheaded by KCI. This project is noteworthy for the historic element of both the trees and the site, and for the negotiation of multiple objectives, which at times were competing. The Banyan trees were protected during every aspect of roadway improvements and pedestrian safety upgrades, and were crown cleaned and pruned for vertical clearance. The end result is a safer roadway and the preservation of beautiful Banyan trees that continue to make a significant contribution to the urban forest and cultural context of Coral Way. Mr. Miller performed an award-winning tree risk assessment and analysis along historic Coray Way in Miami to make recommendations for the preservation of the historic trees along this scenic highway. Middle River Terrace - Old Dixie Highway, Fort Lauderdale, FL. Landscape Architect. This project was an off system, 0.9-mile, bicycle and pedestrian project in the community of Middle River in the City of Fort Lauderdale. The project included reducing the travel lanes to accommodate bicycle lanes along both sides of the Old Dixie Highway, creating a continuous five-foot-wide sidewalk on each side of the corridor, adding raised table intersections with crosswalks for increased pedestrian safety, adding a mini roundabout, pedestrian lighting, and improving drainage along the corridor by adding bioswales. Mr. Miller was part of the landscape architecture team for this greenway bioswale project, including room for bicycles and pedestrians, landscape and lighting plans and signage and custom sidewalk details to protect existing trees. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TODD MOHLER, RLA, ISA, IA LANDSCAPE ARCHITECTURE TEAM Education BLA / Landscape Architecture / Clemson University Registrations/Certifications RLA / FL / LA0001594 ISA Arborist CLIA - Irrigation Years Experience Total: 15; with KCI: 5 Mr. Mohler is a skilled Registered Landscape Architect (RLA) with a depth of knowledge developed through 19 years of professional experience. His project portfolio ranges broadly between public agency and private development. He has specific project experience in parks, streetscapes, hospitality, PUDs, and commercial development. Professional services on projects frequently include initial data collection and observation, site analysis, concept and design development, and complete site, landscape, and irrigation design including construction oversight and inspection services. Most recently he has been designing, testing, inspecting and managing centrally controlled irrigation systems. These services are focused on water conservation and horticultural services aimed squarely at sustainability of built landscapes. His thorough understanding of water, soils, and plants within the built environment afforded a decade long successful consulting career in the private sector including irrigation water management through advanced technologies like soil moisture sensing, weather stations, and computerized central control systems. Mr. Mohler has presented regularly at State ASLA conventions as well as similar Texas ASLA conventions on the subject of water conservation. Doral Boulevard (NW 41st Street), Doral, FL. Landscape Architect. Analysis of existing landscape materials, landscape and irrigation design for the beautification of a commercial corridor. FDOT standards on a County facility. Hillsboro El Rio Park, City of Boca Raton, FL. Landscape Architect. Mr. Mohler directed the design of a 17-acre park developed on top of an abandoned landfill, including play features, sports courts, shade structures, passive recreation areas, and a non-motorized boat launch. Additionally, Mr. Mohler developed and produced the landscape and irrigation designs. Tree Inventory and Evaluation, Port St. Lucie, FL. Landscape Architect. Performed tree inventory and evaluation of nearly 20,000 trees including GIS data collection and integration of the work into the City’s existing Tree GIS workstation. LeJeune Road, Miami-Dade County, FL. Landscape Architect. This very high profile 22-acre roadway project serves as the gateway to Miami International Airport. The design elements included hardscape, landscape, irrigation and lighting design, specifications, construction inspection and project management. I-95 through Miami-Dade Count y, FL. Landscape Architect. An 11-mile multi-year landscape project for the I-95 corridor through Miami-Dade County, to improve the aesthetic character of the corridor, reduce maintenance, enhance interchanges and mitigate the sound wall using 12,000 trees and 186,000 shrubs, 80% of which are Florida native species. Services spanned from design through installation inspection. Lyons Road, Coconut Creek, FL. Landscape Architect. This project included roadway beautification, landscaping, and irrigation. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S MARISOL ORTEGA, ISA, LIAF LANDSCAPE ARCHITECTURE TEAM Education Business Management / Florida International University Registrations/Certifications ISA / FL / 741A LIAF / FL / 2005-0380 Years Experience Total: 23; with KCI: 14 Ms. Ortega lends more than 23 years of experience as a designer, project manager, arborist and specialized inspector to the Landscape Architecture Division. Her background spans all aspects of the Green Industry, from pre-construction site survey and analysis, overall project design, construction management, to post development inspection and reporting for residential, commercial and municipal projects. She has worked with numerous community and city officials as well as developers to provide project landscape design and contract management as well as oversite for the installation and maintenance of city monuments, parks, roadways, commercial centers and housing developments. She has also provided post storm hazard assessment, environmental mitigation observation and reporting for wetland and coastal environments. Today, she thoroughly evaluates project sites, provides landscape and irrigation design, and effectively coordinates with clients, firms, officials and providers throughout the production process and project construction. Immokalee Casino Expansion, Seminole Tribe of Florida. Landscape Designer. Ms. Ortega’s design assistance responsibilities included site plan, water services and fire lines, sanitary sewer including an onsite lift station and upgrading an offsite lift station, paving, grading, and drainage, and pavement marking and signage. General Planning Services, Town of Cutler Bay, FL. Landscape Designer. KCI updated the Town of Cutler Bay’s Land Development Regulations Architecture Form and Standards and Landscaping and Tree Preservation sections. Updates included a full rewrite to streamline the architectural standards. KCI identified areas to be amended and clarified. KCI also conducted workshops with the Town Council to review the existing Architecture Form and Standards and to conduct a visual preference survey. Ms. Ortega provided landscape plan reviews for this project. General Planning Services, Village of North Palm Beach, FL. Landscape Designer. KCI is providing in-house planning division assistance to the Village of North Palm Beach as a supplement to staff. Tasks include preparation of staff reports for Planning Commission and Village Council, responding to resident and business owner inquiries, and reviewing business tax receipts and building permit applications. KCI staff is responsible for the Village’s annual update of its State of Florida’s NPDES annual report and has conducted a land development code analysis related to drainage and stormwater management. Additionally, KCI recently drafted several code updates for the Village, including a residential fence code update with Village of North Palm Beach specific graphics, a major update to the seawall and marine structures ordinance, which included modifications to dimensional requirements for marine structures, modifications to the minimum required elevation of seawalls to address an increased peril of flood from sea-level rise, and aesthetic compatibility requirements for adjacent property at lower elevations. Ms. Ortega provided landscape plan review for this project. Village of Key Biscayne Continuing Architectural & Engineering Services GEOFFREY CAMPBELL, RLA, LEED AP BD+C LANDSCAPE ARCHITECTURE TEAM Education BS / Civil Engineering / Polytechnic University of Puerto Rico AutoCAD Degree / Instituto De Banca Y Comercio PR Registrations/Certifications RLA / FL / LA6667219 LEED Accredited Professional / 10217830 Years Experience Total: 12; with KCI: 1 Mr. Campbell began his landscape architectural career in 2008. With a strong technical background and proactive multi-disciplinary approach to his projects, Mr. Campbell places an emphasis on sustainable design and current construction practices in his designs. From his experience as an in-house FDOT consultant managing multiple projects, Geoff brings a wealth of knowledge in project management, plans production, quality control, design details and specification development. He is an ISA Certified Arborist and LEED-Accredited Professional and has an in-depth understanding of design requirements from site analysis through constructability, installation requirements, and establishment inspections. In addition to his FDOT landscape architecture projects, Mr. Campbell has developed plans for streetscapes, parks, residential developments, and commercial sites. FDOT District 4 In-House Landscape Architecture Consultant, Broward County, FL. Landscape Architecture Consultant. Assisted with all in-house landscape architectural tasks, as determined by the district landscape architect, including five-year landscape program projections, concept and scope development for District Four landscape projects, plan review for all production projects, landscape permit plan review and coordination, in-house landscape project design, FDOT specification review and task team participation, site inspections for various landscape projects, ODA coordination for violation notices and vegetation removal permits, maintenance agreement reviews and documentation, and development of the District Four wildflower initiative. Lauderdale Lakes Mobility Project, Broward County, FL. Landscape Architect. This MPO project aimed to reduce the amount of mid-block crossings at the SR 7/SR 816 (Oakland Park Boulevard) intersection. This project was amongst the first District 4 project to utilize a steel-looped pedestrian barrier in the median, and Mr. Campbell occupied the role as the lead landscape architect. Landscape architectural services included hardscape design to repair the brick pavers in the median as well as landscape and irrigation design to improve the aesthetics of the barrier and tree relocations and tree disposition services. SR 9/I-95 Spanish River Interchange Design-Build, Miami-Dade, FL. Landscape Architect. This design-build project consists of the construction of a new interchange along I-95. The scope of the project has evolved and now includes drainage accommodations for the ultimate widening of I-95. Included within the RFP is a landscape component with an estimated budget of over $1M. Cotleur & Hearing served as the RFP landscape architect, which was tasked with conceptual design development, developing RFP landscape criteria and to assist with the review of the design plans. Mr. Campbell specifically assisted with field analysis tasks to salvage existing vegetation and plan review. I-375 Terrace Walls, Pinellas County FL. Landscape Architect. A downtown stand- alone landscape project on I-375 just before merging with I-275 includes terrace walls and coordination with the City of St. Petersburg. The terrace walls were scalloped to give continuity for the other terrace wall project being designed less than a mile away. P E R S O N N E L Q U A L I F I C A T I O N S 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 Contact Information What is the name of the individual submitting this Proposal on behalf of your firm? 1.1.2 What is this person's title? 1 1 3 Please provide a contact telephone number: 1 1 4 Please provide a contact email address: Joe Gomez, PE Construction Management/CEI Practice Leader Company Profile r 1 2 1 How many years has your company been in business under its current name and ownership? (954) 776-1616 joe.gomezt5tkci.com 33 years 1 2 2 How many years has your company provided services consistent with those 33 years requested in this RFQ? 1 2 3 What is your company's primary business? Architectural/Engineering 1 2 4 Type of Company: Corporation 1 2.5 Federal Employer Identification Number (FEIN): 52-1604386 1 1 Date registered to conduct business in Florida: 4/19/1989 1 2 7 Primary Office Location: Sparks, MD 1 2 8 Local Office Location (If same as primary, please indicate so): Fort Lauderdale, FL 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: Yes 1,700 owtrei'ship 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) See Comment No KCI is a 100% employee -owned private company, no one individual owns more than two percent of shares Signing Authority 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 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) Contract Information Identify the five (5) most recent contracts in which your company has provided 1 5 1 services to other public entities Include the entity's name and a contact person. See Comment See Comment Please see attached Officers and Director's list All individuals on that list are authorized to sign on behalf of the company for any amount, with the exception of Brt ce Reed, who is authorized to sign on behalf of the company up to 5100,000 KCI routinely works on hundreds of projects for public entities at any given time. Please see our individual qualifications for examples in each category nsurance 1 6 1 Insurance Carrier Name: 1 6.2 Insurance Cartier Address: 1 6 3 Provide the number of insurance claims paid out in the last five years: 1.6.4 Provide the total value of insurance claims paid out in the last five years: 1 6 5 Provide insurance representative contact name, telephone, and email address: 1 6.6 Please provide employer modification rating ("EMR") If no EMR, please explain: Lyons Insurance Agency, Inc CBIZ Insurance Services, Inc One Righter Pkwy., Ste. 110, Wilmington, CT 19803 9755 Patuxent Woods Dr, Ste 200, Columbia, MD 21046 15 claims $550,000 Lyons Insurance Agency, Inc.: Maureen Martin, mmartin@lyonsinsurance com (302) 472-1914 CBIZ Insurance Services, Inc : Letha Lombardi, certrequest©cbiz com, (443) 259-3237 98 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 (Le. 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 Proposer's 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." Onestlon Response Comment CI nt Reference 1 2.1.1 Name of Client Organization: 21.2 Contact Person Name: 2.1.3 Contact Person Title: 2,1.4 Contact Department: 2.1.5 Contact Telephone. 2.1.6 Contact Email: 2.1.7 Contract Start Date: 2:1,8 Contract End Date - 2.1,9 Contract Value: 2.1 10 Is the Contract still active? 2.1 11 Scope of Work (Provide as much detail as possible): City of Boca Raton, FL Mike Dyko City Project Manager City of Boca Raton 561-416-3413 mdyko5myboca.us 6/1/2004 12/1/2018 $946,535 No See Comment Phase 1 1 , has been designed and permitted to include sports courts, playground and picnic areas, pavilions and restrooms, and visitor parking. Due to the site's historic and past uses as a landfill, redevelopment required extensive Geotechnical investigations to probe for unsuitable soil and a cooperative effort between Geotecnntoal, ChM. and Environment/. Client Reference 2 2.2.1 Name of Client Organization: 2.2.2 Contact Person Name: 2.2.3 Comm Person 15te 2.2.4 Contact Department: City of Parkland, FL Sowande Johnson. PE Assistant Crly Manager City of Partt1and, FL 22.8 Contract End Date: 2 2 5 Contact Telephone: 954-757-4144 2.2.6 Contact Ema/, sjohrreengatvetaarklan ar 2 2 7 Contract Start Date: 11/1/2016 11/1/2018 2 2 9 Contract Value: $111,040 2.2.10 Is the Contract still active? 2.2 11 Scope of Work (Provide as much detail as possible): Client .Reference 3 No See Comment The scope of work tor this protect involved re-anentatn9 three practice fields located in the Southeast comer of Terramar Park into two multi -use fields. Site improvements also included new walkways and a concrete pad for covered bleachers, providing new field lighting while salvaging existing structures when possible, demolishing the existing softball field and dugouts, and adjusting and upgrading the existing inigation to accommodate the proposed multi -use fields layout Remove existing playground areas, install rubberized surface, concrete header curb and newADA ptavground equipment. 2 3 1 Name of Client Organization: 2.3.2 Contact Person Name: 2 3 3 Contact Person Title: 2.3.4 Contact Department 2.3 5 Contact Telephone: 2,3.6 Contact Email: 2.3 7 Contract Start Date: 2 3.8 Contract End Date 2.3.9 Contract Value: 2 3.10 Is the Contract still active? 2 3.11 Scope of Work (Provide as much detail as possible): City of Miami, FL Jose Caldeira Project Manager City or Miami, FL 305-416-1290 icaldeiralaniamiaay. corn 1/1/2016 1/1/218 $76,000 No See Comment New Artificial Turf Field, Landscape, Paving, Grading and Drainage 33 Questions 100.00% Complete Question Set 3: Dispute Disclosure Question Set 3 Instructions Answer the questions herein with a Yes or No answer If you answer "Yes", to any of the questions, explain the context surrounding the dispute, the nature of the dispute, the outcome or status of the dispute, and the monetary amounts, delay, or contract extension involved in the comment If additional explanation is necessary, please upload a separate document with your response under the DD Attachment option You further acknowledge by submitting a response that all statements made in response to these questions are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of your response Question Response Comment Has your firm or any of its officers, received a reprimand of any nature or been 3 0 1 suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? Has your firm, or any member of your firm, been declared in default, assessed 3 0.2 liquidated damages, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? No No 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 Yes Please see attached litigation list related to the services your firrn provides in the regular course of business? Has your firm or any of its officers, been under investigation, charged, or 3 0.4 convicted by any law enforcement agency or public entity for violations of the law, other than traffic violations? 3 0 5 Has your firm, or any of its principals, failed to qualify as a responsible Proposer/Bidder on any solicitation in the past five (5) years? 3 0 6 Has your firm, or any of its principals, declared bankruptcy or reorganized under Chapter 11? No No No 6 Questions 100.00% Complete The comment must be left blank for this response The comment must be Left blank for this response The comment must be left blank for this response The comment must be left blank for this response The comment must be left blank for this response Question Set 4: Key Staff Question Set 4 Instructions Respondent shall answer the following questions for each proposed Key Staff member. Include as much relevant detail as possible for each individual. There are question sets for up to 10 Key Staff members, If your company does not intend on proposing 10 Key Staff members, please insert "N/A" into the Response column for question sets in excess of the team being proposed. Question Response Ca mment Con ctManager 4 1 1 What is the name of the individual that will serve as the Contract Manager ("CM")? 4.12 What is the CM's job title? 4.1.3 How many years of experience does the PM have? 4.1.4 How many years of program/project management experience does the PM have'? 4.1.5 How many years has the PM been employed with your company? 4 1 6 Please list any relevant licenses (including license number) and certifications the PM has: Does the CM have any concurrent commitments to other contracts during the 4.1.7 proposed term of the contract being awarded in this solicitation? If yes, please provide the client name,estimated commited hours, and the period of engagement (contract term). Joe Gomez, PE ConSbuction Managemenl/CEt Practice Leader 44 40 4 PE / FL/ 35526 Yes CM (not PM) CM (not PM) CM (not PM) CM (not PM) Town of Bay Harbor, 35 Hours, 12/31/2021 City of Sunny Isles Beach, 7 Hours, 12/31/2021 Project Manager 4.2 1 What is the name of the individual that will serve as the Program/Project Manager (VFW)? 4.2.2 What is the PM's job title? 4.2.3 How many years of experience does the PM have? 42.4 How many years of program/project management experience does the PM have? 42.5 How many years has the PM been employed with your company'? 4.3.6 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) Key Staff Member 1 4.3 1 Please provide this staff member's name: 4.3.2 Please provide this staff members job title: Robert Zuccaro, PE, ENV SP Senior Project Manager 37 37 6 PE / FL / 17931 ENV SP / 43122 No Kirk Hoosac, RLA Landscape Architecture Practice Leader The comment must be left blank for this response 4 3 3 What role will this staff member fill for this contract? 4.3:4 S this staff member employed by your company? If not, please provide the name of the employer. 4.3 5 How many years of experience does this staff member have? Landscape Architecture Task Manager Yes 17 4 3.6 How marry years has this staff member been with their current employer? 14 4 3 7 Please list any relevant licenses (including license number) and certifications RLA / FL / 1A6667091 this staff member has: Does the this staff member have any concurrent commitments to other 4.3.8 contracts during the proposed term of the contract being awarded in this solicitation? ff yes, please provide the client nave, estimated concreted hours, solicitation'? the period of engagement (contract tenth%. 4.4 .1 4.4.2 4.43 4.44 Please provide this staff members name: Please provide this staff members Job title: What role will this staff member fill for this contract? Is this staff member employed by your company? ff not, please provide the name of the employer. NrA N/A N/A WA 4.4.5 How many years of experience does this staff member have? N/A 4.4.6 How many years has this staff member been with their current employer? N/A 4 4 7 Please list any relevant licenses (including license number) and certifications N/A this staff member has: Does the this staff member have any concurrent cormmb,m,, a to other 4.4,8 contacts during the proposed tern of the contact being awarded in this solicitation? If yes, please provide the dient name, estimated commited hours. and the period of engagement (contract Fenn). Key Staff Member 3 451 Please provide this staff members name: 4.5.2 Please provide this staff members job title: 45 3 What role will this staff member fill for this contract? 4.5.4 Is this staff member employed by your company? If not please provide the name of the employer. 4 5.5 How many years of experience does this staff member have? N/A NrA N/A NIA WA NIA FDOT D6 D'ratrictwide Landscape Architecture FDOT D4 Districtwide Landscape Architecture 4 5.6 How many years has this staff member been with their current employer? N/A 4 5 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent comm8ments to other a.5.6 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). • 4 6 1 Please provide this staff members name: 4 62 Please provide this staff members job cute: 4 6 3 What role will this staff member fit for this contract? 4 6.4 Is thls staff member employed by your company? If not, please provide the nine of Ma employee NIA N/A N/A N/A WA N/A 4.6 5 How many years of experience does this staff member have? N/A 4.6.6 - I -low many years has trs staff member been with their current employer? N/A 4 6 7 Please list any relevant licenses (including license number) and certifications this staff member has Does the this staff member have any concurrent commitments to other 4.6.8 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 (crop tier.t term). N/A N/A The comment must be left thankfor this response Key Staff Member b 47.1 Please provide this staff member's name: 4.7.2 Please provide this staff members job title: N/A N/A. 4 7.3 What role will this staff member fill for this contract? N/A is this staff member employed by your company? If not, please provide the 4.7.4 name of the employer. N/A 47.5 How many years of experience does this staff member have? 4 7.6 How many years has this staff member been with their current employer? 4 7 7 Please list any relevant licenses (including license number) and certifications thhs staff member has N/A N/A N/A The comme -6 must be ten stank for Ors response The moment most b6 lett blank for this response The Comment rnanl t7C rem blank for Oa 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? t yes, please provide the client name, estatnated commlted hours, and the period of engagement (contract term). 