Loading...
HomeMy WebLinkAboutItem 07 Approval to Award RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA ProjectsContact Name: Contact Number: OCO(?P florid Meeting Date: August 16, 2022 Item #: Reviewed By: TolberUShannon Hopper Department Director: 1516/1524 City Manager: Rebecca �o Rt�er,F`��nf' Subject: Award of RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Proiects Background Summary: In conformance with the Consultants' Competitive Negotiations Act (CCNA), § 287.055, Florida Statutes, et seq., the Federal Procurement Standards set forth in the Uniform Guidance at 2 CFR 200.317 through 2 CFR 200.327, as applicable, and Chapter 21 of the City's Code of Ordinances, the City solicited statements of qualifications from professional engineering firms interested in providing professional engineering services for designated utilities projects funded through the American Rescue Plan Act (ARPA). Projects may also include those funded through other federal grant funds such as FEMA, FHWA, etc. Services may include but are not limited to studies, design, construction plans and bid documents, construction management, development plan review, and other miscellaneous utility engineering projects. The firms selected by the City will provide services on an as needed basis, based upon service authorizations to be issued by the City under the continuing contract. The term of this contract will be for an initial one (1) year, with four (4) annual automatic renewals, and (1) 2-year optional renewal at the City's discretion. The RFQ advertised on May 15, 2022, and was publicly opened on June 14, 2022. A total of seven (7) responses were received for this RFQ. The Finance Department, Utilities Department, and Public Works Department reviewed the responses. After review, one (1) firm's response was deemed non- responsive for failing to provide the required city and federal documents and format as required in the RFQ. Additionally, the firm was deemed non -responsible as it is not licensed as an engineering firm in Florida and registered with the Secretary of State to do business in the State of Florida as required by the RFQ (see attached RFQ Checklist). Copies of all responses are available in the Finance Department for your review. The top four (4) ranked responses are attached. The RFQ evaluation committee was appointed by the City Manager and comprised of five members: Jamie Croteau, Utilities Director; Jen Bolling, Assistant Utilities Director; T'Jean Tomlinson, Staff Engineer; Trent Hopper, Facilities Superintendent; and Milen Womack, Staff Engineer. The public RFQ Evaluation Committee meeting was held on August 4, 2022, with the committee evaluating and short - listing the firms on specific evaluation criteria (see attached shortlist/evaluation form). The evaluation committee short-listed the following firms in ranked order, and recommends contracting with the top four (4) ranked firms per the attached award recommendation from Jamie Croteau, Utilities Director. Rank/Respondent 1. CPH, LLC 2. Hazen & Sawyer 3. CHA Consulting, Inc. 4. Wright -Pierce, Inc. 5. Dewberry Engineers, Inc. 6. Arminius Consultants, LLC Issue: Should the City Commission award the term contract for RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects to the top four (4) short-listed firms CPH, LLC; Hazen & Sawyer; CHA Consulting, Inc.; and Wright -Pierce, Inc as recommended by the RFQ evaluation committee? Recommendations: Staff recommends the City Commission award the term contract for RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects to the top four (4) short-listed firms CPH, LLC; Hazen & Sawyer; CHA Consulting, Inc.; and Wright -Pierce, Inc. and authorize Staff to proceed with contract negotiations with the selected firms, and authorize the Mayor, City Clerk, and staff to execute all necessary contract documents with the firms once the required insurance is received. Per the Consultants' Competitive Negotiations Act (CCNA), § 287.055, Florida Statutes, the city will select the most highly qualified firm to perform the required services for each project. If contract negotiations are unsuccessful with one of the top -ranked firms, staff shall terminate negotiations and initiate negotiations with the next ranked firm, and so on, until an agreement is reached. Per CCNA, continuing contracts for professional services are for projects in which the estimated construction cost of each individual project under the contract does not exceed $4 million. Attachments: 1. Award Recommendation from Utilities Director 2. Shortlists/Evaluation Forms 3. RFQ Checklist 4. RFQ 22-006 Solicitation Documents 5. CPH's Response 6. Hazen & Sawyer's Response 7. CHA Consulting's Response 8. Wright-Pierce's Response Financial Impact: Service Authorizations issued under this continuing contract for the designated utilities projects will be funded through the American Rescue Plan Act (ARPA). Projects may also include those funded through other federal grant funds such as FEMA, FHWA, etc. Type of Item: (please mark with an 'Y) ❑ Public Hearing ❑ Ordinance First Reading ❑ Ordinance Second Reading ❑ Resolution © Commission Approval ❑ Discussion & Direction For Cleric's Dept Use: Consent Agenda ❑ Public Hearing ❑ Regular Agenda 2 ❑ Original Document/Contract Attached for Execution by City Clerk ® Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by Mayor Rusty Johnson City Manager Robert Frank TO: Shannon Hopper Purchasing FROM: Jennifer Bolling, P.E. Assistant Utilities Director FROM: Jamie Croteau Utilities Director DATE: Monday, August 8, 2022 Commissioners Larry Brinson, Sr., District 1 Rosemary Wilsen, District 2 Richard Firstner, District 3 George Oliver III, District 4 RE: Recommendation to Award RFQ #22-006 Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects The Evaluation Selection Committee for RFQ #22-006, Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects, recommends awarding contracts to the following four (4) firms. 1. CPH 2. Hazen & Sawyer 3. CHA 4. Wright Pierce The Selection Committee comprised of Jamie Croteau (Utilities Director), T'Jean Tomlinson (Project Manager), Trent Hopper (Facilities Superintendent), Milen Womack (Public Works Engineer), and myself. The City received qualifying responses from six (6) firms. The Committee reviewed these responses and interviewed all six (6) firms. Following the interviews, the Selection Committee ranked the firms and recommended the four (4) top firms listed above. The work to be performed includes planning, design, and construction services for utilities projects funded by ARPA. Due to the volume of work and limited time span to complete, four (4) firms were selected. City of Ocoee Utilities • 1800 A.D. Mims Road ® Ocoee, Florida 34761 Phone: (407) 905-3159 a www.ocoee.org/utilities RFQ . 11; CONTINUING ENGINEERING SERVICES O. FEDERAL GRANT1 ARPA PROJECTS EV4LUATION FORMISHORTLIST FOR RECOMMENDATION OF AWARD AFTER INTERVIEWS Respondent Arminius Consultants, LLC CHA Consulting, Inca CPH, LLC Dewberry Engineers, Inc. Hazen & Sawyer Wright -Pierce, Inc. Evaluator 1 6 2 5 3 1 4 Evaluator 2 6 2 1 5 3 4 Evaluator 3 6 4 1 5 3 2 Evaluator 4 6 3 1 5 2 4 Evaluator 5 6 2 1 4 3 5 TOTAL 30 13 9 22 12 19 RANKING 6 3 1 6 Note: Lowest Total is Highest Ranking The Evaluation Committee recommends award to the top four (4) ranked firms. RFQD#22-006 CONTINUING ENGINEERING SERVICES FOR FEERAL GRANT FUNDED UTILITIES ARPA PROJECTS Shortlist of Respondents for Recommendation of Award Arm inius Dewberry Evaluation Criteria Consultants, LLC CHA Consulting, Inc- CPH, LLC Engineers, Inc- Hazen and Sawyer Wright -Pierce, Inc. Past Performance & Experience of the Firm and Project Team: Past Performance and Experience of the Firm with similar projects; Past Performance and Experience of the Project Team; Overall Experience; References (0-45 Points) Ability to Meet Time and Budget Requirements; Project Approach and Understanding of the Project (0-45 Points) Certified small or minority business, women's business enterprise, or labor surplus area firm (0-10 Points) 0 0 0 0 0 0 TOTAL POINTS (0-100 Point) _10l, 0- IMember Ranking (1-6) Evaluat&s Name - Ll ^I el Evaluat&s Signature_ RFQ #22-006 CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED UTILITIES ARPA PROJECTS (Zhortlicf of RPcnnnrh-nt-c, for Rec-nmmPndation of Award Arminius Dewberry Evaluation Criteria Consultants, LLC CHA Consulting, Inc. CPH, LLC Engineers, Inc. Hazen and Sawyer Wright -Pierce, Inc. Past Performance & Experience of the Firm and Project Team: Past Performance and Experience of the Firm with similar projects; Past Performance and Experience of the Project Team; Overall Li'-7 Experience; References (0-45 Points) Ability to Meet Time and Budget Requirements; Project Approach and Understanding of the Project (0-45 Points) Certified small or minority business, women's business enterprise, or labor surplus area firm (0-10 Points) C 0 C 0 0 C TOTALROINTS 110-100 Points) 0 0 0 0 0 0 Member Ranking (11-6) 114- Evaluator's Name "k Evaluator's Signature CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED UTILITIES ARPA PROJECTS INDIVIDUAL EVALU4TX1N-FC?,14 8hortUatofRespondents for Recommendation ofAward Arminius Dewberry Evaluation Criteria Consultants, LLC CHA Consulting, Inc, CPH, LLC Engineers, Inc. Hazen and Sawyer Wright -Pierce, Inc. Past Performance & Experience of the Firm and Project Team: Past Performance and Experience of the Firm with similar projects; Past Performance and Experience of the Project Team, Overall Experience, References (0-45 Points) Ability to Meet Time and Budget Requirements; Project Approach and Understanding of the Project (0-45 Points) Certified small or minority business, women's business enterprise, or labor surplus area firm TOTAL POINTS Member Ranking (1-6) � . ~ F=VaiL2tcr's Name RFQ #22-006 CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED UTILITIES ARPA PROJECTS INDIVIDUALEVALUATION FORM �- L. -4!; 4 C. ED A +1 Gn. D® nf A nrLj Arminius Dewberry Evaluation Criteria Consultants, LLC CHA Consulting, Inc. CPH, LLC Engineers, Inc- Hazen and Sawyer Wright -Pierce, Inc. 42 LN L4 57 L43 Li 5- L414 Past Performance & Experience of the Firm and Project Team: Past Performance and Experience of the Firm with similar projects; Past Performance and Experience of the Project Team; Overall Experience; References (0-45 Points) 35' 3 q C 3 f5 Ability to Meet Time and Budget Requirements; Project Approach and Understanding of the Project (0-45 Points) Certified small or minority business, women's business enterprise, or labor surplus area firm (0-10 Points) 0 0 0 0 0 0 Q Uq TOTA,T PONTS (0-131,0 Points) 0 0 01 0 0 0 Member Ranking (1-6) Evaluator's Name �ii_ Evalualcr's SignatUre-- t RFQ #22-006 CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED UTILITIES ARPROJECTS Shortfist of Respondents for Recommendation of Award Arminius Dewberry EvaklatiOn Criteria Consultants, LLC CHA Consulting, Inc. CPH, LLC Engineers, Inc. Hazen and Sawyer Wright -Pierce, Inc. Past Performance & Experience of the Firm and Project Team: Past Performance and Experience of the Firm with 2,S similar projects; Past Performance and Experience of the Project Team; Overall Experience; References (0-45 Points) Ability to Meet Time and Budget Requirements; Project Approach and Understanding of the Project (0-45 Points) Cetti ied small or minority business, women's business enterprise, or labor surplus area firm (0-10 Points) 0 0 0 0 0 0 TOTAL PONTS Le U6 U� uo (0-1,00 0 0 01 0 3 (.,9 Member Ranking (1-6) Evaluator's Evaluators Signature RFQ #22-006 CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED UTILITIES ARPA PROJECTS CHECKLIST 6114122 2:00 P.M. PROPOSER Arrninius Consultants, LLC CHA Consulting, Inc. CPH, LLC Dewberry Engineers, Inc. EGO Disaster Recovery d/b/a Veritas EGO Disaster Recovery Hazen and Sawyer Wright -Pierce, Inc. Acknowled e Addendum - NONE ISSUED N/A N/A N/A N/A Non -responsive for failing to provide the required city and federal documents and format as required in the RFQ. Non -responsible as the firm is not licensed as an engineering firm in Florida and registered with the Secretary of State to do business in the State of Florida as required by the RFQ. N/A N/A Sunbiz and License Verification Active Active Active Active Active Active Verified No Debarment or Suspension in $AM. ov ✓ ✓ ✓ ✓ ✓ Certified M/WBE or SBA No No No No No No Current and Proiected Workload ✓ ✓ ✓ ✓ ✓ ✓ Subconsultant Listing ✓ ✓ ✓ ✓ ✓ ✓ Experience/References ✓ ✓ ✓ ✓ ✓ ✓ Summary of Litigation ✓ ✓ ✓ ✓ Conflict of Interest Disclosure Form ✓ ✓ ✓ ✓ ✓ Company Information/Signature Sheet ✓ ✓ ✓ ✓ ✓ Drug -Free Workplace Form ✓ ✓ ✓ ✓ Public Entity Crimes Form ✓ ✓ ✓ ✓ ✓ ✓ Non -Se re ated Facilities Form ✓ ✓ ✓ ✓ ✓ ✓ Scrutinized Companies' Lists Form ✓ ✓ ✓ ✓ ✓ ✓ Byrd Anti -Lobbying Certification Form ✓ ✓ ✓ ✓ ✓ Note: Proposers listed in alphabetical order. ATV j REQUEST FOR QUALIFICATIONS ,,per �• 3,. � i � � d,s i,•� ,� �,� �' ♦' a � $'p �t �. - � �' -1� � a1` 0 c 0 (->-" e RFQ DOCUMENTS Section Page Legal Advertisement 3 RFQ Instructions & General Terms & Conditions 4 - 20 Summary of Litigation* 21 Receipt of any addenda issued* 21 Exhibit A - Approved ARPA Project List 22 Exhibit B - Conflict of Interest Disclosure Form* 23 Exhibit C - Company Information and Signature Sheet* 24 Exhibit D - Drag -Free Workplace Form* 25 Exhibit E - Sworn Statement on Public Entity Crimes Form* 26-27 Exhibit F - Certification of Non -segregated Facilities Form* 28 Exhibit G - Certification Regarding Scrutinized Companies' Lists Form* 29 Exhibit H - Byrd Anti -Lobbying Amendment Certification* 30 Exhibit I - 2 C.F.R. Appendix II to Part 200 — Contract Provisions for Contracts 31-33 Under Federal Awards Exhibit J - FHWA-1273 Required Federal Provisions for Federal -Aid Construction 34-56 Contracts * Submit rnilh proposal End Table of Contents RI,Q 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 2 Request for Qualifications, Legal Advertisement The City of Ocoee, Florida, (the "City") is soliciting sealed statements of qualifications for RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects. Qualification packages will only be accepted electronically through Mercell Source -to - Contract (f/k/a Negometria), a free e-Procurement platform, until 2:00 pm, local time, on June 14, 2022. Qualification packages received after that time or through any other method will not be accepted under any circumstances. Qualification packages that have been timely received will be publicly opened virtually online and the names of the responding firms read aloud at that time; instructions will be provided at littl)s://www.ocoee.org/959/Public-Bid-Meetings. All questions regarding this RFQ should be in writing to Shannon Hopper, Purchasing Technician, Finance Department/Purchasing, shopperaocoee.org. No Pre -submittal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a statement of qualification at no charge through Mercell Source -to -Contract by accessing the City's published solicitation page at littps:Happ.negometrix.com/buyer/749. For more information, visit https://www.ocoee.oi-g/323/Purchas4iX. Prospective respondents will be provided with all information regarding this RFQ, addenda, and changes to the project requirements through the Mercell Source -to -Contract e-procurement platform. Melanie Sibbitt, City Clerk, Orlando Sentinel May 12, 2022. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects CITY OF OCOEE REQUEST FOR QUALIFICATIONS "RFQ" #22-006 CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED UTILITIES ARPA PROJECTS A. INTRODUCTION AND GENERAL INSTRUCTIONS 1. The City of Ocoee, Florida, in conformance with the Consultants' Competitive Negotiations Act (CCNA), § 287.055, Florida Statutes, et seq., the Federal Procurement Standards set forth in the Uniform Guidance at 2 CFR 200.317 through 2 CFR 200.327, as applicable, and the policies and procedures of the City of Ocoee (City), is soliciting statements of qualifications from qualified professional engineering firms or individuals (Respondent, Firm, Bidder, Proposer) interested in providing professional engineering services for designated utilities projects funded through the American Rescue Plan Act (ARPA). Projects may also include those funded through other federal grant funds such as FEMA, FHWA, etc. Services may include but are not limited to studies, design, construction plans and bid documents, construction management, development plan review, and other miscellaneous utility engineering projects. The projects will involve potable water and wastewater plants and distribution and collection systems. PLEASE NOTE THIS CONTRACT IS FOR UTILITY PROJECTS AND SERVICES ONLY The work contemplated under these continuing contracts will be limited to ARPA projects and other federal grant funded projects. In accordance with CCNA, as amended from time to time, the estimated construction cost of each individual project does not exceed $4 million, for each individual study does not exceed $500,000. Engineering services related to any project that does not fall within these categories will be separately solicited in conformance with the CCNA. Respondents must be experienced in providing engineering services for projects of a scope and nature comparable to those described Under Section C. Use of qualified sub - consultants for specialty work is acceptable. To be considered, the firm or individual shall be a licensed professional in accordance with Florida State law and be familiar with all applicable Federal, State of Florida, St. Johns River Water Management District, Orange County and City of Ocoee codes, regulations and laws. Please include a copy of all applicable licenses held by firms or subconsultants proposed to perform work 2. The City intends to award continuing contracts to up to (3) firms deemed to be the most highly qualified to perform the required services. In determining whether a firm is qualified, the City shall consider the Evaluation Criteria set forth in this RFQ. In addition to identifying the best firms for the work, the City desires to create an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selecting the most highly qualified firm for a given task. Firms selected by the City will provide utilities engineering services to the City on an as - needed basis, which will be assigned using task orders issued by the City under the continuing contracts. The contracts shall automatically be renewed annually, unless terminated by the City in writing, for five (5) years from the date of execution, and one RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects (1) optional two-year renewal, unless otherwise terminated by either party, in Nvriting, given 30 days' notice. 3. Prospective Respondents may secure a free copy of the documents required for submitting a response through Mercell Source -to -Contract (f/n/a Negometrix) e- procurement platform by accessing the City's published solicitation page at littl)s://app.negoinetrix.coni/buyer/748 and clicking the "open" filter. For more information, visit https://www.ocoee.org/323/Purclasing. By using the Mercell Source -to -Contract platform, prospective respondents will be provided with all information regarding this RFQ, addenda, and changes to the project requirements. Partial sets of the documents required for submitting a proposal will not be issued. There is no charge to use the Mercell Source -to -Contract e-procurement platform. 4. The City is ONLY accepting electronic solicitation responses on line through the City's Mercell platform, at https://app.negometrix.com/buyer/748. The platform can also be accessed by clicking on the Ctn,rent Open Solicitations menu located on the City's website at littps://NNNvw.ocoee.org/323/Purchasing. All responses for this RFQ MUST be submitted through the Mercell Source -to -Contract platform. RFQ submissions received in any other format will not be accepted; no paper, fax, or e-mailed submissions will be accepted. There is no charge to use the Mercell Source -to - Contract e-procurement submission platform. Registration with Mercell Source -to -Contract is free and is required prior to submitting an RFQ response. You will be required to register once you click the PARTICIPATE BUTTON in the solicitation file. It is suggested your company register no later than 24 hours in advance of the RFQ submission deadline to ensure proper registration. Should your company need assistance Nvith registering, please contact the Mercell Source -to -Contract Service Desk by calling (724) 888-5294 or by emailing servieedesk.us�negometria.com. Once your company is registered with Mercell Source -to -Contract, you will be able to securely submit your qualification statement any time before the RFQ deadline. You MUST click the SUBMIT button once your response has been finalized. You will receive a date/time stamp confirmation within the Mercell Source -to -Contract platform and a confirmation by email. Qualification Statements submitted on Mercell Source - to -Contract will remain locked and inaccessible by City staff until the bid deadline. Respondents are encouraged to allow ample time to upload and submit a Response as the system will automatically loci: responses upon the solicitation deadline. A virtual Public RFQ opening will be held on the date and time indicated in this solicitation. Details on how to access the virtual bid opening will be located on the City's website at https://wwNv.ocoee.org/959/Public-Bicl-Meetings. 5. The City will receive questions regarding this RFQ only through the Mercell Source - To -Contract platform in the Question & Answer tab or through written inquiries directed to Shannon Hopper, Purchasing Technician, email shopper2ocoee.org. The deadline for receipt of questions is June 7, 2022 at 12:00 p.m., local time. Any clarifications/changes will be only through written addenda issued by the Purchasing Technician and posted on Mercell Source -To -Contract. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 5 6. Prospective Respondents should not contact City staff, with the exception of the Purchasing Technician, or other City consultants or City Commission for information regarding this RFQ before the award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. 7. Respondents shall submit one (1) complete electronic copy, preferably in a single file, of their qualifications package on the Mercell Source -to -Contract platform. Qualification packages must be received by Mercell Source -to -Contract no later than 2:00 p.m. (local tune) on June 14, 2022. Any qualification package received after the above -noted time will not be accepted under any circumstances. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. It shall be the sole responsibility of the Respondent to have the qualifications package aploaded and submitted on the Mercell Source -to -Contract e- procurement platform prior to the due date and time. File Uploads - All electronic files uploaded must be in a common forinat accessible by software programs the City uses. Those common formats are generally described as Microsoft Word (.doc or .docx), Microsoft Excel (.xls or .xlsx), Microsoft Power Point (.ppt or pptx), or Adobe Portable Document Format (.pdf). Respondents will not secure, password protect or lock uploaded files; the City must be able to open and view the contents of the file. Respondents will not disable or restrict the ability of the City to print the contents of an uploaded file. Scanned documents or images must be of sufficient quality, no less than 150 dpi, to allow for reading or interpreting the words, drawings, images or sketches. The City may disqualify any Submittal Response that does not meet the criteria stated in this paragraph. Action on qualification packages is expected to be taken by the City Commission within ninety (90) days of the submission opening date; however, no guarantee or representation is made herein as to the time between receipt of the qualification package and subsequent City Commission action. A more detailed schedule is given below. The successful Respondent shall be required to execute an Agreement, in form and content acceptable to the City, indemnifying and holding harmless the City, its officials, officers, employees, and agents from all claims. 10. FEDERAL GRANTS: All procurements by Federal Grant recipients and sub - recipients shalt comply with the provisions of 2 C.F.R. Section 200.317 — 327. All procurement transactions shall be conducted in a manner providing full and open competition consistent with the standards of 2 C.F.R. Section 200.317 — 327. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the City, Contractor, or any other party pertaining to any matter resulting from this contract. In the event of a conflict between the City's Purchasing Policy, codified at Chapter 21 of the City's Code of Ordinances, and Federal Code, the more restrictive rule shall prevail. RFQ 922-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects All applicable laws and regulations of the United States, the State of Florida, and the City of Ocoee will apply to any resulting Agreement. The provisions of the Consultant's Competitive Negotiations Act § 287.055, Florida Statutes, shall apply, where applicable. By entering into this contract, the awarded bidder is obligated to comply with the provisions of Section 448.095, Fla. Statutes, "Employment Eligibility." This includes, but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an alien unauthorized to work in the USA. Failure to comply will lead to termination of this contract, or if a subcontractor knowingly violates the statute, the subcontractor must be terminated immediately. Buy America The `Buy America" provisions in 23 U.S.C. 313 and FHWA implementing regulations (23 CFR Part 635.410) apply to all ER funded projects. These requirements prohibit the obligation of finds for a project unless all permanently incorporated steel and iron used in such projects are produced in the United States. This restriction applies to all contracts eligible for assistance under title 23, including the ER program, for a project within the scope of the NEPA review. Under certain circumstances a State may request, and FHWA may grant, a waiver from these requirements if the Secretary fields that the application of Buy America would be inconsistent with the public interest or that the required steel or iron products are not produced in the United States in sufficient quantities of a satisfactory quality. [23 U.S.C. 313(b) and 23 CFR 635.410(c)]. DHS Seal, Logo and Flags The contractor shall not use the Department of homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. Media Interaction The contractor, including all sub -contractors, will not provide any Information to the media without the expressed written permission of the City's Public Works Director. This includes on site interviews requested from any media outlet. All inquiries by a member of the media or any elected official will be directed to the City's Public Works Director. The Contractor will ensure this guidance is disseminated to all employees and sub -contractors on the project 11. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME): A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime inay not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in § 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. See § 287.133 (2) (a), Florida Statutes. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 12. FLORIDA PUBLIC RECORDS LAW: In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request of proposal become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. 13, PUBLIC RECORDS COMPLIANCE: The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City's custodian of public records, provide the City 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 in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-905-3100, EXTENSION 1022, CCDL@chocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 14. RETENTION OF RECORDS FOR ARPA PROJECTS: The U. S. Department of Treasury requires records to be maintained for a period of five years for the ARP/CSLFRF award. Contractor shall retain all records for ARPA projects and make available upon request for a period of five (5) years following final payment to the contractor. 15. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon an), letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Respondent and persons employed or utilized by the Respondent in the performance of this contract. Further, the Respondent sliall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 16. CONFLICT OF INTEREST/NON-COLLUSION CERTIFICATION: a) Respondent declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with an), other vendor or official of the City of Ocoee. Neither the Affiant nor the above -named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Respondent certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit applies to any members of his or her immediate family) c) Respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Respondent agrees to immediately notify the City in writing. Respondent must submit the attached form with proposal. d) Respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFQ has occurred, and that the proposal is made according to the provisions of the RFQ documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFQ documents. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects e) Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Respondent offers and agrees that if this negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Respondent. The proposal constitutes a firm and binding offer by the Respondent to perform the services as stated. 17. DRUG -FREE WORKPLACE: Provide a statement concerning the Respondent's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. Respondent must submit the attached form with proposal. 18. PUBLIC ENTITY CRIME STATEMENT: a) All invitation to bid, as defined by Section 287.012 (16), Florida Statutes, requests for proposals, as defined by Section 287.012 (23), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of Section 287.133 (2)(a), Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; ►nay not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287,017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." b) All Respondents that submit a Proposal or a Bid to the City of Ocoee guarantee they have read the above statement and by signing the submitted documents are qualified to do so under Section 287.133 (2)(a), Florida Statutes. Respondent must submit the attached form with proposal. 19. CERTIFICATION OF NON -SEGREGATED FACILITIES: a) Respondent certifies that it does not and will not maintain or provide any segregated facilities for the Respondent's employees at any of the Respondent's establishments, and that Respondent does not permit Respondent's employees to perform their services at any location under the Respondent's control where segregated facilities are maintained. Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of its Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 10 rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Respondent agrees that (except where Respondent has obtained identical certification from proposed contractors for specific time periods) Respondent Nvill obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Respondent Neill retain sucli certifications in Respondent's files. b) The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rides and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. Respondent must submit the attached form with proposal. 20. SCRUTINIZED COMPANIES: Respondent certifies that the company is not participating in a boycott of Israel. Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. Respondent agrees to cooperate fully with the City in any investigation undertaken bythe City to determine whether the claimed exception would be applicable. The City shall have the right to terminate an), contract resulting from this solicitation for default if Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Respondent must submit the attached form with proposal. 21. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in an), proposal, or to re -advertise for new proposals. The City may accept any item or group of items of any proposal, unless the Respondent qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Respondent which, in the City's sole discretion, is the most responsive and responsible Respondent The City reserves the right, as an aid in determining which proposal is responsible, to require a Respondent to submit such additional evidence of Respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Respondent, including RFQ 422-006 Continuing Engineering Services for Federal Grant i'unded Utilities ARPA Projects 1 1 past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals B. INSURANCE TERMS AND CONDITIONS The successful Respondent shall be required to provide evidence of both General (Public & Property) Liability and Professional Liability Insurance (Design Errors and Omissions in the amount of $1,000,000) in the form of a certificate of insurance issued on behalf of the City of Ocoee and naming the City as an additional insured, by companies acceptable to the City at the minimum limits and coverages listed below with deductible amounts acceptable to the City. The selected consultant shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such nsurance has been approved by the City, nor shall the consultant allow any subconsultant to commence work on a subcontract until all similar insurance required of the subconsultant has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self -insurer in accordance with Ch. 440 of the Florida Statutes. 1. Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any SUMS of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Consultant and/or subconsultant providing such insurance. 2. Workers' Compensation Insurance: The Consultant shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Consultant's employees connected with the work of this project and, in the event any work is sublet, the Consultant shall require the subconsultant similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Consultant. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Consultant shall provide, and cause each subconsultant to provide adequate insurance, satisfactory to the City, for the protection of the Consultant's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. Consultant's Public Liability and Property Damage Insurance: The Consultant shall obtain duringthe life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Consultant and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Consultant or by anyone directly or indirectly employed by the Consultant, and the amounts of such insurance shall be the mininuun limits as follows: 4. Automobile Bodily Injury Liability & Property Damage Liability RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 12 ® $1,000,000 Combined single limit per occurrence (each person, each accident) ® All covered automobile will be covered via symbol 1 ® Liability coverage will include hired & non -owned automobile liability ® Include Waiver of Subrogation in favor of The City of Ocoee Comprehensive General Liability (Occurrence Form) - This policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Consultant is primary and non-contributory. ® $2,000,000 GENERAL AGGREGATE ® $2,000,000 PRODUCTS -COMPLETED OPERATIONS AGGREGATE ® $1,000,000 PER OCCURRENCE ® $1,000,000 PERSONAL & ADVERTISING INJURY ® Include Waiver of Subrogation in favor of the City of Ocoee 6, Professional Liability Insurance ® Design Errors and Omissions in the amount of $1,000,000 7. Subconsultant's Comprehensive General Liability Automobile Liability and Worker's Compensation Insurance: The Consultant shall require each subconsultant to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subconsultants in the Consultant's policy, as specified above. Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent consultants and are directly imposed because of the named insured's general supervision of the independent consultant. The Consultant shall procure and fitrnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 9. Contractual Liability: If the project is not bonded, the consultant's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE ARID AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. ® $1,000,000 PER OCCURRENCE ® $2,000,000 AGGREGATE Commercial Umbrella: ® $1,000,000 PER OCCURRENCE ® $2,000,000 Aggregate ® Including Employer's Liability and Contractual Liability Builders Risk: (Not Applicable for Design Services). ® $100,000 Any (1) Location ® $1,000,000 Any (1) Occurrence 10. Certificates of Insurance: Certificate of Insurance Form (see sample, below), naming the City of Ocoee as an additional insured will be furnished by the Consultant upon RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects l3 notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Technician. This certificate shall be dated and show: The name of the Insured consultant, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, and its termination date. ® Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (Remainder of page intentionally left blank.) RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 14 scow CERTIFICATE ®F LIABILITY INSURANCE op iD , DATE iMMJDD/04 PRAZI 11 09 09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED RY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE HAIC 5 INSURED INSURER A: 1M Da,t }utleg A• or Datt+c __ BLSURER a Contractor' D Name Address PJSURERc; — __....._ PUURER D: INSURER C COVERAGES THE FOuCIES OF 6-45URMICE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED HAMED ABOVE FOR THE POLICY PERIOD VIMCATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR COND{TON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WITCH TI{IS CERTIFICATE MAY BE ISSUED OR MAY FERTAIN. THE USURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUMECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONG OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAtD CLAIMS. LTR HSRtl TYPEOFINSURAI{CE PoLICY NUMBER 0AY Y MmD Pip DATE �.4t t/OOJ'JY LIMITS GENERAL OAJu NY EACH OCCURRENCE S1,000,000 PREPl.tIS�ES{FaD�c�EOeT.rn) 550,000 X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE nOCCUR MED EXP(Any we P-11) $S,000 PERSO?IAL A AOV INJURY S1,000,000 GENERALAGGREGATE 52,000,000 GENT AGGREGATE LIMIT APPLIES PER'. PRODUCTS• COMhOP AGO • S 2,000,000 PODGY X JECCT LCG AUTOMOBILE X LASUJTY ANY AUTO COMBINED SINGLE LMR (En�mGml) S 1,000,000 00041Y INJURY (pe m'.) S All O W NED AUTOS 5CHEOULEDAUTOS BODILY EIIURV uWNEDAUTOS (PJdWT $ X X H'TiEO AUTOS N:ONL PROPERTYDAMAGE S (Pa atUdmi) OARAOE LIABILITY AUTO ONn• EA ACLIOENT S OTHER THAN EAACC I S AUTO ONLY: AGO S ANY AUTO D(CESSNIASRELLA.L1AellTIY EACH OCCURRENCE $ 1,000,000 AGGREGATE S 2,000,000 X X OCCUR CLAIMS MADE S DEDUCTIBLE S _ S RETENTION S WORMERS COMPEN5ATION AND X TORV LLMRS FA EWLOYERS'LIABILITY ANY PA Pf1OPRIETOTVRTNENVEXECUNET OFFICEWDEMHER EXGLUOEeT E.L.EAD8ACMDENT $500,000 I E1, DISEASE• EA EMPLOYEE S SOO,000 .gq., e.i taUndo 9PECAL PROVISIONS Brow E.L. 013EASE•PGLIGY L1Ai1T 11500,000 OTHER HuilderR Rink Any 1 Loc 100,OOD Any 1 Doc 1,000,000 DESCRIPTION OF OPERATIONS I LOCATMJNS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECW. PROVISIONS The insurance evidenced by this certificate shall name the certificate holders eke an additional insured on the General Liability G Umbrella Liability. Workers' Compensation, I'mployers' Liability 6 General Liability shall contain a Waiver of Subrogation in favor of the certificate holder, The certificate holder is added as a IHied DITlKed fir Buhr Risk. CERTIFICATE HOLDER CANCELLATION OCOBSOI SHOULD ANY OF THE ADOVE DESCRIBED POLICIES OE CA.NCELLEO DEFEND! THE EXPIMTM)X DATE THEREOF. THE ISSUING INSURER WILL ENDFAVORTO MAIL 10 DAYS WRITTE11 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE 70 00 SO SHALL City Of OCOee IMPOSE NO OBLIGATION OR LIABAITY OF ANY IUND UPON THE INSURER, ITS AGENTS OR 150 N. Lakeshore Drive Ocoee 8L 34761-2258 REPREBENTATNES. AUTHORIZED REPRESENTATNE ACORD 25 (2001)110) L — RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 15 C. SCOPE OF SERVICES The scope of work to be performed under task orders issued under the continuing contract may consist of, but will not necessarily be limited to: providing engineering services for utilities projects including studies, design, plans production, construction management, development plan review, and other miscellaneous engineering projects. The Approved ARPA Project List, attached to this RFQ as Exhibit "A", identifies the City's designated utilities projects to be funded through the American Rescue Plan Act. Please note that not all of the projects included on the Approved ARPA Project List will be engineered under a contract awarded through this RFQ. The City reserves the right to amend the project list at any time as it deems necessary. Projects may also include those funded through other federal grant funds such as FEMA, FHWA, etc. Typical assignments would include, but would not be limited to the following: Engineering Design Services Tasks for services under this topic may include but are not limited to: ® Preliminary analysis & conceptual design of minor utilities engineering projects m Plan production services in the latest available version of AutoCAD ® Design, replacement and/or upgrade of sanitary sewer lift stations, gravity sewer and associated force mains ® Extension of sanitary sewer service to existing areas on septic tanks or developing areas ® Extension of reclaim water mains for new development and/or retrofit existing developments ® Design new watermains and/or replacement of undersized or nonconforming material water mains ® Water and wastewater plant upgrades ® Post -design services ® Preparation of as -built drawings and other surveying tasks ® Miscellaneous utility engineering design services Engineering Studies and Services Other than Design Tasks for services under this topic ►nay include but are not limited to: ® Utility service studies and planning ® Capital improvements and infrastructure rehabilitation ® Water and wastewater treatment processes ® Miscellaneous utility engineering planning services Non -engineering Technical Services Tasks for services under this topic may include but are not limited to: ® On -site inspection of construction work by engineering technician ® Printing and copying of design documents ® Field compilation of data for inventory mapping and facility management, and/or the transformation of such data to a form suitable for use in ArcGIS or AutoCAD. ® Creation of 3D illustrations and other graphics for public involvement activities ® Other related services as may be assigned from time to time RFQ #22-006 Continuing Engineering Services for Federal Gratit Funded Utilities ARPA Projects 16 Respondents must be experienced in providing utilities engineering services for projects of a scope and nature comparable to those described above. Use of qualified sub -consultants for specialty work is acceptable. To be considered, the firm or individual shall be a licensed professional in accordance with Florida State law and be familiar with all applicable federal, State of Florida, St. Johns River Water Management District, FDEP, Orange County and City of Ocoee codes, regulations and laws. Include a copy of all applicable licenses held by firms or subconsultants proposed to perform work. As the projects utilize federal funds, all Respondents must be registered oil SAM.gov. D. SUBMITTALS Qualifications packages should be designed to portray to the City how the respondent's services can best match the knowledge, skills, and abilities suggested by the anticipated Scope of Services given above. In order for the City to evaluate the qualification package, each Respondent should provide information relative to their ability to provide services that will best meet the needs of the City. To facilitate the review of the responses, Respondents Should follow the described proposal format. Qualification packages should be limited to a total of fifty (50) 8.5"x 11" pages (excluding required forms), single -sided, portrait orientation, 12-point font if possible, and submitted through the Mercell SOUrce-to-Con tract platform per the Introduction and instruction of this RFQ. The person signing the proposal on behalf of the respondent must have the legal authority to bind the respondent to the submitted qualification package. All expenses for providing qualification packages to the City shall be borne by the respondent. Failure to adhere to the stated page limit or provide the required content may subject ,your proposal to disqualification. In order to simplify the review process and obtain the maximum degree of comparison, Respondents should provide the following content when responding to this RFQ: Section I. Firm's Qualifications ® Cover Letter ® List offirm's current or recently completed similar projects within the past five (5) years with other public utilities. Include original contract price, final cost, and reason for overages if applicable ® Demonstration of ability to deliver project on time and within budget ® List of all firm's key employees, their qualifications, and their role in providing the desired City services and each employees years of total related experience and years lvith your firm ® Firm's and employee's certifications and registration with regulatory agencies, professional organizations, etc. (Include a copy of all applicable licenses.) ® List firm's sub -consultants, their qualifications, and their role in this project. ® List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address ® Explanation of how you approach a new project or task and how and when you conlnlunicate with your client. Also, detail any cost containment approaches you RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 17 employ and identify projects you designed that you consider successful for staying on time and meeting budget. ® Current and projected workload of the firm Section II. Firm's Office Location & Other Forms (not included in page limit) ® List the location of all offices (firm and subconsultants) involved with this contract. ® Summary of Litigation, if none, indicate that in the Summary of Litigation section of your qualification package. Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Firm in the past five (5) years which is related to the services that the Firm provides in the regular course of business. The summary sliall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. p. 21 ® Receipt of any addenda issued, p. 21 ® All required forms listed on the Table of Contents to be submitted with Proposal ® Company Information/Signature Sheet ® Certified small or minority business, women's business enterprise, or labor surplus area firm. Include certifications for Responding firm only. Partial points will not be awarded for M/WBE sub -consultants. E. EVALUATION CRITERIA: The criteria for making an award recommendation are as follows: Maximum Evaluation Criteria Points 1. Past Performance & Experience of the Firm and Project Team ® Past Performance and Experience of the Firm with similar projects ® Past Performance and Experience of the Project Team 45 ® Overall Experience • References 2. Ability to Meet Time and Budget Requirements; Project Approach and Understanding of the Project ® Current & Projected Workload of the Firm ® Past ability to deliver a project on time & budget 45 ® Firm's understanding of the services requested and how the Firm would accomplish the work. 3. Certified small or minority business, women's business enterprise, or labor surplus area firm. ® Include certifications for Responding firm only; partial points will 10 not be awarded for subconsultants. Total Possible Points 100 Information suvnlied by client references may be used in determinini2 the relative merits of a Respondent under any and all of the above -listed criteria. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 18 F. SELECTION PROCESS The criteria for selection shall be based on the criteria listed in the RFQ. The City reserves the right, before awarding the contract, to require a Respondent to submit additional evidence of its qualifications, as the City may deem necessary, and shall conduct discussions with, and may require oral presentations by, no fewer than three (3) firms, if possible. The City shall be the sole judge of the competency of Respondents. 2. A City evaluation committee will evaluate each respondent's qualifications and after interviews and/or oral presentations will short-list and recommend to the City Commission the top three (3) firms, if possible, in ranked order of qualifications based upon the evaluation committee's evaluation of tile responses and any client references. All Respondents shall be notified via Mercell Source -to -Contract or other means of the evaluation committee's recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by the evaluation committee shall be final. The City Commission shall be the final authority in the award or rejection of any and all responses 3. The City will apply the negotiation requirements of Section 287.0055, Fla. Stat., (a.k.a., CCNA). The City will attempt to negotiate an agreement with the top -ranked Respondent. If no agreement is reached with the top -ranked Respondent, negotiations will be terminated and initiated with the second -ranked Respondent, and so on, until an agreement is reached. 4. The successful Respondent shall be required to execute an agreement which provides, among other things, that all plans, drawings, reports, and specifications that result fl-om Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and subsequent executed by both parties. G. TASK ORDERS/SERVICE AUTHORIZATIONS Firm(s) selected by the City will provide utility engineering services to the City on an as needed basis, based upon task orders to be issued by the City under the continuing contract. The City will specify on the task order the funding source(s) of the project. No Nvork shall commence until the verification of the issuance of the purchase order or other authorization document. It shall be engineering firm's responsibility to include those references on each invoice submitted for the work. Invoicing for completed Nvork or progress billing shall be submitted to the requesting City Department for processing and submission for payment by the Finance Department with a copy to: Accounts Payable Finance Department City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 RFQ 422-006 Continuing Engineering Services For Federal Grant Funded Utililies ARPA Projects 19 I. BID PROTESTS All Proposal Protests shall be submitted to the Purchasing Technician at shopper@ocoee.org AND to the Procurement Manager at JTolbert a,ocoee.org in the following manner: a) A Respondent shall file a written proposal protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A proposal protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the RFQ, its addenda, and other proposal documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications), if any. The Respondent shall clarify all questions concerning the design documents of the project prior to submitting its proposal. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Technician not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Procurement Manager, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. J. TIME SCHEDULE The anticipated schedule of events related to this solicitation is: Date of RFQ Request for qualifications published 23 days later Last day for questions 30 days later Statements of qualification are due 35 days later Qualification statements distributed to evaluation committee 50 days later Evaluation committee meeting held Neat meeting Sliort-list of ranked firms recommended to City Commission Dates are estimoted crud subject to charge of the City's discretion. END OF INSTRUCTIONS (Remainder of page intentionally left blank) RFQ #22-006 Continuing Engineering Services for Federal Grant Funcled Utilities ARPA Projects 20 SUMMARY OF LITIGATION: Provide a summary of any litigation, claitn(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated (Remainder of page intentionally left blank) RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 21 Z a� .N 'O ' aNa �. c N o .. « .. .. o n u $ 2 zi c c o o a a m o o u .J?' E. o o`_ .a . E N u `9.: c v „ ry c .w•O� o$ oEv pl �Ev ou°v' orv.� .u`. A Yai _ N n• E a c E E. �_ " _. z m v a c o - a i.0 4L ? ` w o " y a 3 G N T o n u 3 r+ _ .'a„ �cv a� ararc w o w c c v s i o— « c F •`.o.0 -o N U� ? c E —y" v i E c.. E a uo •P = G C a v— `am E E u .K v Duo E9- E,U'_.. o ' « av c 2 =N o.. 'm E o o E a a a ar`1 t v L° � o v Y`v w E „ m z o o " a c m, �_ a E No a NoE O E. w �� � c u �` m '� o � E o ft w' v u. Y2n 3 w 3.. � c � a � � o a 3 - 'L° •".� E ^' G a? E? E-« .k u a G E .0 �., •3 uu2w E m „ nu Ocvu¢'a` u u o m v .. o v o a.. •Up ay .. .. .. E c o w m v«i E u a aE a m u $u .a. m pm L LL 3 w ur z ¢: N N EXHIBIT "B" RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable federal, state, and local laws. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's firtn or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: Firm Name Signature Name and Title (Print or Type) Date RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 23 EXHIBIT "C" COMPANY INFORMATION/SIGNATURE SHEET RFQ #22-000 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. RESPONDENT FURTHER AGREES TO COMPLY WITH ALL FEDERAL REQUIREMENTS IN THE PERFORMANCE OF THIS CONTRACT. COMPANY NAME AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual Corporation Partnership Other (Specify Sworn to and subscribed before me by means of ❑ physical presence or ❑ online notarization this day of , 20 Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities AP -PA Projects 24 EXHIBIT "D" DRUG -FREE WORKPLACE CERTIFICATION The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (I). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or polo contenders to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder. Signed: By: Title: Date: (Print or Type Name) RFQ 922-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 25 EXHIBIT "E" SWORN STATEMENT UNDER SECTION 287.133(3)(n), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee, Florida by (Entity) by (Print individual's Name & Title) whose business address is 2. 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 with 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 representation. 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. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. 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 IuroNvingly 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, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 26 Neither 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 management of the entity, not, any affiliate of the entity have 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 the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this 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 the officers, directors, executives, partners, shareholders, employees, members, or agents wlio are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. 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. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED 1N PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 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 CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Date: STATE OF COUNTY OF (Signature) Name of Bidder (Contractor) PERSONALLY APPEARED BEFORE ME, the undersigned authority, (Name of Individual Signing) who, after first being sworn by me, affixed his/her signature in the place provided above on this 20 Notary Public My Commission Expires: day of RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 27 EXHIBIT "F" CERTIFICATION OF NON -SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that lie does not permit his employees to perform their services at any location, tinder this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that lie will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) lie will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that lie will retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date 20 By: Official Address (including Zip Code): (Title) RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 28 EXHIBIT 66G99 Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Name of Respondent: By: (Authorized Signature) Title: Date: RPQ 1122-006 Continuing Engineering Services for Federal Grant funded Utilities ARPA Projects 29 EXHIBIT "H" BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION The undersigned, [Company] knowledge, that: certifies, to the best of his or her 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attemptingto influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (itic] udingsubcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, [Company] , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 etsel., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 30 EXHIBIT "I" Appendix: II to Part 200 - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non -Federal entity, all contracts made by the non -Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60- 1_3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and Implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." `(D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Coustruction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. Tile decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public Nvork, to give up any part of the compensation to which lie or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 31 (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "fielding agreement" tinder 37 CFR § 401.2 a and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended - Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671g) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352) - Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 32 connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. (J) See § 200.323. (K) See 2§ 00.216. (L) See ' 200.322. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75888, Dec. 19, 2014; 85 FR 49577, Aug. 13, 2020] End of Appendix II Part 200 * For federal grant funded ARPA projects, the Davis -Bacon Act applies to infrastructure projects over $10 million. Additionally, recipients may be otherwise subject to the requirements of the Davis -Bacon Act, when CSFRF/CLFRF award funds are used on a construction project in conjunction with funds from another federal program that requires enforcement of the Davis - Bacon Act. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 33 FHWA-1273 -- Revised May 1, 2012 EXHIBIT "J" REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VI 1. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services The prime contractor shall be responsible for compliance by any subcontractor, lower - tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 34 purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2, Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal - aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal - aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. RFQ H22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 35 The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which RFQ #22-006 Continuing Engineering Services for federal Grant Funded Utilities ARPA Projects 36 time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 37 a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination, Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 38 unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability, making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 39 a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b) a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT - assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 40 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 41 programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 42 contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 43 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a, of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 44 contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 45 and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 46 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis - Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 47 done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 48 from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees- (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design - build contracts; however, contracting agencies may establish their own self - performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 49 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 50 makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 51 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 52 Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 53 bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers RFQ #22-006 Continuing Engineering Services for Federal Grant funded Utilities ARPA Projects 54 declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. (Remainder of this page left blank intentionally) RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 56 any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 55 CPH, LLC. 11117 East Robinson Street Orlando, FL 32801 1407.425.0452 1 info@cphcorp.com FIRMS QUALIFICATIONS LETTER PAGE1 FIRM'S QUALIFICATIONS PAGE 3 PROJECT EXPERIENCE PAGE 4 FIRMS ASSIGNED TEAM PAGE 12 LICENSES AND CERTIFICATIONS PAGE 16 SUB -CONSULTANTS PAGE19 CLIENT REFERENCES PAGE 21 FIRM'S APPROACH PAGE 36 WORKLOAD PAGE 41 QUALIFICATIONS AND EXPERIENCE WITH GRANT LOANS PAGE 42 FIRM'S OFFICE LOCATION & OTHER FORMS OFFICE LOCATION M/WBE SUMMARY OF LITIGATION / RECEIPT OF ADDENDA COMPANY INFORMATION / SIGNATURE SHEET 01. FIRM QUALIFICATIONS June 14th, 2021 City of Ocoee 150 N. Lakeshore Drive 1117 E. Robinson Street Ocoee, Florida 34761 Orlando, FL 32801 RE: "CONTINUING ENGINEERING SERVICES FOR FEDERAL GRANT FUNDED Phone: 407.425.0452 UTILITIES ARPA PROJECTS" I RFQ 22-006 info@cphcorp.com Dear Selection Committee Members: CPH, LLC (CPH) is very pleased to submit our qualifications to the City of Ocoee for the Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects contract. The work for this contract would be provided by our nearby Orlando, Sanford and DeLand offices which have had the opportunity to work with the City on past successful projects. Since our foundation in 1981, CPH has provided exemplary utility engineering services to both large and small municipal clients under on-call/continuing contracts for over 41 years throughout Florida. CPH has served over 60 separate City and County municipal clients with professional engineering services including all facets of planning, design, permitting, alternative funding Working with the City of and construction management of over $500 Million in utility improvements in the last ten Ocoee for Over 12 Years (10) years, with hundreds of millions more completed in our 41+ year history. Our team has completed countless similar projects under an as -needed or continuing utility contract. Our firm takes every assignment, no matter how small, to be of utmost importance. Our team will respond quickly to your needs and provide competent functional designs that will be cost effective, energy efficient, and meet the expectations of City. Our comprehensive firm experience covers all facets of municipal and private potable water, reuse water, and wastewater projects which include pumping, distribution, treatment, collection, hydraulic modeling, rate studies, master utility planning, utility retrofit programs in existing developed areas, alternative funding assistance and all related permitting. CPH has provided design, permitting, and construction services for utility infrastructure projects with pipe sizes ranging from 4" to 84" and has provided services for over 500 miles of pipeline projects. Our wastewater pump station experience includes hundreds of pump stations from small site Completed Services for specific stations to large regional pump stations valued at over $20 million. Our lift station Municipalities Through experience includes implementation of SCADA design and control, generators, oclor control systems, diversions, screening, site and easement acquisition, and wet well rehabilitations. In Continuing Contracts addition to new and rehab pump projects, we also have done pump station elimination projects to help our client eliminate the number of stations in their system to reduce system operation costs. Our team has provided services