4 8 1 Please provide this staff member's name: 4 82 Please provide this staff members job title: 4.8 3 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. 4 8.5 How many years of experience does this staff member have? 4.8.6 How many years has this staff member been with their current employer? 4 8 7 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concxrent commttnients to other 4.8.8 contracts during the proposed term of the contact being awarded in this soicitation? if yes, please provide the cient name, estimated commited hours, and the period of engagement (contract term). N/A 814 NIA N/A N/A 81A N/A N/A N/A The car, rm.hf must be left blank for this response The opt)) ]..wht mutt M rein blank for this response the comment must: be len btaTh Mr t10s response Kay Staff Member 7 4.91 Please provide this staff members name: 4 9 2 Please provide this staff members job bile: 4 9.3 What role will this staff member 811 for this contract? 4.9.4 is this staff member employed by your company? If not, please provide the name of the employer, 4 9.5 How many years of experience does this staff member have? 4.9.6 How many years has this staff member been with their current employer? 4 9 7 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitrnerhts to other 4.9.8 contracts during the proposed tens of the contract being awarded it this soidtation? ft yes.. please provide the client name, estimated co nmited hours, and theperiod of engagement (contract terra) N/A N/A N/A N/A 8/4 N/A N/A ey Staff Member 8 4 10 1 Please provide this staff member's name: NIA The comment must be Mt thank 80 the response the horrors -3y owit be left blarfk for tnis response 4.10.2 Please provide this staff member's job title: 4.10.3 What role will this staff member fill for this contract? 4.10.4 Is this staff member employed by your company? If not, please provide the name of the employer. 4 10 5 How many years of experience does this staff member have? 419.6 How many years has this staff member been with their current employer? 4.10 7 Please list any relevant licenses (including license number) and certifications this staff member has Does the this staff member have any concurrent commitments to other 4.1D.8 corttaa.b during the proposed tern of the contract being awarded in this solicitation? If yes, please provide the client flame, estimated commited hours, and the period of engagement (contract term). N/A N/A N/A N/A N/A N/A N/A Key Staff Member 9 4 11 1 Please provide this staff member's name: 4.11.2 Please provide this staff members job tine: 4.11 3 What role will this staff member fill for this contract? 4 11.4 Is this staff member employed by your company? If not, please provide the name of the employer. 4 11 5 How many years of experience does this staff member have? 4.11.6 How many years has this staff member been with their current employer? 4 11 Please list any relevant licenses (including license number) and certifications this staff member has: 4.11.8 Does the ties staff member have any concurrent commitments to other contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). N/A N/A N/A N/A N/A N/A N/A Kay Staff Illkwriber10 4.12 1 Please provide this staff members name: 4.122 Please provide this staff members job tine: 4.12 3 What role will this staff member fill for this contract? 4.12.4 Is this staff member employed by your company? If not, please provide the name of the employer. N/A N/A N/A NIA he commons must be left plank for this response The comment must be iett blank 10. this response The 001551551 must ba left blank for Itn reaporc5e The comrrrerl must be len blank for this response The common! MUSS Del ten Nana for 055 response 4.12 5 How many years of experience does this staff member have? N/A 4.12 6 How many years has this staff member been with their current employer? N/A 4 12 7 Please list any relevant licenses (including license number) and certifications N/A this staff member has: Does the this staff member have any concurrent commitments to other 412.8 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 trio common) must be left Click for this feSponse Question Set 5: Proposed Subcontractors Question Response Comment Subcontractor 1 5.1.1 Company Name of Subcontractor: 5 1 2 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 Subcontractors license number: Not Applcable Not Applicable Not Applicable Not Applicable Subcontractor 2 5.2.1 Company Name of Subcontractor: 522 Subcontractor Address: 5 2 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 2 4 Subcontractors license number. Not Applicable Not ApplIcable Not Applicable Not Applicable Subcontractor 3 5 3.1 Company Name of Subcontractor: 5.3.2 Subcontractor Address: 5..3.3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.3 4 Subcontractors license number Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 4 5.4 1 Company Name of Subcontractor: 5.42 Subcontractor Address: 5.4.3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment. 5.4.4 Subcontractor's license number. Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 5 5.5 .1 Company Name of Subcontractor: 5,5,2 Subcontractor Address: Not Applicable Not Applicable 5 5 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.5,4 Subcontractors license number: Subcontractor 6 5 6.1 Company Name of Subcontractor: 5 6.2 Subcontractor Address: 5.6 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 6.4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Subcorttrractnr 7 5 7 1 Company Name of Subcontractor: 5,7 2 Subcontractor Address: 5 7.3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.7.4 Subcontractors license number Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 8 5 8 1 Company Name of Subcontractor: 5.8.2 Subcontractor Address: 5 8 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment. 5.8 .4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable 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 Not Applicable No1 Applicable Not Applicable Not Applicable Subconttactor 10 5.10.1 Company Name of Subcontractor: 5.10 2 Subcontractor Address: Not Applicable Not Applicable 5 10 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 510.4 Subcontractor's license number. Not Applicable Not Applicable 40 Questions 100.00! Complete February 12, 2021 Village of Key Biscayne Village Hall Suite 220 88 West McIntyre Street Key Biscayne, FL 33149 RE: Response to Village of Key Biscayne RFQ No. 2021-08 – Continuing Architectural & Engineering Services Dear Selection Committee: Introduction to the KCI Team Founded in 1955, KCI Technologies, Inc. (KCI) is a 100-percent employee-owned engineering, consulting, and construction firm serving clients throughout the United States. Our over 1,700 employee-owners operate out of 54 offices in 19 states. Work will be executed from our Miami and Fort Lauderdale offices, with any specialty resource support that may be called upon from our network of offices to meet the needs of the Village of Key Biscayne (Village). KCI currently has eight offices providing professional services throughout the State of Florida, and has served more than 48 municipalities over the past 50 years. During this time, our team has provided similar services to municipalities and counties throughout south Florida. Our Commitment to the Village The KCI team is committed to providing the services outlined below: ⊲Civil Engineering ⊲Construction Engineering and Inspection ⊲Construction/Project Management ⊲Landscape Architecture While any consultant can say that it is qualified to deliver the requested services under a given contract, the KCI team is not only skilled, but has completed and delivered the same services to other municipality and government agencies in South and Central Florida, on-time and within-budget. Management Team to Efficiently Execute Work Orders We have assembled a team of highly-skilled and experienced professionals prepared to execute any projects that the Village has programmed or envisioned. This opportunity is very important to us. The work under this contract will be completed by our Miami office, and managed by Project Manager, Robert Zuccaro, PE, with contract management overseen by Joe Gómez, PE, F.FES. Mr. Zuccaro and his team have the entire firm’s support and full access to all corporate resources to properly address and complete every assignment and task requested by the Village. KCI is committed to providing superior quality services throughout the duration of this contract. Please feel free to contact me directly at (305) 477-7667 or at joe.gomez@kci.com if you have any questions. Sincerely, José (Joe) Gómez, PE, F.FES Contract Manager KCI Technologies, Inc. 5835 Blue Lagoon Drive Suite 303 Miami, FL 33126 (305) 477-7667 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE XL Specialty Insurance Co. 2/09/2021 CBIZ Insurance Services, Inc. 9755 Patuxent Woods Drive Suite 200 Columbia, MD 21046 Letha Lombardi 443-259-3237 certrequest@cbiz.com KCI Technologies, Inc. 5835 Blue Lagoon Drive, Suite 303 Miami, FL 33126 37885 A Professional Liability X DPR9970024 12/15/2020 12/15/2021 $10,000,000 each claim $15,000,000 aggregate $500,000 deductible RE: RFP #2021-08. Waiver of Subrogation applies to Professional Liability policy where applicable by law and as required and agreed to by contract or agreement. 30 days written notice of cancellation applies. Village of Key Biscayne Attn: Village Council Village Hall, Suite 220 88 West McIntyre Street Key Biscayne, FL 33149 1 of 1 #S2679040/M2619540 KCITECClient#: 42475 0PSD 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 2/9/2021 (302) 472-2914 19445 KCI Technologies, Inc. 5835 Blue Lagoon Drive Miami, FL 33126 16691 23841 A 1,000,000 X X GL 522-24-13 4/1/2020 4/1/2021 500,000 25,000 1,000,000 2,000,000 2,000,000 2,000,000A X X CA 448-95-82 4/1/2020 4/1/2021 25,000,000B X X TUU0202925-09 4/1/2020 4/1/2021 25,000,000 10,000 C X WC 012-01-6190 4/1/2020 4/1/2021 1,000,000 N 1,000,000 1,000,000 RE: Continuing Architectural & Engineering Services, RFP No. 2021-08 Village of Key Biscayne and Village Council are Additional Insured under the General Liability, Auto Liability and Umbrella Policy on a primary and non-contributory basis, where required by written contract. Waiver of Subrogation is granted where required by written contract and permitted by law. Umbrella coverage is following form. If coverage is canceled by the company, notice of cancellation will be provided at least 30 days in advance, subject to state specific statutes Village of Key Biscayne Village Council Village Hall, Suite 220, 88 West McIntyre Street Key Biscayne, FL 33149 KCITECH-01 MMA Lyons Insurance Agency, Inc. 501 Carr Road, Suite 301 Wilmington, DE 19809 Maureen Martin, AAI mmartin@lyonsinsurance.com National Union Fire Insurance Company of Pittsburgh, PA Great American Insurance Co. New Hampshire Insurance Company X X X X X X X X Village of Key Biscayne Continuing Architectural & Engineering Services W A R R A N T Y February 8, 2021 Village Hall Suite 220 88 West McIntyre Street Key Biscayne, FL 33149 RE: Response to Village of Key Biscayne RFQ No. 2021-08 – Continuing Architectural & Engineering Services | Warranty Dear Selection Committee: KCI is not insolvent, is not in bankruptcy proceedings or receivership, nor are we engaged in or threatened with any litigation or other legal or administrative proceedings or investigations of any kind that would have an adverse effect on our ability to perform our obligations under the Contract. Sincerely, Bryan R Lawson PE, CCM, LEED AP Senior Vice President The foregoing instrument was acknowledged before me by means of___ physical presence or____ online notarization this___ day of _______________ , 20___, by ______________ who is personally known to me or who has produced ____________ as identification and who did/did not take an oath. my hand and official seal, this___ day of _______________ , 20___. ____________________________________ My Commission expires:________________ (Signature of person taking acknowledgment) ____________________________________ Seal No:______________________ (Print Name of Officer taking acknowledgment) KCI Technologies, Inc. 5835 Blue Lagoon Drive Suite 303 Miami, FL 33126 (305) 477-7667 11/26/2021 162991Suzanne Eitler 8th February 21 Bryan Lawson 8th February 21 X Village of Key Biscayne Continuing Architectural & Engineering Services L I T I G A T I O N Below you will find our 5-year litigation history. None of the litigation presented below has any impact or effect on our ability to successfully complete the work for this project. January 2015 - ICG 16th Street Associates LLC Asserts Claim against KCI Technologies, Inc. – Project – 16th & I Street, NW – Alta Survey, Washington, DC Case No: 17-CV-1070 (CRC); Jurisdiction: US District Court, District of Columbia Status: Dismissed March 2018; A Notice to Appeal to The Federal Circuit Court was filed April 2018. Interest in mediation has been discussed. 5/19/19 – US Court of Appeals revised the granting of the Motion to Dismiss. Case will go back to court for discovery and trial, if not settled. Negotiation has been discussed. This is a property claim dispute in which ICG alleges that a neighboring property (owned by an affiliate of ICG) was encroaching onto their property by more than the original KCI prepared survey showed. ICG claims there was a defect caused by an error in the survey done by KCI. February 2015 – Barbara Long vs. Evans Daniels, City of Bethlehem, Commonwealth of Pennsylvania, Department of Transportation, et al., including KCI Technologies, Inc. and its’ Subcontractor, URS Corporation; Case No: C48-CV-2015-1754; Jurisdiction: Court of Common Pleas of Northampton County, Pennsylvania Status: Settled October 2017 This is a personal injury claim filed by pedestrian, Barbara Long, named Plaintiff. The injury occurred on March 1, 2013 in the evening whereby Barbara Long was walking within a marked, midblock crosswalk when she was struck by vehicle driven by defendant, Evans Daniels, a minor at the time. Ms. Long suffered a closed head injury and has not yet returned to work. KCI was the design consultant to the Pennsylvania Department of Transportation for the final design for widening of SR 412 and 3rd Street TSM between I-78 and SR 378 in the City of Bethlehem, Northampton County. KCI hired URS to prepare pavement marking and signage plans. October 2015 – Richard Hughes vs. The District of Columbia, et al, KCI Associates of the District of Columbia Case No: 2014 CA 005573 B; Jurisdiction: Superior Court, District of Columbia Status: Dismissed August 2018; The Court agreed with all of our arguments and ruled against Plaintiff on behalf of all defendants. This is a personal injury claim filed by Richard Hughes. Plaintiff claims personal injury occurred while he was making a right turn while riding his moped when it ran into gravel, sand and/or construction/repaving debris piled and strewn across the roadway, causing the moped to fall over. Accident occurred on 14th Street, NW in front of the JW Marriott Hotel. Accident occurred on June 3, 2013. May 2016 – Barbara Borst vs. The District of Columbia, WGL Holdings, Inc., Washington Gas Light Company, Fort Myer Construction Corporation, D.E.N. United General Construction, LLC and KCI Associates of District of Columbia, P.C. – KCI Client - District of Columbia Office of Procurement on behalf of DDOT; Case No: 2015 CA 003636 B; Jursidiction: Superior Court, District of Columbia Status: Dismissed June 2018 This is a personal injury case filed by Barbara Borst against KCI Associates of the District of Columbia (KCI) and several other defendant for injuries suffered on October 17, 2013 from an accident while walking on a sidewalk in the 200 block of F Street in the District of Columbia. She fell after stepping into a hole in the sidewalk surrounding a Washington Gas valve cover. This case was pending for quite some time prior to KCI being named as a Defendant. KCI’s work at the site of the Plaintiff’s fall occurred more than a year and a half prior to Plaintiff’s fall. May 2016 - SummitIG, LLC vs. PEI Engineering & Construction, LLC (PEI) and KCI Technologies, Inc. [KCI Tech named, but should be KCI Construction Services, LLC] (KCI) – Project – New Fiber Tie Waxpool Rd. - KCI Client: Lightower Fiber Networks Case No: 101283; Jurisdiction: Circuit Court for the County of Loudoun, Virginia Status: Closed September 2019 This is a property damage claim filed by SummitIG, a public service company providing telecommunications services throughout Virginia. PEI, a subcontractor to KCI, damaged SummitIG’s conduit and fiber while performing excavation services. PEI claims the plaintiff, SummitIG, is responsible for incorrectly marking SummitIG’s facilities location. Village of Key Biscayne Continuing Architectural & Engineering Services L I T I G A T I O N November 2016 – Sherry L. Willard, Administratrix of the Estate of Robert M. Volek, Deceased vs. Wells Fargo Bank N.A., 411 (Four) W Trenton LLC, Commonwealth of Pennsylvania, Department of Transportation, James J. Anderson Construction Company, Inc., KCI Technologies, Inc. and Adriana Mendoza; Case No: 161003199; Jurisdiction: Court of Common Pleas of Philadelphia County, Pennsylvania Status: Dismissed from lawsuit December 2017 – Not necessary for KCI to participate in any further depositions or activities in the case. This is a wrongful death claim from a traffic accident in the southbound lanes of 4000 Veterans Highway (PA Route 413), Levittown, Pennsylvania. The vehicle accident occurred on May 15, 2015 at approximately 3:00 p.m. and resulted in the death of the motorcycle operator, Robert M. Volek. KCI was the design consultant to the Pennsylvania Department of Transportation and provided design services for the roadway/intersection improvements for SR 413. Plaintiff claims Defendant Adriana Mendoza was allowed to make an illegal left hand turn into the travel lanes of SR 413 (and strike Robert M. Volek) due to the negligent design by KCI Technologies, Inc. April 2018 – Emily Wilkes Brosi Prevas and Thomas K. Prevas vs. Mayor and City Council of Baltimore and KCI Technologies, Inc.; Case No: 24C18004781OT; Jurisdiction: Baltimore City – Circuit Court, Maryland Status: Closed January 2, 2019. Court heard KCI’s Motion for Summary Judgment and granted it. KCI is out of the case. This is a personal injury claim as a result of an alleged test hole that was created in the street and the defendants failed to fill it and otherwise left the street in an unsafe condition which caused injury to Emily Prevas’ legs. July 2018 – The Helga R. Shay Revocable Trust, etc., PLTIF vs. March-Westin Company, Inc. ETC., et al DFTS, including KCI Technologies, Inc.; Case No: 18-C-64; Jurisdiction: Monongalia County, Circuit County, West Virginia Status: Settled August 2019 This is a property damage claim. WVU College Park project was a fast-paced multi-building student housing project. Retaining wall on site has slipped and caused impact to properties below the wall. KCI did not do the retaining wall design and was not the geotechnical engineer. KCI also did not approve the retaining wall shop drawings/calculations. December 2018 – Alexander D. Kunkel vs. KCI Technologies, Inc./Brian Leslie Watkins, PE/Pennsylvania Department of Transportation (PENNDOT), and Bridgestone Americas, Inc.; Case No: 000427; Jurisdiction: Court of Common Pleas Philadelphia County Status: Open This is a professional liability claim. Plaintiff was a passenger in a car with six other occupants and half of the passengers were not wearing seatbelts. The driver wrecked the vehicle which overturned and landed on the roof. The plaintiff received multiple injuries including permanent paralysis from the waist down. The accident occurred in a traffic work zone designed by KCI. The driver plead guilty to recklessly endangering another person in addition to other related offenses. KCI was a subconsultant to URS Corporation (now AECOM) for this project. December 2018 – Jesco, Inc. vs. KCI Technologies, Inc. Case No: C-08-CV-18-001151; Jurisdiction: Circuit Court for Charles County, Maryland Status: Open This is a professional liability claim. Jesco entered into an agreement to purchase a property with the intent of developing by constructing a two story commercial building, parking areas, and access roads. KCI performed limited geotechnical investigations for Jesco. Based on KCI’s findings, Jesco purchased the property. Jesco claims there are defects and faults in the report and that Jesco has incurred losses, costs and expenses as a result. February 2020 – Chasity Jackson & Chris Jackson, et al vs. Metropolitan Government of Nashville & Davidson County, Tennessee / KCI Technologies, Inc. / Stansell Electric Company; Case No: 19C-725; Jurisdiction: Circuit Court of Davidson County Twentieth Judicial District of Tennessee Status: Open This is a personal injury claim. Chasity Jackson was driving home from work and her car while passing through an intersection, ran over the edge of a concrete median that had been recently constructed. As a result of the collision, Chasity Jackson incurred personal injuries to herself and damage to her vehicle. Form AA  ADDENDUM ACKNOWLEDGEMENT FORM  Solicitation Title: ________________________   Solicitation No.:   ________________________   Listed below are the dates of issue for each Addendum received in connection with this Solicitation:  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 _________  Addendum No. ________, Dated _________  ☐No Addendum issued for this Solicitation Firm’s Name:     Authorized Representative’s Name:   Title:     Authorized Signature:    Continuing Architectural & Engineering Services 2021-08 1 1/27/2021 KCI Technologies, Inc. Bryan R Lawson PE, CCM, LEED AP Senior Vice President 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: ______________________________ KCI Technologies, Inc. Delaware 22 August 2019 Bryan Lawson Senior VP 8th February 21 Bayne Smith, PE, PTOE Nathan Beil, PE Form CD 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: FIRM NAME PRINCIPAL BUSINESS ADDRFESS TELEPHONE FACSIMILE EMAIL ADDRESS FEDERAL I.D. NO. MUNICIPAL BUSINESS TAX RECEIPT OR SOCIAL SECURITY NUMBER OR OCCUPATIONAL LICENSE NO. NAME TITLE AUTHORIZED SIGNATURE KCI Technologies, Inc. 5835 Blue Lagoon Drive, Suite 303, Miami, FL 33126 (305) 477-7663 Not Applicable bryan.lawson@kci.com 52-1604386 727585 Bryan R Lawson PE, CCM, LEED AP Senior Vice President Form SEA 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: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. •The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. •The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501- 553.513, Florida Statutes: •The Rehabilitation Act of 1973, 229 USC Section 794; •The Federal Transit Act, as amended 49 USC Section 1612; •The Fair Housing Act as amended 42 USC Section 3601-3631. __________ Proposer Initials Bryan R Lawson PE, CCM, LEED AP KCI Technologies, Inc. 5835 Blue Lagoon Drive, Suite 303, Miami, FL 33126 52-1604386 Form SEA Public Entity Crimes Affidavit I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1.A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) [ ] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, Form SEA partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph 1 above is for that public entity only and that this form is valid through December 31 of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. __________ Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. __________ Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the Village of Key Biscayne (the " Village”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no Village employee, nor any elected or appointed officer (including Village board members) of the Village, nor any spouse, parent or child of such employee or elected or appointed officer of the Village, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such Village employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest Form SEA in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by Village. Further, Proposer recognizes that with respect to this transaction or bid, if any Proposer violates or is a party to a violation of the ethics ordinances or rules of the Village, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to Village, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the bid or proposal is submitted and may be further disqualified from submitting any future bids or proposals for goods or services to Village. __________ Proposer Initials Anti-Collusion Affidavit 1.Proposer/Bidder has personal knowledge of the matters set forth in its Proposal/Bid and is fully informed respecting the preparation and contents of the attached Proposal/Bid and a ll 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. __________ Proposer Initials Scrutinized Company Certification 1.Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2.If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the Village may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false Form SEA certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3.The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. __________ Proposer Initials Acknowledgment, Warranty, and Acceptance 1.Consultant warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2.Consultant warrants that it has read, understands, and is willing to comply with all requirements of Soliciation No. __________ 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. __________ 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. __________ Proposer Initials Sworn Signature of Proposing Entity Representative and Notarization for all above Affidavits follows on the next page. 2021-08 Form SEA In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of ___________________ County of On this day of , 20 , before me the undersigned, personally appeared , whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Witness my hand and official seal: Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath Bruce Reed, RLA Randell Prescott, PE Bryan Lawson PE, CCM, LEED AP Senior Vice President Florida Miami-Dade 8th February 21 Bryan R Lawson PE, CCM, LEED AP X X Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S A L N A R R A T I V E Understanding of the Village’s Goals KCI understands that the Village wishes to enlist selected firms to provide a variety of continuing architectural and engineering services in order to further enhance the community that attracts more than a million tourists every year. Due to the small size of the village, there is a need to continually evolve and adjust to accommodate both visitors and residents alike. This requires having firms at-the-ready to address any issues and upgrades to Village systems, roadways, and public areas, in order to maintain the expectations of the public and local businesses. In addition, through KCI’s development of the Village’s Capital Improvements Program (CIP), we have an in- depth understanding of the Village’s needs and goals. We established a process the Village could utilize each year to manage your capital improvement projects. The KCI team guided establishment of the administrative structure to assist in the development of the program, and undertook the following tasks: set the mechanism for public input; developed the policy framework for the CIP to address the issues of the community’s financial viability, community development, levels of service standards, and other strategic goals; formulated evaluation criteria to determine capital spending levels and to guide capital project selection; prepared a public facilities capacity analysis to identify the capital improvements that should be constructed to meet current and future needs through the long-range planning timeframe; analyzed the status of previously approved projects to evaluate whether or not the projects were on schedule and on budget; assessed the financial capacity of the Village to undertake new capital projects; evaluated funding options; compiled, evaluated and ranked project requests; undertook financial programming over a five year and ten year timeframe; and worked closely with the community doing extensive public involvement workshops to prioritize desired physical improvement and programs. Expected Outcomes Successful delivery for any general service contract requires a team that has the expertise to address any project, meet all expectations and reach successful completion under any schedule needed, including multiple possible assignments at the same time. KCI has this expertise and is uniquely qualified to fulfill this contract. This staff has contributed to a wide-range of projects throughout the state of Florida – from mega-construction endeavors, valued at over $200M, to small culvert replacement, pavement rehabilitation, and bicycle/ pedestrian facility designs. Corporate History The history of KCI can be traced to a small firm operating out of the basement of the co-founder’s Baltimore County, Maryland, home in 1955. By its second year, Matz Childs and Associates took up residence in a proper facility, only to change locations several times over the next decade in a succession of moves that paralleled its growth. In 1969, the recently renamed MCA was purchased by industrial products conglomerate Walter Kidde & Company. Eight years later, Kidde merged MCA with three other architectural and engineering firms to create an engineering subsidiary that came to be known as Kidde Consultants Inc., or KCI. During the 1980s, KCI expanded throughout the Mid-Atlantic, opening new offices in Maryland, Delaware, Virginia and Pennsylvania. In August 1987, Hanson Trust PLC of Great Britain, a manufacturing company with diversified holdings worldwide, purchased Kidde, the parent company. Soon thereafter, KCI initiated an employee buyout from Hanson, which was completed in December 1988. KCI became Maryland’s largest employee-owned company. In 1991, the official name was changed to KCI Technologies Inc. In 2008, the corporate headquarters moved to its present location in Sparks, Maryland. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TASK MANAGER Joe Gómez, PE, F.FES CONSTRUCTION ENGINEERING AND INSPECTION (CEI) & CONSTRUCTION/PROJECT MANAGEMENT CONTRACT MANAGER Joe Gómez, PE, F.FES LANDSCAPE ARCHITECTURE CIVIL ENGINEERING TASK MANAGER Robert Zuccaro, PE, ENV SP SURVEYING AND MAPPING TEAM Benjamin Hoyle, PSM Aleksandr Bridwell Sina Nejad SIX SURVEY CREWS TASK MANAGER Kirk Hoosac, RLA LANDSCAPE ARCHITECTURE TEAM Chris Miller RLA, ISA, SITES AP, FNGLA, IA Todd Mohler, RLA, ISA, IA Marisol Ortega ISA, LIAF Geoffrey Campbell, RLA CEI Team Jorge Ortiz, PE Ramon Llana, EI Carl Cadet Paul DiPaola Hector Laguna Erick Colón CIVIL TEAM Nick Leone, PE Jonathan Geiger, EIT Byron Reynolds, EIT Yaritza Davila PROJECT MANAGER Robert Zuccaro, PE, ENV SP Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JOE GÓMEZ, PE, F.FES CONTRACT MANAGER | CM/CEI TASK MANAGER | CONSTRUCTION/PROJECT MANAGEMENT TASK MANAGER Education BS / Civil Engineering / Florida International University AA / Pre-Engineering / Miami-Dade College Registrations/Certifications PE / FL / 35526 Years Experience Total: 43; with KCI: 4 Professional References Clark Briggs Monroe County Department of Public Works (305) 295-4329 Carlos Arroyo, CFM City of Doral (305) 593-6740 Douglas Armstrong, PWD Town of Bay Harbor Islands (305) 866-4863 ext. 111 Mr. Gómez has 43 years of diverse civil engineering, transportation planning, and design, as well as CEI and construction management experience. He has managed and directed large-scale transportation studies including major multilevel interchanges, arterial corridors and bridge replacements. Mr. Gómez holds a bachelor’s degree in civil engineering from FIU. Card Sound Road Toll Plaza Replacement Design-Build On Call Professional Engineering Services, Monroe County, FL. Senior Project Engineer / Project Manager. The project consisted of the $18 million conversion of the cash toll plaza to the SunPass cashless electronic system. Services included serving as owner’s representative during the design phase and CEI services during construction. Project elements included demolition of existing toll plaza in two phases, pavement reconstruction (flexible and rigid), new drainage, toll gantry and electronic equipment. NW 52nd Street/NW 102nd Avenue CEI Services, Doral, FL. Project Manager. Mr. Gómez provided construction, engineering and inspection (CEI) services for this $3.0 million project for the City of Doral. The project, a Local Agency Program (LAP) off-highway system, includes the construction of a new French drain system, upgraded pedestrian improvements including Americans with Disabilities/Accessibility (ADA) detectable warning devices, pedestrian signal heads and solar powered rectangular rapid flashing beacons for added safety at crosswalks, milling and resurfacing and new bicycle lanes NE 13th Street CEI Services, Fort Lauderdale, FL. Project Manager. The project entailed reconstruction of NE 13th Street from NE 8th Avenue to the Florida East Coast (FEC) Railroad (R/R). It included adding bike lanes, removal of existing traffic signal and construction and new roundabout, bio-swales and new street lighting. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. QA Officer. KCI provided CEI services for this $3.8-million project for FDOT District 1 (D1). This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, new sidewalk and closed flume inlets within the one-mile corridor. This project also added storage to existing turn lanes and is converting the existing swale median to a crowned median in preparation for future landscaping. Mr. Gómez was responsible for all QA audits per contract requirements. NCL Terminal B New Construction, Miami, FL. Senior Project Engineer / Project Manager. Mr. Gómez was responsible for this global Norwegian Cruise Lines (NCL) Holdings project to perform all CEI services for drainage, water, sewer, electrical duct bank and paving infrastructure for new $120M state-of-the-art passenger terminal, replacing the obsolete existing Terminal B. Responsible for all CEI inspections, inspection staff and performance of daily work reports (DWR) Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ROBERT ZUCCARO, PE, ENV SP PROJECT MANAGER/DRAINAGE DESIGN & CIVIL ENGINEERING Education BS / Civil Engineering / Clarkson University Registrations/Certifications PE / FL / 17931 ENV SP / 17931 NPDES Qualified Stormwater Management Inspector / 7089 Years Experience Total: 36; with KCI: 5 Professional References Pablo Gomez City of Miami Beach (305) 673-7260 Daniel Fisher City of Fort Lauderdale (954) 828-5850 Mike Dyko City of Boca Raton (561) 416-3413 Mr. Zuccaro has 36 years of experience on a wide range of successful engineering projects by providing planning, design, permitting, construction phase services and final certifications. His experience is in land development, transportation and environmental projects. Mr. Zuccaro has been a project manager for a wide range of governmental and private sector clients. He has supervised the design, planning, platting, surveying, permitting, specifications, contract administration, construction observation, record drawings, final certifications for medical facilities, airports, roadways, water and sewer systems, lift and pump stations, sewage treatment plants and marinas. Turtle Run Civil Engineering, Coral Springs, FL. Project Manager. Mr. Zuccaro is the current project manager while KCI has served as District Engineer for the Turtle Run Community Development District (TRCDD) for more than 25 years. In the capacity of District Engineer, KCI attends all Board Meeting and coordinates closely with the District management team, Board Members and Council on a variety of projects within the district. KCI reviews engineering permit plans submitted for compliance with District Criteria and best engineering practices and techniques. In addition, KCI has also provided surveying, design, permitting, bidding and negotiation, construction management, and inspection services for various district projects. Hillsboro El Rio Park, Boca Raton, FL. Engineer of Record. Mr. Zuccaro was the engineer of record for the civil design improvements and permitting associated with the new park to be constructed on an old landfill site to include sports courts, playground and picnic areas, pavilions and restrooms, and visitor parking. Due to the site’s historical and past uses as a landfill, redevelopment required stormwater permitting through FDEP. ICPR Version 4 was used to model the Master Drainage System. Stormwater permitting submittals through FDEP were required and coordination with ACOE for wetland determination. Madeleine Village Apartments, Miami Beach, FL. Project Manager. Work included a boundary and topographic survey, roof replacement, interior sidewalk replacements, landscaping improvements, interior architectural upgrades (performed by KCI sub-consultant Tamara Peacock Architects, Inc.). Civil work included designing a stormwater system due to sheet flow restrictions produced by new elevated seawall. Work also entailed permitting, bidding services, construction phase services, and final certification. Lake Ridge Sunrise Boulevard (US 1) Water Main Improvements, City of Fort Lauderdale, FL. Project Manager. This project included nderground utility (water main) replacement of 4,200 LF of new eight-inch water main for the City of Ft. Lauderdale, Florida. in the center of the westbound lane. KCI fast-tracked the design and permitting to enable the contract to be added to the FDOT milling and resurfacing contract, pending no impact on the FDOT contract amount and completion schedule. Project required expeditious contract negotiations with the FDOT contractor and coordination with the City Manager to place the approval on the City Commission Agenda, otherwise the project would be delayed. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JORGE ORTIZ, PE CEI TEAM Education BS / Civil Engineering / University of Florida Registrations/Certifications PE / FL / 37772 PE / MD / 14738 Asphalt Paving Technician Levels 1 & 2 QC Manager MOT Advanced FDEP Stormwater, Erosion and Sedimentation Control Inspector Training FDOT Critical Structures Construction Issue Years Experience Total: 36; with KCI: 7 Mr. Ortiz has 36 years of experience in the design, project management, construction engineering and inspection (CEI) of highway transportation projects throughout the State of Florida and Maryland. He has served as senior project engineer/administrator for FDOT projects in Districts 1, 4 and 6. His experience ranges from major interstate highway bridges to roadway projects and toll plazas. Mr. Ortiz has been responsible for contract management and administration, procurement, bid processing, cost estimating and contract negotiation for various construction projects. He is also experienced in bridge design, load rating, inspection and rehabilitation. As a senior construction manager, Mr. Ortiz is responsible for construction management and contract administration of CEI projects including office and field staff supervision, manpower and project schedule monitoring, reviewing and negotiating contract changes, preparing and executing task work orders and supplemental agreements and maintaining client relationships. Seacrest Beautification Phase 1/NE 2nd Avenue from George Bush Boulevard to NE 13th Street, Delray Beach, FL]. Senior Project Engineer. CEI services for the widening of NE 2nd Avenue to add designated green painted bikeways in both directions, repurposing of swales including removal of existing vegetation, milling and resurfacing, new sidewalks and valley gutters, reconstruction of driveways, installation of decorative pavers localized drainage improvements, signage and pavement markings. I-75/SR 93 from Broward County Line to East of SR-951, Collier County, FL. Senior Project Engineer. This was a 50-mile safety improvement project consisting of the installation of guardrails along the outside shoulders on both NB and SB. Some existing guardrails were upgraded to meet the current design standards and the maintenance service openings were improved to provide better delineated entry points. Mr. Ortiz was responsible for contract administration and construction management including quality control, resolution of project issues, contract negotiation, construction inspection and supervision. SR A1A from Oakland Park Boulevard to Flamingo Avenue, Fort Lauderdale, FL. Senior Project Engineer). This was a greenway beautification enhancement project which included the reconstruction and restoration of approximately 1.04 miles of a four-lane roadway facility to add a bike lane in each direction and a raised median. The work also included major improvements to the existing drainage system, new curb and gutter, sidewalk, extensive hardscape, lighting, signalization, signage and pavement markings. Mr. Ortiz was responsible for the contract administration and construction management of this project including field staff supervision, overall construction project schedule monitoring, quality control of contractor operations and materials certifications. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. Senior Project Engineer. KCI provided CEI services for this $3.8 million project for FDOT District 1. This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, as well as new sidewalk and closed flume inlets within the one-mile corridor. This project added storage to existing turn lanes and converted the existing swale median to a crowned median in preparation for future landscaping. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S RAMON LLANA, EI CEI TEAM Education BS / Civil Engineering Florida International University AA / Civil Engineering Miami-Dade College Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Earthwork Construction Inspection Levels 1 & 2 Final Estimates Levels 1 & 2 Quality Control Manager MOT Advanced FDOT Tier 1 Illicit Discharge Detection and Elimination Training TROXLER Nuclear Training and Safety HAZMAT Training IMSA Traffic Signal Inspector ATSSA Worksite Traffic Supervisor Certification Base Testing Certified MSE Wall Certification MEW-Basic/Multiline Earthwork FEMA IS-00100.c Introduction to Incident Command System FEMA IS-00200.c Basic Incident Command System for Initial Response Years Experience Total: 36; with KCI: 4 Mr. Llana has 36 years of CEI experience, and within those years he has worked on projects ranging from major roadway construction to bridge construction. He has served as both project administrator and contract support specialist on FDOT projects in Districts 4 and 6, as well as Tallahassee’s Central Office and the Turnpike. Mr. Llana is responsible for various CEI projects to perform quality assurance of final estimates, documentation procedures and other critical CEI functions on an as-needed basis. Broad Causeway Corridor Enhancements, Town of Bay Harbor Islands, FL. Project Administrator/Contract Support Specialist. This is a LAP project consisting of widening on both sides of the 0.45-mile Broad Causeway to add buffered bike lanes, mill and resurface the existing pavement, and replace the existing handrail on the east bridge with new recessed LED lights. The project also includes mill and resurfacing of the existing pavement at the service station within the project limits which is used as a turnaround for vehicles. The project originally called for two one-inch lifts of Superpave SP- 9.5 structural asphalt. However, due to addition of bike lanes and safety concerns, the KCI team was successful in working with the FDOT and the Town to replace the final course as one inch of FC-9.5 friction course, which was approved as LAP reimbursement by FDOT D6. The project will be completed on time and within budget. NW 36th Street Corridor (NW 72nd Avenue to NW 107th Avenue), Miami- Dade County, FL. Project Administrator/Contract Support Specialist. The scope of services includes the inspection of the cabinet and signalization equipment at various intersections throughout NW 36th Street. Subsurface Utility Investigations, City of Miami Beach, FL. Project Administrator/Contract Support Specialist. The scope of services includes obtaining the permits from FDOT and the City of Miami Beach to perform lane closures, saw cut potholes and trenches to check for existing utilities, backfill potholes and trenches, and restore asphalt roadway. US 1 Corridor Autoscope Video Detectors and Installation, Miami-Dade County, FL. Project Administrator/Contract Support Specialist. The scope of services includes checking the installation and functioning of the Autoscope Video Detectors at 70 intersections along the US 1 corridor. On Call Professional Engineering Services, Card Sound Road Toll Plaza Replacement Design-Build, Monroe County, FL. Project Administrator/ Contract Support Specialist Inspector. The scope of services included serving as owner’s representative during the design phase, including processing of shop drawings, approval of submittals and review of contractor’s schedule of values. Mr. Llana was responsible for providing CEI services for the complete demolition of the old toll plaza, reconstruction of new concrete aprons and flexible pavement approaches, drainage, installation of new equipment toll building and gantry for the Sunpass cashless toll system. NE 13th Street from NE 4th Avenue to NE 8th Avenue, Fort Lauderdale, FL. Contract Support Specialist. Mr. Llana provided CEI services for the repurposing of NE 13th Street to add designated green-painted bikeways in both directions, bio-swales, milling and resurfacing, sidewalks, installation of decorative pavers, conversion of overhead wired street lights to underground and construction of a new roundabout with decorative art at NE 6th Avenue, signage and pavement markings including handicap ramps. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S CARL CADET CEI TEAM Education BS / Construction Management / Everglades University Professional School of Technology for Business Accounting Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Asphalt Plant Technician Level 1 Earthwork Construction Inspection Levels 1 & 2 Final Estimates Levels 1 & 2 QC Manager MOT Advanced FDOT Concrete Field Inspector Specification FDOT TROXLER Nuclear Training and Safety FDOT HAZMAT Training FDEP Stormwater, Erosion and Sedimentation Control Inspector Training Years Experience Total: 19; with KCI: 16 Mr. Cadet has 19 years of experience in the CEI industry. He assists with all duties and is qualified to perform acceptance tests such as surface tolerance (rolling straightedge and cross slope), random sampling, core sampling, testing, and density calculations. Mr. Cadet has worked on many local and federal projects throughout the State of Florida. He is experienced with FAA, Marshall, Superpave procedures, bituminous materials, volumetric calculations, GTR mixes and RAP mixes. FDOT District 6, Districtwide In-House Consultant, Miami-Dade, FL. Assistant Project Administrator/Asphalt Coordinator. Mr. Cadet’s responsibilities include overseeing the inspection for all plants and portion for the roadway. He prepares all asphalt packages for payment for final estimates, and finalized the quality of the asphalt pavement on numerous jobs with a final straightedge for the quality of the asphalt. He also controls the testing procedures for the asphalt plant. Ranger Construction and East Coast Paving, Miami-Dade, FL. Quality Control Technician. Mr. Cadet was responsible for analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications (consistency, variability, data interpretation and random sampling). Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was also able to identify trends, norms, problem areas and other best management practices. Ranger Construction, Miami-Dade, FL. Quality Control Technician. Mr. Cadet performed analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications. Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was qualified to sample hot mix, aggregates and/or asphalt cement and performed acceptance tests such as bulk specific gravity, max specific gravity, gyratory compaction and calibration, AC content by ignition oven or non-chlorinated solvent method, and gradation and permeability. East Coast Paving, Miami-Dade, FL. Quality Control Technician. Mr. Cadet performed analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications. Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was able to identify trends, norms, problem areas and other best construction management practices. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S PAUL DIPAOLA CEI TEAM Education SUNY Farmingdale, State University of New York Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Concrete Field Technician Level 1 Earthwork Construction Inspection Levels 1 & 2 Drilled Shaft Inspection Pile Driving Inspection Final Estimates Levels 1 & 2 QC Manager MOT Intermediate ACI Concrete Field Testing Technician Grade 1 IMSA Traffic Signal Inspector IMSA Traffic Signal Technician Level 1 IMSA Traffic Signal Inspector for Advanced Technologies TROXLER Nuclear Gauge Training and Safety HAZMAT Training FDEP Stormwater, Erosion and Sedimentation Control Inspector Training MSE Wall Inspection CBT Auger Cast Pile OSHA 30-Hour Safety Training AMEC Fall Protection AMEC Confined Space Training FEMA IS-00100.c - Introduction to Incident Command System, ICS-100 FEMA IS-00200.c - Basic Incident Command System for Initial Response Years Experience Total: 19; with KCI: 17 Mr. DiPaola has 19 years of experience as a CEI senior construction inspector. Mr. DiPaola’s duties are broad and include inspection of bridge construction, water distribution system installation, sanitary sewer collection system installation, roadway construction, milling and resurfacing, and drainage. Miami-Dade County Regulatory and Economic Resource (RER) Department. Senior Inspector. Mr. DiPaola is responsible for receiving, processing, inspecting and reporting flood complaints received by the County. He performs beach erosion assessments three times a year and additional assessments before and after each major storm event. Mr. DiPaola also performs canal staff gauge inspections, pollution control structure inspections and reporting, Florida City Canal structure and sluice gate installation, Card Sound Road canal plug with salinity structure and pipe installation, canal inspections twice a year, as well as County-maintained lakes and also when a complaint comes from a constituent. SR 600/US 92, Lakeland, FL. Senior Inspector. Mr. DiPaola was responsible for the installation of new sidewalk on the north side of the road and drainage installation at all of the intersection including structures, pipe and mitered ends. He performed installation of four steel piles for a pedestrian bridge and installed concrete end bents and bridge deck and railings. SR 82 Grouping from Alabama Road to Lee/Hendry County Line, and from Lee/Hendry County Line to Collier County Line, Collier County, FL. This project is a total reconstruction of 6.6 miles of SR 82 from Alabama Road to the Hendry/Collier county line, widening from a two-lane to a four- and six- lane divided highway. Mr. DiPaola was responsible for drainage installation and earthwork construction, including sampling and densities. Bear Lake Road Pond 1 Drainage Improvements, Seminole County, FL. Senior Inspector. The scope of this project is the construction of a new drainage retention pond with associated drainage structures. The scope items include excavation, drainage, sidewalk, landscaping and fencing, log book inspection, gauge comparison, verification density testing, comparison material sampling. Card Sound Road Toll Plaza Replacement Design-Build, On-Call Professional Engineering Services, Monroe County, FL. Senior Inspector. Scope of services included serving as owner’s representative during the design phase, including processing of shop drawings, approval of submittals and review of contractor’s schedule of values. Mr. DiPaola provided CEI services for the complete demolition of the old toll plaza, reconstruction of new concrete aprons and flexible pavement approaches, drainage, installation of new equipment toll building and gantry for the Sunpass cashless toll system. Seacrest Beautification Phase 1/NE 2nd Avenue from George Bush Boulevard to NE 13th Street, Delray Beach, FL. Senior Inspector. Mr. DiPaola provided CEI services for the widening of NE 2nd Avenue to add designated green-painted bikeways in both directions, repurposing of swales including removal of existing vegetation, milling and resurfacing, new sidewalks and valley gutters, reconstruction of driveways, installation of decorative pavers localized drainage improvements, signage and pavement markings. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ERICK COLÓN PAGÁN CEI TEAM Education BS / Environmental Engineering / Polytechnic University of Puerto Rico Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Concrete Field Technician Level 1 Drilled Shaft Inspection Earthwork Construction Inspection Levels 1 & 2 Final Estimates Level 1 CTQP QC Manager MOT Intermediate ACI Concrete Testing Level 1 IMSA Traffic Signal Technician Level I IMSA Traffic Signal Inspector Level I FDEP Stormwater Management Inspector Nuclear Gauge Safety Certification FDOT Critical Structures Construction Issues MSE Wall Computer-Based Training HAZMAT Training ITS DMS Computer Based Training (CBT) ITS Road Weather Information System (CBT) ITS MVDS (CBT) ITS CCTV (CBT) ITS Managed Field Ethernet Switch (CBT) Stormwater Discharges and Permits in Construction Years Experience Total: 7; with KCI: 4 Mr. Colón has over eight years’ experience in all facets of construction inspection projects, including roadway, street lighting, ITS, ORT, signalization, and wastewater/stormwater and sewer inspections. He has worked on complex projects for various state and county agencies. Mr. Colón is also proficient in GIS software and applications including ARCGIS. Broad Causeway Corridor Enhancements, Town of Bay Harbor Islands, FL. Senior Inspector. This is a LAP project consisting of widening on both sides of the 0.45-mile Broad Causeway to add buffered bike lanes, mill and resurface the existing pavement, and replace the existing handrail on the east bridge with new recessed LED lights. The project also includes mill and resurfacing of the existing pavement at the service station within the project limits which is used as a turnaround for vehicles. The project originally called for two one- inch lifts of Superpave SP-9.5 structural asphalt. However, due to addition of bike lanes and safety concerns, the KCI team was successful in working with the FDOT and the Town to replace the final course as one inch of FC-9.5 friction course, which was approved as LAP reimbursement by FDOT D6. The project also includes green bike paint for the entire length of the bike lanes in lieu of green boxes for special high emphasis. FDOT District 4, Pompano Beach Mobility Sidewalks, Broward County, FL. CEI Roadway Inspector. The project consisted of sidewalks construction and improvements. Mr. Colón inspected the construction of sidewalks, gravity walls and the asphalt placement for driveways. Florida’s Turnpike Turkey Lake Service Plaza, Reconstruction of Visitors Parking Lot, Orange County, FL. CEI Roadway Inspector. This project consisted of the construction of concrete sidewalks, access ramps, curbs and landscaping. Mr. Colón inspected the construction of the section of the sidewalk, the two pedestrian ramps and the construction of the curbs in the parking lot area. He also assisted the landscaping inspection team in inspecting the sandblasting finish and the saw cut patterns for the sidewalk. Miami Dade Expressway (MDX) SR 836 Widening Project, Miami, FL. CEI Roadway Inspector). Mr. Colón was responsible for soil density testing for embankments, MSE walls, roadway sub-bases and bases, and drainage structures. He also performed concrete testing, inspected all the roadway activities, identified and reported deficiencies related to roadway construction, and identified and reported deficiencies for the Storm Water Pollution Prevention Plan Report (SWPPP). He also identified and reported deficiencies for the Intelligent Transportation System (ITS) and street lighting. Mr. Colón reported pay items related to ITS and street lighting. Consent Decree Program, WASD South District (Black Point), Miami, FL. CCTV Reviewer. Mr. Colón was responsible for synchronizing CCTV videos on GraniteNet database. He reviewed CCTV videos under the Infiltration and Inflow program. He created pipe repairs work orders using EAMS application, and identified and reported critical cases of defects and infiltration in pipelines. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S KIRK HOOSAC, RLA LANDSCAPE ARCHITECTURE TASK MANAGER Education BLA / Landscape Architecture / University of Florida Registrations/Certifications RLA / FL / 6667091 Years Experience Total: 16; with KCI: 13 As the previous FDOT District Landscape Architect in District 6, Mr. Hoosac offers a wide range of experience in all phases of landscape architecture including plan development, concept generation, cost estimating, site inventory, site and master planning, landscape and irrigation design, project specifications, construction observation, landscape inspection and quality control. He has participated in a variety of project types including planning and design for transportation, commercial, residential and municipal projects. Mr. Hoosac is confident and skilled in performing his responsibilities, from dynamic presentations to disciplined project management, and he brings a positive and proactive approach to his projects. Totor Art Plaza, City of North Miami Beach, FL. Project Manager. Mr. Hoosac was the project manager for this high-profile pocket-park located in the City of North Miami Beach. His duties were oversighting the field work, urban and landscape design, conceptual plan production, and photorealistic renderings. Additionally, he consulted and coordinated directly with the Assistant City Manager, providing design expertise for City Hall improvements. Prospect Road from Commercial Boulevard to SR 811/North Dixie Highway, Broward County, FL. Landscape Project Manager. This urban project included minor widening and lane narrowing to incorporate bike lanes along this four-lane divided highway. A tree inventory was conducted, and a tree disposition was created with detail for root and canopy pruning. An irrigation sleeving plan was also included for a future beautification project on the six-lane section. Rolling Oaks and Bunche Parks, City of Miami Gardens, FL. Project Manager. Mr. Hoosac served as a designer for this master planning and grant assistance for City of Miami Gardens parks, including a nature trail, recreation center, maintenance buildings, pavilions, press boxes, a concession/restroom facility, soccer/football fields, tennis courts, a par course, volleyball courts, an aquatic play structure, lighting, signage, parking, and playgrounds. Doral Boulevard Median Landscape Improvements (HEFT to NW 97 Avenue), Doral, FL. Project Manager. Mr. Hoosac oversaw the landscape quality control, construction documents, and tree relocation/tree disposition plans for the median landscape and irrigation design, with post-design services and landscape CEI. SR 7 Landscape Beautification Grant, Coconut Creek, FL. Project Manager. This was a Highway Beautification Grant project located in the City of Coconut Creek along US 441 from Cullum Road to Sawgrass Expressway. The project included tree inventory and evaluation, landscape, irrigation and hardscape design. NE 2nd Avenue from 64th Street to 84 Street, Miami-Dade County, FL. Project Manager. Mr. Hoosac provided community outreach, site evaluation, tree assessments, landscape design, project construction management and inspection, tree selection and grading for this design-build project. This streetscape renovation project included widened sidewalks, bike lanes, on street parking and street trees. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S CHRIS MILLER, RLA, ISA, SITES AP, FNGLA, IA LANDSCAPE ARCHITECTURE TEAM Education BLA Studies / University of Florida Registrations/Certifications RLA / FL / 666970 FDEP Stormwater Inspector FDOT Illicit discharge training SITES Accredited Professional FDOT/MOT Intermediate FDOT Specifications Training FNGLA Certified Water Star Irrigation Professional ISA Tree Risk Assessor UF/IFAS, Landscape Palm Management Florida Master Naturalist GREEN Advantage Certified Practitioner IA Certified Irrigation Designer LEED Accredited Professional LIAF Certified Landscape Inspector FNGLA Certified Landscape Contractor IA Certified Golf Irrigation Auditor FNGLA Certified Horticultural Professional IA Certified Irrigation Contractor ISA Certified Arborist Years Experience Total: 26; with KCI: 22 Mr. Miller is a highly qualified landscape architect with a keen interest in the Green Industry. His broad range of experience includes all phases of the design process from site analysis, concept generation and project planning to landscape, irrigation and amenity designs. He also has experience in final implementation. He is known for his innovative design solutions and immaculate attention to design details, construction specifications, plan reviews, and hands-on construction inspection. Combined with the ability to recognize and solve the complex requirements of project integration, Mr. Miller’s expertise includes a thorough understanding of Florida’s ecosystems and critical water conservation principles. These strengths are complemented by his skill in photography and compelling presentations. His extensive array of project experience includes planning, design, and construction inspection of commercial developments, parks, municipal centers, streetscapes, and FDOT roadway beautification projects. Mr. Miller currently holds 15 green industry certifications. Coral Way Tree Preservation Project, Miami, FL. Project Manager. The Coral Way Tree Preservation Project was a unique effort that led to the preservation of over 150 historic Banyan trees (Ficus benghalensis). These Ficus trees, some as large as 22 feet in diameter and 100 feet in crown spread, are located in the public median of Coral Way. This roadway is a designated state historic highway located in the City of Miami, Miami-Dade County. The project was a collaboration of public and private entities and was spearheaded by KCI. This project is noteworthy for the historic element of both the trees and the site, and for the negotiation of multiple objectives, which at times were competing. The Banyan trees were protected during every aspect of roadway improvements and pedestrian safety upgrades, and were crown cleaned and pruned for vertical clearance. The end result is a safer roadway and the preservation of beautiful Banyan trees that continue to make a significant contribution to the urban forest and cultural context of Coral Way. Mr. Miller performed an award-winning tree risk assessment and analysis along historic Coray Way in Miami to make recommendations for the preservation of the historic trees along this scenic highway. Middle River Terrace - Old Dixie Highway, Fort Lauderdale, FL. Landscape Architect. This project was an off system, 0.9-mile, bicycle and pedestrian project in the community of Middle River in the City of Fort Lauderdale. The project included reducing the travel lanes to accommodate bicycle lanes along both sides of the Old Dixie Highway, creating a continuous five-foot-wide sidewalk on each side of the corridor, adding raised table intersections with crosswalks for increased pedestrian safety, adding a mini roundabout, pedestrian lighting, and improving drainage along the corridor by adding bioswales. Mr. Miller was part of the landscape architecture team for this greenway bioswale project, including room for bicycles and pedestrians, landscape and lighting plans and signage and custom sidewalk details to protect existing trees. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TODD MOHLER, RLA, ISA, IA LANDSCAPE ARCHITECTURE TEAM Education BLA / Landscape Architecture / Clemson University Registrations/Certifications RLA / FL / LA0001594 ISA Arborist CLIA - Irrigation Years Experience Total: 15; with KCI: 5 Mr. Mohler is a skilled Registered Landscape Architect (RLA) with a depth of knowledge developed through 19 years of professional experience. His project portfolio ranges broadly between public agency and private development. He has specific project experience in parks, streetscapes, hospitality, PUDs, and commercial development. Professional services on projects frequently include initial data collection and observation, site analysis, concept and design development, and complete site, landscape, and irrigation design including construction oversight and inspection services. Most recently he has been designing, testing, inspecting and managing centrally controlled irrigation systems. These services are focused on water conservation and horticultural services aimed squarely at sustainability of built landscapes. His thorough understanding of water, soils, and plants within the built environment afforded a decade long successful consulting career in the private sector including irrigation water management through advanced technologies like soil moisture sensing, weather stations, and computerized central control systems. Mr. Mohler has presented regularly at State ASLA conventions as well as similar Texas ASLA conventions on the subject of water conservation. Doral Boulevard (NW 41st Street), Doral, FL. Landscape Architect. Analysis of existing landscape materials, landscape and irrigation design for the beautification of a commercial corridor. FDOT standards on a County facility. Hillsboro El Rio Park, City of Boca Raton, FL. Landscape Architect. Mr. Mohler directed the design of a 17-acre park developed on top of an abandoned landfill, including play features, sports courts, shade structures, passive recreation areas, and a non-motorized boat launch. Additionally, Mr. Mohler developed and produced the landscape and irrigation designs. Tree Inventory and Evaluation, Port St. Lucie, FL. Landscape Architect. Performed tree inventory and evaluation of nearly 20,000 trees including GIS data collection and integration of the work into the City’s existing Tree GIS workstation. LeJeune Road, Miami-Dade County, FL. Landscape Architect. This very high profile 22-acre roadway project serves as the gateway to Miami International Airport. The design elements included hardscape, landscape, irrigation and lighting design, specifications, construction inspection and project management. I-95 through Miami-Dade Count y, FL. Landscape Architect. An 11-mile multi-year landscape project for the I-95 corridor through Miami-Dade County, to improve the aesthetic character of the corridor, reduce maintenance, enhance interchanges and mitigate the sound wall using 12,000 trees and 186,000 shrubs, 80% of which are Florida native species. Services spanned from design through installation inspection. Lyons Road, Coconut Creek, FL. Landscape Architect. This project included roadway beautification, landscaping, and irrigation. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S MARISOL ORTEGA, ISA, LIAF LANDSCAPE ARCHITECTURE TEAM Education Business Management / Florida International University Registrations/Certifications ISA / FL / 741A LIAF / FL / 2005-0380 Years Experience Total: 23; with KCI: 14 Ms. Ortega lends more than 23 years of experience as a designer, project manager, arborist and specialized inspector to the Landscape Architecture Division. Her background spans all aspects of the Green Industry, from pre-construction site survey and analysis, overall project design, construction management, to post development inspection and reporting for residential, commercial and municipal projects. She has worked with numerous community and city officials as well as developers to provide project landscape design and contract management as well as oversite for the installation and maintenance of city monuments, parks, roadways, commercial centers and housing developments. She has also provided post storm hazard assessment, environmental mitigation observation and reporting for wetland and coastal environments. Today, she thoroughly evaluates project sites, provides landscape and irrigation design, and effectively coordinates with clients, firms, officials and providers throughout the production process and project construction. Immokalee Casino Expansion, Seminole Tribe of Florida. Landscape Designer. Ms. Ortega’s design assistance responsibilities included site plan, water services and fire lines, sanitary sewer including an onsite lift station and upgrading an offsite lift station, paving, grading, and drainage, and pavement marking and signage. General Planning Services, Town of Cutler Bay, FL. Landscape Designer. KCI updated the Town of Cutler Bay’s Land Development Regulations Architecture Form and Standards and Landscaping and Tree Preservation sections. Updates included a full rewrite to streamline the architectural standards. KCI identified areas to be amended and clarified. KCI also conducted workshops with the Town Council to review the existing Architecture Form and Standards and to conduct a visual preference survey. Ms. Ortega provided landscape plan reviews for this project. General Planning Services, Village of North Palm Beach, FL. Landscape Designer. KCI is providing in-house planning division assistance to the Village of North Palm Beach as a supplement to staff. Tasks include preparation of staff reports for Planning Commission and Village Council, responding to resident and business owner inquiries, and reviewing business tax receipts and building permit applications. KCI staff is responsible for the Village’s annual update of its State of Florida’s NPDES annual report and has conducted a land development code analysis related to drainage and stormwater management. Additionally, KCI recently drafted several code updates for the Village, including a residential fence code update with Village of North Palm Beach specific graphics, a major update to the seawall and marine structures ordinance, which included modifications to dimensional requirements for marine structures, modifications to the minimum required elevation of seawalls to address an increased peril of flood from sea-level rise, and aesthetic compatibility requirements for adjacent property at lower elevations. Ms. Ortega provided landscape plan review for this project. Village of Key Biscayne Continuing Architectural & Engineering Services GEOFFREY CAMPBELL, RLA, LEED AP BD+C LANDSCAPE ARCHITECTURE TEAM Education BS / Civil Engineering / Polytechnic University of Puerto Rico AutoCAD Degree / Instituto De Banca Y Comercio PR Registrations/Certifications RLA / FL / LA6667219 LEED Accredited Professional / 10217830 Years Experience Total: 12; with KCI: 1 Mr. Campbell began his landscape architectural career in 2008. With a strong technical background and proactive multi-disciplinary approach to his projects, Mr. Campbell places an emphasis on sustainable design and current construction practices in his designs. From his experience as an in-house FDOT consultant managing multiple projects, Geoff brings a wealth of knowledge in project management, plans production, quality control, design details and specification development. He is an ISA Certified Arborist and LEED-Accredited Professional and has an in-depth understanding of design requirements from site analysis through constructability, installation requirements, and establishment inspections. In addition to his FDOT landscape architecture projects, Mr. Campbell has developed plans for streetscapes, parks, residential developments, and commercial sites. FDOT District 4 In-House Landscape Architecture Consultant, Broward County, FL. Landscape Architecture Consultant. Assisted with all in-house landscape architectural tasks, as determined by the district landscape architect, including five-year landscape program projections, concept and scope development for District Four landscape projects, plan review for all production projects, landscape permit plan review and coordination, in-house landscape project design, FDOT specification review and task team participation, site inspections for various landscape projects, ODA coordination for violation notices and vegetation removal permits, maintenance agreement reviews and documentation, and development of the District Four wildflower initiative. Lauderdale Lakes Mobility Project, Broward County, FL. Landscape Architect. This MPO project aimed to reduce the amount of mid-block crossings at the SR 7/SR 816 (Oakland Park Boulevard) intersection. This project was amongst the first District 4 project to utilize a steel-looped pedestrian barrier in the median, and Mr. Campbell occupied the role as the lead landscape architect. Landscape architectural services included hardscape design to repair the brick pavers in the median as well as landscape and irrigation design to improve the aesthetics of the barrier and tree relocations and tree disposition services. SR 9/I-95 Spanish River Interchange Design-Build, Miami-Dade, FL. Landscape Architect. This design-build project consists of the construction of a new interchange along I-95. The scope of the project has evolved and now includes drainage accommodations for the ultimate widening of I-95. Included within the RFP is a landscape component with an estimated budget of over $1M. Cotleur & Hearing served as the RFP landscape architect, which was tasked with conceptual design development, developing RFP landscape criteria and to assist with the review of the design plans. Mr. Campbell specifically assisted with field analysis tasks to salvage existing vegetation and plan review. I-375 Terrace Walls, Pinellas County FL. Landscape Architect. A downtown stand- alone landscape project on I-375 just before merging with I-275 includes terrace walls and coordination with the City of St. Petersburg. The terrace walls were scalloped to give continuity for the other terrace wall project being designed less than a mile away. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services NICK LEONE, PE CIVIL TEAM Education BS / Civil & Environmental Engineering / University of Pittsburgh BS / Math & Natural Sciences / Indiana University of Pennsylvania Registrations/Certifications PE / FL / 85655 Years Experience Total: 11; with KCI: >1 Mr. Leone’s engineering experience encompasses a wide range of airfield and landside aviation projects, including runway, taxiway, apron, hangar, fueling, site layouts, roadways, parking lots, and utilities, with a focus on site grading and drainage for civilian airports and military air bases. He is also familiar with lighting layouts, airport signage requirements, and airfield pavement marking design. Most recently, he has been transitioning from design to design management, serving as lead engineer supporting the project manager. Mr. Leone recently joined the Civil Engineering Practice of KCI. Ocean Reef Club, Runway Design Presentation. Ocean Reef Club, Inc., Monroe County, FL. Project Manager. This was a lump sum contract to evaluate options and estimated costs with regards to rehabilitating the existing runway at the airport. Those options and costs were then presented to the board in an effort to secure funding and commence the design and construction. Ocean Reef Club, Runway 5-23 Reconstruction. Ocean Reef Club, Inc., Monroe County, FL. Engineer-of-Record. This was a lump sum contract with Ocean Reef Club to demolish and reconstruct the runway at a higher elevation to prevent the pavement from being flooded by storm surges, king tides, and other events. The goal of the project was to eliminate or minimize standing water due to future storm surges, which results in pavement damage as happened with Hurricane Irma. A new drainage design for the site used large pumps and injection wells, in conjunction with various traditional stormwater BMPs to handle the flows and convey the water off-site. A permit application and storm water management report were submitted to Monroe County, an Environmental Resource Permit was submitted to South Florida Water Management District, and an NPDES permit was submitted to Florida DEP. The project included an electrical design for the replacement of runway lighting system and removal of the obsolete electrical distribution and regulators to meet current demands and codes. The raising of the runway also included matching Precision Approach Path Indicator (PAPI)s to proposed grades. Lastly, the project also raised the existing fuel farm components, including a fuel pump, cabinet and various hoses to prevent corrosion from salt water. to include fuel pump and hose cabinets to a 6-12” high reinforced concrete pad. Currently, the fuel pump and hose cabinets are corroded due to standing in water. The project also included Construction Administration and Construction Inspection during construction. Palm Beach Solid Waste Facility, Phase 1 – Permanent Improvements. Fomento De Construcciones Y Contratas, Inc., Palm Beach County, Boynton Beach, Florida. Project Manager/Engineer of Record. The owner wished to develop 10 acres in Palm Beach County, FL in Boynton Beach. Once developed, the site accommodated a dispatcher of garbage trucks, a light maintenance facility, an area to store unused garbage bins and dumpsters, office trailers, employee parking and truck washing stations. The project consisted of demolition, erection of a maintenance shop, oil/ sand separator, subgrade stabilization, and grading & drainage design. The project required coordination with the Palm Beach County Building Division, SFWMD, and the Fire Marshal. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services JONATHAN GEIGER, EIT CIVIL TEAM Education BS / Civil Engineering / University of Central Florida Registrations/Certifications EIT / FL / 1100018738 Years Experience Total: 7; with KCI: 3 Mr. Geiger worked in Virginia for two years as a civil project engineer for firms that provided ground improvement services and utility design before moving back to Florida and joining the KCI team in 2017. Mr. Geiger has worked as a Engineer- in-Training on both private and government projects in Broward County that have involved civil site & utilities design, permitting at both the state and local levels, and construction phase services. He has excellent organizational and time management skills, works with AutoCAD, and has experience working in-field in construction furthering his understanding of the engineer-contractor relationship. Turtle Run Civil Engineering, Coral Springs, FL. Design Engineer. Working closely under the district engineer, Mr. Geiger provides engineering project design and permitting support for the Turtle Run Community Development District located in the City of Coral Springs. Mr. Geiger has prepared design and construction plans for roadway, amenity, and beautification improvements within the District. He has also provided support in surveying, bidding and negotiation, construction management, construction observation and inspection services for various district projects. Commerce Center of Coconut Creek Lakes 5 and 6 Equalizer Pipe & Courtyard Drainage. Project Engineer. Mr. Geiger identified the underlying problems with the Commerce Center’s existing Surface Water Management system and designing and implementing improvements to correct the existing restrictions of Lake 5 (and other upstream lakes) from equalizing with Lake 6. Mr. Geiger provided assistance with the drainage basin model of the Commerce Center as required by the Broward County Environmental and Growth Management Division. He was also involved with the preliminary design and worked on final engineering plans for both the Lake 5 and 6 equalizer pipe improvements and the isolation of the Court Yard drainage. Work includes installing a new 48-inch equalizer pipe between Lakes 5 and 6 and a new headwall and 18-inch outfall pipe north of the Court Yard Drainage system to effectively isolate and relive the existing system. Hillsboro El Rio Park, City of Boca Raton, FL. Project Engineer. Mr. Geiger prepared the conceptual and final design plans for paving, grading, drainage, water and sewer services, pavement marking and signage, stormwater pollution prevention, and fire access. Mr. Geiger was also involved with permitting efforts at both the local and state level, assisted in the on-site drainage modeling, and investigatory efforts to mitigate runoff contamination from the C&D and MSW contaminated soils. During the construction phase Mr. Geiger performed periodic site visits and inspections for project permit compliance and certification for close-out. Tradewinds at Lyons Technical Center Surface Water Management Inspection and Certification Services. Project Engineer. Mr. Geiger was responsible for the inspection and re-certification process of the previously permitted surface water management license for this small commercial development site. This process included a visual inspection of the surface water drainage system to determine whether corrective measures were required for proper functionality, correspondence with the site and building owners to assemble appropriate historical documentation demonstrating maintenance and repairs by vendors, execution of compliance with agency comments for revision, and final certification. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services BYRON REYNOLDS, EIT CIVIL TEAM Education BS / Civil Engineering / Florida State University Registrations/Certifications EIT / FL Years Experience Total: 6; with KCI: <1 Mr. Reynolds has six years of experience overseeing design team daily operations, managing municipal and agency permit review processes and close-outs. He has experience working with client RFP packages, and reviewing for quality assurance and compliance purposes. Mr. Reynolds’ focus is on site/facilities and land development permitting. Alico Commons Retail Center, Lee County, FL. Project Engineer. Mr. Reynolds managed site layout and circulation for client acceptance, site entitlement through the Lee County Development Review Committee process, managed lot split mylar through the Lee County Planning Department, and designed and permitted utility connection through the Lee County Utility Department. He coordinated utility and drainage stub design for adjacent property use, coordinated design plans with adjacent property use to assure design intent of the master property, and managed design and permitting of underground drainage through South Florida Water Management District (SFWMD). Mr. Reynolds was responsible for managing design and permitting of driveway connections through the Lee County ROW Department, coordinating site revisions, and conducting meetings with various agency reviewers for permit approval. He coordinated bi-weekly updates with the County, responded to contractor RFIs, reviewed and redlined drainage shop drawings, and coordinated site modifications with the contractor during construction. Mr. Reynolds prepared and submitted permit closeout packages to the authorities having jurisdiction, and managed project budgets and deadlines for submittals. Twin Peaks and Fairfield Inn, City of Fort Lauderdale, FL. Project Engineer. Mr. Reynolds managed site layout and circulation for client acceptance, managed site entitlement through the City of Fort Lauderdale Development Review Committee process, designed and permitted utility connection through the Broward County Water and Wastewater Services, designed and permitted a 153-foot private water main extension, with hydrant connection, through Broward County Water and Wastewater Services. He managed design and permitting of underground drainage, with underground Stormtech R-Tank design, managed design and permitting of driveway connections through Broward County Highway Construction and Engineering Division, coordinated site revisions, conducted meetings with various agency reviewers for permit approval, coordinated bi-weekly updates, and responded to RFIs. 7-Eleven 4999 N State Road 7, Tamarac, City of Tamarac, FL. Project Engineer. Mr. Reynolds aided in preparing a design that would be found site-entitlement acceptable for the 7-Eleven located at the southwest corner of West Commercial Boulevard and SR 7. This project also involved platting of the property. Mr. Reynolds aided the surveying team to resolve platting requirements. Once approved by the City Commission, Mr. Reynolds aided in civil engineering design, permitting, and construction services support. By way of oversight guidance from the engineer-of-record, Mr. Reynolds designed and permitted a site that encompassed an 85-foot by 6-inch water main extension, an under- and above-ground drainage system, and driveway connections to two of FDOT’s thoroughfares. Mr. Reynolds assisted with construction services support to close out the project. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services YARITZA DAVILA CIVIL TEAM Education BS / Civil Engineering / Polytechnic University of Puerto Rico AutoCAD Degree / Instituto De Banca Y Comercio PR Years Experience Total: 15; with KCI: 5 Ms. Davila has functioned as project design engineer on several projects providing review of traffic patterns and traffic counts, water, stormwater and sewer systems, utility undergrounding design and civil site work. Mrs. Davila provides engineering support to KCI’s civil engineering and traffic engineering divisions on producing CAD drawings, permitting efforts with agencies, traffic field inspection and assisting on design and construction phase services. Mrs. Davila is fluent in both English and Spanish. Madeleine Village Apartments, Miami Beach, FL. Project Engineer. Work included a boundary and topographic survey, roof replacement, interior sidewalk replacements, landscaping improvements, interior architectural upgrades. Civil work included designing a stormwater system due to sheet flow restrictions produced by new elevated seawall. Work also entailed permitting, bidding services, construction phase services, and final certification. Victoria Park “A” (North) & “B” (South) Small Water Main Improvements, City of Fort Lauderdale, FL. Project Design Engineer. This project involved the installation of over 53,000 linear feet of upgraded water mains, approximately 24,000 linear feet of six-inch water main to replace aging two-inch water mains within the City’s residential neighborhoods north of NE 6th Street between NE 7th and NE 20th Avenues (“A” North), and 29,000 linear feet of six-inch water main to replace existing undersized two-inch water mains within the City’s residential neighborhoods south of NE 6th Street between North Federal Highway and NE 17th Avenue (“B” South). Hillsboro El Rio Park, Boca Raton, FL. Project Design Engineer. The design of a 17- acre park developed on top of an abandoned landfill, including play features, sports courts, shade structures, passive recreation areas, a non-motorized boat launch, restrooms and parking. This development required extensive geotechnical investigations to probe for unsuitable soil and a cooperative effort between geotechnical, civil, and environmental engineers, as well as landscape architects. Mrs. Davila prepared cross sections of the entire site and the lake access for the set of plans. Mrs. Davila was also involved with permitting efforts at both the local and state level for water main extension and wastewater collection. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services BENJAMIN HOYLE, PSM SURVEYING AND MAPPING TEAM Education BS / Engineering Technology / University of Central Florida Registrations/Certifications PSM / FL / LS6769 CSX Safety Facilitator OSHA 30 First Aid Monitoring of Traffic Safety Fall Protection Training Years Experience Total: 21; with KCI: 11 Mr. Hoyle is a project surveyor with over 21 years of experience throughout the state of Florida. He is a graduate from the University of Central Florida Engineering Technology Program. His experience includes transmission line route surveys, preparation of easements via sketch and legal description, ALTA/NSPS surveys, boundary surveys, construction layout, topographic surveys, hydrographic surveys, bathymetric surveys, as-built surveys and 3D modeling. City of Riviera Beach Continuing Survey Services, Riviera Beach, FL. Project Manager. Mr. Hoyle served as project manager for this continuing survey services contract and was responsible for scheduling the field crews and performing QA/ QC checks on the field work for all survey tasks performed under this contract. KCI prepared a topographic survey of 5.67+/- miles of city streets. The survey included power/utility poles, overhead wires, asphalt, curbing, driveways, fences, trees/ hedge lines, manholes, drainage structures including inverts, and surface features of utilities. KCI has performed a number of task orders on this ongoing contract for the following locations/ projects: Dan Calloway Boundary Survey, Barracuda Bay Fire Station Boundary Survey, New Library Boundary and Topographic Survey, Heron Lakes Senior Center Plat Review, Port of Palm Beach Plat Review, Harbor Point Singer Island Fire Station, 13th Street Sketch and Description Review, Riviera Cove Plat Review, 1649 Avenue L Plat Review, FPL Physical Distribution Center South Plat Review, FPL Physical Distribution Center North Plat Review. City of Miami Miscellaneous Continuing Survey Services, Miami, FL. Project Manager. KCI has performed a number of task orders on this ongoing contract, including ADA Homeless Remodel, Fire Training Facility, Douglas Park, Stearns & Martell Parks Boundary and Topographic Surveys, Little Haiti Soccer Park Boundary and Topographic Survey, Fire Station #3 Boundary Survey, Fire Station #4 Boundary Survey, Fire Station #10 Boundary Survey, Fire Station #12 Boundary Survey, Marlins Park Monitoring Wells, Athalie Range Park Boundary and Topographic Survey, Lemon City Park Boundary and Topographic Survey, Communications Generator at Fire Headquarters, Police Headquarters Boundary Survey, Bay of Pigs Park Topographic Survey, 104 NW 1st Avenue Sketch and Description, Special Ops Command Center Boundary and Topographic Survey, FDOT Parcels 3831 & 4236 Sketch and Descriptions, Miamarina Parkway Drive Mitigation Area 3 Sketch and Description, Miami Riverside Center Boundary Survey, OMNI CRA Amendment Legal Description Preparation, and James L. Knight Center Seawall Survey. Town of Miami Lakes Miscellaneous Survey and Mapping Services Contract, Miami Lakes, FL. Project Manager. Mr. Hoyle has performed a topographic survey for a beautification plan on NW 67th Avenue and performed both tentative and final plat reviews on behalf of the Town. He has also worked as a surveyor on behalf of the Town for a deed/document review to assist in the protection of the Town’s interests. Mr. Hoyle has led the team on many projects, including boundary survey – FDOT Parcel 5072, lochness final plat review, dunwoody final plat review, Miami lakeway south topographic survey, as well as Opa Locka Airport topographic survey, sketch, and descriptions. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services ALEKSANDR BRIDWELL SURVEYING AND MAPPING TEAM Education BS / Geomatics / Florida Atlantic University Registrations/Certifications Remote Pilot – Certificate Number: 4269106 Member of Florida Surveying and Mapping Society Years Experience Total: 4; with KCI: 2.5 Mr. Bridwell is a survey technician with over four years of experience throughout the state of Florida. He is a graduate from Florida Atlantic University’s Geomatics Program. He is a certified remote pilot, and his experience includes transmission line route surveys, preparation of easements via sketch and legal description, ALTA/NSPS surveys, boundary surveys, construction layout, topographic surveys, bathymetric surveys, as-built surveys, and 3D modeling, LiDAR scanning, and UAS flights. Mr. Bridwell has experience in today’s newest state of the art software and equipment including AutoCAD, TDS collection, dual-frequency/survey-grade GPS, and LiDAR. Miscellaneous Survey and Mapping Services Contract, City Of Miami, FL. Survey Technician. Mr. Bridwell served as the survey technician on the boundary and topographic survey of the James L. Knight Center Seawall survey project. Services included the location of asphalt, concrete, buildings, surface features of utilities, and above ground permanent improvements. Elevations were obtained at approximate twenty-five-foot intervals and at grade breaks (six-inches or greater). Intermittent highs and lows were also be obtained. Elevations were relative to the North American Vertical Datum of 1988 (NAVD ’88). Phase II Public Right-of-Way Accessibility Improvement, Delray Beach, FL. Survey Technician. Mr. Bridwell serves as a survey technician on a topographic survey of a portion of the City streets (approximately 15 miles) for an ADA sidewalk compliance project. Services include establishing the right-of-way of all streets deemed non- compliant. Topographic information obtained in the field includes power/utility poles and overhead wires, asphalt and curbing, driveways and fences, trees/hedge lines, manholes and drainage structures, including inverts, mailboxes, surface features of utilities and house address/tax folio identification number. South Florida Water Management District - STA 1 West, Bergeron Land Development, Inc., Palm Beach County, FL. Survey Technician. KCI provided project control, construction staking, as-built surveys, and laser scanning for the project. The purpose of the STA 1 W Expansion was to improve water quality discharges to the Everglades Protection Area by helping to balance flows and loads to meet the Water Quality Based Effluent Limit (WQBEL). The project consisted of an approximate 4,600-acre expansion to the STA 1 W. This was accomplished with the construction of new embankments, canals, water control structures, and other features. Mr. Bridwell served as the survey technician for this project. KCI provided project control, construction staking, As-built surveys, and laser scanning for the project. The purpose of the STA 1 W Expansion is to improve water quality discharges to the Everglades Protection Area by helping to balance flows and loads to meet the Water Quality Based Effluent Limit (WQBEL). The project generally consists of an approximate 4,600-acre expansion to the STA 1 W. This is being accomplished with the construction of new embankments, canals, water control structures, and other features. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services SINA NEJAD SURVEYING AND MAPPING TEAM Education BS / Geomatics / University of Florida Registrations/Certifications Member of Florida Surveying and Mapping Society Years Experience Total: 4; with KCI: 2 Mr. Nejad is a survey technician with four years of experience throughout the state of Florida. He is a graduate of the University of Florida Geomatics Program. His experience includes transmission line route surveys, preparation of easements via sketch and legal description, ALTA/NSPS surveys, boundary surveys, construction layout, topographic surveys, bathymetric surveys, as-built surveys, and 3D modeling. Mr. Nejad has experience in today’s newest state of the art software and equipment including AutoCAD, TDS collection, and the processing of dual-frequency/survey- grade GPS. Miami-Dade County Miscellaneous Survey and Mapping Services Contract, Miami- Dade County. Miami-Dade County, FL. Survey Technician. Mr. Nejad served as the survey technician on boundary & topographic survey of the Miami-Dade County Animal Services Pet Adoption & Protection Center. Services included the location of above ground permanent improvements such as buildings, asphalt, concrete, fences, and surface features of utilities. Elevations were obtained on a twenty-five foot grid with intermediate highs and lows also obtained and the elevations were relative to the National Geodetic Vertical Datum of 1929 (NGVD ’29). Le Meridien Hotel/ Design Center of America (DCOTA) - Paving, Grading and Drainage, Cohen Dania Beach Hotel, LLC, Fort Lauderdale, FL. Survey Technician. KCI performed surface water modeling, existing stormwater management system optimization using ICPR Version 4, and Surface Water Management (SWM) license modification for the entire backbone system. Mr. Nejad served as survey technician on an ALTA/NSPS Land Title Survey of the subject property. Mr. Nejad also worked closely with the project surveyor to prepare four boundary surveys to be used in a land swap project between the Client and the Florida Department of Transportation. Services included the location of above ground permanent improvements such as buildings, asphalt, concrete, fences, surface features of utilities, and review of title search reports. Services also included the preparation of a FEMA Flood Elevation Certificate. Florida Power and Light Solar Projects, Florida Power & Light Company, Miami-Dade, Broward, and Palm Beach Counties, FL. Survey Technician. Mr. Nejad served as a survey technician for FPL on a variety of projects located in the tri-county area. KCI prepared specific purpose surveys and sketch and descriptions which included the following services: the location of above-ground permanent improvements such as buildings, asphalt, concrete, fences, trees, and surface features of utilities, elevations, and as-builts of gravity utility lines (storm water and sanitary sewer), review and plotting of any easements provided by FPL, parking striping and typical distances between curb stops in parking lots, parking space dimensions, identification of any American Disability Act (ADA) complying walkways, sidewalks in close proximity to where the solar canopy was installed, gate access and gate widths into the park, and nearest fire hydrant to the proposed solar canopy/tree location with the park or directly adjacent road right-of-ways. P E R S O N N E L Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Project Understanding We understand that the Village wishes to procure the services of architectural and engineering firms to provide continuing services on an as-needed basis. This is especially important as the Village is not located on the mainland, and also consists of several larger roadways, as well as high-rise multi-family units, single family homes, a numerous commercial businesses and shopping centers. Two parks serve approximately 13,000 residents, and close to a million visitors each year. Traffic congestion can be an issue, as the island itself is only 1.1 square miles. General Capabilities At KCI, we apply knowledge, determination and skill to create a more interconnected, livable world—a society that connects us not only to our clients, but to each other. We relentlessly pursue solutions today to address tomorrow’s infrastructure and environmental challenges. Solving problems and enhancing functionality—this is what excites us. Our passion for the built and natural environment is surpassed only by our desire to make an impact—to improve, support, develop, implement and build—in order to meet societal needs. We strive for excellence in everything we do. Customer Service Philosophy The KCI team believes in driving change through the development and application of innovation with an adventurous spirit. Our employees have the freedom to take risks and explore opportunities to help our clients serve their constituents, enhance their communities and achieve their goals. Exploration is encouraged, and an entrepreneurial mindset is at the foundation of our culture. Successful delivery for any general service contract requires a team that has the expertise to address any project, meet all expectations and reach successful completion under any schedule needed, including multiple possible assignments at the same time. KCI has this expertise and is uniquely qualified to fulfill this contract. This staff has contributed to a wide-range of projects throughout the state of Florida – from mega-construction endeavors, valued at over $200M, to small culvert replacement, pavement rehabilitation, and bicycle/pedestrian facility designs. We pride ourselves on being adaptable and responsive to the needs of our clients. We have the flexibility to fashion our approach to meet all technical and non-technical requests, the ability to immediately “pivot” when conditions change and can call upon our vast resources to fit any scheduling commitment. Our team commits to executing contract work for the City in a timely manner, while providing high-quality services. As regulatory requirements have grown and the need for a true multidisciplinary approach to project delivery has become essential to our clients, our firm, and staff have adapted. Through this adaptation, we have development staff and a project portfolio that covers several areas of practice. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Construction Engineering and Inspection Approach One of the most important aspects of delivering CEI services is to have a cohesive and effective Project Management Plan (PMP) that address the various components of the process. Our CEI Project Management approach is based on the concept of the four-legged stool, where each leg represents a critical area of the CEI process. The key areas that are crucial to any successful CEI project are: Communication, Documentation, Schedule, and Budget. All of these “legs” must be handled with equal diligence to carry out the project successfully. A strong PMP plan provides our team the tools necessary to effectively provide all the required documentation, which is critically important to any Village funded project. The following details our successful approach for each of the key areas. Communication Prior to the start of any construction project, our designated Senior Project Engineer (SPE) will schedule a Task Work Order (TWO) kick-off meeting with the designated Village Project Manager (VPM) to outline all project issues including the contractual requirements set forth by the Village that will affect the Contractor such as project milestones, critical path of the project, any related public or community awareness issues, safety and any potential issues identified during our constructability review of the plans that may lead to RFIs or claims. At this meeting, we will provide the VPM with our templates for the Daily Work Reports (DWRs), Request for Information (RFI) tracking log, Weekly Summary Report and other pertinent documents and forms for review and approval. The following meetings will also be facilitated by our SPE: ⊲Preconstruction meeting ⊲Weekly or biweekly progress meetings (depending on the complexity of the project(s) ⊲Pre-services meetings (meetings that are necessary prior to the start of major construction operations such as paving, mass concrete placement, major foundation installation, etc.) ⊲Public information or community awareness meetings (in conjunction with our designated public information specialists) ⊲All meetings will be memorialized in writing and made available to the VPM within 72 hours of the meeting. Documentation Our KCI CEI team is well-versed in providing and maintaining proper documentation during a project. It starts prior to the start of construction through project closeout. It provides for the processing of the monthly progress estimates in a timely manner and, the project will be closed out error free. It also ensures that if the project has federal (grants or LAP) funding or other reimbursable funding such as joint project agreements with other agencies or municipalities, that the accounting is kept separate and that all parties attached to these agreements will be reimbursed correctly. The following items represent some of the critical ⊲Constructability Reviews: One of the most important steps is to perform a thorough constructability review prior to the start of construction. This review identifies issues that may lead to Notice of Intent (NOI) to claim, multiple RFIs and issues that may impact the schedule. We will present our findings to the VPM at our kick-off meeting with the Village prior to the Preconstruction meeting. This allows ample time to address issues with the Engineer of Record (EOR) and issue revisions to the plans prior to the start of construction. The purpose of a constructability review is not to challenge the design intent but rather address issues that may pose difficulty or questions by the contractor. As an example, identifying areas where a crane may need to be placed during foundation work or beam erection is extremely important. Instances of having insufficient right-of-way or an available temporary or permanent construction easement provided may lead to delays and additional costs to the project. Right-of-entries to harmonize driveways, commercial and residential, also are common issues found during a constructability review that are many times inadequately addressed. Review of all permits for the project, permit conditions and duration of the permits is also part of our constructability review. ⊲Daily Work Reports: The DWRs serve as a document that memorializes the days’ activities including, weather, contractor personnel and equipment used, activities that occur and any issues that arise. Proper documentation will allow at the end of each month prior to the approval of the monthly progress estimate to confirm payroll registers vs. DWRs to ensure that the contractor is paid for actual work progress. The DWRs will also prove useful when time extensions are necessary or warranted, including weather days, holidays and other issues impacting time. Finally, the DWR is also important in the event litigation occurs during or post construction as a result of any accidents or disputes by the contractor. DOCUMENTATION BUDGET SCHEDULE COMMUNICATION PMPP Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G ⊲Monthly Progress Estimates: Cashflow is the lifeline of any contractor. It’s extremely important that monthly progress estimates are done correctly and efficiently so that they are approved prior to the monthly cut-ff date and are processed, ensuring that the contractor is reimbursed for the progress of the work for the month. Monthly estimates also need to account for stockpiled material and lump sum items that are paid on percentage of completion. ⊲Weekly Summary Reports: The WSRs will provide the Village PM with a brief summary of each day’s activities, status of RFI, issues that require resolution and a summary of the following weeks’ proposed activities. It will be provided at the COB, each Friday via email. ⊲Final Estimates Package: KCI believes that final estimates package begins on day one of the project. By following this simple method, at the time of project completion, it will be a relatively smooth process in assembling all the necessary documents to certify the project complete including, final offer of payment, material certifications, claims, supplemental agreements, change orders, record drawings and other pertinent documents. Our KCI team regularly performs final closeout within a minimum of 14 days but no later than 30 days after completion. Schedule Our KCI team has experienced schedulers, some who were previously contractors, thus having an excellent understating of Oracle Primavera P6 and Microsoft Project. For simpler, shorter duration projects, using Project will provide an effective way to manage the project schedule. However, for longer duration and projects with multiple phases, P6 will be the scheduling tool to use. The contractor’s schedule will be thoroughly reviewed for: ⊲Out of sequence activities ⊲Critical path that does not support the schedule logic ⊲Incorrect sequencing of consecutive activities ⊲Negative float ⊲Compression of activities that cannot be accomplished based on actual production rates For a schedule to be an effective construction management tool, the baseline schedule must be accurate and submitted timely. The baseline schedule can never change, regardless of whether updates to the schedule occur. This ensures that an accurate and complete picture of the project is always available and, in the event the contractor submits claims, a proper analysis of entitlement can be made. Budget At the onset of a TWO, our KCI team will prepare a scope and budget for the required CEI services. Once approved by the Village PM, this budget will be entered into our accounting system. As an ISO 9001:2015 company, our system is set up to provide totally transparency and ability to provide information to the CPM in real-time status. Our Project Controls personnel submit monthly Cost Control Reports (CCR) that provides total TWO funds, funds expended each month, funds expended to date and total projected remaining funds in dollars and months. The following graphic illustrates our CCR. Through a pro-active approach to our projects, our KCI team will address issues early on and provide the proper mitigation strategy or solution to ensure the contractor stays on schedule and completes the project within the allotted time. The following are some of the key issues and challenges, based on our experience and our proposed issue resolution strategy. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G Utility Conflicts ⊲CHALLENGE: If not properly addressed, they have the potential to delay the project and increase costs to resolve conflicts. Typical conflicts include fiber optic lines not properly located, drainage structures that conflict with existing watermains or force mains, gas transmission lines and FPL pole and transmission line relocations. ⊲SOLUTION: Our KCI CEI team will include a Utility Coordinator (UC). The UC will be responsible for reviewing all utility relocation schedules, communicating directly with each Utility Agency Owner (UAO) on their schedule and relocation efforts, arrange for any Subsurface Utility Exploration (SUE) services when necessary to verify utilities and ensure that any reimbursable agreement costs are tracked separately. Clear communications and a proactive approach will avoid and/ or mitigate utility issues. Maintenance of Traffic (MOT) ⊲CHALLENGE: Projects that have multiple MOT phases, impacts to pedestrian mobility, traffic detours and safety concerns are prevalent challenges on many construction projects. Examples include reconstruction projects that impact sidewalk usage, circuitous traffic detours that will introduce heavier than normal traffic into residential neighborhoods, work within school zones and multiple phases or traffic switches that may impact business or residential access. Regarding safety within the work zone, proper ingress/egress for trucks, width of the work zone and overhead transmission lines when crane operations are necessary. ⊲SOLUTION: The SPE and PA will review all MOT requirements, including phasing plans, address any issues with the contractor prior to the start of construction. If the project(s) require traffic detours, our team will physically drive the detour to determine if the detours are logical and properly signed. Traffic conditions will also be monitored to prevent excessive traffic within residential areas and or congestion for extended periods of time. Working with the contractor, adjustments will quickly be made to remedy situations that create an unsafe condition. Work zones will be monitored by our inspection team, ensuring that the contractor’s personnel are safe and are using the correct PPE, including high visibility vests and hard hats. Barricades and drums will be inspected daily for proper placement, cleanliness and visibility, particularly at night. All KCI team personnel are either certified in Intermediate or Advanced MOT. Foundations + Structures ⊲CHALLENGE: Foundations that include pile driving , drilled shafts, sheet piling are some of challenges the contractor and CEI will face. Driving piles near buildings can result in structural damage to the surrounding structures. Sheet pile installation if not done correctly will result in delays to the sequence of construction. If the sheet piles are temporary and must be removed, the removal process will need to be monitored closely. Overhead transmission lines and pile driving operations are issues that need to be addressed prior to the start of construction. Placement of bridge beams is one of the most challenging and potentially dangerous activities during construction, particularly if the work must be done at night. ⊲SOLUTION: For pile driving operations, a pre-services meeting will be schedule with the contractor to review equipment, test pile locations and pile driving operations. Ensuring that a proper plan is followed will avoid issues during production pile placement. Location of the equipment will be reviewed to avoid any unsafe conditions close to high voltage transmission lines and other utilities. If bridges are part of the scope of work, review the contractors’ sequence for bridge placement equipment to be used and access for the cranes to safely erect the beams. If beams are placed at night, check the contractor’s lighting for adequate coverage. Paving Operations ⊲CHALLENGE: Proper asphalt placement is an area that is highly noticeable by the public and can generate multiple complaints if not done correctly. Milling and resurfacing projects that leave milled areas exposed for any period can cause damage to the existing base, tire damage to vehicles and excessive noise and dust. Placement of asphalt must be done within proper temperature tolerances, ambient and the material itself and must follow a logical sequence. Village of Key Biscayne Continuing Architectural & Engineering Services T E C H N I C A L A P P R O A C H & U N D E R S T A N D I N G ⊲SOLUTION: Paving operations will always require a pre-services meeting with the contractor before any milling and/ or asphalt operations occur. We will review the contractors mix design, proposed paving sequence(s) and any special requirements. If he paving operations occur at night during the winter months, monitor the ambient temperature so as not to place asphalt when temperatures are below the specification requirements. During milling operations our team will inspect the milled surface for any base damage and if damage is found, direct the contractor to fix the damaged areas. The contractor’s quality control plan will be reviewed and revised as necessary. During asphalt placement our inspection team will monitor asphalt temperatures of each lot and the required spread rate of asphalt. Our team will also ensure that traffic is not allowed on the new surface until all temporary striping is placed during structural course placement. Allowing traffic on a roadway prior to placement of pavement markings will increase the potential for traffic accidents to occur. Drainage ⊲CHALLENGE: Some issues associated with drainage construction include dewatering for deep installations, deep well casing placement, large drainage structure placement and canal excavation that will generate turbidity and high NTUs. Pipe placement has its own challenges, including proper placement of pipe sections and correct joint sealing and proper alignment of the pipes. ⊲SOLUTION: If dewatering is required due to the depth of the structures or pipe trenches, our team will review the contractor’s dewatering permit for conditions and requirements and that the equipment , i.e., pumps, well points, etc., are all working correctly. Turbidity will be monitored at discharge points by taking NTU readings. During structure placement compaction of the base of the structure will checked. Uncompacted bottoms can lead to mis-aligned structures and pipe leakage. Densities will be taken along pipe runs per Village requirements. Trenches that are improperly compacted will lead to trench failure and eventual failure of the pavement structure. If deep wells are required, the contractor’s well installation plan will be reviewed prior to drilling and placement of casing. Our team will review the casing to ensure that splices are properly welded and that the case thickness is per the contract plan requirements. KCI HOLDINGS, INC./KCI TECHNOLOGIES, INC. OFFICERS AND DIRECTORS - 2021 Term of office for Directors is one-year and are appointed or re-appointed and elected by Trustees at their Annual Stockholders Meeting every December. Term of office for Officers is “perpetual” until change of status as determined by Board of Directors or when employment is terminated. Title Employee Name Date of Current Office Business Address Chairman of the Board Terry F. Neimeyer** 12/15/2000 936 Ridgebrook Road, Sparks, MD 21152 CEO & President Nathan J. Beil** 08/24/2018 936 Ridgebrook Road, Sparks, MD 21152 Executive Vice President/Chief Operating Officer Christopher J. Griffith** 02/08/2017 936 Ridgebrook Road, Sparks, MD 21152 Executive Vice President G. Scott Lang 10/21/2016 936 Ridgebrook Road, Sparks, MD 21152 Senior Vice President W. Merritt King 08/25/2017 3014 Southcross Boulevard, Rock Hill, SC 29730 Senior Vice President Bryan Lawson 12/15/2017 4041 Crescent Park Drive, Tampa, FL 33578 Senior Vice President Gary Mryncza** 10/21/2016 500 11th Avenue North, Suite 290, Nashville, TN 37203 Senior Vice President Senior Vice President Senior Vice President Charles A. Phillips Jr. Barry James Schoch Daniel Scott Riddle 01/29/1985 10/31/2017 10/18/2019 936 Ridgebrook Road, Sparks, MD 21152 5001 Louise Drive, Suite 201, Mechanicsburg, PA 17055 936 Ridgebrook Road, Sparks, MD 21152 Senior Vice President/Corporate Secretary Bayne E. Smith 12/15/2017 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 Senior Vice President Thomas G. Sprehe 01/30/2004 936 Ridgebrook Road, Sparks, MD 21152 Vice President Laurie Arensdorf 05/19/2015 4505 Falls of Neuse Road, Suite 400, Raleigh, NC 27609 Vice President Robert Atkinson 08/21/2018 3014 Southcross Boulevard, Rock Hill, SC 29730 Vice President Nicholas Barrick 12/15/2020 11830 West Market Place, Suite F, Fulton, MD 20759 Vice President Peter Bourne 08/21/2018 1352 Marrows Road, Ste. 100, Newark, DE 19711 Vice President Deborah Boyd 12/13/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Mehmet Boz 06/19/2018 936 Ridgebrook Road, Sparks, MD 21152 Vice President Michael W. Burcham 06/03/2014 1352 Marrows Road, Suite 100, Newark, DE 19711 Vice President Eric Burgess 06/06/2017 3014 Southcross Boulevard, Rock Hill SC 29730 Vice President Steven Cumor 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President James Deriu** 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Stephen F. Drumm 10/25/1998 936 Ridgebrook Road, Sparks, MD 21152 Vice President David J. Eberspeaker 05/19/2015 3014 Southcross Boulevard, Rock Hill, SC 29730 Vice President James Fitz Morris 06/06/2017 9711 Southern Pine Boulevard, Suite A, Charlotte NC 28273 Vice President Erick Fry 12/12/2017 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 Vice President Adam Gardner 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President James M. Gellenthin 02/09/2015 4505 Falls of Neuse Road, Suite 400, Raleigh, NC 27609 Vice President Vice President Larry Gregory Heidi Hammel 10/17/2016 12/10/2019 2160 Satellite Boulevard, Suite 130, Duluth, GA 30097 936 Ridgebrook Road, Sparks, MD 21152 Vice President Tate Jones 06/06/2017 70 Boulderbrook Circle, Suite 100, Lawrenceville, GA 30045 Vice President Joel S. Keels 10/30/2007 936 Ridgebrook Road, Sparks, MD 21152 Vice President Dana Knight 02/06/2018 936 Ridgebrook Road, Sparks, MD 21152 KCI HOLDINGS, INC./KCI TECHNOLOGIES, INC. OFFICERS AND DIRECTORS - 2021 Title Employee Name Date of Current Office Business Address Vice President, CFO and Treasurer Christine Y. Koski 12/14/2010 936 Ridgebrook Road, Sparks, MD 21152 Vice President Vice President Amy Lambert Jim Lofft 12/12/2017 12/10/2019 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 Vice President Robert Macoy 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Susan Miller 10/17/2016 936 Ridgebrook Road, Sparks, MD 21152 Vice President Robert Murphy 12/16/2016 500 11th Avenue North, Suite 290, Nashville, TN 37203 Vice President Arch Noha 08/21/2018 921 Mercantile Drive, Suite H, Hanover MD 21076 Vice President George Perdikakis 05/26/2009 936 Ridgebrook Road, Sparks, MD 21152 Vice President Michael Perez 10/07/2014 801 Travis, Suite 2000, Houston, TX 77002 Vice President Joseph J. Pfeiffer, Jr. 12/15/2000 300 2nd Street North, Suite 350, La Crosse, WI 54601 Vice President Vice President Liz Phipps Randell Prescott 10/17/2016 12/10/2019 4505 Falls of Neuse Road, Suite 400, Raleigh, NC 27609 4041 Crescent Park Drive, Tampa, FL 33578 Vice President Kerry B. Rexroad 03/22/1996 936 Ridgebrook Road, Sparks, MD 21152 Vice President Adam Rickey 08/21/2018 936 Ridgebrook Road, Sparks, MD 21152 Vice President Randy Seaver 12/15/2020 2610 Rochester Road, Cranberry Township, PA 16066 Vice President James H. Shumaker 12/15/2000 936 Ridgebrook Road, Sparks, MD 21152 Vice President Andrew Smith 02/06/2018 936 Ridgebrook Road, Sparks, MD 21152 Vice President Vice President Scott Stockburger Jeff Tirshman 10/17/2016 12/10/2019 5021 Lakawana Street, Suite 501, Dallas, TX 75247 936 Ridgebrook Road, Sparks, MD 21152 Vice President Mary C. Wiedorfer 12/17/2013 122 C Street, NW, Suite 500, Washington, DC 20001 Vice President Timothy Wolfe 02/08/2005 936 Ridgebrook Road, Sparks, MD 21152 Vice President Khalil Zaied 02/06/2018 936 Ridgebrook Road, Sparks, MD 21152 Senior Associate & Assistant Secretary Bruce Reed 02/07/2019 6500 North Andrews Avenue, Fort Lauderdale, FL 33309 Director Kenneth H. Trout** 03/02/1999 936 Ridgebrook Road, Sparks, MD 21152 Director Director Director William Jews** Barnie Beasley** Courtney Beamon** 12/15/2009 12/10/2019 12/10/2019 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 936 Ridgebrook Road, Sparks, MD 21152 ** Member of the Board of Directors State of Incorporation: Delaware FEIN #52-1604386 Date of Incorporation: 12/15/88 Revised 12/16/2020 Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Qualifications Questionnaire Please see our submitted questionnaire. Public/Private Clients KCI routinely has thousands of public/private clients for which we are providing services at any given time. Below are some of those clients for which we have provided services in the past three years. Municipal Clients ⊲City of Doral ⊲Coral Bay Community Development District ⊲Turtle Run Community Development District ⊲City of Sunrise ⊲City of Fort Lauderdale ⊲City of Lauderhill ⊲City of Port St. Lucie ⊲City of Parkland ⊲City of Miami ⊲Miami-Dade County ⊲City of Oakland Park ⊲City of Boca Raton ⊲FDOT Districts 1, 2, 4, 6, and 7 ⊲City of Marathon ⊲City of Key West ⊲City of Lauderdale Lakes ⊲City of Coconut Creek ⊲Monroe County ⊲City of Riviera Beach ⊲Town of Miami Lakes ⊲Town of Palm Beach Gardens ⊲City of Aventura ⊲City of North Lauderdale ⊲Town of Bay Harbor Islands City of Coral Springs ⊲City of Miramar ⊲City of North Miami ⊲City of Miami Gardens ⊲City of Boynton Beach ⊲City of Delray Beach ⊲Village of Key Biscayne ⊲Broward County School Board ⊲School Board of Palm Beach County ⊲South Florida Water Management District ⊲Florida’s Turnpike Enterprise Relevant Licenses On the following pages, we present our relevant licenses for the State of Florida. Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S State of Florida Department of State I certify from the records of this office that KCI TECHNOLOGIES, INC.is a Delaware corporation authorized to transact business in the State of Florida, qualified on April 19, 1989. The document number of this corporation is P23975. I further certify that said corporation has paid all fees due this office through December 31, 2020,that its most recent annual report/uniform business report was filed on May 11, 2020,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital, this the Eleventh day of May, 2020 Tracking Number: 0664604721CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES KCI TECHNOLOGIES, INC. Do not alter this document in any form. 4041 CRESCENT PARK DRIVE LICENSE NUMBER: CA4898 EXPIRATION DATE: FEBRUARY 28, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. RIVERVIEW FL 33578 Always verify licenses online at MyFloridaLicense.com Halsey Beshears, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES KCI TECHNOLOGIES INC Do not alter this document in any form. 936 RIDGEBROOK ROAD LICENSE NUMBER: LC26000634 EXPIRATION DATE: NOVEMBER 30, 2021 This is your license. It is unlawful for anyone other than the licensee to use this document. SPARKS MD 21152 Always verify licenses online at MyFloridaLicense.com Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Village of Key Biscayne Continuing Architectural & Engineering Services P R O P O S E R ’ S Q U A L I F I C A T I O N S Available Facilities Work for this project will be led from our Miami, FL office, located at: 5835 Blue Lagoon Drive, Suite 303, Miami, FL 33126 Additional support will come from our Fort Lauderdale office, as well as our Tampa office. Technological Capabilities and Other Available Resources LiDAR Technology Developed in the military, a new technology called LiDAR (Light Detection and Ranging) has now become the “go-to” method to collect geospatial data. LiDAR is a pulse firing at up 500,000 points per second from powerful lasers mounted in aircraft. Continuing to improve over time, these systems are still one of the best ways to collect high-quality geospatial data. This method also requires ground control, but fewer targets than traditional aerial mapping systems need. With these systems, the density of the data collection is far superior. Mobile LiDAR KCI owns and operates a state-of-the-art RIEGL VMX-2HA mobile LiDAR 3D laser scanner. The scanner is comprised of two RIEGL VUX-1HA High Accuracy LiDAR sensors and a high-performance INS/GNSS unit. A camera system to complement LiDAR data with precisely georeferenced images employs up to nine cameras, which can be independently positioned to focus on the most important areas to capture. Additionally, a FLIR Ladybug 5+ panorama camera captures spherical photography at the same time, so that any area of the project can be viewed remotely from the office. Terrestrial LiDAR KCI currently has five terrestrial LiDAR systems. These use the same type of laser LiDAR collection as the mobile unit, but the system is typically mounted on a tripod. It allows us to go into highly-dense areas and map precisely. A typical use of this technology would be mapping significant intersections for engineering purposes. We can map in a few hours while traditional surveyors may take several days. Drones - Unmanned Aircraft Systems Deployment of unmanned aircraft systems (UAS) or drones can offer efficient, safe and highly accurate methods for collecting visual, remote sensing and survey data. KCI maintains a fleet of the latest drone and camera systems that allows our team to safely capture video, high resolution photography and survey-grade data for large sites in a fraction of the time that it would take using conventional methods. Drones for Survey Using drones for land surveying is a relativity new technique but the science behind it is as old as surveying itself. Using photogrammetry to extract 3D linework is nothing new; the main change is the equipment that is used. In the past, surveyors would have to contract out a full-sized fixed wing aircraft or a helicopter to collect the data, but now can use a smaller UAS for rapid deployment. This now allows for the use of technology in areas that were previously too remote and/or costly. Subsurface Utility Engineering (SUE) KCI’s SUE division delivers quality, accurate mapping of existing underground utilities to avoid costly utility conflict or construction delays caused by unknown or misrepresented utilities. Led by SUE professionals and supported by engineers, designers, inspectors, and surveyors, KCI’s SUE division finds practical, cost-effective solutions to project challenges in the rapidly advancing and sometimes volatile utilities environment. KCI has been successful in reading markets and honing experience to help clients take advantage of new technologies. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S TASK MANAGER Joe Gómez, PE, F.FES CONSTRUCTION ENGINEERING AND INSPECTION (CEI) & CONSTRUCTION/PROJECT MANAGEMENT CONTRACT MANAGER Joe Gómez, PE, F.FES LANDSCAPE ARCHITECTURE CIVIL ENGINEERING TASK MANAGER Robert Zuccaro, PE, ENV SP SURVEYING AND MAPPING TEAM Benjamin Hoyle, PSM Aleksandr Bridwell Sina Nejad SIX SURVEY CREWS TASK MANAGER Kirk Hoosac, RLA LANDSCAPE ARCHITECTURE TEAM Chris Miller RLA, ISA, SITES AP, FNGLA, IA Todd Mohler, RLA, ISA, IA Marisol Ortega ISA, LIAF Geoffrey Campbell, RLA CEI Team Jorge Ortiz, PE Ramon Llana, EI Carl Cadet Paul DiPaola Hector Laguna Erick Colón CIVIL TEAM Nick Leone, PE Jonathan Geiger, EIT Byron Reynolds, EIT Yaritza Davila PROJECT MANAGER Robert Zuccaro, PE, ENV SP Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JOE GÓMEZ, PE, F.FES CONTRACT MANAGER | CM/CEI TASK MANAGER | CONSTRUCTION/PROJECT MANAGEMENT TASK MANAGER Education BS / Civil Engineering / Florida International University AA / Pre-Engineering / Miami-Dade College Registrations/Certifications PE / FL / 35526 Years Experience Total: 43; with KCI: 4 Professional References Clark Briggs Monroe County Department of Public Works (305) 295-4329 Carlos Arroyo, CFM City of Doral (305) 593-6740 Douglas Armstrong, PWD Town of Bay Harbor Islands (305) 866-4863 ext. 111 Mr. Gómez has 43 years of diverse civil engineering, transportation planning, and design, as well as CEI and construction management experience. He has managed and directed large-scale transportation studies including major multilevel interchanges, arterial corridors and bridge replacements. Mr. Gómez holds a bachelor’s degree in civil engineering from FIU. Card Sound Road Toll Plaza Replacement Design-Build On Call Professional Engineering Services, Monroe County, FL. Senior Project Engineer / Project Manager. The project consisted of the $18 million conversion of the cash toll plaza to the SunPass cashless electronic system. Services included serving as owner’s representative during the design phase and CEI services during construction. Project elements included demolition of existing toll plaza in two phases, pavement reconstruction (flexible and rigid), new drainage, toll gantry and electronic equipment. NW 52nd Street/NW 102nd Avenue CEI Services, Doral, FL. Project Manager. Mr. Gómez provided construction, engineering and inspection (CEI) services for this $3.0 million project for the City of Doral. The project, a Local Agency Program (LAP) off-highway system, includes the construction of a new French drain system, upgraded pedestrian improvements including Americans with Disabilities/Accessibility (ADA) detectable warning devices, pedestrian signal heads and solar powered rectangular rapid flashing beacons for added safety at crosswalks, milling and resurfacing and new bicycle lanes NE 13th Street CEI Services, Fort Lauderdale, FL. Project Manager. The project entailed reconstruction of NE 13th Street from NE 8th Avenue to the Florida East Coast (FEC) Railroad (R/R). It included adding bike lanes, removal of existing traffic signal and construction and new roundabout, bio-swales and new street lighting. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. QA Officer. KCI provided CEI services for this $3.8-million project for FDOT District 1 (D1). This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, new sidewalk and closed flume inlets within the one-mile corridor. This project also added storage to existing turn lanes and is converting the existing swale median to a crowned median in preparation for future landscaping. Mr. Gómez was responsible for all QA audits per contract requirements. NCL Terminal B New Construction, Miami, FL. Senior Project Engineer / Project Manager. Mr. Gómez was responsible for this global Norwegian Cruise Lines (NCL) Holdings project to perform all CEI services for drainage, water, sewer, electrical duct bank and paving infrastructure for new $120M state-of-the-art passenger terminal, replacing the obsolete existing Terminal B. Responsible for all CEI inspections, inspection staff and performance of daily work reports (DWR) Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ROBERT ZUCCARO, PE, ENV SP PROJECT MANAGER/DRAINAGE DESIGN & CIVIL ENGINEERING Education BS / Civil Engineering / Clarkson University Registrations/Certifications PE / FL / 17931 ENV SP / 17931 NPDES Qualified Stormwater Management Inspector / 7089 Years Experience Total: 36; with KCI: 5 Professional References Pablo Gomez City of Miami Beach (305) 673-7260 Daniel Fisher City of Fort Lauderdale (954) 828-5850 Mike Dyko City of Boca Raton (561) 416-3413 Mr. Zuccaro has 36 years of experience on a wide range of successful engineering projects by providing planning, design, permitting, construction phase services and final certifications. His experience is in land development, transportation and environmental projects. Mr. Zuccaro has been a project manager for a wide range of governmental and private sector clients. He has supervised the design, planning, platting, surveying, permitting, specifications, contract administration, construction observation, record drawings, final certifications for medical facilities, airports, roadways, water and sewer systems, lift and pump stations, sewage treatment plants and marinas. Turtle Run Civil Engineering, Coral Springs, FL. Project Manager. Mr. Zuccaro is the current project manager while KCI has served as District Engineer for the Turtle Run Community Development District (TRCDD) for more than 25 years. In the capacity of District Engineer, KCI attends all Board Meeting and coordinates closely with the District management team, Board Members and Council on a variety of projects within the district. KCI reviews engineering permit plans submitted for compliance with District Criteria and best engineering practices and techniques. In addition, KCI has also provided surveying, design, permitting, bidding and negotiation, construction management, and inspection services for various district projects. Hillsboro El Rio Park, Boca Raton, FL. Engineer of Record. Mr. Zuccaro was the engineer of record for the civil design improvements and permitting associated with the new park to be constructed on an old landfill site to include sports courts, playground and picnic areas, pavilions and restrooms, and visitor parking. Due to the site’s historical and past uses as a landfill, redevelopment required stormwater permitting through FDEP. ICPR Version 4 was used to model the Master Drainage System. Stormwater permitting submittals through FDEP were required and coordination with ACOE for wetland determination. Madeleine Village Apartments, Miami Beach, FL. Project Manager. Work included a boundary and topographic survey, roof replacement, interior sidewalk replacements, landscaping improvements, interior architectural upgrades (performed by KCI sub-consultant Tamara Peacock Architects, Inc.). Civil work included designing a stormwater system due to sheet flow restrictions produced by new elevated seawall. Work also entailed permitting, bidding services, construction phase services, and final certification. Lake Ridge Sunrise Boulevard (US 1) Water Main Improvements, City of Fort Lauderdale, FL. Project Manager. This project included nderground utility (water main) replacement of 4,200 LF of new eight-inch water main for the City of Ft. Lauderdale, Florida. in the center of the westbound lane. KCI fast-tracked the design and permitting to enable the contract to be added to the FDOT milling and resurfacing contract, pending no impact on the FDOT contract amount and completion schedule. Project required expeditious contract negotiations with the FDOT contractor and coordination with the City Manager to place the approval on the City Commission Agenda, otherwise the project would be delayed. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S JORGE ORTIZ, PE CEI TEAM Education BS / Civil Engineering / University of Florida Registrations/Certifications PE / FL / 37772 PE / MD / 14738 Asphalt Paving Technician Levels 1 & 2 QC Manager MOT Advanced FDEP Stormwater, Erosion and Sedimentation Control Inspector Training FDOT Critical Structures Construction Issue Years Experience Total: 36; with KCI: 7 Mr. Ortiz has 36 years of experience in the design, project management, construction engineering and inspection (CEI) of highway transportation projects throughout the State of Florida and Maryland. He has served as senior project engineer/administrator for FDOT projects in Districts 1, 4 and 6. His experience ranges from major interstate highway bridges to roadway projects and toll plazas. Mr. Ortiz has been responsible for contract management and administration, procurement, bid processing, cost estimating and contract negotiation for various construction projects. He is also experienced in bridge design, load rating, inspection and rehabilitation. As a senior construction manager, Mr. Ortiz is responsible for construction management and contract administration of CEI projects including office and field staff supervision, manpower and project schedule monitoring, reviewing and negotiating contract changes, preparing and executing task work orders and supplemental agreements and maintaining client relationships. Seacrest Beautification Phase 1/NE 2nd Avenue from George Bush Boulevard to NE 13th Street, Delray Beach, FL]. Senior Project Engineer. CEI services for the widening of NE 2nd Avenue to add designated green painted bikeways in both directions, repurposing of swales including removal of existing vegetation, milling and resurfacing, new sidewalks and valley gutters, reconstruction of driveways, installation of decorative pavers localized drainage improvements, signage and pavement markings. I-75/SR 93 from Broward County Line to East of SR-951, Collier County, FL. Senior Project Engineer. This was a 50-mile safety improvement project consisting of the installation of guardrails along the outside shoulders on both NB and SB. Some existing guardrails were upgraded to meet the current design standards and the maintenance service openings were improved to provide better delineated entry points. Mr. Ortiz was responsible for contract administration and construction management including quality control, resolution of project issues, contract negotiation, construction inspection and supervision. SR A1A from Oakland Park Boulevard to Flamingo Avenue, Fort Lauderdale, FL. Senior Project Engineer). This was a greenway beautification enhancement project which included the reconstruction and restoration of approximately 1.04 miles of a four-lane roadway facility to add a bike lane in each direction and a raised median. The work also included major improvements to the existing drainage system, new curb and gutter, sidewalk, extensive hardscape, lighting, signalization, signage and pavement markings. Mr. Ortiz was responsible for the contract administration and construction management of this project including field staff supervision, overall construction project schedule monitoring, quality control of contractor operations and materials certifications. SR 84 Drainage Improvements, Milling, Resurfacing and Signalization, Collier County, Naples, FL. Senior Project Engineer. KCI provided CEI services for this $3.8 million project for FDOT District 1. This project involved utility coordination of four drill shaft foundations for improved signalization at the intersection of County Barn Road, as well as new sidewalk and closed flume inlets within the one-mile corridor. This project added storage to existing turn lanes and converted the existing swale median to a crowned median in preparation for future landscaping. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S RAMON LLANA, EI CEI TEAM Education BS / Civil Engineering Florida International University AA / Civil Engineering Miami-Dade College Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Earthwork Construction Inspection Levels 1 & 2 Final Estimates Levels 1 & 2 Quality Control Manager MOT Advanced FDOT Tier 1 Illicit Discharge Detection and Elimination Training TROXLER Nuclear Training and Safety HAZMAT Training IMSA Traffic Signal Inspector ATSSA Worksite Traffic Supervisor Certification Base Testing Certified MSE Wall Certification MEW-Basic/Multiline Earthwork FEMA IS-00100.c Introduction to Incident Command System FEMA IS-00200.c Basic Incident Command System for Initial Response Years Experience Total: 36; with KCI: 4 Mr. Llana has 36 years of CEI experience, and within those years he has worked on projects ranging from major roadway construction to bridge construction. He has served as both project administrator and contract support specialist on FDOT projects in Districts 4 and 6, as well as Tallahassee’s Central Office and the Turnpike. Mr. Llana is responsible for various CEI projects to perform quality assurance of final estimates, documentation procedures and other critical CEI functions on an as-needed basis. Broad Causeway Corridor Enhancements, Town of Bay Harbor Islands, FL. Project Administrator/Contract Support Specialist. This is a LAP project consisting of widening on both sides of the 0.45-mile Broad Causeway to add buffered bike lanes, mill and resurface the existing pavement, and replace the existing handrail on the east bridge with new recessed LED lights. The project also includes mill and resurfacing of the existing pavement at the service station within the project limits which is used as a turnaround for vehicles. The project originally called for two one-inch lifts of Superpave SP- 9.5 structural asphalt. However, due to addition of bike lanes and safety concerns, the KCI team was successful in working with the FDOT and the Town to replace the final course as one inch of FC-9.5 friction course, which was approved as LAP reimbursement by FDOT D6. The project will be completed on time and within budget. NW 36th Street Corridor (NW 72nd Avenue to NW 107th Avenue), Miami- Dade County, FL. Project Administrator/Contract Support Specialist. The scope of services includes the inspection of the cabinet and signalization equipment at various intersections throughout NW 36th Street. Subsurface Utility Investigations, City of Miami Beach, FL. Project Administrator/Contract Support Specialist. The scope of services includes obtaining the permits from FDOT and the City of Miami Beach to perform lane closures, saw cut potholes and trenches to check for existing utilities, backfill potholes and trenches, and restore asphalt roadway. US 1 Corridor Autoscope Video Detectors and Installation, Miami-Dade County, FL. Project Administrator/Contract Support Specialist. The scope of services includes checking the installation and functioning of the Autoscope Video Detectors at 70 intersections along the US 1 corridor. On Call Professional Engineering Services, Card Sound Road Toll Plaza Replacement Design-Build, Monroe County, FL. Project Administrator/ Contract Support Specialist Inspector. The scope of services included serving as owner’s representative during the design phase, including processing of shop drawings, approval of submittals and review of contractor’s schedule of values. Mr. Llana was responsible for providing CEI services for the complete demolition of the old toll plaza, reconstruction of new concrete aprons and flexible pavement approaches, drainage, installation of new equipment toll building and gantry for the Sunpass cashless toll system. NE 13th Street from NE 4th Avenue to NE 8th Avenue, Fort Lauderdale, FL. Contract Support Specialist. Mr. Llana provided CEI services for the repurposing of NE 13th Street to add designated green-painted bikeways in both directions, bio-swales, milling and resurfacing, sidewalks, installation of decorative pavers, conversion of overhead wired street lights to underground and construction of a new roundabout with decorative art at NE 6th Avenue, signage and pavement markings including handicap ramps. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S CARL CADET CEI TEAM Education BS / Construction Management / Everglades University Professional School of Technology for Business Accounting Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Asphalt Plant Technician Level 1 Earthwork Construction Inspection Levels 1 & 2 Final Estimates Levels 1 & 2 QC Manager MOT Advanced FDOT Concrete Field Inspector Specification FDOT TROXLER Nuclear Training and Safety FDOT HAZMAT Training FDEP Stormwater, Erosion and Sedimentation Control Inspector Training Years Experience Total: 19; with KCI: 16 Mr. Cadet has 19 years of experience in the CEI industry. He assists with all duties and is qualified to perform acceptance tests such as surface tolerance (rolling straightedge and cross slope), random sampling, core sampling, testing, and density calculations. Mr. Cadet has worked on many local and federal projects throughout the State of Florida. He is experienced with FAA, Marshall, Superpave procedures, bituminous materials, volumetric calculations, GTR mixes and RAP mixes. FDOT District 6, Districtwide In-House Consultant, Miami-Dade, FL. Assistant Project Administrator/Asphalt Coordinator. Mr. Cadet’s responsibilities include overseeing the inspection for all plants and portion for the roadway. He prepares all asphalt packages for payment for final estimates, and finalized the quality of the asphalt pavement on numerous jobs with a final straightedge for the quality of the asphalt. He also controls the testing procedures for the asphalt plant. Ranger Construction and East Coast Paving, Miami-Dade, FL. Quality Control Technician. Mr. Cadet was responsible for analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications (consistency, variability, data interpretation and random sampling). Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was also able to identify trends, norms, problem areas and other best management practices. Ranger Construction, Miami-Dade, FL. Quality Control Technician. Mr. Cadet performed analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications. Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was qualified to sample hot mix, aggregates and/or asphalt cement and performed acceptance tests such as bulk specific gravity, max specific gravity, gyratory compaction and calibration, AC content by ignition oven or non-chlorinated solvent method, and gradation and permeability. East Coast Paving, Miami-Dade, FL. Quality Control Technician. Mr. Cadet performed analysis and control of quality and product. He determined the coordination of production/paving operations, quality pay factors and understood the intent of statistically-based quality control specifications. Mr. Cadet was knowledgeable of the specification requirements, stockpiling, cold feeds, blending and adjustments, interpreting quality control charts, plant calibration/inspection/operation, temperature control and load out. He was able to identify trends, norms, problem areas and other best construction management practices. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S PAUL DIPAOLA CEI TEAM Education SUNY Farmingdale, State University of New York Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Concrete Field Technician Level 1 Earthwork Construction Inspection Levels 1 & 2 Drilled Shaft Inspection Pile Driving Inspection Final Estimates Levels 1 & 2 QC Manager MOT Intermediate ACI Concrete Field Testing Technician Grade 1 IMSA Traffic Signal Inspector IMSA Traffic Signal Technician Level 1 IMSA Traffic Signal Inspector for Advanced Technologies TROXLER Nuclear Gauge Training and Safety HAZMAT Training FDEP Stormwater, Erosion and Sedimentation Control Inspector Training MSE Wall Inspection CBT Auger Cast Pile OSHA 30-Hour Safety Training AMEC Fall Protection AMEC Confined Space Training FEMA IS-00100.c - Introduction to Incident Command System, ICS-100 FEMA IS-00200.c - Basic Incident Command System for Initial Response Years Experience Total: 19; with KCI: 17 Mr. DiPaola has 19 years of experience as a CEI senior construction inspector. Mr. DiPaola’s duties are broad and include inspection of bridge construction, water distribution system installation, sanitary sewer collection system installation, roadway construction, milling and resurfacing, and drainage. Miami-Dade County Regulatory and Economic Resource (RER) Department. Senior Inspector. Mr. DiPaola is responsible for receiving, processing, inspecting and reporting flood complaints received by the County. He performs beach erosion assessments three times a year and additional assessments before and after each major storm event. Mr. DiPaola also performs canal staff gauge inspections, pollution control structure inspections and reporting, Florida City Canal structure and sluice gate installation, Card Sound Road canal plug with salinity structure and pipe installation, canal inspections twice a year, as well as County-maintained lakes and also when a complaint comes from a constituent. SR 600/US 92, Lakeland, FL. Senior Inspector. Mr. DiPaola was responsible for the installation of new sidewalk on the north side of the road and drainage installation at all of the intersection including structures, pipe and mitered ends. He performed installation of four steel piles for a pedestrian bridge and installed concrete end bents and bridge deck and railings. SR 82 Grouping from Alabama Road to Lee/Hendry County Line, and from Lee/Hendry County Line to Collier County Line, Collier County, FL. This project is a total reconstruction of 6.6 miles of SR 82 from Alabama Road to the Hendry/Collier county line, widening from a two-lane to a four- and six- lane divided highway. Mr. DiPaola was responsible for drainage installation and earthwork construction, including sampling and densities. Bear Lake Road Pond 1 Drainage Improvements, Seminole County, FL. Senior Inspector. The scope of this project is the construction of a new drainage retention pond with associated drainage structures. The scope items include excavation, drainage, sidewalk, landscaping and fencing, log book inspection, gauge comparison, verification density testing, comparison material sampling. Card Sound Road Toll Plaza Replacement Design-Build, On-Call Professional Engineering Services, Monroe County, FL. Senior Inspector. Scope of services included serving as owner’s representative during the design phase, including processing of shop drawings, approval of submittals and review of contractor’s schedule of values. Mr. DiPaola provided CEI services for the complete demolition of the old toll plaza, reconstruction of new concrete aprons and flexible pavement approaches, drainage, installation of new equipment toll building and gantry for the Sunpass cashless toll system. Seacrest Beautification Phase 1/NE 2nd Avenue from George Bush Boulevard to NE 13th Street, Delray Beach, FL. Senior Inspector. Mr. DiPaola provided CEI services for the widening of NE 2nd Avenue to add designated green-painted bikeways in both directions, repurposing of swales including removal of existing vegetation, milling and resurfacing, new sidewalks and valley gutters, reconstruction of driveways, installation of decorative pavers localized drainage improvements, signage and pavement markings. Village of Key Biscayne Continuing Architectural & Engineering Services P E R S O N N E L Q U A L I F I C A T I O N S ERICK COLÓN PAGÁN CEI TEAM Education BS / Environmental Engineering / Polytechnic University of Puerto Rico Registrations/Certifications Asphalt Paving Technician Levels 1 & 2 Concrete Field Technician Level 1 Drilled Shaft Inspection Earthwork Construction Inspection Levels 1 & 2 Final Estimates Level 1 CTQP QC Manager MOT Intermediate ACI Concrete Testing Level 1 IMSA Traffic Signal Technician Level I IMSA Traffic Signal Inspector Level I FDEP Stormwater Management Inspector Nuclear Gauge Safety Certification FDOT Critical Structures Construction Issues MSE Wall Computer-Based Training HAZMAT Training ITS DMS Computer Based Training (CBT) ITS Road Weather Information System (CBT) ITS MVDS (CBT) ITS CCTV (CBT) ITS Managed Field Ethernet Switch (CBT) Stormwater Discharges and Permits in Construction Years Experience Total: 7; with KCI: 4 Mr. Colón has over eight years’ experience in all facets of construction inspection projects, including roadway, street lighting, ITS, ORT, signalization, and wastewater/stormwater and sewer inspections. He has worked on complex projects for various state and county agencies. Mr. Colón is also proficient in GIS software and applications including ARCGIS. Broad Causeway Corridor Enhancements, Town of Bay Harbor Islands, FL. Senior Inspector. This is a LAP project consisting of widening on both sides of the 0.45-mile Broad Causeway to add buffered bike lanes, mill and resurface the existing pavement, and replace the existing handrail on the east bridge with new recessed LED lights. The project also includes mill and resurfacing of the existing pavement at the service station within the project limits which is used as a turnaround for vehicles. The project originally called for two one- inch lifts of Superpave SP-9.5 structural asphalt. However, due to addition of bike lanes and safety concerns, the KCI team was successful in working with the FDOT and the Town to replace the final course as one inch of FC-9.5 friction course, which was approved as LAP reimbursement by FDOT D6. The project also includes green bike paint for the entire length of the bike lanes in lieu of green boxes for special high emphasis. FDOT District 4, Pompano Beach Mobility Sidewalks, Broward County, FL. CEI Roadway Inspector. The project consisted of sidewalks construction and improvements. Mr. Colón inspected the construction of sidewalks, gravity walls and the asphalt placement for driveways. Florida’s Turnpike Turkey Lake Service Plaza, Reconstruction of Visitors Parking Lot, Orange County, FL. CEI Roadway Inspector. This project consisted of the construction of concrete sidewalks, access ramps, curbs and landscaping. Mr. Colón inspected the construction of the section of the sidewalk, the two pedestrian ramps and the construction of the curbs in the parking lot area. He also assisted the landscaping inspection team in inspecting the sandblasting finish and the saw cut patterns for the sidewalk. Miami Dade Expressway (MDX) SR 836 Widening Project, Miami, FL. CEI Roadway Inspector). Mr. Colón was responsible for soil density testing for embankments, MSE walls, roadway sub-bases and bases, and drainage structures. He also performed concrete testing, inspected all the roadway activities, identified and reported deficiencies related to roadway construction, and identified and reported deficiencies for the Storm Water Pollution Prevention Plan Report (SWPPP). He also identified and reported deficiencies for the Intelligent Transportation System (ITS) and street lighting. Mr. Colón reported pay items related to ITS and street lighting. Consent Decree Program, WASD South District (Black Point), Miami, FL. CCTV Reviewer. Mr. Colón was responsible for synchronizing CCTV videos on GraniteNet database. He reviewed CCTV videos under the Infiltration and Inflow program. He created pipe repairs work orders using EAMS application, and identified and reported critical cases of defects and infiltration in pipelines. 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 Que5lion Response Con ill Contact1nfonnation What is the name of the individual submitting this Proposal on behalf of your firm? 1.1.2 What is this person's title? 1.1.3 Please provide a contact telephone number 1 1 4 Please provide a contact email address: Company Profile Joe Gomez, PE Construction Management/CEI Practice Leader (954) 776-1616 jpe.aomezi0tkci.com 1.2 ,1 1.22 1 2.3 1 2.4 1 2.5 1.2.8 1.2 7 1.2.8 129 How many years has your company been in business under its current name and ownership? How many years has your company provided services consistent with those requested in this RFQ? 33 years 33 years What is your company's primary business? Architectural/Engineering Type of Company: Corporation Federal Employer Identification Number (FEIN): 52-1604386 Date registered to conduct business In Florida: 4/19/1989 Primary Office Location: Sparks, MD Local Office Location (If same as primary, please indicate so): Fort Lauderdale, FL 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: Yes 1,700 OWneellshlp 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) See Comment No KCI is a 100% employee -owned private company, no one individual owns more than two percent of shares. Signing Authority 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 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) Contract Inforirrtaton 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 Insurance 1.6.1 Insurance Carrier Name: 1,6.2 Insurance Carrier Address: See Comment See Comment Lyons Insurance Agency, Inc CBIZ Insurance Services, Inc One Righter Pkwy., Ste 110, Wilmington. CT 19603 9755 Patuxent Woods Of., Ste 200, Cotumbia, MD 21046 1 6 3 Provide the number of insurance claims paid out in the last five years: 15 claims 1 6.4 Provide the total value of Insurance claims paid out in the fast five years: $550,000 1 6 5 Provide insurance representative contact name, telephone, and email address: 1.d.6 Please provide employer modification rating ('EMR"). If no BAR, please explain! Lyons Insurance Agency. Inc.. Maureen Martin, mmartin@lyonsinsurance com (302) 472-1914 CBIZ Insurance Services, Inc : Letha Lombardi, certrequest@cbiz com, (443) 259-3237 98 Please see attached Officers and Director's list. All individuals on that list are authorized to sign on behalf of the company for any amount, with the exception of Bruce Reed, who is authorized to sign on behalf of the company up to $100,000. KCI routinely works on hundreds of projects for public entities at any given time Please see our individual qualifications for examples in each category 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 Proposer's responsibility to provide complete and accurate information for each reference, the Village will not corect 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 " n Response Comment I,^l entBefellence.1_ 2 1 1 Name of Client Organization: 2.12 Contact Person Name: 2 1.3 Contact Person Title: 2.1 4 Contact Department City of Boca Raton, FL Mike Dyko City Project Manager City of Boca Raton 2 1 5 Contact Telephone: 561-416-3413 2.1 6 Contact Email: mdvkotd&rmvboca.us 2 1 7 Contract Start Date: 2.1 8 Contract End Date: 2 1 9 Contract Value: 2.1.10 le the Contract MB active? 2.1 11 Scope of Work (Provide as much detail as possible): 6/1/2004 12/12018 $946,535 No See Comment Phase I I, has been designed and permitted to Metude eons courts. playground and picnic areas, pavilions and restrooms, and visitor parking Due to the site's historic and past uses as a landfill, redevelopment required extensive Geotechnical investigations to probe for unsuitable soil and a cooperative effort between Geotechnical, Civil. and Enviranmlenral Client Reference 2 22.1 Name of Client Organization: 2.2.2 Contact Person Name: 2 2 3 Contact Person Title: 2 2.4 Contact Department City of Parkland, FL Sowande Johnson, PE Assistant City Manager City of Parkland, FL 2.2 5 Contact Telephone: 2.26 Contact Email: 2 2 7 Contract Start Date: 2.2 8 Contract End Date: 2.2 9 Contract Value: 22.10 Is the Contract still active? 2.2.11 Scope of Work (Provide as much detail as possible): Client Reference 3 2.3.1 Name of Client Organization: 2 3.2 Contact Person Name: 2 3 3 Contact Person Title: 2 3.4 Contact Department ,, 2 3 5 Contact Telephone: 2.3.6 Contact Email: 2 3.7 Contract Start Date: 2.3.8 Contract End Date: 2 3 9 Contract Value: 2 3.10 Is the Contract still active? 2 3 11 Scope of Work (Provide as much detail as possible): 954-757-4144 gQhnsonarhI ofpartdand.orq 11/1/2016 11/12018 8111,040 No See Comment City of Miami, FL Jose Caldeira Project Manager City of Miami, FL 305-416-1290 fcafdeireammamioov. oon1 1/1/2016 1/1/218 876,000 No See Comment The scope of work for this project involved re -orientating three practice fields located in the Southeast comer of Terramar Park into two multi -use fields Site improvements also included new walkways and a concrete pad for covered bleachers, providing new field lighting while salvaging existing structures when possible, demolishing the existing softball field and dugouts, and adjusting and upgrading the existing irrigation to accommodate the proposed multi -use fields layout Remove existing playground areas, install rubberized surface, cane ete header curb and new ADA alavoround • u pment New Artificial Turf Field, Landscape, Paving, Grading and Drainage 33 Questions 100.00% Complete Question Set 3: Dispute Disclosure Question Set 3 lnstructions Answer the questions herein with a Yes or No answer. If you answer "Yes", to any of the questions, explain the context surrounding the dispute, the nature of the dispute, the outcome or status of the dispute, and the monetary amounts, delay, or contract extension involved in the comment If additional explanation is necessary, please upload a separate document with your response under the DD Attachment option You further acknowledge by submitting a response that all statements made in response to these questions are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of your response Has your firm or any of its officers, received a reprimand of any nature or been 3 0,1 suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? Has your firm, or any member of your firm, been deflated in default, assessed 3.0.2 liquidated damages, terminated or removed from a contact or job related to the services your fine provides in the regular course of business within the last five (5) years? Has your firm had against it or filed any requests for equitable adjustment, 3.0..3 contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? Has your firm or any of its Officers, been under investigation. charged, or 3.0.4 convicted by any taw enforcement agency or public entity for viotalians at the law. other than traffic violations? 3 0 5 Has your firm, or any of its principals, failed to qualify as a responsible Proposer/Bidder on any solicitation in the past five (5) years? 3.0.6 Has your firm bankruptcy , or any of its principals, declared baruptcy or reorganized under Chapter 11? No No Yes No No No Please seeattacned Iltigail 6 Questions '100.00% Complete The COrnnenl Must be lcnlWank far this rssponse The comment must oe 1511 bunk for INS response The comment must be left blank for dim response The comment must be 1011 btaitk for t re.nporlsE The comment most be left blank far Mrs 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, 9 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. tt q€rstian 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? 4.1.4 How many years of programfproject management experience does the PM have? 4.1.5 How many years has the PM been employed with your company? 4 1 6 Please list any relevant licenses (including license number) and certifications the PM has: Does the CM have any concurrent commitments to other contracts during the 4 1 7 proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Project Manager 4 2.1 What is the name of the individual that will serve as the Program/Project 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? 4:2.,5 How many years has the PM been employedwith your company? 4,2.6 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). Joe Gomez, PE Cznsbuct/on ManagernenECEt Practice Leader 44 40 4 PE / FL / 35526 Yes Robert Zuccaro, PE, ENV SP Senior Project Manager 37 37 6 PE/ FL / 17931 ENV SP / 43122 No CM (not PM) CM (not PM) CM (not PM) CM (not PM) Town of Bay Harbor, 35 Hours, 12/31/2021 City of Sunny Isles Beach, 7 Hours, 12/31/2021 Key Staff Member 1 4.3 1 Please provide this staff member's name 4, 3,2 Please provide this staff member's job title: Kirk Hoosac, RLA Landscape Architecture Practice Leader The comment must be left blank for this response 4 3 3 What role will this staff member fill for this contract? 4.3.4 Is this staff member employed by your company? If not, please provide the name of the employer. Landscape Architecture Task Manager Yes 4 3.5 How many years of experience does this staff member have? 17 4.3.6 How many years has this staff member been with their current employer? 14 4 3 7 Please list any relevant licenses (including license number) and certifications this staff member has Does the this staff member have any concurrent commitments to other 4.3.6 cantrads during the proposed tens of the contact being awarded in 151s so9dtatfon? If yes, please provide the client name, estimated cammited hours, and the period of engagement (contract ?emit). 4 4.1 Please provide this staff member's name: 4.42 Please provide this staff members job title: 4 4 3 What role will this staff member fill for this contract? RLA / FL / LA6667091 Yes FDQT D6 Distr otwide Landscape Architecture FOOT D4 Distnctwide Landscape Architecture 4.4 4 is this staff member employed by your company? If not, please provide the name of the employer 4 4 5 How many years of experience does this staff member have? 4.4.6 How many years has this staff member been with their current employer? 4.4 , Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4.4.& contracts during the proposed tern of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). NIA NIA N/A WA N/A N/A N/A N/A Key Staff Member 3 4.5 1 Please provide this staff members name: 4.5.2 Please provide this staff member's job Cite: 4 5 3 What role will this staff member fill for this contract? 4.5.4 Is this staff member employed by your company? ff not please provide the name of the employer, \455 How many years of experience does this staff member have? WA N/A N/A N/A NIA The comment must be felt blank for fteD resnortm. The comment must ee W_h blank for this response The comment must. oe 1etr WParik for this response The comment m response oe le l blank lot elms 4.5.6 How many years has this staff member been with their current employer? 14/A 4.5 7 Please list any relevant licenses (including license number) and certifications N/A this staff member has: Does the this staff member have any concurrent commitments to other 4.5 .8 �,tiaots during the proposed term of the contract being awarded in this soricitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). Key Staff Member 4 N/A The comment must be kHt blank for Ihis resoon58 9 4 8 1 Please provide this staff member's name: 4.6.2 Please provide this staff members job title: 4 6.3 What role will this staff member till for this contract? NIA N/A N/A 4 $ 4 is this staff member employed by your company? If not, please provide the N/A name of the employer. 4.6 5 How many years of experience does this staff member have? N/A 4.6.6 How many years has this staff member been with their current employer? 4 5 Please list any relevant licenses (including license number) and certifications 4,6.8 this staff member has: Does the this staff member have any concurrent commitments to other contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term). N/A N/A WA Key Staff Member 5 4.7.1 Please provide this staff member's name: 4.72 Please provide thls staff mentirer'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? If not, please provide the name of the employer. 4 7 5 How many years of experience does this staff member have? 4.7.6 How many years has this staff member been with their current employer? 4 7 7 Please list any relevant licenses (including license number) and certifications this staff member has: NIA N/A N/A WA N/A NIA N/A The comment must oe tef1 bank for rhte responee he comment roust be left blank for tras 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 4 8 1 Please provide this staff member's name: 4.8.2 Please provide this staff members job title: 4 8 3 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. N/A NIA NIA N/A N/A 4 8 5 How many years of experience does this staff member have? N/A 4 8 6 How many years has this staff member been with their current employer? N/A N/A N/A 487 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4,8,8 contracts during the proposed term of the contract being awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Key Staff Member 7 4 9 1 Please provide this staff member's name: 4 9 2 Please provide this staff members job title: 4 9 3 What role will this staff member fill for this contract? N/A N/A N/A 4 9 4 Is this staff member employed by your company? If not, please provide the N/A name of the employer 4.9 5 How many years of experience does this staff member have? N/A 4.9.6 How many years has this staff member been with their current employer'? N/A N/A 497 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4 9.8 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). 4 10..1 Please provide this staff member's name: N/A 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 The comment must be left blank for this response The comment must be left blank for this response 4,10.2 Please provide this staff member's job title: N/A 4.10.3 What role will this staff member fill for this contract? N/A 4.50.4 Is this staff member employed by your company? If not, please provide the N/A name of the employer. 4 10 5 How many years of experience does this staff member have" N/A 4.10.13 How many years has this staff member been with their current employer? NIA N/A NIA 4107 Please list any relevant licenses (including license number) and certifications this staff member has: Does the this staff member have any concurrent commitments to other 4.11).8 contracts fining the proposed term of the contractbeing awarded in this solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract term) Key Staff Mlernhe r 9 4.11 1 Please provide this staff member's name: 4.11.2 Please provide this staff members job title: 4 11 3 What role will this staff member fill for this contract? 4.11.4 Is this staff member employed by your company? tl not, please provide the name of the employer. 4.11 5 How many years of experience does this staff member have? N/A NIA N/A N/A N/A 4.11.6 How many years has this staff member been with their current employer? N/A N/A 4 11 7 please hst any relevant licenses (including license number) and certifications this staff member has - Does the this staff member have any concurrent commitments to other 4.11.8 contracts during the proposed tenn of the contract bong awarded in this sopcitation? If yes, please provide the client name, estimated Committed hours, and the period of engagement (contract term). N/A 4 121 Please provide this staff members name: 4.12.2 Please provide this staff members Job title: 4 12 3 What role will this staff member fill for this contract? 4.12.4 Is this staff member employed by your company? If not please provide the name of the employer. N/A N/A NIA N/A The comment rmust te left blank for this respamo The commem must be left blank for this resconmi The comment must be left blank for this. response The comment must be Ceti btank fa this response The comment must be left blank for thus response 4 12 5 How many years of experience does this staff member have? N/A 4 1? 5 How many years has this staff member been with their current employer? N/A 4 12 7 Please list any relevant licenses (including license number) and certifications NIA th=s staff 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 thls solicitation? If yes, please provide the client name, estimated commited hours, and the period of engagement (contract tens). N/A 94 Questions 100.00% Complete The comment must be felt blank for this rftporrse Question Set 5: Proposed Subcontractors Question Response Comment Subcontractor 1 5,1.1 5.1.2 513 Company Name of Subcontractor: Subcontractor Address: Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.1.4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 2 5 2.1 Company Name of Subcontractor: 5,2 .2 Subcontractor Address: 5 2 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 2 4 Subcontractors license number Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 3 5 3 1 Company Name of Subcontractor: Subcontractor Address: Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 4 4 Subcontractors Incense number 5.3.2 533 5 3.4 Subcontractors license number: Not Applicable Not Applicable Not Applicable Not Applicable 5 4 1 Company Name of Subcontractor: Not Applicable 5 4 2 Subcontractor Address: Not Applicable 5.4 3 Provide the approximate percentage of the work to be performed by this Not Applicable subcontractor and describe their scope of work in the comment Not Applicable Subcontractor 5 5 5 1 Company Name of Subcontractor: 5.5.2 Subcontractor Address: Not Applicable Not Applicable 5 5.3 Provide the approximate percentage of the work to be performed by this Not Applicable Nol Applicable subcontractor and describe their scope of work in the comment 5.5.4 Subcontractors license number. Subcontractor 6 5.6.1 Company Name of Subcontractor 5.6.2 Subcontractor Address. 5 6 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.6 4 Subcontractors license number. u . contractor 7 Not Applicable Not Applicable Not Applicable Not Applicable 5 7 1 Company Name of Subcontractor 5.7.2 Subcontractor Address: 5 7 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5 7.4 Subcontractors license number. Su . contractor 8 Not Applicable Not Applicable Not Applicable Not Applicable 5 8.1 Company Name of Subcontractor: 5.8.2 Subcontractor Address: 5 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.8.4 Subcontractors license number. Not Applicable Not App1lc ab e Not Applicable Not Applicable 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. Not Applicable Not Applicable Not Applicable Not Applicable Subcontractor 10 5 10 1 Company Name of Subcontractor 5.10.2 Subcontractor Address: Not Applicable Not Applicable 5 10 3 Provide the approximate percentage of the work to be performed by this subcontractor and describe their scope of work in the comment 5.10.4 Subcontractor's license number. Not Applicable Not Applicable 40 Questions 100.00% Complete EXHIBIT “B” SCOPE OF SERVICES Contract No. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 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. 2021-08-12 Page 40 of 40 Title Hourly Rate Contract Manager/Principal $205.00 Architect N/A CADD/Computer Technician N/A Chief Designer N/A Designer N/A Graphic Designer N/A Inspector/Engineer Intern $69.00 Landscape Architect $115.00 Landscape Architect Intern N/A Landscape Designer/Landscape Planner $87.00 Landscape Inspector $69.00 Planner N/A Project Engineer $146.00 Project Architect N/A Project Landscape Architect $135.00 Project Manager $197.00 Project Planner N/A Secretary/Clerical N/A Senior Architect N/A Senior Inspector/Senior Engineer Intern $84.00 Senior Landscape Architect $162.00 Senior Landscape Inspector $86.00 Senior Planner N/A Senior Project Engineer $191.00 Name of the Firm:_ KCI Technologies, Inc. _______ Village of Key Biscayne Continuing Architectural & Engineering Services LANDSCAPE ARCHITECTURE‐ 3 CONSTRUCTION ENGINEERING & INSPECTION‐ 1