for innovative solutions relevant to sewer systems that include gravity with vacuum assist, low pressure systems, and hybrid methods for utility clients. Our potable water experience not only includes full water treatment plant design and retrofit but we have exceptional experience in potable water distribution and transmission systems. CPH's team is well versed in various installation methods including open cut, micro tunneling, , directional drill, jack and bore, subaqueous, as well as aerial crossings. In fact, CPH recently completed the largest pipe bursting project in the United States for the City of Casselberry; which included over 40 miles of potable water pipe replacement through pipe bursting. Our Thorough Understanding recent line work includes several large directional drills under key highways and environmentally of the City's Utility sensitive areas. Infrastructure CPH has also worked on asbestos water main replacement projects in developed neighborhoods that included close tolerance directional drills in combination with open cut installations. In addition to potable water pipeline work we also provide hydraulic modeling, master planning, and grant and funding assistance. Our team has extensive recent experience planning and designing large wastewater treatment �> plant expansion projects. Wejust recently completed one for Volusia County. This was a $12.1 million project, at the Southwest Regional Wastewater Treatment Plant, and was funded through a 62% grant, as well as being performed on an expedited schedule. This project was part of a � program to reduce nutrients in the area and was partially funded through the Department of Environmental Protection. CPH assisted the County in acquiring the grant as well as well as managing the grant funds through construction. This complex project included many similar Recent and Current components that will be required for the City of Ocoee's projects. CPH's team not only increased Experience with Grants the plant's permitted capacity by 1.0 MGD, but also modified the existing biological processes and Federal Funding of the plant and all associated components of the plant clue to the upgrade. The previous Including ARPA process at the plant included two different systems, an Orbal system and a USBF system. CPH designed modifications to the existing process tanks to upgrade to a 5-Stage Bardenpho BNR system to meet Advanced Wastewater Treatment (AWT) standards (CBOD5 < 5 mgL; TSS < 5 mg/L; TN < 3 mg/L; TP < 1 mg/L). This is just one of six (6) similar wastewater treatment plant projects completed by the proposed project team in Florida over the last five (5) years, with many more completed in our 41+ year history. In addition to the FDEP SRF funded projects, our team has extensive experience in obtaining and managing projects through other granting agencies such as FEMA, St. Johns River Water Management District, USDA, EPA, and other Federal Funding Sources such as Stimulus Funding. In fact, CPH recently completed several utility adjustment projects funded through FEMA's Hazard Mitigation Grant Program (HMGP) to elevate sewer and water structures outside the floodplain, and water and sewer adjustments for clients that are funded through the American Rescue Plan Act Funds. y The CPH team includes approximately 170 staff members in our three (3) nearby offices W (Orlando, Sanford and DeLancl). The majority of our proposed team has worked together for over fifteen (15) years, implementing identical types of water and wastewater projects under Top 500 ENR Ranked continuing contracts. This local team has developed an extensive local portfolio of projects Design Firm With a 41+ completed and is ready to serve the City of Ocoee. We are very excited about the opportunity Year History Wlth a Focus to continue to work with the City of Ocoee and appreciate the opportunity to present our on Utility Engineering qualifications. We appreciate the opportunity to submit our qualifications and look forward to working with the City of Ocoee. Sincerely, CPH David E. Mahler, P.E. I Chief Operating Officer - Public Services CPH prides itself in its capability to "provide quality and innovation for design and construction" In every aspect of the business, CPH takes pride in providing timely, cost effective and appropriate engineering services to support its clients and help them achieve their objectives. Known as a leading multi -disciplinary consulting engineering firm, CPH provides services in the following areas: Engineering Services (Civil, Structural, and Utilities) Transportation Engineering, including Traffic Planning and Design Architectural Services/Landscape Architecture Construction Engineering and Inspection/Construction Management Master Planning Water/Wastewater/Reclaimed/Stormwater Systems Hydraulics and hydrology Environmental Sciences Land Planning/Zoning Surveying & Mapping Other related fields The Firm has been providing services in the area since the 1960's and the Firm has been established since 1981. In keeping with the company's philosophy to assure responsive and cost effective service, CPH has grown with branch offices housing approximately 260+ employees in Florida, Georgia, Maryland, Massachusetts and Puerto Rico with the firm's Corporate Headquarters located in Sanford, Florida. CPH's commitment to providing the highest level of service in an affordable manner has been achieved through emphasis on personalized services and direct involvement of top level CPH personnel. AREAS OF SERVICE ARCHITECTURE ENVIRONMENTAL LAND PLANNING SURVEY ENGINEERING LANDSCAPE PERMITTING ARCHITECTURE 41+ Year History of Providing Services for Municipalities in Florida Located Less Than 25 Minutes from City . r (11� f; Actively Working on Projects for the City of Ocoee CPH LICENSES g1 1 S11S ��1111 � r i ORANGE COUNTY UTILITIES CONTINUING SERVICES CONTRACT - ORANGE COUNTY, FL CPH has been providing design and construction services to Orange @, County Utilities since 1985. Projects have included water, wastewater ,,r stormwater, roadway, parks, and trails. The team has provided services that include engineering, landsca e architecture, architecture, planning, -11I'p p 9 t_�e �r�. surveying, environmental science, and construction administration. Some - of the recent projects over the last 5 years for the County include: Clouw INTERNATIONAL DRIVE POTABLE WATER BOOSTER PUMP I_J I I I III I lia STATION PROJECT - CPH provided engineering services to OCU for the 1)ETA .RT 'I ENT booster pump station including preliminary design report, final design,_ survey, geotechnical investigation, permitting, bidding, and construction administration. The potable water booster pump station has the ability to PROJECT PROFILE: increase the pressure to the Hunter's Creek development by utilizing two Cost: Please see information (2) new pumps with variable frequency drives. The station was designed to have the capability of adding three (3) future pumps and chlorination. provided for each project. COST: $ 3.4 MILLION (CONSTRUCTION); // SCHEDULE: 2013- 2020 Project Duration: Please see SSA -ESA 36" WATER MAIN AND 24" RECLAIMED WATER MAIN & information provided for each J. LAWSON REPUMP STATION PROJECT - CPH provided engineering project. services to OCU for the connection of the Southern Service Area to the Eastern Service Area with the potable water and reclaimed water system REFERENCE: and repump station. These services included preliminary design report, Orange County Utilities final design, MOT design, survey, environmental assessment, geotechnical Mr. Charles "Tad" Parker, P.E., Chief investigation, bidding, and construction administration. The project Engineer includes the installation of approximately 7 miles of parallel 36-inch Phone: 407.254.9729 potable water main and 24-inch reclaimed water main from J. Lawson Blvd. to Moss Park Rd via a combination of directional drill, jack and bore, E-Mail-'Charles.Parker2@ocfl.net and open -cut installation. COST: $23 MILLION (CONSTRUCTION); // SCHEDULE: 2015- 2021 ORANGE COUNTY - R/R GRAVITY WASTEWATER SYSTEM IMPROVEMENTS AND REPLACEMENT PACKAGE 1 - CPH, Inc. performed the design for this project that consists of the replacement of + 2,275 LF of 8-inch, and + 62 LF of 12-inch gravity main, sealing and coating four manholes, removal and replacement of eight manholes, removal of one manhole, grout and abandonment of three manholes, installation of nine new manholes, and installation of seventeen sewer laterals and twenty-two sewer laterals on private property. This project included the removal and replacement of a wooden deck, asphalt pavement, curbing, and sidewalk. It also included landscape restoration. COST: $2.9 MILLION (CONSTRUCTION); // SCHEDULE: 2016- ONGOING CITY OF SANFORD CONTINUING SERVICES CONTRACT- SANFORD, FL CPH has been providing design and construction services to the City of _ Sanford since 1958. Projects have included water, wastewater, stormwater, ° '� CITY OF roadway, parks, and trails. The team has provided services that include S.&NFORD engineering, landscape architecture, architecture, planning, surveying, environmental science, and construction administration. Some of the FLORIDA recent projects over the last 5 years for the City include: SR 46 UTILITY RELOCATIONS - The overall project included 10,100-ft of new 12" water main, 675-ft of new C-10" water main, 4,200-ft directional drill 12" water main, 8,100-ft of new 6"-8" force main, 900-ft directional drill 6"-8" force main, 1,590-ft of new 10" sanitary sewer and manholes, 2,350- ft of new 20" reclaimed water main, one new Master Meter Assembly, and the removal of approximately 26,900-ft of existing water main, force main, sanitary sewer, and reclaimed water main. COST: $2.2 MILLION (CONSTRUCTION) // SCHEDULE: 2015 - 2017 SANFORD NORTH WRF ® BIOLOGICAL NUTRIENT REMOVAL PROJECT (BNR) - The Sanford North WRF IFAS BNR improvements consist of the following infrastructure: (1) new RAS/WAS pumping systems; (2) four treatment trains consisting of primary anoxic basins (2-stage), wastewater step -feed process, aerobic basins, deoxygenation basins, secondary anoxic basins and reaeration basins; (3) Four turbo blowers and aerations systems; (4) chemical and supplemental carbon storage/handling facilities; (5) biosolids system improvements; (6) internal recycle systems; (7) roadway improvements and resurfacing; (8) grit removal system improvements; (9) stormwater system improvements- 1 0) security system improvements; and (I I) various buildings. COST: 894,000 (DESIGN); $13,230,000 (CONSTRUCTION) // SCHEDULE: 2014 - 2017 PROJECT PROFILE: Cost: Please see information provided for each project. Project Duration: Please see information provided for each project. REFERENCE: City of Sanford Mr. Bilal Iftikhar, PE., Public Works Director Phone: 407.688.5000 E-Mail: bilal.iftikhar@sanfordfl.gov CITY OF SANFORD CONTINUING SERVICES CONTRACT CONTINUED MAYFAIR WATER TREATMENT PLANT (NO.1) - CPH is providing planning, design, permitting, and construction services for the water treatment plant upgrades that also included removal and replacement of the existing operations building with a new operations building complete with new pumps and piping, electric and controls, and a new standby generator. Operations and Pumping Building replacement to include a new operations center, high service pumping room, electrical equipment room, chemical storage and pumping room, laboratory, reception area, meeting and break room area, staff offices, supporting restrooms, mechanical rooms, stairwell and storage areas. The pumping room will consist of four (4) high service split case centrifugal pumps rated at 3,000 GPM at 204'. The new dedicated MCC / Electrical Room will include new parallel MCC's and instrumentation designed to provide a level of redundancy required to meet Class I reliability. COST: $13.5 MILLION (EST) (DESIGN); TIED (CONSTRUCTION) // SCHEDULE: 2020 - ONGOING CITY OF PALM COAST CONTINUING SERVICES CONTRACT- PALM COAST, FIL CPH has been providing design and construction services to the City of Palm Coast since 1998. Projects have included water, wastewater, stormwater, roadway, parks, and trails. The team has provided services that include engineering, landscape architecture, architecture, planning, surveying, environmental science, and construction administration. Some of the most recent projects for the City include: PALM COAST WWTP NO. 2 — MBR BNR PROJECT - The Palm Coast WWTP No. 2 MBR/BNR improvements consist of the following infrastructure: (1) flow metering systems; (2) Influent headworks structure with mechanical drum screens and grit removal; (3) a 5-Stage MBR/BNR treatment system (2 trains) - anaerobic basins, primary anoxic basins, aerobic basins, deoxygenation basins, secondary anoxic basins and reaeration basins; (4) process control equipment; (5) flow equalization to reduce the required membrane surface area and enhance the effectiveness the biological processes (6) fine and coarse bubble aeration systems; (7) internal recycle pumping systems; (8) submersible mixing systems; (9) membrane modules with flat plate membrane panels for the MBR tanks as well as cleaning and backwashing systems; (10) chlorine contact chambers; (11) a transfer pump station; (12) a 2.0 MG ground storage tank; (13) a reject/percolation pond; (14) chemical and supplemental carbon storage/handling facilities; (15) sludge holding/treatment tanks; (16) sludge dewatering facilities; (17) electrical, controls, instrumentation and SCADA improvements; (18) yard piping; (19) stormwater management system improvements; (20) roadway improvements; (21) reclaimed water distribution pump station; and (22) various buildings and miscellaneous infrastructure. COST: $1,050,000 (DESIGN); $25,100,000 (CONSTRUCTION) // SCHEDULE: 2014 - 2018 PROJECT PROFILE: Cost: Please see information provided for each project. Project Duration: Please see information provided for each project. REFERENCE: City of Palm Coast Steve Flanagan, Public Works Director Phone: 386.986.2354 sflanagan@palmcoastgov.com TOHO CONTINUING SERVICES CONTRACT - KISSIMMEE, FL CPH has been providing design and construction services to the Toho Water Authority since 2004. Projects have included large diameter water and wastewater transmission mains, lift station and sewer line rehabilitations, residential water mains, and services for the RAS pump replacement at the Sandhill Wastewater Treatment Plant. Some of the most recent projects for the Toho Water Authority include: COUNTY ROAD 532 UTILITY ADJUSTMENT PROJECT - The $1.9M project included relocation of 620 LF of 24-inch PVC force main and approximately 735 LF of 36-inch PCCP reuse water main necessitated to avoid conflicts with the proposed County/FDOT 532 roadway/ intersection improvement project. All work was required to be completed prior to start of FDOT/County improvements with a short design and permitting window The biggest project challenge was maintaining the required service of both lines specifically in the location adjacent to the entrance ramps to 1-4 where connections due to the relocation work had to be reestablished. After working with the FDOT and the Roadway Engineer, a phasing plan to open cut the ramps and allow temporary by-pass pipping to be installed was agreed which allowed for no service interruptions in either the force main or reuse main. Due to TWA's preference the PCCP was removed and replaced with 36" DIP and other minor appurtenances were also adjusted as a part of the project. The project also had to comply with "Buy America" Requirements" and CPH assisted TWA that compliance and proper documents were maintained. CPH provided preliminary, final design, permitting (FDOT, County, FDEP), bidding, and construction administration services. COST: $1.9 MILLION (CONSTRUCTION) // SCHEDULE: 2020- 2021 PROJECT PROFILE: Cost: Please see information provided for each project. Project Duration: Please see information provided for each project. REFERENCE: Toho Water Authority Edwin Matos, PE. Phone: 407.944.5024 E-mail: ematos@tohowater.com TOHO CONTINUING SERVICES CONTRACT CONTINUED SR 600 UTILITY RELOCATIONS - The project included over $4M in utility relocations of TWA existing utilities to avoid conflicts with the State Road 600 FDOT roadway widening project along in, Osceola County, Florida. The project included approximately 5,300 LF of DIP water main ranging in size from 4" to 24", approximately 1,050 LF of 30" HDPE directional drill water main, approximately 1,550 LF of PVC force main ranging from 6" to 20", and includes approximately 380 LF of PVC gravity sewer ranging from 8" to 12" and includes two new manholes. This project also includes the removal of approximately 12,000 LF water main, force main, and gravity sewer along the project limits. The project was bid and constructed by sperate contractors from TWA's and the FDOT's roadway contractor. CPH assisted both TWA and FDOT in facilitating work efforts and schedule to assist both entities to limit overlap during construction. CPH's design effort took an understanding of the FDOT phasing plans and a correlation of how that would be implemented to TWA's relocation work and included key items of importance such as maximum usage of FDOT traffic phasing to reduce TWA's costs but also developing a phasing plan to maintain service to TWA's customers. Additionally, the FDOT design required a large surcharge area across the entire FDOT right-of-way which required a detailed and phased approach of relocated in combination with temporary pipping to both a 20" force main and 24" water main. CPH provided preliminary, final design, permitting (FDOT, County, FDEP), bidding, and construction administration services. COST: TUU # SCHEDULE: 2018 - ONGOING TOWN OF OAKLAND CONTINUING SERVICES CONTRACT- OAKLAND,L CPH has been providing design and construction services to the Town f Oakland since 2014. Projects have included water, wastewater, roadway, pipelines and pump station. The team has provided services that include��,� engineering, planning, surveying, environmental science, and construction tr.. administration. Some of the most recent projects for the Town include: dda OAKLAND AVENUE, OLD HIGHWAY 50, & J.W. JONES ROAD INTERSECTION SAFETY PROJECT - The intersection safety improvement project involves the realignment of Oakland Ave., Old Hwy 50, and J.W. Jones Rd. to convert the existing offset intersection into a four point, roundabout intersection. The project also includes the realignment of the West Orange Trail from its current location to accommodate both PROJECT PROFILE: the roundabout and the new developments north of the intersection Cost: Please see information provided on J.W. Jones Road. The project includes significant right of way acquisition and utilities relocation coordination. COST: $1,708,000 (EST. for each project. CONSTRUCTION) // SCHEDULE: 2016 - 2022 Project Duration: Please see TOWN OF OAKLAND WATER SYSTEM IMPROVEMENTS PROJECT - information provided for each project. The Town authorized services for CPH to design, permit, bid and provide construction administration for improvements to their existing water REFERENCE: system. The improvements were originally recommended in the master Town of Oakland plan effort by CPH previously performed for the Town. The improvements Mike Parker, Public Works Director included the following: 0.500 million allon ground storage tank; 3,750 Phone: 407.656.1117 gallon/minute high service pumping (one @ 750 gpm/two @ 1,500 gpm); E-mail: MParker@oaklandfl.gov 1,415 If of 8-inch replacement raw water main; 217 If of 12-inch new raw water main; 170 If of 16-inch potable water main; 350 sf electrical/ pump building; extensive landscape architecture to help screen the ground storage tank; conversion of existing passive park to an active park including future splash pad; and SCADA upgrade and improvements. COST: $1,663,900 (CONSTRUCTION) // SCHEDULE: 2011 - 2017 10 CITY OF MAITLAND CONTINUING SERVICES CONTRACT - MAITLAND, FIL CPH has been providing design and construction services to the City of Maitland since 2014. Projects have included water, wastewater, stormwater, roadway, parks, and trails. The team has provided services that include engineering, landscape architecture, architecture, planning, surveying, environmental science, and construction administration. Some of the recent projects over the last 5 years for the City include: CITY OF MAITLAND LIFT STATION #4 MODIFICATIONS - The utility improvements were designed and constructed per City of Maitland's specifications and standards. The p' included the installation of a new 10-foot diameter wet well, two (2�ect 40-HP pumps and associated above -ground discharge piping per City standards, the conversion of the existing "wet pit" into a collection manhole that was rehabbed with new benching and interior lining, installation of 8-inch and 24-inch PVC sanitary sewer pipe discharging into the new wet well and the installation of one (1) 4-foot diameter manhole on the east side of the site. Connection of the newly installed 8-inch force main to the City's existing 8-inch force main was performed satisfactorily to City standards. Electrical design and improvements to the lift station site included a new electrical control panel and associated conduit and wiring, and utility meter and pull box upgrades were coordinated with the power company. COST: $495,000 (CONSTRUCTION) // SCHEDULE: 2017 - 2018 MAITLAND - ENGINEERING STANDARDS AND TRAFFIC IMPACT ANALYSIS GUIDELINES - Creation and Integration of new engineering guidelines into the land development code of ordinances. Creation of Traffic Impact Analysis Methodology and Guidelines document. While performing engineering plan review for the City, CPH noted to Staff that there was limited requirements for new infrastructure and standards for design. After further discussion with Staff and the City Manager's office, CPH was tasked with creating and implementing updates to the existing land development code. Along with this task was the creation of guidelines for traffic impact analysis and a base methodology to aid developments in the creation of their studies. MAITLAND - ROADWAY PAVEMENT ASSESSMENT - 62 Miles of Pavement Condition Rating Assessment of City Streets with GIS, Estimating, and CIP Development Support MAITLAND- US 17-92 & GEORGE AVE SIDEWALK - 50OLF Sidewalk Replacement - Decorative sidewalk replacement to address ADA issues. MAITLAND PROJECT PROFILE: Cost: Please see information provided for each project. Project Duration: Please see information provided for each project. REFERENCE: City of Maitland Ms. Kim Tracey, Public Works Director Phone: 407.539.6216 E-Mail: ktracey@itsmymaitland.com W ORGANIZATIONAL CHART CPH has assembled a vastly diverse and highly qualified team with experience in all discipline areas requested by the City of Ocoee. Our team is capable of providing services for every project that may emerge under this contract. The CPH Team Organizational Chart (provided below) depicts the overall reporting and communication hierarchy as well as project roles and responsibilities in relation to the City's scope of services. *UAVIU L. MAHLER, P.L. *ROBERTO GONZALEZ, PE. YINHUI (LUCIDA) XU, PH.D., PE.,'', BCEE *KURT R. LUMAN, JR., P.E. JOSEPH M. LOFASO, JR., PE. JOSE M. ORTIZ, MCE, P.E., S.E. EDUARDO AVILES, P.E. MARK K. BROWN (DRMP) JOHN M. GILREATH, GISP (DRMP) SO, 10 61 1 "_ - *KEY PERSONNEL Ocoee *SCOTTA. BREITENSTEIN, P.E. GERALD M. COX, CGC, CUC I I IVIVIM0 J. U/1LLUMAT, f JIVI RANDALL L. ROBERTS, PSM PAUL J. KATREK, PSM GREGORY J. CALDERON HERNANDEZ (DRMP) GABRIEL COLON-RIVERA, PSMII FRANK LOPEZ)(DRMP) CAROLYN FITZWILLIAM *DAVID S. ROBERTSON, PG. (QUEST SHARI CURLEY)(QUEST) (CCI) *JAMES R. MORRIS, JR., P.E. *MASON GARDBERG, PE. *KAYLA LOCKCUFF, P.E. *CASIE 0. BROWN, P.E. N. KATRIINA BOWMAN, P.E., CCS ROCCO R. NASSO, RE. *AMY E. DALY, LEED AP AARON P MOORE, PWS WILLIAM C. NELSON, P.E. (EDA) *STEPHEN E. BAILEY (B C) VERNA WILLIFORD, PE (GEC) RICHARD P. MCCORMICK, PG (GEC) 12 YINHUI (LUCIDA) XU, PH.D., P.E., BCEE WATER SUPPLY & TREATMENT ANALYSIS Water, Reclaimed Water, and Wastewater ° Treatment Systems Design Water Supply Facilities Work Plan ° ° Water Chemistry ° DAVID A. GIERACH, P.E., CGC CAA / QC Project Management Facility Interconnect Projects Pipelines in Highly Urban Areas Pumping Facilities ° Planning, Design and Engineering Services GERALD M. COX, CGC, CUC WASTEWATER PROCESS DESIGN Licensed General and Underground Utility Contractor Expert in conveyance systems and treatment plants 15 YEARS 115 WITH CPH Ozone, granulated activated carbon, and reverse osmosis projects Water and Wastewater Capacity Analysis Process Design 39 YEARS 135 WITH CPH during construction for water, wastewater, and reclaimed water type projects Process Design / Analysis Master Water / Wastewater / Reclaimed Water Plans 46 YEARS 121 WITH CPH Extensive scheduling and cost estimation expertise Expertise in: Commercial, Industrial, Infrastructure, Construction Management, Utility Systems, and Value Engineering N. KATRIINA BOWMAN, P.E., CCS 34 YEARS 132 WITH CPH PIPELINES & PULP STATIONS Utility Design and Permitting Preparation of FDEP SRF Loan Lift Station Design Applications Pressure System Modeling Construction Documents/Administration Utility Distribution Systems ROCCO R. NASSO, P.E. 21 YEARS 121 WITH CPH PIPELINES & PUMP STATIONS Extensive Utility Design and Permitting ° Stormwater calculations and modeling of Experience large drainage basins Extensive Construction Engineering and Expert in Conveyance systems Inspection Experience Stormwater Management Systems Wastewater Collection/Transmission Roadway Design Systems Construction Documents and Utility Distribution Systems Administration JOSEPH M. LOFASO, JR., P.E. MOT Roadway paving, widening, extensions, new roads; turn lane additions and traffic upgrades ° Trails and Shared -Use Paths 7 YEARS 16 WITH CPH Maintenance of Traffic Plans Streetscapes Drainage/Flood Plain 13 THOMAS J. GALLOWAY, PSM PROJECT SURVEYOR Surveying and Management Highway Projects Land Development Commercial and Private Projects 31 YEARS 120 WITH CPH Municipal Projects Park Improvements Projects PAUL J. KATREK, PSM 29 YEARS 115 WITH CPH PROJECT SURVEYOR Surveying and Management ° Land Development/Commercial and Highway Projects Private Projects Municipal Projects RANDALL L. ROBERTS, PSM PROJECT SURVEYOR Surveying and Management Highway Projects Land Development / Commercial and Private Projects 47 YEARS 116 WITH CPH Municipal Projects Subdivision Plats and Lot Surveys Sectional Retracement AARON P. MOORE, PWS 21 YEARS 115 WITH CPH ENVIRONMENTAL Environmental Resource Permitting • Ecological Assessments Protect Species Surveys and Permitting / • Habitat Management Relocation WUP/CUP Permitting Wetland Delineation ° Water Quality Monitoring and Assessment Mitigation Design, Monitoring & • Wetland Impact Analysis Implementation JOSE M. ORTIZ, MCE, P.E.,S.E. STRUCTURAL Structural Concrete, Steel, and Timber Design • Seismic/Wind Engineering Construction Inspection/Supervision Gravity Walls Seawalls EDUARDO AVILES, P.E. STRUCTURAL Signage/Gateways Failure Analysis & Post Disaster Assessment Structural Concrete, Steel, and Timber Design 24 YEARS 17 WITH CPH Signage/Gateways Fall Protection Failure Analysis & Post Disaster Assessment Structural Evaluation and Retrofitting 9 YEARS 16 WITH CPH Structural Evaluation and Retrofitting Seismic/Wind Engineering Construction Inspection/Supervision • Gravity Walls Seawalls 14 CLINT T. IANNOTTI CA / CEI Construction Administration Computer -Aided Design Structural Inspection 25 YEARS 123 WITH CPH FDOT Compliance Cost Estimation 15 FIRM'S AND EMPLOYEE'S CERTIFICATIONS AND REGISTRATIONS CHART Please see the table below depicting our proposed team members registered licenses and professional certifications. A copy of CPH's professional license can also be found on page 3. Name Proposed Role FL License No. David E. Mahler, P.E. ..................................-.....................................................................................I... Principal -in -Charge PE - 50041 ScottA. Breitenstein, P.E. ..................................................................................................................................................................................................................................... Manager Program Mana9.................................... ... PE .................................................................................... 57402 David A. Gierach, P.E,, CGC ........... ................................................. .............................. -............................... QA / QC ... ..................... .................. ........... .............................. ................................. ....................................... PE - .................. 38642 1 CGC - 060789 ................. Roberto Gonzalez, P.E. .................................................................. ............................ ................. Water Supply & Treatment Analysis ............................... pP..y............................................... I--.... y................................... PE - .................................................... 56875 Yinhui (Lucida) Xu, PH.D., P.E., BCEE .................................................................................................................................. Water Supply & Treatment Analysis ....................................................................................................................................................................................................................... ............... .................................... PE - ............................ ....................... 72186 Dave Refling, P.E., BCEE ............ ..._......................................................................_...................................._................................._........._.................._...........g......................._......_..........................._..... Wastewater Process Design PE - ...... .............................................................................. 31107... Gerald M. Cox, CGC, CUC Wastewater Process Design CGC - 010771 ............................................................................................................................................................................................................................................................................................................................................................................. CUC - 051667 James R. Morris, Jr., P.E. ......................................................................................................................... . Pipelines & PumpStations PE - 62384 Mason Gardberg, P.E. ...................................................................................................................... . Pipelines & Pump Stations PE - 86595 Kayla Lockcuff, RE. -....................................... Pipelines & PumpStations PE - 90685 Casie 0. Brown, P.E. ................................................................................................................................... Pipelines & Pump Stations PE - 75398 N. Katriina Bowman, P.E., CCS ................................................................................................................................... Pipelines & PumpStations PE - .......................... 45155 Rocco R. Nasso, P.E. ................. ................................................. ................... ................... Pipelines & Pump Stations ........p..........................................p............................................ .................................................. ... PE ........................................................................................ 64727 Kurt R. Luman, Jr,, P.E. ............................................................................................................................................................................................................................................................................................................................................................................. MOT Engineer PE - 65036 Joseph M, Lofaso, Jr., RE ............................................................................................................................................................................................................................................................................................................................................................................. MOT Engineer PE - 88718 Thomas J. Galloway, PSM .......................................................................................................................... . Project Surveyor PSM ....................................................................................... - 6549 Paul J. Katrek, PSM ............. ........................... .............................................................. -- ................ Project Surveyor ..................................... PSM - 6233 Randall L. Roberts, PSM ......................................................................................................................... . Project Surveyor PSM - 3144 Amy E. Daly, LEED AP _..._... --......................................................................................................_ Environmental ..._................................ -.......................... ............................ ......................_.............................. GTA ............ .............. - 09-00145 ............................................................. Aaron P. Moore, PWS .......................................-...................................................................................... Environmental ........................................................ .............. ................... ..................................................... .............................................. PWS - 2440 Lawrence 0. Pultz II, P.E. ............................ ........................................ ................ ................... ........... I--.......................................................................... CA / CEI .................................... ...................................... ......... PE - ............................... ................................. - .............. . 70947 Clint T. lannotti .............................................................................................................................................................................................................................................................................................................................................................................. CA / CEI .......... ........................... ..................... Jose M. Ortiz, MCE, P.E.,S.E. Structural ............................................................................................................................................................................................................................................... PE - 67920 Eduardo Aviles, P.E. I Structural PE - 85877 16 EMPLOYEE'S CERTIFICATIONS AND REGISTRATIONS DAVID A.GIERACH, P.E., CGC VINHUI (LUCIDA) XU, PH.D., P.E., KATRIINA BOWMAN, P.E., CCS —k I iif E :a >TA,EOF taF,o. Gf EItACH, DAVID pl1EN ' I dbpr oIOARTM�Do�e�„„�,A>,oPAot.•.�„A�..4�u„a,l to„R�nG.i iY a GIERACN;DWDAttEN DAVID E. MAHLER, P.E. SCOTT A. BREITENSTEIN, P.E. ROBERTO GONZALEZ, P.E. DCEE FBPE A siPf[ f oxioA E a OF[s rollAt F)i4C![ms l•1n i I xu,nNHul . GERALD M. COX, CGC, CUC � �un4u cnRncurnov,Aasrwv umuu caio ua.:scra,r-sacumssu� a,c Au..s.ar. � dD om u+on,orma. nl P Uc.ID 41YO,a1 W ,N�:%� Arz Awsr.+4�a O. O DAVE REELING, P.E., BCEE N. RD11R•1AH,N KATPoINA I J Certificate of Completion cUad,i1 1Al, ROCCO R. NASSO, P.E. MASON GARDQERG, I.E. 17 CASTE O. BROWN, RE. KURT R. LUMAN, JR., P.E. FOOL i, ThN Cemrr m.l Ywl R. U-11. fdfUDe eay.A et Ttani{v:lzk-w: Pppmvf .pc.aYnam< - uNflTel aUnnatllR<hclerl ccwt. �f nfwk>Ui'nl tre:nxhv: Jun M.ciea 5 p,mir>J/ 1 � n X.F11 EII11 Mt 11,11 JOSEPII M. LOFASO, JR., RE EOFASO,IOtEPfl ltllC{UEl Certificate of Completion ac �a�AafLnfr paxnnW et c,rew(ricl/er�ea,.f ln.k M1a:lcana � FooT THOMAS J. GALLOWAY, PSM PMtiibnal5un'hotdnU bbpptt Elteni¢ ..�;,1 RANDALL L. ROBERTS, PSM Prafesslenal9une 1e entl IAapyper Elcanse PAUL J. KATREK, PSM Pmfess —l5urvayer antl IHa—Elccnie AMY E. DALY, LEED AP Qvnur" $•ro-11 ,t'll °ENt'-NT ,p. fRu� - A, r �js AARON Pa MOORE, PWS JOSE M. ORTIZ, MCE, ICE., S.E. EDUARDO AVILES, P.E. LAWRENCE O. PULTZ II, RE CLINTT.IANNOTTI QUALIFIED STORntwArE:Rf r.1ANAQLMEN IN vI'EC•EOn T OR h tF u ' 11.1 eompletee a m>n�ee spin Enlry cawae e�aaB the Bryu4emenh o(Ihe 65Ht.196p 3910.1465fnndardi aw an M1lay lB, lB2B `- 18 SUBCONSULTANTS OVERVIEW QUEST CORPORATION OR AMERICA (QUEST) Founded in 1995, Quest Corporation of America (Quest) is a woman -owned, minority certified firm with a respected reputation for serving public -sector clients throughout Florida and nationally. Our firm provides full -service public involvement, communications and marketing services, including a full -service, award -winning creative team. With a focus on serving the transportation industry, Quest has led the public involvement efforts for hundreds of projects throughout Central Florida, including numerous Continuing Design Services Contracts.Our project team understands the nature of task -driven contracts and stands ready to support at an appropriate level for each task. For this contract, work may include using our in-house creative and technology team to assist with development of 3D renderings and videos, as well as providing community outreach as needed. Quest's complete slate of public involvement services includes community outreach, public meeting coordination and documentation, intergovernmental coordination, media relations, customer surveys, creative services, digital marketing, drone/videography, animation, focus groups, special event planning, project hotlines, website development and maintenance, and public contact database management in support of a variety of transportation and infrastructure projects. With 80 associates, Quest offers unmatched depth and breadth in serving the communications needs of our clients.Our project team is well -versed in federal and state laws regulating public involvement activities. Moreover, our experience and dedication to gaining local perspective enable our team to draft meaningful public engagement plans, compile accurate stakeholder lists, coordinate required public meetings or hearings, and provide required documentation of all public involvement activities. GEOTRCHNICAL ENVIRONMENTAL CONCULANTS, INC. (CRC) Based in Orlando, with a second office in Kissimmee, is well-known in the consulting industry for its leadership and specialized expertise in Geotechnical Engineering. GEC core professional services include geotechnical engineering, contamination assessment, ground penetrating radar (GPR) and construction materials testing for public works infrastructure and utilities projects throughout Florida. GEC was founded in January, 1991. GEC qualifies as a Small Business Enterprise (SBE) via the Florida Department of Transportation (FDOT). GEC manages continuing geotechnical services contracts with the Cities of Orlando, Kissimmee, St. Cloud, Ocoee, Oviedo as well as Toho Water Authority and Orange and Osceola Counties. ELECTRICAL DESIGN ASSOCIATES (ESA) provides preliminary and final design of electrical distribution systems, including single line diagrams, power plans, lighting plans, and control systems, environmental facilities include water treatment plants, wastewater treatment plants, pump stations (booster, submersible, etc.), and solid waste facilities, detailed plans and specifications for contract documents, as well as conceptual design, construction administration, and technical review. ,r�� vG1n �-cfj�a� +�kJf�'(asdafs �a��am- nlsndvnntngdnmI.—Fnlerpd:e(DUE) CerlIDc is of Eligibility Q! EST COP POA411ON OF.SVERICI INC Lr[/s rll[FvpU)FE`1£`T,5 UFr/ UF.I'.fFF16 Florida Department of Transportation Construction, Maintenance, & Other Contractual Services Small Nosiness Oelail roc QUEST CORPORATION OF AMERICA, eTFQIN«« TAIRs,N RrA e�R .�. Hkeeu ted Paa,. etaL shiV Ell ane Dale 0.+nN 6`iralien > a :yPe e sae ..ter, a<o,-�r , oz,mrzou — ozaerzon 19 DAILEY ENGINEERING CONSULTANTS, INC. (UEC) is a multi - disciplined consulting engineering firm specializing in electrical, instrumentation and SCADA system design. We provide consulting engineering services to the public and private sectors with preferential services for municipal and governmental clients. In April 1992, Bailey Engineering Consultants, Inc. was formed. We are a second generation consulting engineering firm with an office in Cooper City, Florida. Our experience includes projects with emphasis on electrical and SCADA system designs for water, wastewater, collection facilities, drainage projects and movable bridges located throughout Florida. We utilize state of the art computerization to accomplish our design projects and project management. To reinforce our emphasis on quality, the company has complex project designs reviewed by independent companies. We interface with designers from complimentary disciplines during the design process to review design principles and to assist in the preparation of design drawings and specifications for specific project needs. Bailey Engineering Consultants, Inc. is staffed to provide electrical and instrumentation engineering services from inception through design, bid, and construction completion. CONNECT CONSULTING, INC. (CCI) Connect Consulting, Inc. (CCI) has worked with many municipalities and utilities throughout Florida since our founding in 1996. CCI is a private and progressive hydrogeologic firm dedicated to providing innovative and economical solutions for our clients' hydrogeologic and water resource planning issues. CCI's ground water supply projects have ranged from preliminary well siting with aquifer testing and evaluation to detailed wellfield design and construction. CCI specializes in evaluating and rehabilitating wells to restore production and improve water quality, including wellhead and discharge piping modifications to meet current regulatory requirements. One of CCI's areas of water supply expertise is in investigating and developing alternative water sources as a source of potable water. An important strength of CCI is our experience and relationships with the staff of the five water management districts throughout Florida. CCI has successfully negotiated a variety of technical issues related to water supply planning and implementation on behalf of our clients within the jurisdictions of the water management districts. Since our beginning, CCI has developed over two billion gallons per clay of drinking water well field capacity and completed numerous consumptive use permit applications that included the development of supporting ground water models and wellfield construction. In addition, we leave worked on many specialty projects including sea water reverse osmosis water supply and concentrate disposal wells, aquifer storage and recovery design and construction, complex consumptive water use projects, detailed, calibrated ground water models, and projects with unique geologic/ hydrogeologic site conditions. DRRMP Communication. Collaboration. Innovation. These are the qualities any multidiscipline firm needs to develop sustainable infrastructure today. The difference with DRMP, Inc. is we put these ideas into action, Out - vision is to be one of the most valued and trusted resources for the planning and development of infrastructure in the communities we serve. We recognize the importance of this Federal Grant Funded Utilities ARPA contract and its role in helping the City of Ocoee meet its needs as it continues to grow. Our expert staff professionals work together to offer a broad range of surveying and mapping and geographic information systems (GIS) services throughout the Southeastern United States. By bringing every perspective to the table, we make powerful ideas a reality while transforming the communities we serve. DRMP is well-known for delivering innovation to our municipal clients with every project. State of HoHda Department of State 1 e:,rely ft. the Ih:, alti.e Ji.,t C.N1111 N1111M INN, INC. it aarPwalie.vnd..I 1wdc, Nc 1—of0,.9W,t ,f II,id, til,,I v. Ja y 21 l5yt. iM1c ducvn,cvt uluvb:c.IlLi, cmpJr�tionu P' OLA1—3, I t1.IA:1« iiy JIa slid cud ti ham, p,id a111- due If,, ultice IluoegI1 IJ:c�lllb:r.1 1, b122, adeta m1«r:nl.uu 1t,,m iiI maLusincc, t:p� toss fii:d n. 1v127, 2Q1- and d,t it, state., i, a,ti,. 111—,, dity IIAt d,, It,- ha, .mot lil.d A,Vd,, of[)i�,i,luti.n va,j r Secrelaty ofSfare PM..aional5u` fnd Rtap=per oust.... License zo We have worked with many of our clients for more than 41 years. These long term relationships have afforded us many opportunities to meet our client's needs and perform municipal engineering services. Over the years, as their population increased, regulations changed, or needs changed, CPH acted as their continuing design firm providing planning for improvements, design, funding assistance, and construction administration. The team has extensive experience in working under continuing contracts and is available for planned projects as well as un-planned emergencies. Below is a sample of the projects we have completed under our continuing contracts. Client VOLUSIA COUNTY (SLICE 1974) Michael Ulrich, Director Phone: 386.943.7027 E-Mail: mulrich@volusia.org ORANGE COUNTY UTILITIES (SINCE 1985) Charles "Tad" Parker, P.E., Chief Engineer Phone: 407.254.9729 E-Mail: Charles. Parker2@ocfl.net CITY OF OCOEE (SINCE 2009) Stephen Krug, Public Works Director Phone: 407.905.3170 Email: SKrug@ci.ocoee.fl.us CITY OF MAITLAND (SINCE 2014) Kim Tracey, Public Works Director Phone: 407.539.6216 E-Mail: ktracey@itsmymaitland.com CITY OF SANFORD (SINCE 1958) Bilal Iftikhar, PE., Public Works Director Phone: 407.688.5000 E-Mail: bilal.iftikhar@sanfordfl.gov TOWN OF OAKLAND (SINCE 2014) Mike Parker, Public Works Director Phone: 407.656.1117 E-mail: MParl<er@oaklandfl.gov TOHO WATER AUTHORITY (SINCE 2004) Edwin Matos, P.E. Phone: 407,944.5024 E-mail: ematos@tohowater.com Project • Volusia-Sanford Reclaimed Interconnect (Volusia County extension) • Southwest Regional Wastewater Reclamation Facility Nutrient Reduction and Expansion Project • Halifax Water Treatment Plant • International Drive Potable Water Booster Pump Station Project • SSA -ESA 36" Water Main and 24" Reclaimed Water Main & J. Lawson Repump Station Project • Orange County — R/R Gravity Wastewater System Improvements and Replacement Package 1 • Bluford Avenue Streetscape, Phase II • Blackwood Avenue Streetscape • SR 50 Green Up Program • Maitland - Roadway Pavement Assessment • City Of Maitland Lift Station #4 Modifications • Maitland - Engineering Standards and Traffic Impact Analysis Guidelines • Pump Branch Stormwater Master Plan and Georgetown Drainage Improvements • SR 46 Utility Relocations • Myrtle Ave. Streetscape • Sanford North WRF — Biological Nutrient Removal Project (BNR) • US 17-92 RiverWalk, Phase III 11 _-_ _.__._................................................................_. • Oakland Avenue, Old Highway 50, & J.W. Jones Road Intersection Safety Project • Town of Oakland Water System Improvements Project ............ ...................I .......................... .......................................... _......_................................. ................ • Poinciana Blvd and US-17/92 Water Main • Highlands Gravity Sewer and Water Main Replacement • Osceola Parkway Phase II Utility Relocations & Improvements 21 Client ORLAN©O UTILITIES COMMISSION (SINCE 2014) Mr, John Perrin Phone: 407.434.2564 E-Mail: jperrin@ouc.com CITY OF ORLANDO (SINCE 1984) Kristi Fries, RE. Phone: 407.246.2146 E-Mail: kristina.Fries@cityoforlando.net TOWN OF EATONVILLE (SINCE 2012) Katrina Gibson Phone: 407.623.8905 E-mail: kgibson@townofeatonville.org CITY OF MT OORA (SINCE 2001) Josef Grusauskas Phone: 352.735.7151 E-Mail: GrusauskasJ@CityofMountDora.com CITY OF PALM COAST (SINCE 1998) Mr. Steve Flanagan Phone: 386.986.2354 E-Mail: sflanagan@palmcoastgov.com Project • FDOT 1-4 Ultimate Project: Orlando Utilities Commission • OUC Warehouse Expansion and Improvements • Orlando Iron Bridge Regional WRF - Anoxic Mixing System Improvements • FDOT 1-4 Ultimate Project: City of Orlando • Lift Station No. 6 Rehabilitation and Reconfiguration • Eatonville West and East Side Wastewater Improvements • Wastewater Facilities Improvements Project - Town of Eatonville City of Mount Dora — Wastewater Treatment Facility (WWTF) No. 1 • Palm Coast Reclaimed Water Distribution System Improvements • Palm Coast Water Treatment Plant No. 2 Nanofiltration Concentrate Discharge AO Compliance Study • City of Palm Coast Biosolids, Reclaimed Water and Aerobic Digestion Improvements Palm Coast Wastewater Treatment Facility No. 1 Expansion and Upgrades • Palm Coast WWTP No. 2 — MBR BNR Project • Palm Coast Well Field 22 1. 2. 3. 1. SSA -ESA 36" WATER MAIN AND 24" RECLAIMED WATER MAIN PROJECT - This project involved the relocation of utilities along approximately 4.9 miles of existing roadway from SR-425 (Dean Road) to Old Cheney Highway, near Avalon Park Boulevard The utility relocations and replacements were necessary to accommodate roadway widening by the FDOT. 5,500 LF of 24- inch water main, 11,300 LF of 20-inch water main, 2,600 LF of 12- inch water main and 4,500 LF of 10-inch and under water mains. It also includes the replacement of 1,200 LF of 30-inch, 5,897 LF of 24-inch, 8,000 LF of 16-inch, 1,100 LF of 12-inch and 8,700 LF of 8-inch and under force mains. 2. TOWN OF OAKLAND WATER SYSTEM IMPROVEMENTS PROJECT - The Town authorized services for CPH to design, permit, bid and provide construction administration for improvements to their existing water system. The improvements were originally recommended in the master plan effort by CPH previously performed for the Town. The improvements included the following: 0.500 million gallon ground storage tank; 3,750 gallon/minute high service pumping (one @ 750 gpm/two 1,500 gpm); 1,415 If of 8-inch replacement raw water main; 217 If of 12-inch new raw water main;170 If of 16-inch potable water main; 350 sf electrical/pump building; extensive landscape architecture to help screen the ground storage tank; conversion of existing passive park to an active park including future splash pad; and SCADA upgrade and improvements. 3. INTERNATIONAL DRIVE AND UNIVERSAL BOULEVARD FORCE MAIN - This project included the design of 10,100 If of 24-inch force main along Universal Boulevard and Point Plaza Ave., across International Drive and Interstate-4, with a connection across Turkey Lake Road. Approximately 2,300 If of 24-inch force main were installed by directional drill and 330 If of 42-inch jack and bore were needed to facilitate this installation. SCOTT A. BREITENSTEIN, P.E. PROGRAM MANAGER Years of Experience: 31 Education: B.S. in Environmental Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 57402) Key Skills / Qualifications: • Wastewater treatment plants • Wastewater master plans • Process piping optimization and design • FDEP wastewater facilities permitting • Process pumping systems • Collection/Transmission systems • Lift station design and optimization Overview: Mr. Breitenstein serves the firm of CPH as Vice President/Associate and Project Manager/Engineer. He has over 31 years of experience in Engineering, including more than 7 years with the Florida Department of Environmental Protection (FDEP). At the FDEP, he developed an intuitive understanding of permitting/compliance issues related to water and wastewater treatment and infrastructure facilities. Mr. Breitenstein's work at CPH includes water and wastewater facility infrastructure design and permitting, master water/wastewater planning, CUP permitting, treatment facility retrofits, and WWTF operating permits. 23 z. 1. HIGHLANDS GRAVITY SEWER AND WATER MAIN REPLACEMENT - Replaced approximately 9,500 ft. each of aged gravity sewer and small diameter water main. Also included a sewer and roadway repair. Over 240 service connections within the projects residential streets that required both new water and sewer connections. Responsible for the reconstruction of existing streets, including construction of stormwater inlets and storm sewers, replacement of sanitary sewers and laterals, installation of new water mains, construction of new concrete curb, and roadway reconstruction. 2. SSA -ESA 36" WATER MAIN AND 24" RECLAIMED WATER MAIN PROJECT - This project involved the relocation of utilities along approximately 4.9 miles of existing roadway from SR-425 (Dean Road) to Old Cheney Highway, near Avalon Park Boulevard The utility relocations and replacements were necessary to accommodate roadway widening by the FDOT. 5,500 LF of 24- inch water main, 11,300 LF of 20-inch water main, 2,600 LF of 12- inch water main and 4,500 LF of 10-inch and under water mains. It also includes the replacement of 1,200 LF of 30-inch, 5,897 LF of 24-inch, 8,000 LF of 16-inch, 1,100 LF of 12-inch and 8,700 LF of 8-inch and under force mains. 3. NORTH SIDE AREA RECLAIMED WATER MAIN EXTENSIONS- CITY OF OCOEE - Phase I includes the installation of approximately 8,100 feet of 16" polyvinyl chloride (PVC) reclaimed water main by open cut and approximately 888 LF of 18" high density polyethylene (HDPE) reclaimed water main by directional drill, 555 LF of 8" PVC and 68 LF of 6" HDPE reclaimed water main, connection to an existing 16-inch reclaimed water main, valves, fittings, pressure testing, and restoration. Phase II of the project is in two segments andwill includes approximately 1,730 LF of 16-inch, 3,676 LF of 12-inch, 8 LF of 8-inch and 71 LF of 6-inch PVC reclaimed water main by open cut, connections to existing reclaimed water mains, valves, fittings, pressure testing, and restoration. DAVID E. MAHLER, P.E. PRINCIPAL -IN -CHARGE Years of Experience: 32 Education: B.S. in Environmental Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 50041) Key Skills / Qualifications: Large Diameter Pressurized Pipeline Design in Urbanized Areas Utility System Relocations, including several projects due to FDOT roadway widening • Water Supply, Treatment, Pumping, Storage and Distribution Wastewater Collection, Treatment and Pumping Reclaimed Water Storage, Pumping and Distribution Utility Systems Hydraulic Modeling Overview: Mr. Mahler serves CPH as Branch Manager of the Orlando Office. He is a Project Manager/Project Engineer for municipal and private clients. Mr. Mahler has been involved with numerous utility system installation, rehabilitation and relocation projects for both municipal and private clients. He has also been involved with the evaluation of utility systems from small service lines to major collection and transmission systems. In addition, he specializes in relocation of existing utilities associated with roadway projects. He has also been involved with land development and roadway design and permitting for private clients. 24 1. HIGHLANDS GRAVITY SEWER AND WATER MAIN REPLACEMENT - Replaced approximately 9,500 ft. each of aged gravity sewer and small diameter water main. Also included a sewer and roadway repair. Over 240 service connections within the projects residential streets that required both new water and sewer connections. Responsible for the reconstruction of existing streets, including construction of stormwater inlets and storm sewers, replacement of sanitary sewers and laterals, installation of new water mains, construction of new concrete curb, and roadway reconstruction. 2. SSA -ESA 36" WATER MAIN AND 24" RECLAIMED WATER MAIN PROJECT - This project involved the relocation of utilities along approximately 4.9 miles of existing roadway from SR-425 (Dean Road) to Old Cheney Highway, near Avalon Park Boulevard The utility relocations and replacements were necessary to accommodate roadway widening by the FDOT. 5,500 LF of 24- inch water main, 11,300 LF of 20-inch water main, 2,600 LF of 12- inch water main and 4,500 LF of 10-inch and under water mains. It also includes the replacement of 1,200 LF of 30-inch, 5,897 LF of 24-inch, 8,000 LF of 16-inch, 1,100 LF of 12-inch and 8,700 LF of 8-inch and under force mains. 3. NORTH SIDE AREA RECLAIMED WATER MAIN EXTENSIONS- CITY OF OCOEE - Phase I includes the installation of approximately 8,100 feet of 16" polyvinyl chloride (PVC) reclaimed water main by open cut and approximately 888 LF of 18" high density polyethylene (HDPE) reclaimed water main by directional drill, 555 LF of 8" PVC and 68 LF of 6" HDPE reclaimed water main, connection to an existing 16-inch reclaimed water main, valves, fittings, pressure testing, and restoration. Phase II of the project is in two segments andwill includes approximately 1,730 LF of 16-inch, 3,676 LF of 12-inch, 8 LF of 8-inch and 71 LF of 6-inch PVC reclaimed water main by open cut, connections to existing reclaimed water mains, valves, fittings, pressure testing, and restoration. DAVID E. MAHLER, P.E. PRINCIPAL -IN -CHARGE Years of Experience: 32 Education: B.S. in Environmental Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 50041) Key Skills / Qualifications: Large Diameter Pressurized Pipeline Design in Urbanized Areas Utility System Relocations, including several projects due to FDOT roadway widening • Water Supply, Treatment, Pumping, Storage and Distribution Wastewater Collection, Treatment and Pumping Reclaimed Water Storage, Pumping and Distribution Utility Systems Hydraulic Modeling Overview: Mr. Mahler serves CPH as Branch Manager of the Orlando Office. He is a Project Manager/Project Engineer for municipal and private clients. Mr. Mahler has been involved with numerous utility system installation, rehabilitation and relocation projects for both municipal and private clients. He has also been involved with the evaluation of utility systems from small service lines to major collection and transmission systems. In addition, he specializes in relocation of existing utilities associated with roadway projects. He has also been involved with land development and roadway design and permitting for private clients. 24 1. PALM COAST WWTF NO.2 — PHASE 2 MBR/NBR FACILITY - CPH provides planning, design, permitting and construction engineering, inspection and management (CEIM) services for expanding the existing 2.0 MGD AWT MBR/BNR facility to 4.0 MGD. CPH assisted the City in selecting the original membrane manufacturer to facilitate the design. CPH also assisted the City in obtaining the SRF loan for the project for design and construction (0%-zero interest rate). The Project is currently in bid phase. 2. SANFORD NORTH WRF — BIOLOGICAL NUTRIENT REMOVAL PROJECT (BNR) - The Sanford North WRF IFAS BNR improvements consisted of the following infrastructure: (1) Integrated Fixed -Film Activated Sludge (IFAS) Process BNR Treatment System (4 treatment trains) consisting of primary anoxic basins (2-stage), aerobic basins, deoxygenation basins, secondary anoxic basins, reaeration basins, internal mixed liquor recycle pumping systems, wastewater step -feed process and associated equipment; (2) Turbo blowers (4 units), piping and medium bubble diffusion systems; (3) Submersible mixing systems; (4) Grit removal system modifications; (5) RAS/WAS pumping system improvements; (6) Chemical and supplemental carbon storage/handling facilities; (7) Blower Facility, Electrical Building No. 1 and BNR Chemical Feed Facility Buildings; (8) Master Lift Station improvements; (9) Aerobic digestion system improvements; and (10) Electrical, controls and instrumentation and SCADA system improvements. The project was completed in 2018 and is meeting all AWT requirements. 3. SOUTHWEST REGIONAL WASTEWATER RECLAMATION FACILITY NUTRIENT REDUCTION AND EXPANSION PROJECT - CPH was se Selected by the County to provide professional engineering services for the planning, design, permitting and construction engineering, inspection, and management (CEIM) for the BNR Improvements and Facility Expansion of the SW Regional WRF to 2.7 MGD AADF (3 treatment trains, primary, secondary and tertiary improvements, aeration systems, electrical/controls/instrumentation, etc. DAVE REFLING, P.E., BCEE WASTEWATER PROCESS DESIGN Years of Experience: 47 Education: M.S. in Environmental Engineering, Johns Hopkins University B.S. in Physics, University of Wisconsin Licenses & Certifications: Professional Engineer - FL (No. 31107) Key Skills / Qualifications: • WWTP and Advanced/Tertiary Treatment • Water Reclamation/Reuse • Integrated Water Resource Management • Water/Wastewater/Reuse Master Planning • Biosolids Stabilization/Residuals Management Overview: Mr. Refling serves CPH as a Project Manager/Project Designer. His qualifications include extensive experience in the planning, design, and management of water, wastewater, and water reclamation/reuse systems. Mr. Refling's broad knowledge covers water and wastewater treatment, distribution, and collection systems, effluent reuse and disposal, biosolids management, facility master planning, and water quality. He has special expertise in water reclamation process design, including advanced treatment, biological nutrient removal (BNR) and membrane bioreactor (MBR) systems. He has co-authored more than 25 articles on innovative treatment systems involving BNR, MBR, and water reclamation/reuse. 25 3. 1. TOWN OF OAKLAND WATER SYSTEM IMPROVEMENTS PROJECT - The improvements included the following: 0.500 million gallon ground storage tank; 3,750 gallon/minute high service pumping (one @ 750 gpm/two @ 1,500 gpm); 1,415 If of 8-inch replacement raw water main; 217 If of 12-inch new raw water main;170 If of 16-inch potable water main; 350 sf electrical/pump building; extensive landscape architecture to help screen the ground storage tank; conversion of existing passive park to an active park including future splash pad; and SCADA upgrade and improvements. 2. CITY OF SANFORD'S WATER TREATMENT PLANT NO. 2 — DISINFECTION BY-PRODUCT REDUCTION IMPROVEMENTS - CPH provided the design of improvements to the City of Sanford's Water Treatment Plant No. 2. The improvements were part of an overall project being funded through FDEP # DW590120, to comply with the stage 2 of the Disinfection By - Products Rule. Water Plant No. 2 is rated for 4.6 MGD ADF and furnishes conventional aeration and disinfection treatment prior to distribution to Sanford's water customers. The improvements were designed to remove the organics from the raw water, which were identified as precursors of disinfection by-products (TTHM's). 3. JEA — OTTER RUN WATER TREATMENT PLANT RENEWAL & REPLACEMENT - CPH is providing engineering services to JEA for the Otter Run Water Treatment Plant Renewal and Replacement. This work includes evaluating the existing water treatment facility and make recommendations for upgrading the existing plant to include a removal and replacement of the high service pumps, above ground storage tanks, aerator, sodium hypochlorite system and the electrical equipment. CPH will review the site constraints, available plans, record drawing, operation manuals and research existing permits to determine the existing facility characteristics and further facility needs, CPH will be responsible for preparing a report to summarize the findings and recommendations as well as preparing a scope of work to be used in project specifications. CPH will also be responsible for preparing an Opinion of Probable Cost for the recommended upgrades. ROBERTO GONZALEZ, P.E. WATER SUPPLY & TREATMENT ANALYSIS Years of Experience: 28 Education: M.S. in Environmental Sciences, University of Central Florida B.S. in Mechanical Engineering, University of Central Florida B.S. in Environmental Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 56875) Key Skills / Qualifications: Desktop, Pile Scale & Full Scale Treatment Evaluations • Disinfection Effectiveness • DBP Control Strategies Source Water Feasibility and Optimization • Facility Characterization • Hydraulic & Water Quality Distribution System Modeling Capital Improvement Program (CIP) Prioritization Overview: Mr. Gonzalez has extensive water supply and water design experience. He is recognized as a water quality expert and has developed source water feasibility evaluations to assess water resources and impacts related to ground water, surface water, and reclaimed water supplies. He has worked with many treatment processes including: Aeration and Odor Control; Ozone; Granular Activated Carbon; Ion -Exchange; Lime -Softening; Coagulation; Filtration; Reverse Osmosis; Disinfection; and Stabilization/ Corrosion Control. 26 3. 2. 1. HIGHLANDS GRAVITY SEWER AND WATER MAIN REPLACEMENT - Replaced approximately 9,500 ft. each of aged gravity sewer and small diameter water main. Also included a sewer and roadway repair. Over 240 service connections within the projects residential streets that required both new water and sewer connections. Responsible for the reconstruction of existing streets, including construction of stormwater inlets and storm sewers, replacement of sanitary sewers and laterals, installation of new water mains, construction of new concrete curb, and roadway reconstruction. 2. SR 482 UTILITY RELOCATION - ADJUSTMENT PROJECT (SAND LAKE ROAD FROM INTERNATIONAL DRIVE TO UNIVERSAL BOULEVARD) - The west segment includes the installation of 60 LF of 4-inch force main, 420 LF of 8-inch force main, 1,200 LF of 16-inch force main, 1,350 LF of 24-inch force main, 500 LF of 15" CIPP lining, and a duplex lift station including 18-inch gravity sewer. The east segment includes the installation of 310 LF of 12-inch force main, 6,700 LF of 24-inch force main, 2,650 LF of 36-inch reclaimed water main, 1,400 LF of 36-inch force main via directional drill, and 630 LF of 42-inch force main. Our CPH team provided all preliminary investigations, plan preparation, required FDEP and FDOT permits, and bidding assistance, as well as provided part time construction observation services. 3. LAKE UNDERHILL UTILITY RELOCATIONS - CPH developed roadway, stormwater, utility, and landscape construction plans for Monroe Street, Huntley Avenue, and Washington Street, within the City of Dunedin's Downtown district. This right-of-way reconstruction project will improve traffic flow, ADA and parking accessibility, stormwater pollution, utility connectivity, and the overall aesthetics of the right-of- way. In addition, CPH permitted the 6-inch water main addition provided for future developments. JAMES R. MORRIS, JR., P.E. PIPELINES & PUMP STATIONS Years of Experience: 23 Education: B.S. in Environmental Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 62384) Commercial Pilot License (No. 266577109) Key Skills / Qualifications: • Project Manager and Engineer for Multiple Large Diameter Pressurized Pipelines in Urban Areas • Utility Relocations • Water, Reclaimed Water, and Wastewater Transmission Systems Design • Construction Administration • Utility Coordination • Pumping Facilities • Plan and Specification Preparation • Design on Aerial Crossings, Jack and Bores, and Directional Drills Overview: Mr. Morris serves CPH as a Sr. Project Manager in our Environmental Engineering Department, and has experience with water and wastewater transmission systems, wastewater collection systems, and pumping systems in both design and construction administration. His areas of expertise also includes preparation of water and wastewater master plans, writing and organizing technical specifications and project manuals, client management, and utility coordination. Mr. Morris has also assisted clients with obtaining loans and grants. 27 2. 1. SR-50 UTILITY RELOCATION PROJECT (FDOT JPA)- Improvements to over 13 miles of the water distribution system and wastewater collection and transmission system within the SR-50 Corridor, one of the busiest roads in Central Florida. The project included the installation of approximately 5.5 miles of 8, 12, 16, 20 and 24-inch diameter water main and 7.7 miles of 4, 8, 12, 16, 20 and 30-inch diameter force main along SR-50 from West SR-436 to Old Cheney Road (the project). The project also included the design of 15,000 LF of gravity collection lines ranging in size from 8-inch to 24-inch in diameter; installation of approximately 83 manholes with depths to 20-ft. deep; installation a triplex pump master pump station; removal of certain sections of force main, connection of other force main systems to the gravity collection system, and a new lateral connection to the gravity sewer service on SR 50. 2. CITY OF MAITLAND LIFT STATION #6 MODIFICATIONS - CPH, Inc. provided engineering services to design City of Maitland's Lift Station #6 Modifications and Replacement Project. The project included the installation of a new 8-foot diameter wet well, two (2) 15-HP pumps and associated above- ground discharge piping per City standards, the conversion of the existing "wet pit" into a collection manhole that was rehabbed with new benching and interior lining, installation of 12-inch PVC sanitary sewer pipe discharging into the new wet well. 3. LIFT STATION NO. 6 REHABILITATION AND RECONFIGURATION - CPH contracted with TWA to design, permit, bidding services, and provide construction administration for the rehabilitation and reconfiguration at TWA's master lift station by reconfiguring and replacing manholes and piping. Lift Station No. 6 is a quadplex pump station with three (3) pumps currently installed. Design included approximately 970 lineal feet of force main and gravity main ranging in size from 6-inch to 30- inch and associated manholes were replaced and reconfigured. The yard piping was reconfigured to enter a new 8' x10' collection structure prior to entering the existing wet well. MASON GARDBERG, P.E. PIPELINES & PUMP STATIONS Years of Experience: 10 Education: B.S. in Environmental Engineering and Civil Engineering (double major), University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 86595) Key Skills / Qualifications: • Water main, Reclaim water main, and Force Main Design • Utility Relocations Within Roadway ROW • Construction Administration • Pumping Facilities • Plan and Specification Preparation • Hydraulic Modeling • Permitting • Site Design Overview: Ms. Gardberg serves CPH as a Project Engineer for both public and private civil proj.ects. She has directly worked on all types of utility engineering projects. These projects have involved water, wastewater, and reclaimed water design, planning, analysis, permitting, inspections and construction engineering/ administration services. Her primary role includes developing and preparing engineering plans, reports and studies, engineering inspections, reviews and prepares permits, and conducts engineering research to provide technical assistance to the design team. 28 2. ju--l-ACI) 1. SSA -ESA 36" WATER MAIN AND 24" RECLAIMED W ER MAIN PROJECT - This project involved the relocation of utilities along approximately 4.9 miles of existing roadway from SR-425 (Dean Road) to Old Cheney Highway, near Avalon Park Boulevard The utility relocations and replacements were necessary to accommodate roadway widening by the FDOT. 5,500 LF of 24- inch water main, 11,300 LF of 20-inch water main, 2,600 LF of 12- inch water main and 4,500 LF of 10-inch and under water mains. It also includes the replacement of 1,200 LF of 30-inch, 5,897 LF of 24-inch, 8,000 LF of 16-inch, 1,100 LF of 12-inch and 8,700 LF of 8-inch and under force mains. 2. JEA — OTTER RUN WATER TREATMENT PLANT RENEWAL & REPLACEMENT - CPH is providing engineering services to JEA for the Otter Run Water Treatment Plant Renewal and Replacement. This work includes evaluating the existing water treatment facility and make recommendations for upgrading the existing plant to include a removal and replacement of the high service pumps, above ground storage tanks, aerator, sodium hypochlorite system and the electrical equipment. CPH will review the site constraints, available plans, record drawing, operation manuals and research existing permits to determine the existing facility characteristics and further facility needs, CPH will be responsible for preparing a report to summarize the findings and recommendations as well as preparing a scope of work to be used in project specifications. CPH will also be responsible for preparing an Opinion of Probable Cost for the recommended upgrades. 3. JEA YELLOW BLUFF — MARSHLAND DR TO TISONS BLUFF RD — 16" WATER MAIN - The new 16-inch water main connects to an existing 12-inch WM south of Tisons Bluff Road on the west side of Yellow Bluff Road. The main continues south along the west side of Yellow Bluff approximately 910 LF then crosses Yellow Bluff Road south of Eagle Bend Boulevard. The main then extends south along the east side of Yellow Bluff Road for the remainder of the corridor. CASIE 0. BROWN, P.E. PIPELINES & PUMP STATIONS Years of Experience: 15 Education: M.B.A. in Business Administration, University of North Florida B.S. in Civil Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 75398) Key Shills / Qualifications: • Stormwater Facility Design and Permitting • Commercial and Residential Site Design Construction coordination and inspections • Permitting Erosion and Drainage Repairs • Master Lift Station and Septic Design Overview: Ms. Brown serves as Project Engineer in our Jacksonville office. She has worked in every area of land development at CPH with an emphasis on stormwater, utilities, and general site development. Her design experience includes stormwater calculations and modeling (ICPR and PONDS), pump sizing, and lift station design. Ms. Brown's permitting experience includes permitting through cities and counties throughout north and central Florida, FDEP, FDOT, JEA and SJRWMD, and coordination with other utility companies during design and construction phases. 29 2. 1. SSA -ESA 36" WATER MAIN AND 24" RECLAIMED WATER MAIN PROJECT - This project involved the relocation of utilities along approximately 4.9 miles of existing roadway from SR-425 (Dean Road) to Old Cheney Highway, near Avalon Park Boulevard The utility relocations and replacements were necessary to accommodate roadway widening by the FDOT. 5,500 LF of 24- inch water main, 11,300 LF of 20-inch water main, 2,600 LF of 12- inch water main and 4,500 LF of 10-inch and under water mains. It also includes the replacement of 1,200 LF of 30-inch, 5,897 LF of 24-inch, 8,000 LF of 16-inch, 1,100 LF of 12-inch and 8,700 LF of 8-inch and under force mains. 2. SR-50 UTILITY RELOCATION PROJECT (FDOT JPA)- Improvements to over 13 miles of the water distribution system and wastewater collection and transmission system within the SR-50 Corridor, one of the busiest roads in Central Florida. The project included the installation of approximately 5.5 miles of 8, 12, 16, 20 and 24-inch diameter water main and 7.7 miles of 4, 8, 12, 16, 20 and 30-inch diameter force main along SR-50 from West SR-436 to Old Cheney Road (the project). The project also included the design of 15,000 LF of gravity collection lines ranging in size from 8-inch to 24-inch in diameter; installation of approximately 83 manholes with depths to 20-ft. deep; installation a triplex pump master pump station; removal of certain sections of force main, connection of other force main systems to the gravity collection system, and a new lateral connection to the gravity sewer service on SR 50. 3. INTERNATIONAL DRIVE POTABLE WATER BOOSTER PUMP STATION - ThisOrange County Utilities (County) selected CPH for design, bidding, and construction services for the International Drive Booster Pump Station Project. The potable water booster pump station has the ability to increase the pressure to the Hunter's Creek development by utilizing two (2) new pumps with variable frequency drives. The station was designed to have the capability of adding three (3) future pumps and chlorination. KAYLA LOCKCUFF, P.E. PIPELINES & PUMP STATIONS Years of Experience: 9 Education: B.S. in Environmental Engineering, University of Florida Licenses & Certifications: Project Engineer - (No. 90685) Key Skills / Qualifications: • Water Main, Reclaimed Water Main, and Force Main Design • Construction Administration • Permitting with multiple entities • Utility System Mapping • Hydraulic Analysis • Utility Coordination • Water treatment plant design Overview: Kayla serves the firm of CPH as project engineer. Her expertise includes hydraulic modeling, design, permitting, and inspection services for public utility projects throughout the State. Kayla's expertise includes new pipelines, relocations due to roadway improvements, replacements, rehabs (including I & 1), and liftstation/pumping systems. She has worked on projects that include funding through ESDA, FDEP, and FDOT. 30 3. z. 1. OCOEE DOWNTOWN STREETS REDEVELOPMENT - CPH was selected to perform professional civil engineering and landscape architecture to design four local streets associated with the City of Ocoee Downtown Redevelopment. The Oakland Avenue project consists of a complete reconstruction to develop a two-lane divided roadway, with a multi -use trail in the median, parallel parking, and wide sidewalks. The Taylor Street project includes a multi -use trail along the east side, connecting to the Oakland Avenue multi -use trail. Taylor Street also includes a roundabout which is the gateway into Downtown at Franklin St. I<issimmee Avenue includes realignment to the west to attain proper clearance from the railroad and a new stormwater management pond. 2. BLACKWOOD AVENUE STREETSCAPE AND ROUNDABOUT - 1,128 LF Streetscape Project including a single lane roundabout to resolve sight line issues at a complex geometry intersection and act as a gateway to the City Center Development. CPH provide roadway, landscape, and hardscape elements design. This project is an integral part of the City of Ocoee's overall regional effort in the SR-50 West District. Plans drawn to replace existing 5 ft. concrete sidewalks along Blackwood Avenue with new 10 ft. brick paver sidewalks large enough to fit tree planter boxes between the back of curb and the walking space. 3. BLUFORD AVENUE STREETSCAPE, PHASE II - This portion includes a 3,000 ft. long segment of Bluford Ave. in the heart of the City of Ocoee. The project is a joint utility improvement and roadway project and is administered as a "construction management at risk" project. CPH is providing roadway and landscape architecture services, contracted as a sub -consultant to BFA, Inc., the City's prime Utility consultant. The project includes the reconstruction of the roadway following the completion of the water main, gravity sewer, and reclaimed water main installations. KURT R. LUMAN, JR., P.E. MOT Years of Experience: 22 Education: B.S. in Civil Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 65036) Advance Maintenance of Traffic, FDOT, Critical Structures Construction Issues Course Key Skills / Qualifications: • Project Management Roadway paving, widening, extensions, new roads, roundabouts, turn lane additions and traffic upgrades • FDOT guidelines and FDOT LAP • Trails and Shared -Use Paths • Signing and Pavement Parking • Maintenance of Traffic Plans Streetscapes Public Involvement Permitting Overview: Mr. Luman serves the firm of CPH in the capacity of Sr. Vice President and Transportation Division Director. He is responsible for managing, engineering, and designing roadway, traffic, and trail projects, including geometric design, stormwater management systems, traffic intersections, and traffic control plans. Mr. Luman is also responsible for the preparation and processing of permits through various regulatory agencies including DOT Local Agency Program (LAP) projects. In addition to highway and traffic design he has experience in preparing stormwater pollution prevention plans, construction estimates and site inspections. a 3. 1. US 17-92 RIVERWALK, PHASE II & III (FDOT LAP) - Phase II of the FDOT LAP project included 1.5 miles of 10-14 foot wide trail, replacement of 5,500 feet of seawall along Lake Monroe, trail head parking, a prefabricated pedestrian bridge over Mill Creek, hardscaping, landscaping, and lighting. Phase III, CPH provided planning, survey, and design services for a 1.7 mile extension to an existing trail. The new extension connects to the previous phase designed by CPH and is the final connection between the 1-4 Corridor with the adjacent Seminole County Rinehart Trail and the downtown Sanford RiverWalk Trail system. 2. SSA -ESA 36" WATER MAIN AND 24" RECLAIMED WATER MAIN PROJECT - Provided electrical engineering and project management to increase utility feed from 20MVA to 80 MVA. Economic analysis, coordination with utility for new substation design and construction, rate negotiations, and design for new mill 13.2 kV distribution equipment to replace over-dutied switchgear, provide new reactors for fault current mitigation and new cable routing on site. Kitchen, Health Room, Office Space, Computer/Media Room, Lab Room, Mechanical Room, Optional Outdoor Space. 3. SIMPSON ROAD 30" WATER MAIN PROJECT - TWA needed to extend a 30" water main from their Parkway Water Treatment Plant north along Simpson Road to just south of Boggy Creek Road. The water main route had significant crossings of both US Highway 192 and the Florida Turnpike. This phase of the Project consisted of approximately 5,300 l.f of conventionally installed Ductile Iron 30" water main Right of way, 1,080 I.f. of 30" fusible PVC installed within 1,060 I.f of directionally drilled 36" fusible PVC casing pipe across the Florida Turnpike. AMY E. DALY, LEED AP ENVIRONMENTAL Years of Experience: 29 Education: M.B.A., FMU, Summa Cum Laude B.S. in Biological Sciences, Florida State University U.S. Army Corps of Engineers Wetland Delineator Florida Unified Mitigation Methodology Course Licenses & Certifications: Qualified Stormwater Management Inspector Prescribed Burner Authorized Gopher Tortoise Agent (No. GTA-09- 00145) LEED Accredited Professional Key Skills / Qualifications: Project Management • Ecological Assessments • Environmental Permitting Mitigation Program Design • Wetland Delineation Land Management • Consumptive Use Permitting • Functional Assessments Water Quality Monitoring Wildlife Assessment, Management, & Permitting Overview: Mrs. Daly serves CPH as principal environmental scientist. She has 29 years of environmental consulting experience with project management, environmental resource assessments, wetland delineation, permitting, mitigation design and implementation, land management, habitat mapping, jurisdictional determinations, wetland functional analyses, protected wildlife surveys and management programs, field survey design and habitat restoration, tortoise surveys, permitting and relocation including commensal species. Mrs. Daly has served as an expert witness on various environmental matters for condemnation proceedings. 32 z. 1. GRAND ISLAND SHORES WATER TREATMENT PLANT - CPH provided design, permitting, bidding, and construction administration (CA) services for both phases of this project. Phase I of the project included the design of a potable water booster station, featuring a 500,000 gallon reinforce concrete ground storage tank, two 1,500 gallon per minute split -case high service pumps, disinfection system, and a 400 kilowatt diesel driven generator for emergency power. Phase II included two wells with 1,000 gpm submersible pumps, 800+ linear feet of 12- inch raw water mains, meters, fencing, cascade aeration, a pre- engineered chemical building, fluoridation system to be installed in the new building, as well as a bulk storage tank and piping to be used with the existing sodium hypochlorite system. 2. CASSELBERRY - HUNTERFIELD BOOSTER STATION - CPH provided design, permitting, bidding, and construction administration (CA) services for this project. The project included the design of a potable water booster station for the City of Casselberry. The booster station design features included a 250,000 gallon reinforce concrete ground storage tank, two 1,500 gallon per minute high service pumps with 100 horsepower motors, and a disinfection system that included two sodium hypochlorite pumps mounted on a skid and solution tanks. 3. LAKE ALFRED WWTF UPGRADES AND EXPANSION - The project consisted of replacing the existing trickling filter facility with a new modified activated sludge WWTF and increase treatment capacity. Project included adding new pretreatment headworks with integrated mechanical screen and grit removal system. Design inlcuded modified activated WWTF that inlcuded anoxic zones, aeration basins, and clarifiers, and new microscreen filtration (two units) that replaced the existing sand filters. LAWRENCE 0. PULTZ II, RE CA / CEI Years of Experience: 18 Education: B.S. in Civil Engineering, University of Central Florida Licenses & Certifications: Professional Engineer - FL (No. 70947) Key Skills / Qualifications: • Site Design • Drainage Design • Permitting • Construction Administration • Educational Facility Design and Permitting • SRF Regulation • Established Work History Providing Services to Five (5) School Districts Under Continuing Contracts • Wastewater Collection, Treatment and Pumping Overview: Mr. Pultz serves the fine of CPH as Project Engineer working in the area of water resources, municipal utilities, and site engineering. He graduated from the University of Central Florida in August 2003 and has working knowledge in computer applications involving AutoCAD, WaterCAD, storm sewer, hydraulic pipe networks, hydrology, Microsoft Word, and Excel. Mr. Pultz has served as the Project Manager and/or Engineer for the Lake, Polk, and Volusia County School Boards, the City of Casselberry, City of Eustis, City of Mount Dora, City of Lake Alfred, City of Oviedo, and City of Winter Springs. 33 4pccl David S. Robertson, P.G. Connect Principal Hydrogeologist Consulting, Inc.— Connect Consulting, Inc. Water Resource Consultants Mr. Robertson has over 30 years of experience as a licensed Professional Geologist (PG) and hydrogeologic consultant responsible for the technical, financial and administrative management of numerous water resources, projects and environmental assessment and remediation projects in Florida, the Bahamas, the Caribbean Basin, and Latin America. Education BS in Geology, 1986, Florida Atlantic University Employment History 2006 to present - Connect Consulting, Inc., President/Principal Hydrogeologist 1988 to 2006 - Arcadis/Blasland, Bouck and Lee, Inc., Associate/Sr. Hydrogeologist 1986 to 1988 - U.S. Biosystems, Inc., Field Geologist Experience Mr. Robertson has been based in Florida throughout his professional career and is currently working on water resource projects throughout Florida, the Bahamas, and the Caribbean basin. Previously, Mr. Robertson managed a 25-person office focused on water resources and environmental assessment/remediation consulting with projects in Florida, the Bahamas, and the Caribbean Basin. Well Field Development / Water Resources Mr. Robertson is currently involved with several turnkey water supply projects, well field expansion projects, and Consumptive/Water Use Permit (CUP/WUP) projects in Florida, the Bahamas, and the Caribbean. Project activities include well design and construction, aquifer performance testing, ground water modeling, impact analysis and hydrogeologic report preparation. Over the past 30 years, Mr. Robertson has been involved with numerous water supply planning and exploration projects, completed numerous Consumptive/Water Use Permit applications including the development of supporting ground water models. Well Evaluation / Rehabilitation / Modification Mr. Robertson has significant experience in the hydrogeologic evaluation, rehabilitation, and/or modification of existing water wells to address decreased production and/or water quality issues. Well evaluation tasks include conducting static and dynamic geophysical logging, borehole video surveys, well performance testing, field water quality testing, and hydrogeologic report preparation. Well modification and rehabilitation activities include, design and installation of liner casings, back plugging of boreholes, chemical and mechanical rehabilitation to restore decreased production and/or address water quality, and additional well modifications to improve production and/or site - specific water quality issues. A partial list of clients that Mr. Robertson has worked for included the following: ® Seminole County ® City of Deltona ® Flagler County ® City of Cocoa ® Volusia County ® City of Orange City ® City of Ft. Lauderdale ® City of Ft. Pierce Professional Licenses / Memberships Professional Geologist - Florida License No. 1625 Florida Section American Water Works Association Southeast Desalting Association Caribbean Desalination Association ® City of Palm Coast ® Coral Springs Imp. District ® City of Winter Springs • City of St. Augustine ® City of Deland ® City of Flagler Beach ® Consolidated Water Company: Bahamas, Cayman Islands, Belize 1210 Emmel Road - Lake Helen, Florida 32744 • 386-473-7766 - drobertson@cciwater.com 34 Professional Record Mr. Bailey is an electrical engineer with over 38 years of experience in designing electrical and SCADA control systems for water and wastewater treatment facilities, L above and below ground distribution systems and industrial facilities. His project management « responsibilities encompass preliminary and final design, cost estimating, and construction/start-up services. He participates on quality assurance/quality control teams to evaluate electrical systems' technical conformance to codes and adherence to a project's overall design scheme. He interfaces with other project consultants, as well as client and vendor representatives. Mr. Bailey is also familiar with NFPA codes and their adoption to water and wastewater system design. Mr. Bailey is experienced in 13KV installations and in complex electrical retrofits that require a keen understanding of the construction process. He has practiced applied electrical engineering on a variety' of environmental projects having been involved from concept to preliminary and final design through construction start-up. His experience involves electrical engineering for water treatment plants, wastewater treatment and disposal facilities, water reuse and irrigation systems, and instrumentation and control systems. Experience: Mr. Bailey was the engineer of record, in responsible charge, for all electrical design concerns for the following projects: ® Southwest Regional Water Reclamation Facility Expansion Volusia County, FL • Palm Coast WWTP No. 2 Expansion Palm Coast, FL ® Regional WWTP RAS/WAS, Filters & Stage 3 Improvements Daytona Beach, FL • Bay Laurel WWTP Bay Laurel CCD, FL ® Deltona North Water Treatment Plant Volusia County, FL Stephen President BAILEY ENGINEERING CONSULTANTS, INC. Academic Credentials: Bachelors of Electrical Engineering Georgia Institute of Technology, 1983 Power and Control Theory Professional Engineer: Florida License # 42461 Employment Record: 1992-Present-Bailey Engineering Consultants 1986-1992 - C.E. Bailey & Associates, Inc. 1984-1986 - Advanced Micro Devices 1983-1984 - Hewlett-Packard Principal Areas of Expertise: Electrical and Control Design of Water and Wastewater Treatment Facilities, Pump Stations, Industrial, Environmental, Municipal and Commercial Projects Electrical Studies, Value Engineering, and All Phases of Project Management Professional Activities: National Society of Professional Engineers (NSPE) Institute of Electrical & Electronic Engineers (IEEE) Florida Engineering Society (FES) Florida Institute of Consulting Engineers (FICE) National Fire Protection Association (NFPA) Instrument Society of America (ISA) 35 APPROACH APPROACH TO SCONE OF SERVICES CPH has over 41 years of experience as related to utility, planning, design and construction for municipal clients. The team has provided various levels of service for water treatment / transmission, wastewater collection / treatment, and reclaimed water systems. Utility clients of all sizes rely on CPH and its team's engineering and management expertise to assist in providing solutions to complex challenges and meeting local, state, and federal regulatory requirements. In addition, CPH has extensive experience in the design of surface water augmentation systems, membrane systems (both water and wastewater), advanced and innovative water/wastewater treatment processes, Biological Nutrient Removal (BNR) strategies, sludge drying systems, vacuum sewer systems, PEP systems, reclaimed water transmission mains, and specific and extensive knowledge of pump station rehabilitations and utility system projects. Ourteam provides designs that are efficient, cost-effective, and operator -friendly. CPH has the experience to provide the City of Ocoee with all necessary technical services to exceed the expectations for any assigned project. Although the. contract is for continuing services, through our extensive experience in utility systems we have put together a list of typical challenges associated with the different types of projects anticipated and some opportunities. This is followed by a discussion about the interaction of our project manager with City staff, our typical process for design implementation, as well as a discussion on how we approach project management. TYPICAL CHALLENGES ASSOCIATED WITH PIPELINE PROJECTS The primary challenge for any type of conveyance system is the "Routing". This can be as simple as the shortest distance between two points or become extremely complicated when factored in with variables such as limited right-of-way or conflicts with existing utilities, obstructions or environmentally sensitive areas. CPH has the extensive experience required in dealing with all the variables associated with routing issues and can provide timely, cost effective solutions to any conflict resolutions. Routing Challenges: Limited Right-of-way (R/W) or crowded R/W requiring stacked utilities (directional drill construction under existing pipelines). The presence of some existing utilities regardless of separation may deem a route impossible or cost prohibitive. • Property issues — The most cost effective routing may require the acquisition of property or easements either through negotiated purchase or eminent domain, which will affect routing cost and schedules • Environmental considerations — Wetland, aerial and sub- aqueous crossings may require additional environmental permitting • Maintenance of Traffic (MOT) — A huge consideration of any routing evaluation is how a project impacts vehicular travel in congested areas. A good design considers MOT impacts during design and route impacts to local roadways. • Maintaining water and wastewater services during all phases of construction. All replacement and rehabilitation projects require consideration on how system service shall be maintained during this work. By-pass pumping and temporary routing may be quite costly and therefore how a system is maintained is key in the decision making process for a final design. • Trenchless installation — CPH has designed both large and small trenchless installation projects using a combination of directional drill and jack and bore technologies. Our substantial experience in both of these methods give us expertise to make the most cost effective and successful design for all types of trenchless installation. 36 PLANNING FOR THE FUTURE System Hydraulics plays a crucial role in determining the most cost effective design options. Through the use of modeling software systems, various design scenarios can be analyzed to select the most economical design solutions that address current and future needs. As an example these models can be used to determine if upsizing an existing system is more economical than replacing a system. Modeling will also provide invaluable information relative to line sizing and material selection. Economics is another key consideration in determining the best design for a conveyance system. By following market trends associated with material and equipment cost, as well as specialized trades that may be required; such as directional drilling, micro -tunneling, jack and bore, etc., the most cost effective materials, equipment and methods available at the anticipated start of construction may be selected for design. Ultimately, the final design is determined through a process of analysis that will identify the most economical materials, equipment, and means and methods of construction for the conveyance systems being considered, and in consideration of the maintainability and service life of the completed system after construction. PROPER EQUIPMENT SELECTION CPH will take into account the planned life cycle of facilities while minimizing impacts for future construction. Selecting the proper equipment is arguably the most important part of the project. It affects the mechanical, electrical, and structural design. It has enormous budget implications and will impact the operating staff for years to come. Size and function will be reviewed in order to provide the City with the most economical design based on both capital and maintenance cost. Existing structures/facilities will be used whenever possible in order to reduce cost. CPH will provide a thorough evaluation during the preliminary design phase to "lock in" the design flow rate and pump selections for assigned projects. Our team will confirm the actual design pumping rates of all pumps when running simultaneously. CPH will work hand -in -hand with City staff to verify existing flows, future demands, system redundancy, pump station capabilities, and possible control strategies for high service pumps. A workshop meeting will be conducted upon selection to clearly identify the City's goals for assigned projects. TREATMENT PLANTS Plant processes, both existing and proposed can always present a challenge. Determining the remaining life cycle of existing systems and comparing them to new systems can present unique opportunities for the integration of state of the art processes that may provide savings through decreased operational cost and increased plant capacity, while occupying a smaller footprint. This analysis is of particular importance when designing plants, both new and modified when considering sites of limited area. Plant processes occupy a wide range of site footprints depending on the type and level of process required. CPH has the staff and expertise to provide the analysis required to determine the best economic value in plant process design considering both initial and long term costs. Plant capacity is another challenging consideration for both water and wastewater plant design. Depending on the process some plants may be re -rated for increased capacity, which is a very cost effective expansion option. CPH has performed this type of re -rating analysis for the Cities of Sanford, Palm Coast, Eustis, Volusia County and many other clients. STARTUP AND OPERATIONS ASSISTANCE Upon substantial completion of construction, we can assist the City with the startup of projects. Our team will be on site to assure that all designed components are ready for start-up and that the process operates as the designer intended. We also routinely assist in operations training workshops for operations personnel for the facilities we design. Subsequent to the workshop training, our operations team will can continue to assist the City as necessary throughout startup duration. For many clients, CPH provides periodic operations inspections during the first 6- or 12-month period after start-up completion. This enables our design team to interact with the City operations and maintenance team to assure that the facilities are operating and responding according to design. CPH's approach to providing services to the City will be a collaborative effort between the City of Ocoee and CPH. Excellent communication protocols will be established between all parties to develop an understanding of all goals and budget constraints to assist in the development of specific scopes and schedules to complete projects assigned through the continuing services contract. Critical attention will be focused on the planning, conceptual design, implementation, maintenance, quality assurance, communication and management of each assignment assuring that completed projects exceed expectations, with the overall goal of completing projects on time and within budget. 37 INTERACTION OF CPH PROJECT MANAGER AND THE CITY OF OCOEE CPH is committed to providing an experienced team to execute the projects, and will develop a work plan and schedule that meets the City's expectations and objectives. Our team's goal is to meet and exceed the City of Ocoee's expectations while establishing clear lines of communication and responsibilities between all parties. CPH's project management plan will address the expectations for the project, lines of communication, project participants, project goals and objectives, and project design standards. Our team will work in close collaboration with the City of Ocoee's to continue our established working relationship and to structure each project to meet the City's expectations. The Program Manager for this contract, Scott A. Breitenstein, PE., will be the main point -of -contact for the City of Ocoee and the CPH team. He will manage all project schedules, budgets, and design teams. This will allow the City to have one assigned person that will be able to provide updates on any assigned project, as well as have accountability to deliver exceptional service to the City. PLAN OF APPROACH TO ACCOMPLISH THE TASKS IDENTIFIED IN THE SCOPE OF WORT( We have outlined our overall project management plan and our process of production in this section. This process is proven, and has been successfully utilized on our past projects with all of our clients. In order to develop a scope of work that fulfills the City's objectives, it is extremely important to initially discuss the proposed project in as much detail as possible. Identifying any options for the design, permitting, and construction issues is critical to properly completing the project. Pre -proposal discussions with the City will be conducted prior to developing a final scope of work, to thoroughly understand the project objectives, desired outcomes, time constraints, and budget. The pre -proposal discussions will include documentation gathered and potential options for the project. Up -front planning used by CPH identifies key design criteria, and allows for early identification of critical decisions related to utility coordination requirements of various private land owners, specific permitting agencies, and field conditions. This process assists in providing a detailed final scope that will meet the City's goals and objectives. 38 For large projects such as plant improvement projects, the different design possibilities are compiled into an organized Preliminary Design Report (PDR) which allows CPH and the City to co -create the project in the most logical and economical approach. During the conceptual design phase, the CPH team will focus on finalizing the preferred design solution and to identify areas of concern including construction methods. CPH will obtain any additional data (record drawing, existing reports, and survey) that is critical in this stage of the project. The Preliminary Design Report (PDR) will also identify the selected materials of construction including key design criteria, such as, utility crossings and connections as well as any specialty construction methods that may need to be done to properly complete the project. The result of this phase will be 30 percent plan along with a technical memorandum which will includes a summary of the project and recommendations, permit requirements, standard details, updated opinion of probable construction cost, construction methods, and definition of challenges / solutions. Smaller projects such as pipeline upgrades may or may not include a PDR; however, key design decisions are still discussed with the City to ensure the City is aware of the various options and the time and budget impact of each. CPH's quality review team will provide a review of the documentation and provide any feedback to be included in updated documents. A progress meeting will be held to review and discuss the PDR and 30 percent layout and incorporate any of City's comments into the final concept of design. Survey and geotechnical work typically commences at the start of the project oncethe City and CPH together have determined the most logical and cost effective approach. CPH has in-house surveyors capable of conventional surveying and high - definition laser 3D surveys - the complexity of the project (such as crowded heavily traveled road right-of-way or plant sites containing numerous facilities may warrant laser 3D surveys). Our 3D laser equipment is state of the art in surveying technology, which allows for a more efficient, detailed, and cost efficient surveying product. The laser scanner can also provide the City of Ocoee with precise construction information, including grade elevations, to allow for other project related studies, or follow-up design efforts. CPH understands the needs for a comprehensive topographic survey and subsurface utility engineering (SUE) mapping. Our team has prepared design based on all levels of utility designation levels. In addition to quality topo and SUE mapping, CPH also coordinates with all local utilities known to be within a project area to assure no utility conflicts are being created after the project survey is complete and while design and project award are underway. CPH believes in a proactive approach to permitting. For larger and more complicated projects, this includes pre -application meetings between CPH, the City, and regulatory agencies to define elements of the project and foster continuous interaction. For smaller projects, CPH has the experience to put together a permit application and package that can be directly submitted to the agency that is responsible for review. We find that the interaction between the parties expedites the process and eliminates unnecessary review questions. CPH will assist in preparing and submitting the permit applications when the plans are at 90 percent completion and have been approved by the City - in some cases (such as where there are wetlands or threatened and endangered species), early submittal (typically at the 60% phase) to the review agencies is recommended to minimize the impact to the overall project schedule. CPH's goal with all of its projects is to develop complete construction documents for the project. CPH makes sure the City is kept aware of the key submittal dates and updates the City on its progress throughout. Each milestone deliverable (typically consisting of construction plans, specifications, and construction cost estimates) will be reviewed by CPH's quality assurance and control team. Review meetings are held with the City after each submittal in order to address City comments or concerns, and follow written responses are also provided to the City addressing its comments. The goal is to help the City actively monitor the project and confirm that the expected budget for the project will be met. CPH has extensive experience with Bidding and Construction Phase services. During Bidding, CPH prepares written responses to Bidder questions and prepares draft addenda items as needed to address questions forwarded by the City. CPH typically assists the City during construction by reviewing submittals, attending meetings, conducting site visits, responding to Requests for Information, preparing Record Drawings, attending walk-throughs, and preparing punch lists. If needed, CPH has a number of construction field representatives to assist the City with inspections for plant work, processes, site construction and pipeline construction. CPH has the capability to provide full time construction engineering inspection, as well as assistance with training and commissioning activities. 39 During construction, communication and direct interface are critical to resolving permitting issues, plan discrepancies, budget issues, field conflicts, and unforeseen or changed conditions. The CPH team will provide the City of Ocoee with an efficient and responsive team, fully capable of handling all project details. Our approach to resolving conflicts that occur throughout the project's construction is to prioritize issues based upon their impact to production or their potential for a change request. Conflicts and unforeseen conditions can significantly influence project progress as well as drive up costs. Our inspectors and project manager will work closely with the contractor to vigorously pursue solutions by providing immediate and swift decisions that will allow the contractor to continue production work. Our project manager will be our team's key facilitator. The CPH team will assemble all relevant information, review and evaluate that information, work closely with the contractor to vigorously pursue solutions, and recommend the most efficient and effective course of action. We will forward recommendations to the City's project manager and the engineer -of -record for review. Upon resolution, we will verify that approved remedial actions are carried out and that all contract administration associated with the change are accurately tracked and documented. With the support of our senior project engineer, our project manager will address problems as they arise and will keep the key decision makers informed of all pending issues. MANAGING BUDGETS, RISKS, SCHEDULES, AND EXPECTATIONS IN The key to successful management of continuing contracts and projects, is to ensure that project challenges and risks are identified early, and a plan is developed to ensure the City's goals are achieved. CPH has developed a process in which when our clients notify us about a potential project, our Program Manager and any lead project engineer --. perform upfront due diligence. This includes performing a field visit to understand the project, limitations, opportunities, the overall area, etc. From this visit, we then brainstorm ideas for possible solutions, as well as a risk register that outlines concerns that may affect the project's schedule and budget. This register is then presented, along with our preliminary findings from the field as well as any desktop data we may be able to obtain to the City's PM in a preliminary discussion about how to approach the project. From this meeting, the team then defines and creates a scope of services and man-hours. This extra legwork by the CPH team, saves our clients time and money, as well as minimizes scope creep. This process allows us to begin with cost savings in mind even before a notice to proceed is ever issued, and makes sure our expectations of project outcomes are inline with the City. As we continue throughout the design, the risk register is updated for the project. This could include new additions such as funding deadlines, community concerns, etc. or a verification that an item has been "solved". Throughout the life of the project, our team will communicate these items to the City, to help the City understand what and how items impact the projects cost and schedule. Each risk is given a priority level in relation to its effect on the project, and as any major risk is identified our team will immediately coordinate with the City. This could be something such as an environmental or geotechnical/soils concern from any preliminary data gathering, to feedback from the community that may affect the proposed design option such as the need for easements. This level of coordination is tracked through our internal project management programs and sheets. +isu�l it111iki�t )tt's, r�t[�i, rcn�ttrtt ilhi(rtt.) Diu x, Jttt ,,,,, I' 40 oil 11111 f , CPH'S WORKLOAD/ABILITY TO DELIVER PROJECTS ON TIME & WITHIN BUDGET The current and projected workload of our team is such that we can provide responsive service to the City of Ocoee. We are well -staffed, equipped with our nearby locations, and believe that we and our team members can provide a high quality, professional service to the City that is completely responsive and cost effective. The graph below depicts our current contracted backlog with no consideration for any additional work. The current workload will spread over 13 months. Our current production capability is $4,500,000 per month. With that capacity, there are more than adequate personnel hours to cover the workload. STAFFING AVAILABILITY MATRIX The team proposed to provide services to the City of Ocoee has adequate time available to dedicate to the successful completion of any project that will be assigned to the CPH team under this contract. David E. Mahler, P.E. ...................................................................................................................................................................... 55% 70% 90% Scott A. Breitenstein, P.E. ..................................................................................................................................................................... 55% 75% 80% . David A. Gierach, P.E., CGC ...................................................................................................................................................................... 75% 85% 95% Roberto Gonzalez, P.E. ...................................................................................................................................................................... 70% 80% 90% Yinhui (Lucida) Xu, PH.D., P.E., BCEE......................................75%.......................... ..........................................I..... . 80%..........................85%° Dave Refling, P.E,, BCEE ..... ............................................................................................................................................ 55% 70% I 85% ................... . Gerald M. Cox, CGC, CUC 75% 80% 85% ...................................................................................................................................................................... James R, Morris, Jr., P.E. ....................................................................................................................................................................... 65% 75% 85% Mason Gardberg, P.E. ....................................................................................................................................................................... 70% 80% 90% Kayla Lockcuff, P.E. ..................................................................................................................................................................... 75% 80% 90% Casie 0. Brown, P.E. ..................................................................................................................................................................... 70% 80% 90% N. Katriina Bowman, P.E., CCS ..................................................................................................................................................................... 60% 70% 90% Rocco R. Nasso, P.E. ...................................................................................................................................................................... 75% 80% 85% Kurt R. Luman, Jr,, P.E. ....................................................................................................................................................................... 65% 75% 85% Joseph M. Lofaso, Jr., RE ...................................................................................................................................................................... 60% 65% 80% Thomas J. Galloway, PSM ...................................................................................................................................................................... 70% 80% 85% Paul J. Katrek, PSM ...................................................................................................................................................................... 60% 70% 75% Randall L. Roberts, PSM 55% 75% 80% ...................................................................................................................................................................... Amy..........................................,Daly, LEEDAP....................................................70%...........................80%° ............................... 90% Aaron P. Moore, PWS ...................................................................................................................................................................... 75% 85% 90% Lawrence 0. Pultz II, P.E. ...................................................................................................................................................................... 75% 80% 85% Clint T. lannotti 60% 70% 80% ...................................................................................................................................................................... Jose M. Ortiz, MCE, RE.,S.E. ...................................................................................................................................................................... 65% 75% 85% Eduardo Aviles, P.E. ...................................................................................................................................................................... 60% 70% 80% 41 1 I N 1 CPH has worked extensively and successfully with the FDEP and the State Revolving Fund (SRF) Loan Program and have assisted many small -to -medium sized municipalities in obtaining over $800,000,000 in SRF Loans for utility projects. CPH is currently working on over $100,000,000 worth of wastewater related SRF Projects throughout Florida. The CPH team recently helped VoIIISIa County with alternative funding. We were able to assist the County in receiving 62% funding for the Southwest Regional Wastewater Reclamation Facility Nutrient Reduction and Expansion Project which was a $12.1 Million project. CPH was able to assist Volusia County in securing grants from the FDEP as well as SJRWMD. CPH has prepared for a number of its clients Florida Department of Environmental Protection (FDEP) State Revolving Fund (SRF) loan program planning, design and permitting assistance, and has also assisted with funding for projects under the Community Development Block Grant (CDBG) program. Documents prepared by CPH in support of these programs include Stormwater Facilities Plans, Request for Inclusion, Loan Applications and supporting documents, requests for disbursements (invoicing and certifications prepared) for submittal to the various agencies. CPH has considerable experience in planning, engineering and construction administration to provide both cost effective engineering services and construction projects. We have worked on numerous Grant programs for many of our clients and understand the importance of establishing cost controls early on in the project and monitoring them throughout to maintain the budgets. Our experience in design, bidding, construction administration, and general contracting in the State of Florida keeps us up to date on current construction activities, methods and costs. CPH also has experience with several Preconstruction Loan projects for Volusia County, the City of Casselberry, and the City of Oviedo, completing the Request for Inclusion, Facilities Plan, Dedicated Revenue Hearing Documentation, Dispute Resolution Ordinance, Sewer Use Ordinance, and Reclaimed Ordinance. With CPH's involvement and completion of these documents for various entities, the firm is in an excellent position to assist the City of Ocoee with their pursuit of federally funded ARPA projects. We have also assisted numerous communities in obtaining EPA Grants. The St. Johns River Water Management District was eligible for an EPA Grant for alternative water supply initiatives. We assisted our clients in competing District -wide for these funds, and out of four projects funded, three were our clients. These were Volusia County, Sanlando Utilities, and the City of Sanford. CPH has also obtained an Innovative Alternative Technology Grant for funding a major vacuum sewer project to eliminate combined sewers for the City of Sanford. Clients whom we have assisted on grant or loan funded projects include: City of Sanford, City of Casselberry, City of Lake Mary, City of Eustis, City of Winter Springs, City of Venice, Seminole County, Martin County, Volusia County, Town of Eatonville, City of Maitland, Town of Oakland, and Sanlando Utilities. We have listed some recent projects where CPH assisted in funding and grant writing and in the design and planning of the final project. We encourage you to contact our references about the quality and innovation of the CPH team. Below is a brief list of projects, of the more than 300 projects, that the team was able to secure funding and/or alternative funding on behalf of clients: City of Casselberry — Reuse Facility .......................................................................................................... City of Casselberry ............................................................... — Reclaimed System Expansion ..... ................ I ............. I....... City of Palm Coast .......................................................................................................... — Stormwater Facility Plan City of Palm Coast — Lift Station & Force Main ......................................................................................................... City of Oviedo — Reclaimed Water System .......................................................................................................... City of Lake Alfred — WWTF ......................................................................................................... City of Palm Coast — WWTF .......................................................................................................... City of Palm Coast .......................................................................................................... —Stormwater Improvements City of Palm Coast ......................................................................................................... — WWTF Biosolids, Pump Stations & Water Mains City of Palm Coast ......................................................................................................... — Preconstruction Loan State Revolving Funds ...................................................................... $4,828,810 . State Revolving Funds ...................................................................... $4,363,814. State Revolving Funds .............................................. $75,000 I........................ State Revolving Funds ........................ ........... .................... $2,694,748 I............... State Revolving Funds ................................... .................... $3,745,311 I ............. . . State Revolving Funds ...................................................................... $5,393,605. State Revolving Funds ...................................................................... $14,375,981. State Revolving Funds .................................................... $4,763,383 I.................. State Revolving Funds ...................................................................... $17,436,000. State Revolving Funds ...................................................................... $2,313,000. 42 CPH has also assisted its clients with grant acquisitions, SRF loan acquisitions, and permitting through a number of agencies, including SWFWMD, FDEP, ACOE, FDOT, etc. CPH has been involved with grant and loan funded projects totaling well over $500 million, and we have represented various clients and have worked with FDEP Tallahassee personnel for over three decades. As an example, CPH served as Engineer for the City of Sanford and assisted in obtaining some $20 million dollars in grants and loans for an overall $40 million improvement program. CPH prepared the 201 Facilities Plan, Capital Finance Plan, Dedicated Revenue Hearing Documentation, Sewer Use Ordinance, Dispute Resolution Ordinance, Certifications of Site Availability, Requests for Disbursements, and other documentation required for the loan and grant program. CPH provided complete design as well as services during construction including inspection activities for the improvements. Below we have included a chart that displays our extensive experience in the past 3 years obtaining loans and grants for our clients. Additionally, following the chart we have detailed our experience with each type of loan and grant. Bureau of Local State Revolving Fund $1.8 Million Government Financial City of Winter Springs Assistance ................................................................................................................................................................................... Water Protection and Sustainability 30% match up to SJRWMD City of Winter Springs ........................... Program $1.,.280..,00. ................................................................................................................................................. SJRWMD Cost Share Project $49,4880 Grant SJRWMD City of Palm Coast (Grant) , ............................. FDEP SRF $31 Million (Loan) FDEP City of Palm Coast ................................................................................................................................................ SJRWMD Cost Share Project $1.376 Million (Grant) SJRWMD City of Sanford County / Volusia ........................... ......... .......................................... ................................................. ............................. ..... I ................ . SJRWMD Cost Share Project $2.062 Million SJRWMD Volusia County ....................................................................................... FDEP Springs Protection Grant $3.46 Million FDEP Volusia County ....................................................................I......................... ........ ...... . $6.2 Million FDEP Haines City FDEP SRF 85% Loan Forgiveness) ............................................................. ............................................g ................................................. .SJRW.M.D .Cost....S.ha.re..Proect $494,800 SJRWMD Palm Coast .........................j FDEP Non Match Grant $375,000 FDEP Palm Coast ................................................................................................................................................... ........ .................... FDEP SRF $5.7 Million FDEP Haines City .......................................................................................... . FDEP SRF $5 Million FDEP Winter Springs .......................................................................................................................................................... DWSP GRANT FUNDING AND FLORIDA FOREVER FUNDING CPH has assisted its clients with securing DWSP grant funding and Florida Forever funding through the St. Johns River Water Management District (SJRWMD). In support of these, CPH prepared statements of work, project justification, schedules, budgets, and prepared quarterly reports and invoices (for submittal to SJRWMD) for a number of projects funded under these programs. PRECONSTRUCTION LOANS CPH has experience with several Preconstruction Loan projects for Volusia County, the City of Casselberry, and the City of Oviedo, completing the Request for Inclusion, Facilities Plan, Dedicated Revenue Hearing Documentation, Dispute Resolution Ordinance, Sewer Use Ordinance, and Reclaimed Ordinance. With CPH's involvement and completion of these documents for various entities, the firm is in an excellent position to assist in any contemplated projects. EPA GRANTS We have assisted numerous communities in obtaining EPA Grants. The St. Johns River Water Management District was eligible for an EPA Grant for alternative water supply initiatives. We assisted our clients in competing District -wide for these funds, and out of four projects funded, three were for our clients. These were Volusia County, Sanlando Utilities, and the City of Sanford. CPH has also obtained an Innovative Alternative Technology Grant for funding a major vacuum sewer project to eliminate combined sewers for the City of Sanford. Clients whom we have assisted on grant or loan funded projects include: City of Sanford, City of Casselberry, City of Lake Mary, City of Eustis, City of Winter Springs, City of Venice, Seminole County, Martin County, Volusia County, and Sanlando Utilities. 43 FEMA FUNDING CPH has extensive experience working with FEMA funded projects, with over $150 Million in construction projects completed in the last ten (10) years, with many more completed in our 41+ year history. Our team has provided not only design services, but application support and compliance during construction for the grant programs. Recently CPR's team has completed projects through FEMA's Hazard Mitigation Grant Program (HMGP). These projects have included utility adjustments to raise manholes, replace treatment plants, modify lift stations, and other utility improvements to mitigate risks associated with 50 and 100 year flood events. Through these projects, our team has developed an understanding of FEMA's guidelines, process, and paperwork requirements that will directly benefit the City of Ocoee. STIMULUS FUNDING CPH's team has been working on projects funded through Federal Stimulus Grants such as American Rescue Plan Act Funding over the last year. These projects have included infrastructure improvements such as sewer rehabilitation, watermain looping, utility adjustments due to roadway expansions, lift station upgrades, and transportation improvements. Our team understands the requirements of the funding requirements related to specifications and materials, as well as the funding timelines and limitations. Our team will be able to apply this knowledge directly to the City of Ocoee's utility projects funded through this source. 44 2. FIRM'S OFFICE LOCATION & OTHER FORMS CPH has ten (10) offices in the State of Florida with support of approximately 260+ personnel throughout the company to assist in the projects for the City of Ocoee. The City will have the direct commitment of the CPH Orlando office, located at 1117 E Robinson Street, Orlando, FL 32801. The Orlando office is staffed with employees that include registered personnel, administrative staff, and owners of the firm to accomplish the projects on time and within budget. The map above shows the City of Ocoee along with the local office for CPH. CPH ORLANDO 15 Miles (22 Minutes) .............................................................................................. CPH SANFORD 40 Miles (43 Minutes) CPH DELAND 44 Miles (57 Minutes) ...................................................................................................................... 45 CPH is committed to meeting or exceeding the M/WBE participation goals for this project. CPH has established working relationships with many minority firms in the area. COMMITMENT TO DIVERSITY AMONG TIME FIRM CPH has a culturally and ethnically diverse workplace from it owners to employees. CPH employs a workforce that is reflective of many nationalities and cultures. We have established programs and policies for recruiting and retaining minority and women engineers and staff, and strongly encourage all of our employees to become involved in our communities. It is the policy of CPH to provide equal employment opportunity at all times in all actions related to employment without regard to race, color, religion, gender, citizenship status, age, national origin, disability, veteran status, sexual orientation, or any other status protected by state or federal law. This policy applies to recruiting, hiring, training, promotion, evaluation, termination, compensation, benefits eligibility, working conditions and all other aspects of employment. The Firm supports a policy of actively recruiting and retaining a diverse workforce to support both our Equal Employment Opportunity Policy and our business objective to provide the highest quality service possible. CPH is committed to fostering an inclusive atmosphere that seeks actively to employ people of diverse backgrounds at all levels of the Company including top management and ownership. 46 EXHIBIT "B" RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable federal, state, and local laws. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's fi►7n or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. in the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: A To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: CPH Consulting, LLC dba CPH, LLC Firm Name David E. Mahler, P.E. Chief Operating Officer - Public Services Name and Title (Print or Type) June 14th, 2022 Date RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 23 47 SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. Please see attached. (Attach additional sheets if necessary) ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated (Remainder of page intentionally left blank) RFQ #22-006 Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects 21 48 The following cases are still in process: Nailya Harnisch as Personal Representative of the Estate of Dennis J. Harnisch vs. Wal-Mart Stores East, LP, CPH, Inc. a/k/a CPH Engineers, Inc., and Sleiman Enterprises, Inc. Case No. 2020 CA 3252 Division: CV-C; Policy No. RDP0042906 Origination Date —August 2021 CPH was named in a suit along with Wal-Mart and Sleiman related to a pedestrian being hit by a vehicle while traversing a pedestrian crosswalk located in a Wal-Mart parking lot. The pedestrian passed away 6 days later. CPH designed the Wal-Mart parking lot and the suit alleges professional negligence. The suit was filed past the Statute of Limitations and we are filing for dismissal. Further, the driver of the car was a Wal-Mart employee high on marijuana whose sole negligence was the cause of the accident. City of Fernandina Beach vs. CPH Engineers, Inc. et al Case No. 2014-CA-343 Division: CA; Policy No. RDP0018939 Origination Date — December 2014 The City of Fernandina Beach filed suit in relation to a subdivision which had two streets having groundwater flowing over the curb and draining into the street for a distance of about fifty yards on each street. The subdivision was designed by another engineer and CPH assisted the developer during construction. The project was built seventeen years ago and only had the problem 10 years after construction. CPH is investigating the matter and it appears a new pond was built in the area and the outfall of the storm system is not functioning correctly. We are working with the City to resolve the issue; however, CPH was not the original Design Engineer nor did this issue occur until many years after project completion; therefore, CPH does not feel that we are liable on either of these counts. 49 EXHIBIT "C" COMPANY INIFORMATION/SIGNATURE SKEET RFQ #22-006 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. RESPONDENT FURTHER AGREES TO COMPLY WITH ALL FEDERAL REQUIREMENTS IN THE PERFORMANCE OF THIS CONTRACT. CPH Consulting, LLC dba CPH, LLC COMPANY NAME AU OR ZED IG A 'URE (manual) David E. Mahler, P.E, Chief Operating Officer - Public Services NAME/TITLE (PLEASE PRINT) 1117 E. Robinson Street STREET ADDRESS Orlando FL 32801 CITY STATE ZIP FEDERAL 1D # 59-2068806 407.425.0542 TELEPHONE (INCLUDE AREA CODE) 407.648,1036 FAX (INCLUDE AREA CODE) info@cphcorp.corn E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual Corporation Partnership X Other (Specify) Limited Liability Company Sworn to and subscribed before me by means of In physical presence or ❑ online notarization this 14th day of June 20 22 Personally Known X or Produced Identification Notary Public - State of Florida (Type of Identification) County of Seminole ° *Sigtare of Notary Public ALEX BRICKEY _ Notary Pubiic-State of Florida =* Commission # GG 286571 My Commission Expires December 26, 2022 Printed, typed or stamped Commissioned name of Notary Public RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 24 50 EXHIBIT "D" DRUG -FREE WORKPLACE CERTIFICATION The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition, 2. inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-fi'ee workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or noto contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. ]Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder:. CPH Consultin , LLC dba CPh , LLC Signed: By: David E. Mahler, P.E. (Print or Type Name) Title: Chief Operating Officer - Public Services Date: June 14th, 2022 RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 25 51 EXHIBIT "E" SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED 1N THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee, Florida by CPH Consulting, LLC dba CPH, LLC by David E. Mahler, P.E. Chief Operating Offlcer- Public Services (Entity) (Print individual'sName & Title) whose business address is 1117 E. Robinson Street Orlando, FL 32801 2, 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 with 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 representation. 1 understand that "convicted" or "conviction" as defined in Paragraph 287,133(t)(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 polo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a, A predecessor or successor of a person convicted of a public entity crime: or 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 ann'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. 5. 1 understand that a "person" as defined in Paragraph 287.133(l)(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, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement 1 have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 26 52 x Neither 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 management of the entity, not, any affiliate of the entity have 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 the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this 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 the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. 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. (Please 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 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 1 ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORD., (-'\ , i ) (sign tore) Date: June 14th, 2022 CPH Consulting, LLC dba CPH, LLC Name of Bidder (Contractor) STATE OF Florida COUNTY OF Orange PERSONALLY APPEARED BEFORE ME, the undersigned authority, David E. Mahler, P.E. (Name of Individual Signing) who, alter first being sworn by ine, affixed his/her signature in the place provided above on this 14th day of June , 2022 Notary Public d_"a&jj_-y 1ppYP��i� ALEX BRICKEY wo'v Notary Public -Stale of FloridaMy Connission Expires:Commission ; GG 286571 My Commission Expires December 25, 2022 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 27 53 EXHIBIT "F" CERTIFICATION OF NON -SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) lie will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor. Note: The penalty for making false statements in offers ised in 1 U S.C. 1001. Date June 14th 2022 , By: David E. Mahler, P.E. Chief Operating Officer - Public Services (Title) Official Address (including Zip Code): 1117 E. Robinson Street Orlando, FL 32801 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 28 54 EXHIBIT "G" Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel, The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287,135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba of - Syria. Natne of Respo nt: David Mahler, P.E. By: W/'i 11�-' (Authorized Signature) Title: Chief Operating Officer- Public Services Date: June 14th, 2022 RFQ 1122-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 29 55 EXHIBIT "H" BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION The undersigned, [Company] CPH Consulting, LLC dba CPH, LLC certifies, to the best ofllis or ]let - knowledge, that: 1. No Federal appropriated fiords have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, ormodification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this ceilification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, [Company] CPH Consulting, LLC dba CPH, LLC certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if n . Signature of Contrae is Authorized Official David E. Mahler, P.E. Chief Operating Officer - Public Services Name and Title of Contractor's Authorized Official June 14th, 2022 Date RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 30 56 OCO(?e florldo Continuing Engineering Services o Federal dera1 Grant 4° Funded r kg id Utilities A 1- "gProjects RFQ #22-006 1 June 14, 2022 Hazen and Sawyer 919 Lake Baldwin Lane, Suite 200 Orlando, FL 32814 • 407.367.2626 June 14, 2022 City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 Re: RFQ #22-006, Continuing Engineering Services for Federal Grant Funded Utilities AR -PA Projects Dear Evaluation Committee Members: The City of Ocoee will be using Federal funding from the American Rescue Plan Act (ARPA) for a variety of utility projects over the next several years. Hazen and Sawyer (Hazen) is uniquely qualified to serve the City as one of its utilities engineering consultants. We possess extensive federal funding knowledge and experience, have doubled our local Orlando water/wastewater staff over the past year, and have relevant experience for this contract. Hazen has experience with projects funded through federal grant funds such as FEMA and the FHWA. Sharon Simington, Hazen's Southeast Regional Funding Program Lead, can assist the City with funding procurement and project compliance. We are one of Florida's leading utility engineering consulting firms and have successfully implemented over $4 billion of water - related public works infrastructure projects within the state over the past decade. Over the past 50-plus years, Hazen has had the opportunity to serve as general consultant to more than 60 municipalities throughout the state of Florida and are currently serving Central Florida municipalities Such as Orlando Utilities Commission; Seminole, Marlon and Poll-, Counties; City of Daytona Beach; Utilities Commission City ofNew Smyrna Beach; and the City of Casselberry through continuing contracts. Led by our Project Manager, Derek Bieber, PE, the City will be served from our Orlando office which will provide all services requested in the RFQ. Our team provides the City with many experienced water, wastewater, and reclaimed water professionals, as well as access to Hazen's industry leading experts to address any challenge within your water utility. Hazen is grateful for the opportunity to serve the City under our existing continuing contract and loot-, forward to further developing a successful partnership with the City to execute your upcoming ARPA-funded projects. If you have any questions about our submittal or our team, please do not hesitate to contact me at (407) 480-5508 or einiyers@,lnazeunandsawyer.com. Sincerely, Hazz��e��nyy��/— and Sawyer 11- 0/ Ervin Myers, Jr., PE Associate Vice President City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Cover Letter 1 Firm Qualifications ................................. 2 Demonstration of Ability to Deliver Projects On Time and Within Budget .................................. 12 Similar Project Experience ........................................... 13 Project Team................................................................ 22 Client References......................................................... 29 Key Staff Resumes........................................................ 30 ProjectApproach......................................................... 42 Current and Projected Workload of the Firm ............... 48 Licenses....................................................................... 49 2 Firm's Office Location and Other Forms ............................................ N/A Office Locations for Firm and Subconsultants Summary of Litigation/Acknowledgement of Addenda Exhibit B - Conflict of Interest Disclosure Form Exhibit C - Company Information/Signature Sheet Exhibit D - Drug -Free Workplace Certification Exhibit E - Sworn Statement Exhibit F - Certification of Non -Segregated Facilities Exhibit G - Certification Regarding Scrutinized Companies' Lists Exhibit H - Byrd Anti -Lobbying Amendment Certification Hazen and Sawyer City or Ocoee • Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects • RFO 22-006 Section 1 Florm q0-luallefications Hazen serves as the general/continuing services consultant for water, wastewater, and reclaimed water for over 60 local governments in Florida. Hazen has provided complete in-house engineering services in Florida since 1968.Our staff members have extensive expertise in water, wastewater, and reclaimed water. Our Florida staff has been involved in the implementation of more than $4 billion in water -related projects in Florida over the past io years. These Florida projects include planning, design, value engineering and facility optimization, permitting, construction management, and operation of water, wastewater, and reclaimed water treatment and storage systems; and conveyance systems. Additionally, we have experience providing engineering services for utilities projects funded through the American Rescue Plan Act (ARPA) as well as other federal grant funds. Background Information Hazen's roots go back over too years to the accomplishments of Allen Hazen, one of the pioneers of modern water engineering and co -developer of the Hazen -Williams formula for fluid flow in pipes in 1903. Hazen and Sawyer was established by Hazen's son Richard and Alfred W. Sawyer in 1951. Together they created a company culture focused on the profession —not just the business —of engineering. Their legacy is a firm with a reputation for high -quality work and customer service. Most of our team members are long-time Florida residents and offer considerable knowledge of Florida's current and historic issues with water use permitting, water demand, water supply, and the natural environment. The firm is owned entirely by its employees, many of whom have been with the firm for 20-25 years. Hazen and Sawyer's Areas of Service Water Resources Wastewater Stormwater Conveyance Construction Management Modeling Resiliency Biosolids Drinking Water Reuse Funding Energy Management Environmental Economic and Planning and Permitting Financial Services Hydraulic Modeling Sustainability PM/CM Asset Management Alternative Delivery Disinfection Applied Research Groundwater CFD Modeling Treatment Cost Estimating Integrated Planning Membranes 71 years in existence years in;, FI®ride 100%cl_;,,�', of work devoted to the water environment Heizen's exclushie focus is water and wastewater engineering and supporting disciplines, offering com- prehensive capabilities from planning, permitting, finance, asset manage- ment, design, construction, startup, and operations. During the last 10 years, Hazen has successfully managed $4.1 billion in funded projects, over $l bifflon in resiliency - based funding nationally, and $1 million in dotal funding In Florida. Hazen and Sawyer I hazenandsawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Our key staff have spent considerable time working in Florida and understand the nature of continuing services consulting contracts as well as federal and state construction requirements. We wish to highlight certain characteristics of the firm which we believe will result in a solid working relationship with the City and an excellent product. Why 3 Y i _d Hazen understands the importance of funding strategies so our clients can secure the funds to make their projects possible. Our Funding Expert, Sharon Simington, has extensive experience and knowledge working with many funding agencies, which provides our team with the ability to leverage a variety of programs to accomplish funding needs. f n I We offer specific expertise in all aspects of this assignment. Hazen specializes solely in water resources and wastewater engineering. It is the core business, and only business, of the firm. We offer local, national and international water and wastewater experience. Our experience includes water, wastewater, and stormwater hydraulic modeling/master planning, conveyance system and collection system improvements/ rehabilitation, and sustainability. 01 0 We have aggressively added I new, talented professionals within our local Orlando office, offering ample I resources to meet City needs. The Hazen team will deliver responsive, efficient solutions to all assigned City projects. Our local staff has doubled in size over the last year and is located less than 30 minutes away from the City. We will be available on -call should in -person meetings or site visits be required on short notice. (_AAf hla3 ho€ e(ft OVA N.h1 i� of &crow"u i1iif'A d 4 billion in water related projects in Florida over the past 10 years. Hazen and Sawyer I hazenandsawyer.corn City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 General Consulting Engineering Relevant, current contracts that involve our key team members include: Cities of Casselberry, Ocoee, Orlando, Lakeland, Daytona, Cocoa, St. Augustine, St. Petersburg, Tampa, Sarasota, Venice, Largo, and Plant City; Orlando Utilities Commission; Utilities Commission, New Smyrna Beach (UCNSB); Tampa Bay Water, and Pinellas, Hillsborough, Pasco, Sarasota, Charlotte, and Polk Counties. The following pages provide an overview of our experience in the relevant disciplines for your Utilities Engineering contracts. Our Funding Experience WI I a a o c a n rn NN FEMA r Cleu water Hazen is also knowledgeable of the American Rescue Plan Act (ARPA), enacted in March 2021, which provides $36o billion in grant monies to state and local governments, and Tribal groups. State and local (county and municipal) grant allocations are separate and beneficiary entities are given full discretion to spend the grant money according to their own priorities so long as the expenditures conform to the interim final guidance issued by the US Treasury Department in May of 2021. ARPA grant allocations are distributed equally over the two-year period 2021-2022, and ARPA eligible projects must be completed by the end of 2026. Eligible project types include water, sewer, and stormwater infrastructure projects. In general, infrastructure projects that would be eligible for State Revolving Fund (SRF) loans are eligible to receive ARPA funds. Since the enactment of ARPA, Hazen has been providing advisory services to assist our utility clients to identify eligible projects, prioritize grant submissions, and determine at which level of government should they focus their efforts. We have given multiple webinars to clients throughout Florida, including working with the State SRF program to determine eligibility of one proposed project. We have assisted other clients throughout the United States and have completed ARPA applications on behalf of our clients. Hazen and Sawyer I hazenandsawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Pipeline and General Civil The major capital investment of a utility is in the distribution and collection system. These consist of sewers and associated appurtenances, lift stations, and transmission mains to the treatment works. Hazen has been designing these basic collection system elements for over six decades in the United States and overseas. Hazen has planned and designed over $130 million worth of water, reclaimed water, and wastewater pipelines in Florida. We directed two of the largest sewer system rehabilitation projects in Florida, for Miami -Dade County and the Broward Regional service area. Hazen is currently working on major upgrades to the City of Arcadia's sewer collection system. The entire sewer collection system was studied and assessed for improvements. Deficient areas were identified, budgeted and proposed for improvement/replacement. Proposed corrective improvements were broken up into two major construction projects. Work includes 1,85o LF of force main improvements of various sizes, 31,800 LF of gravity sewer collection replacements of various sizes, 161 new manholes, and upgrades/replacement of 11 lift stations. The project is being funded by the FDEP State Revolving Fund Program. 1. City of Ocoee Floral Street Downtown Sewer Project Design, permitting, and construction services for a sewer project to expand the gravity sewer systern within the City's historic downtown streets. The includes replacing potable water mains within the project limits. 2. Seminole County Oxford Road Utility Improvements Relocations of more than 3,000 If of 12-inch water main, 2,000 If of 12-inch sanitary sewer, and several thousand feet of force main within the right-of-way. Included a 21-inch microtunnel crossing of an existing canal. . City of Casselberry Windward Square Water Main Replacement The project includes replacement of more than 13,000 linear feet of aging water main in the Windward Square Development. Hazen provided planning, design, and construction oversight for construction of 12-inch, 6-inch, and 2-inch water mains using pipe bursting to minirnize impacts in this residential community. Hazen and Sawyer I hazenanclsawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Pump Stations We have in-house engineers in all the disciplines needed for lift station design of any size. Our staff has experience with almost every available pump technology and pomp drive offered. Through this experience, we have developed knowledge regarding the main pump manufacturers on the current market, allowing us to assess the best technology for each application. Stormwater f< p +rr e c t nl<, j r.A Many of our lift/pump station projects have included hydraulic modeling analysis for pump and distribution system operation, and ground storage tank design. CFD models allow Hazen to evaluate operational scenarios and design modifications for storage tanks. These proactive efforts allow our team to identify Facilities the best mixing and tank operation approach during design. Over 100 mgd '4 1f 1,` i Facilities Facilities Over 100 mgd Over 100 mgd 1. City of Orlando Lift Station No. 3 Replacement Hazen provided design, permitting, and construction services for a new 11-mgd lift station to replace one of the Oity's oldest and largest collection system lift stations. . UCNSB Lift Station No.19 Replacement Hazen provided design, permitting, and construction services for replacement of an aging "steel can" type wastewater lift station with a new lift station that includes a concrete wet well with submersible pumps and motors, a valve vault, electrical control panel, and emergency generator. . City of St. Augustine 13 Lift Stations Rehabilitation and Replacement Project For this FEMA-funcled project, Hazen provided an evaluation and preliminary design for the rehabilitation, repair, or replacement of 13 of the Oity's lift stations. . Water Consery II Transmission Main Booster Pump Station Hazen provided design services to increase capacity of the existing reclaimed water main to 90 mgd without increasing the working Hazen and Sawyer I hazenandsawyer.com pressure of the transmission main. 6 City of Ocoee • Continuing EngineeringServioes for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Water Treatment and Supply Hazen has impressive and ever-growing qualifications, both locally and nationally, relative to water treatment. We offer recent experience in the planning, permitting, design, construction, start-up, and troubleshooting of water treatment plants and chemical feed systems, including work at Orange, Seminole, Pinellas, and Polk Counties; Orlando Utilities Commission; Toho Water Authority; Utilities Commission, City of New Smyrna Beach; Cities of Casselberry, Lakeland and Tampa; Tampa Bay Water; and JEA. Our recent Florida water treatment experience includes both groundwater and surface water treatment systems, membrane systems and associated CIP and pre- and post -treatment systems, lime softening, flocculation and clarification, filtration, variety of chemical feed and disinfection systems, distribution system water quality management, design and operational troubleshooting, and regulatory assessments (including lead and copper corrosion control). Hazen is also actively involved in many water supply well projects, which provides us with an in-depth understanding of Floridan and surficial aquifer wells. 1. Orlando Utilities Commission Pine Mills WTP Bulk Sodium Hypochlorite Conversion Hazen provided preliminary/final design, permitting, and bidding services for the conversion from gas chlorine to bulk sodium hypochlorite for disinfection at the Pine Hills WTP. 2. Toho Water Authority Harmony WTP Hazen designed an interim membrane treatment facility for the removal of organics and color. Membrane treatment units were designed and ordered in less than 6 months from NTP. 3e UCNSB Chemical Systems Improvements at Glencoe WTP Hazen is providing preliminary/final design, permitting, bidding, and construction phase services for the replacement of gas chlorine and ammonia with sodium hypochlorite and ammonium sulfate ligtlid solutions for disinfection at the Glencoe WTP. 4. City of Arcadia Eugene Hickson Ion Exchange WTP and Well Improvements Hazen recently completed design, construction, and start-up engineering services for a new 1.5- mgd ion exchange water treatment plant and well improvements. Hazen and Sawyer I hazenandsawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFO 22-006 Wastewater/Reuse Treatment Plant Experience In connection with these services, Hazen conducted process and optimization evaluations, prepared/ processed permits, performed engineering analyses, conducted hydraulic modeling, prepared cost estimates, developed bid and contract documents, and provided start-up and operations assistance. The firm and staff have developed unique expertise for collection and treatment system design and construction techniques in the Florida area. Our staff has experience with almost every available pipe material, pump, and pump drives offered in both national and international markets. 1. Orange County Utilities Hamlin WRF, Phase 1 Hazen provided preliminary and final design, permitting, and bidding services for the first greenfield water reclamation facility in Orange County in over 40 years. We were also selected to lead the design of the Phase 2 expansion of the facility. 2. City of Daytona Beach WRF Headworks Improvements Project Hazen is providing engineering design, permitting, and construction services for a new influent pumping addition and new headworks structure at thel5-mgd WRF. . Seminole County Yankee Lake WRF R&R Improvements Hazen provided planning, design, permitting, bidding, and construction phase services to implement improvements to the Yankee Lake WRF. The new pumps have increased pump efficiency by at least 13%. 4. City of Casselberry WRF Rehabilitation & Replacement Hazen provided design and construction services for the rehabilitation of the Oity's AquaAerobics traveling bridge filters, structural repairs, coating of the chlorine contact basin, and replacement and mechanical improvements to the transfer pump station and the effluent pump station. Hazen and Sawyer I hazenandsawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Additional Services Hazen Offer to the City of Ocoee Telemetry, Control and Information Systems Hazen is recognized as a leader in Florida in the design and implementation of integrated instrumentation, process control, telemetry and information systems for utility systems in the rapidly advancing field of computer control and data communications. Hazen recently completed a SCADA Master Plan for the City of Tampa and has similar ongoing work at Polk County, Peace River Manasota Regional Water Supply Authority, and the City of Sarasota. Hazen has provided instrumentation and control system design and process optimization studies on all its water and wastewater treatment plants and pumping stations projects since the firm's founding in 1951, developing an expertise that is apparent in over 60 operative treatment facilities. Many plant upgrades include the revamping of now inadequate or obsolete instrumentation and control systems. These new systems provide plant -wide compatibility of control systems and the ability to produce various reports from a plant operating database. Electrical and I&C Engineering Hazen provides design and construction oversight of electrical power distribution systems on all of its projects, including low and medium voltage distribution switchgear, standby power systems with paralleling switchgear, motor control centers, variable frequency drives, lighting, grounding and lightning protection systems. Some designs have incorporated intelligent motor control centers networked to plant SCADA systems to allow for power monitoring and system diagnostics capabilities. We also conduct short circuit/protection coordination studies and assist in developing long-term maintenance programs for major electrical equipment. For the City of Tampa, Hazen provided tho design for the replacement of the City's IlMotorrola ACE-3600 la`l U base stoffla a and Y'rihec1ral VTSCADA HMI operator work stations. Hazen prepared a SCADA Master Plan for City of Sarasota to provide guidance on future upgrades and improvements to the various components of the existing SCADA system for both the Water and Wastewater utility system. For Polk County, Hazen is providing standardization of the control systems at several water production systems based on converting to Modicon 340 PLCs. For the Peace River Manasota Regional Water Supply Authority, Hazen is developing an REP to describe the upgrades necessary to convert the existing system's obsolete GE 90-70, GE 90-30 PLCs, and GE Genius PLCs to GE Rx3i PLCs along with providing redundancy, reliability, and increased network speed. Hazen's extensive experience with all types of programmable controllers, operator interface software, and process instrumentation allows us to assist our cl clients in maintaining and upgrading their control systems to provide secure, reliable, and robust control systems in all manner of treatment and pumping controls. Hazen and Sawyer I hazenandsawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Permitting and Permit Compliance All of our team members possess technical strength coupled with an understanding of the many various environmental regulatory issues that the City may have to contend with. This familiarity stems from Hazen's so -plus years of providing engineering services to municipalities throughout the State of Florida. Over this time, we have developed excellent relationships with the local regulatory agencies and have an extensive understanding of their regulatory practices. As a result, we have been able to assist our clients in expediting the permitting process with various regulatory agencies, including the Florida Department of Environmental Protection (FDEP), FEMA, Florida Department of Transportation (FDOT), Water Management Districts, and numerous building departments. Our team is also familiar with Orange County codes and regulations through our previous and current work with the County. our ability to quickly secure permits from the various regulatory agencies, which have jurisdiction over the City, allows for the rapid implementation of improvements. Hazen's in—depth experienee with the perrakting pa'ooess includes working with agencies such as FDEP, FEMA, FDOT, Water Management Districts, and numerous building departments. e have developed excellent relationships with the laical reg0atorV agencies and have an extensive understanding of their regulatory practices. Construction Management/Construction Engineering Inspection Services Hazen offers unique value in managing the construction of upgrades and new facilities. We can proactively identify potential claims and delays and address them before they happen, not after. In addition to offering experienced construction managers and resident engineers to keep projects on schedule and minimize change orders, we use proven methods such as prebid reviews, partnering, disputes review boards, and the timely handling of all documents and requests. We incorporate best -practice technologies to expedite requests for information (RFI), review and markup of drawings, and permitting, thereby reducing delays and preventing errors. The figure below highlights our typical construction management services. o I1 Project Resident Cost Vendor Risk Planning Engineering Management Management _ Management Project _ Inspection Cost Estimating Change Order Mgmt. Quality Assurance Administration Constructability Budget Control Claims Prevention Startup and Testing Cost Controls Reviews and Resolution Commissioning DOcalment Mgmt. • Quality Control • Equipment Pre- • Project Closeout Scheduling Purchase From full-time on -site inspection through operations and start-up services, our construction management team co provides quality assurance/quality control, technical experts, constructability experts, and design -construction liaisons. Since a significant portion of our work involves large projects that provide vital public services, we have developed expertise dealing with critical infrastructure, challenging working conditions, and new technology. Hazen and Sawyer I hazenandsawyer.com 10 City of Ocoee • Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 We regularly provide construction — program management services on a majority of our projects such as: • Cost control and claim avoidance/minimization. • Scheduling and critical path analyses. • Resident engineering and inspection. Master Planning • Control systems integration and troubleshooting. Assistance with start-up, training, operations and maintenance. • Program management services. Hazen has extensive Florida water and wastewater infrastructure master planning experience, including water and/or wastewater master plans for Tampa Bay Water; Orlando Utilities Commission; Town ofJupiter; Village of Islamorada; Cities of Plant City, Plantation, Sunrise, Hallandale Beach, Fort Lauderdale, North Miami, Miramar, and Hollywood; Polk, Broward, Miami -Dade, and Palm Beach Counties; and Riviera Beach Utility District, to name a few. Ijeot Spotlight - Water/Wastewater/Reclaimed Water Master Planning Long -Term Master Water Plan Update, Tampa Bay Water, Clearwater, FL This project included the evaluation of long-term water supplies, including surface water augmentation with reclaimed water and cli- mate change impacts; vulnerability assessment of existing treatment facilities; business case evaluation of alternatives to include capital, life cycle, ability to implement, integration, and environmental impacts; and regulatory assessments. CAD® and GIS Capabilities Hazen employs state-of-the-art Computer Aided Design and Drafting (CADD) software in the development of project design drawings. Your Hazen team has an experienced design staff that is fully engaged in the latest CADD technology and leveraging that technology to drive quality designs to the highest levels while maintaining schedule and budget in the design effort. Utilities managing water and wastewater systems must simultaneously balance costs, operations, performance, and environmental quality associated with these systems. Decision makers must sift through large volumes of information and understand relationships between performance criteria to identify viable technical, oper- ational, and management options. Decision Support Systems based on Spatial Information Management provide utilities a visual dimension for assessing and comparing technical, operational, and management alternatives and strategies. Hazen designs and develops such decision support and utility management tools including process and system modeling, data modeling and database design, geographic information systems, and application design and development. Our combined expertise enables us to develop innovative solutions to complex problems. Hazen and Sawyer I hazenandsawyer.corn 11 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Demonstration of Ability to Deliver Projects on Time and Within Budget To ensure that schedules are met, project schedules are developed along with the project scope and updated to reflect the notice to proceed date immediately following its issuance for each individual assignment. For lengthy, complex projects, a detailed project schedule will be developed in Primavera P6 or Microsoft Project. The project schedule details the steps required to complete the project utilizing a critical path methodology. Using scheduling software provides a time management tool to better track progress of the project in real time. These types of scheduling techniques are tailored to the complexity of the project and reporting preferences of our clients. Our Project Director, Ervin Myers Jr., PE, and Project Manager, Derek Bieber, PE, will be responsible for ensuring that all task schedules are met. Hazen subscribes to a strong project manager approach where all lines of communication are via the project manager. The project manager is responsible for maintaining full knowledge of all aspects of the project. This approach is designed to provide one person answerable to the City at all times. rrojea c)poi igrit Pine Hills WTP Bulk Sodium Flypochlorite Conversion &ilicAl �A �I�nel��od sclte.�ule Proactive management and working the critical path of a project ensures projects are delivered on -time. Under our Engineering, Consulting and Support Services for Water Production Contract with the Orlando Utilities Commission (OUC), Hazen provided preliminary and final design, permitting, and bidding services for the conversion frorn gas chlorine to bulk sodium hypo -chlorite for disinfection at OUC's Pine Hills Water Treatment Plant (WTP). Construction was clone by utilizing the Construction Manager at Risk (OMAR) delivery method —reducing the schedule by approximately 90 days —and was completed in Nov. 2020. The design was expedited to meet OUC's tight schedule and makes use of the existing chemical building for storage and feeding of bulk sodium hypochlorite. Hazen's design, including re -purposing the existing chemical building, saving OUC the cost of design and construction of a new structure, as well as reduced the cost of the project. A temporary bulk sodium hypochlorite storage and feed system was utilized for disinfection, while the existing gas chlorine system were removed/demolished, and the new bulk sodium hypochlorite system was constructed inside the existing gas chlorine building. The temporary bulk sodium hypochlorite system has allowed OUC to trial -in chemical feed settings in advance of the permanent system startup because chemical metering pumps of the same make and model are being utilized in both the temporary and permanent systems. Final Cost: $1.2 million. List of Firm's Current or Recently Completed Similar Projects Within the Past Five Years Hazen's similar current or recently completed similar projects within the past five years are provided in the Project Approach below. Project sheets that represent the range of services we have provided to various clients are included on the following pages. Hazen and Sawyer I hazenandsawyer.com 12 Similar Project Experience City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Project Highlights Multi -phase project to obtain funding under FEMA's Standard Operating Procedure of the Cost Estimating Format for Large Projects Project Profile Design Duration: 12/2017-12/2020 ift Stations Rehabilitation Construction Duration: and Replacement Project 1/2021 - 9/2022 (est.) Phase 1 Fee (initial City of St. Augustine, Florida investigation/regulation compliance/Class 5 cost For this FEMA-funded project, Hazen provided design, permitting, estimate): $27,665 bidding, and construction phase services for the replacement or rehabilitation of 13 lift stations damaged by Hurricane Matthew in Phase 2 Fee (preliminary 2o17. Three ofthe lift stations are being replaced with new lift stations design/30%drawings/ and eight are being rehabilitated. Maintenance of operation and Olass 3 cost estimate): maintenance and transportation plans were required for each lift $372,690 station to minimize the impact of nearby utilities and traffic patterns. Phase 3 Fee (final design The first phase of the project included evaluating the condition of the for OMAR use/bidding): 13 lift stations to determine replacement or rehabilitation viability; $979,035 regulatory compliance review comparing the City design standards withASCE24andNFPA 82o; and an Association for the Advancement Project Cost: $14,000,000 (est.) of Cost Engineering (AACE) Class 5 cost estimate for budgeting purposes. The second phase of the project included preliminary Reference design for the rehabilitation, repair, or replacement of the 13 lift stations and anAACE Class 3 cost estimate in accordance with FEMA's Stephen Slaughter, PE CEF for Large Projects. Preliminary design included additional wet Professional Engineer well ballast, locating electrical components above storm surge City of St. Augustine elevations, and providing back-up diesel pumps. Public Works Engineering P.O. Box 210 Thethirdphaseof the project provided final design for the lift stations St. Augustine, FL32085 and will be constructed by the City's selected Construction Manager 904.209.4274 at Risk (CMAR). As part of the project, the lift stations are being sslaughter@citystaug. improved to ASCE 24 standards for Flood Resistant Design and com Construction, which resulted in the design of additional ballast to resist storm surge and localized flooding. Electrical components have been relocated to electrical pedestals constructed above the Soo -year flood zone or constructed using submersible NEMA 6P Control Panels. Hazen and Sawyer I hazenandsawyer.com 13 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Northwest , �4 m �5 f14E' Facility a � ��st y„s.e Reclamation tx•� a�x�. Reuse Water Storage Improvements Orange County,• •. Hazen designed reuse storage improvements for Project Highlights Orange County Utilities (OCU) to add reject water, and • New ground storage additional public access reuse (PAR) water- storage and tank recirculation pumping facilities at its Northwest Water Project Profile Reclamation Facility (NWRF). Design Completion: This reuse water storage and effluent pumping improvements project 04/2017 provided OCU with the means to maintain compliance at all times Construction Completion with respect to off -specification water and add additional PAR storage 04/2019 capacity at the NWRF. The project consisted of preliminary design, final design, permitting, Total Fee: $477,000 bidding and construction services for the construction of one 3-111g Construction Cost: $2.9 prestressed concrete ground storage tank, construction of a million horizontal non -clog duplex recirculation pump station, relocation of chlorine dosing skids, installation of chlorine transfer pump and Reference modifications of yard piping and automated valves. During normal operation the new ground storage tank provides 3 mg of additional Mark Ikeler, PE PAR water storage. However, under unusual conditions, this project Chief Engineer provides the means to divert off -spec reject water to the new ground Orange County Utilities storage tank where it can be recirculated and chlorinated to meet 9150 Curry Ford Road PAR disinfection standards prior to distribution. Orlando, FL 32825 407.254.9705 Mark.lkeler@ocfl.net Hazen and Sawyer I hazenandsawyer.com 14 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 c, . ,. �� andSupport 1 L Pror ction Orlando Utilities Commission, Florida Project Highlights • Preliminary planning The Orlando Utilities Commission (OUC) selected Hazen to and design of water provide engineering, consultin and support Servicesfo treatment plants water production under a continuing services contract. . Chlorination Master Plan for Water Multiple assignments were awarded under the contract, including: Treatment Plants ® Four -Log Virus Inacti- Chlorination Master Plan for Water Treatment Plants: This task vation Demonstration assignment included preparation of a master plan to evaluate exist- Studies for Water ing gas chlorine vs. alternative forms of chlorination for disinfection Treatment Plants at seven water treatment plants and one storage and re -pump facil- ity. The final recommendation, based on cost and non -monetary Project Profile factors, was for OUC to switch from gas chlorine to bulk sodium hypochlot•ite. Total Cost: $259,232 (fees to date) Pine Hills WTP Bulk Sodium Hypochlorite Conversion: Hazen provided preliminary and final design, permitting, and bidding p P y g i p g� g Project Duration: services for the conversion from gas chlorine to bulk sodium hypo - 2017-Present chlorite for disinfection at OUC's Pine Hills water treatment plant. The design was expedited to meet OUC's tight schedule and makes Reference use of the existing chemical building for storage and feeding of bulk Ouyen Newell, PE sodium hypochlorite. Senior Engineer - Four -Log Virus Inactivation Demonstration Studies for Water Water Production Treatment Plants: Hazen is preparing and submitting documenta- Orlando Utilities tiontoFDEPtodemonstrate that OUC'sseven water treatment plants Commission meet the four -log virus treatment requirement set forth in the Fed- 6113 Pershing Avenue eral Ground Water Rule and Revised Total Coliform Rule. Orlando, FL 32822 (407) 434-2568 gnewell@ouc.com Hazen and Sawyer I hazenandsawyer.com 16 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Improvement Projects Seminole County, Florida Hazen provided utilities engineering services to Seminole County under• a continuing services contract that began 2013. Select projects completed or ongoing under this contract include: Yankee Lake Water Reclamation Facility R&R Improvements: Hazen provided planning, design, permitting, bidding, and construc- tion phase services to implement replacement of existing horizontal end suction centrifugal return activated sludge (RAS) pumps with dry pit submersible pumps that provide more operational flexibility and allows the pumps to operate at design point without the need for a modulating valve. Oxford Road Improvements Utility Relocations: Hazen is providing engineering services for the relocation of existing utilities in coordi- nation with a series of improvements to Oxford Road. Relocates in- cluded more than 3,000 LF of12" water main, and 3,000 LF of12" - 21" sanitary sewer, allowing for decommissioning and demolition of an existing pump station. Water and Wastewater Systems Vulnerability Assessment: Hazen conducted vulnerability/risk and resiliency assessments for Seminole County's water and wastewater systems prior to development of the American Water Works (AWWA) J 10O Risk and Resilience Manage- ment of Water and Wastewater Systems (RAMCAP) processes and the 2O18 America's Water Infrastructure Act (AWIA). Project Highlights ® A large variety of minor projects have been handled under this contract, including alignment studies, vulnerability assess- ment, water reclama- tion facility rehabilita- tion, pipeline design, and raw water supply projects. Project Profile Total Cost: $864,033 (fees to date) Project Duration: 2013-Present Reference Terrence McCue, PhD, PE Director Seminole County Envi- ronmental Services 500 W. Lake Mary Blvd. Sanford, FL 32773 (407) 665-2012 tmccue@seminolecoun- tyfl.gov Hazen and Sawyer I hazenandsawyer.com 16 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Continuing l eer1 Services Utilities Commission, City of New Smyrna Beach, Florida Since 2011, Hazen has provided continuing engineering Project Highlights services to the Utilities Commission of City of New e Continuing services Smyrna Beach's (UCNSB) for their water, wastewater, contract for UCNSB's and reuse water groups. water, wastewater and reuse water groups Following is a brief description of selected assignments: ® Pump station design Task Authorization No. 1, Lift Station #19 Replacement: This ° Permitting project included design, permitting, and construction of a new a Preliminary planning and wastewater lift station to replace an aging "steel can" type station. design of WTPs and The new lift station included a concrete wet well with submersible W WTPs pumps and motors, a valve vault, electrical control panel, and emergency generator. Duration: 04/2011-02/2012 (design), 05/2012- Project Profile 10/2013 (construction); Cost: $88,477 (fee), $325,160 (construction). Total Cost: $349,326 Task Authorization No. 3, Sodium Hypo Conversion at WRF (fees to date) Preliminary Design Services: This project included preliminary Project Duration: 2011- engineering services for design of a new sodium hypochlorite system Present (two contracts) to replace the existing gas chlorine system for disinfection at the WRF. Apreliminary design report was prepared. Duration: 02/2014- 06/2014 (design), 05/2017-02/2018 (construction); Cost: $29,491(fee), Reference $501, 307 (construction). Darren Phegley, PE Project Manager, Task Authorization No. 6, Capacity Investigation Glencoe Water Utilities Commission Treatment Plant: The Glencoe WTP capacity is currently rated at City of New Smyrna 10.368 mgd. Hazenwas retainedto prepare acapacity analysis report Beach, 200 Canal Street to independently calculate the theoretical capacity through each unit New Smyrna Beach, FL and chemical process. Each process was analyzed individually, and 32168 limitations for the capacity were identified for the Utilities (386) 424-3072 Commission's use to plan for facility expansion. Duration: 05/2019- dphegley@ucnsb.org 10/31/19. Cost: $44,600 (fee). Hazen and Sawyer I hazenandsawyer.com 17 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Hamlin Water ReclamationFacility, Phase i Orange County, Florida As a subconsultant, Hazen provided preliminary design, Project Highlights final design, permitting, and bidding services for the . First greenfield Orange first greenfield water reclamation facility in Orange County WRF since the County in over 40 years. 1980s ® BNR process design Phase 1 is a 5-mgd facility with ultimate build -out to 15 mgd. Hazen includes operational designed the advanced wastewater treatment biological nutrient flexibility for system removal process, which includes multi -stage centrifugal blowers, start-up and expand - internal recycle pump station, fine bubble diffusers, mechanical ability during future mixers, and scum pump system. Hazen also designed the gravity belt phases thickener, temporary supplemental carbon, temporary alum, and hypochlorite feed and storage systems. Project Profile The WRF permitted effluent limits are 20 mg/L biological oxygen Total Cost: $1.3 million demand (BOD) and 5 mg/L total suspended solids (TSS) but was de- (fees); $110.3 million signed and will be operated to achieve 5 mg/L BOD, 5 mg/L TSS, 3 (construction) mg/L total nitrogen (TN), and 1 mg/L total phosphorus (TP) without expanding. The process employed at the WRF provides flexibility to Project Duration: the typical five -stage process using swing zones to adjust the volumes 2013-2019 (design/ of the anaerobic, first anoxic, aerobic, and second anoxic stages. Each permitting); swing zone can be operated in one of two modes depending upon 2019-Present (construction) variations of influent characteristics and be optimized for seasonal changes in temperature and load. Reference Final design of the facility was performed using REVIT 3D software and required coordination between nine engineering firms. The Mark Ikeler Chief Engineer REVIT model will provide the County with the tools to create a fluid Orange County Utilities asset management database. Construction of the facility is ongoing Engineering Division and ahead of schedule with completion expected in July 2022. 9150 Curry Ford Road Orlando, FL 32825 (407) 254-9705 MarkClkeler@ocfl.net Hazen and Sawyer I hazenandsawyer.com 18 City oFOcoee • Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 City of Plant City, Florida Hazen has been working with the City of Plant City since Project Highlights 2017 on a variety of assignments ranging from • Rehabilitation of exist - rehabilitating existing infrastructure to planning for ing infrastructure their future through master planning efforts. • Master Planning • Wastewater/Water Water Master Plan: The City retained Hazen to perform detailed analysis of its existing water distribution system to identify current •Reclaimed Water andfuture needs to consistently provide the required flow and pressures • Biosolids to its existing and future customers. This analysis was done by . Pump Stations developing an calibrated hydraulic model of the City. This work will help to ensure proper service to new developments while maintaining project Profile a high level of service to its existing customers. Project is ongoing and Total Cost: $550,000 currently on budget. (fees to date) Tank No. 3 Tank Mixing Evaluation: The City requested that Hazen Project Duration: investigate disinfectant by-product (DBP) issues associated with Tank No. 3 at WTP No.1 to determine the source of elevated DBPs and possible 2017-Present mitigation measures. Hazen developed a water quality sampling plan that informed the subsequent tank modification design to alleviate Reference DBP formation. Project was completed on budget and schedule. Lynn Spivey, Director Painting and Rehabilitation of the Water Storage Tanks: Hazen Utilities Department provided design and construction phase services for the inspection City of Plant City and rehabilitation of four of the City's above -ground concrete storage 1500 W Victoria Street tanks, three reclaimed water tanks at the WRF, and one at the WTP. Plant City, FL 33563 The tankwork included exterior and interior inspections of the concrete (813) 757-9190 surfaces and structures, repair of cracked and damaged concrete areas, Ispivey@ application of final finish coatings, and rehabilitation of the tanks' plantcitygov.com mechanical appurtenances. Project was completed on budget and schedule. Hazen and Sawyer "I-hazenandsawyer.com 19 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects - RFQ 22-006 Polk County, Florida Hazen completed several assignments for water and Project Highlights wastewater system assignments under two separate • Design, bidding, and continuing services agreements. construction services All projects have been successfully completed on time and within . Continuing services budget. Typical projects include: contract Pressure Reducing Station Modifications: Hazenprovided design, Project Profile bidding, and construction services for the installation of five new Total Cost: Design fee PRV stations and the demolition of four existing stations. The stations and construction costs were completed and placed in service under a Best Value procurement included with each method, one of the first efforts of this delivery method used by PCU. project description. Cost: $106,000 (fee); $497,000 (construction). Dewatering Facilities at Five Wastewater Treatment Facilities: Project Project Duration: 2007- (design); on: 20 2017 (designt n);200- Hazenprovided design, bidding, and construction services for mobile dewatering unit accommodations at four existing wastewater plants with assistance in acquiring two mobile dewatering centrifuge units, and a permanent screw press dewatering facility at a fifth wastewa- ter plant. Cost: $310,000 (fee); $4.085 million (construction). Mark Addison, PE Pollard Water Treatment Plant: Hazen was retained for the design, Community Investment permitting, and construction of a new water production facility to Program Manager Polk County Utilities supplement the water service area's water supply capacity. The facil- Div Division Div ity has been in operation since 2012 and includes a new supply well, Jim Keene Blvd. Bl d. a hypochlorite disinfection system, ground storage tank, and high Winter r Haven, Winter Haven, 33880 service pumping. Cost: $357,000 (fee); $5.1 million (construction). 98-4214 markaddison@ polk-county.net Hazen and Sawyer I hazenandsawyer.com 20 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 ti i iConsultant City of Tampa, Florida Hazen has been one of the City's general engineering Project Highlights services consultants since 2002, having its contract • Pipeline design continuously renewed, most recently in 2020. Brief descriptions of the projects that have been completed under this contract are provided below. Howard F. Curren AWTP — Gravity Thickener and Sludge Pump Replacement: Hazen designed replacement of the thickener mech- anisms, replacement of the pumps with screw centrifugal type pumps, and coordination of new pumps and controls with the existing VFDs and plant monitoring system. Project was completed on budget and on schedule in o7/2015. Cost: $85,000 (fee); $1 million (construction). Howard F. Curren AWTP Dewatering System Evaluation and Pilot Testing: Hazen conducted pilot testing of dewatering and polymer activation technologies to be used as the basis for design for sludge dewatering process improvements. Dewatering technologies evalu- ated included centrifuge, belt filter press, screw press, and rotary fan press. Cost: $99,000 (fee); construction N/A. Project was completed on budget and on schedule in 2013. Wastewater Collection System SCADA/Telemetry Upgrades: Ha- zen performed an assessment of the City's wastewater collection system's radio telemetry system. As a result of this evaluation, the existing obsolete base station and operator work stations will be replaced. Cost: $99,800 (fee); $267,000 (construction). This project is currently under construction, but is within budget and schedule. ® Utilities CEI services Permitting Preliminary planning and design of water treatment plant ® Preliminary planning and design of WWTPs ® General utilities engineering support services Project Profile Total Cost: $776,000 (fees to date); $1.7 million (construction) Project Duration: 2002-Present Reference Rory Jones Chief Design Engineer City of Tampa 306 East Jackson Street Tampa, FL 33602 (813) 231-6291 rory.jones@tampagov.net Hazen and Sawyer I hazenandsawyer.com 21 0 ci 0 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 To provide the City with as -needed utilities engineering services, Hazen has assembled a dedicated team with significant experience and knowledge in the proposed scope areas. We have a deep bench of staff who have worked together on water and wastewater projects for Central Florida clients over many years. Our team members are committed to providing quality, prompt, and responsive services while meeting the City of Ocoee's goals. We understand that clients select consultants based on team qualifications, and we have proposed individuals who will work on your projects —what you see is what you get. In addition, many of our team members have worked together on previous and current projects. Led by our project manager, Derek Bieber, our team members have proven experience working in the proposed scope areas, which they will bring to bear on the City's assignments. Most of our team members are long- time Florida residents and offer considerable knowledge of Florida's current and historic issues related to water and wastewater utilities and the natural environment. Organizational Chart The Hazen team has the expertise and depth of resources to deliver. Our team is available and ready to start on any project immediately. Our organization management and the responsibilities of management and staff performing on this contract appears on the next page, followed by brief biographies for key staff. Resumes for key staff (marked with an asterisk on the organizational chart) are included at the end of this section. Additional resumes can be provided upon request. With this experience, our team members understand the importance of being responsive since assignments may be made under emergency conditions or driven by regulatory requirements. Uvo" Complete in-house resources Projects within budget and schedule Dependable and trustworthy deliverables Hazen and Sawyer I hazenandsawyer.com 22 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Water, Wastewater, 6 and Reclaimed Water Treatment and Storage Systems Water Treatment r Robert Anderson, PE * Martin Coleman, PE Wastewater Treatment Kenny Blanton, PE Derek Bieber, PE Reclaimed Water Stephanie Ishii, PhD, PE, ENV SP Biosolids Josefin Hirst, PE Frederick Holmes, PE Wastewater Process Modeling Ronald Latimer, PE Odor Oontrol Ryan McKenna, PE Regulatory Christine Owen Wastewater Facility Operating Permit Renewals * Kevin Say, PE SUBOONSULTANTS ® Wekiva Engineering, LLC 00 SGM Engineering, Inc. () ECHO UES, Inc. PROJECT MANAGER QA/QC * Derek Bieber, PE -- `Curtis'Kunihiro, PE, BCEE Water, Wastewater, and Reclaimed Water Conveyance Systems Pipeline Design *Melanie Peckham, PE Banan Abu Hannoud, PE Utility Infrastructure Condition Assessment John Schroeder, PE, BCEE Pump Station Design Tairr ;Ineenng inspecuun Robert Bolesta Odor Oontrol Evan McKenna. PE Key Personnel Geotechnical and Environmental Consultants, Inc. Water,Wastewater, and Reclaimed > Water Planning Water Master Planning Andre Dieffenthaller, PE Wastewater Master Planning Daniel Schmidt, PE Neha Jagtap, PhD Reclaimed Water Master Planning Frederick Holmes, PE Septic to Sewer Evaluations Josefin Hirst, PE Neha Jagtap, PhD Hydraulic Modeling Ethan Hypes, PE Baran Abu Hannoud, PE Groundwater Modeling' Rama Rani, PG, GISP, CC-P Support Services Funding * Sharon Simington Electrical John Cameron, PE I&O/SOADA Jorge Elias, PE Construction Admin. Robert Bolesta John Wilhoit, PE Oivil David Bannett, PE, LEED AP ' Structural 0 John Sobczak, PE HVAO/Plumbing John Stellpflug, PE Surveying/SUE Eric Cain, PSM Carlo Pilia Geotechnical Verna "Gene" Williford, PE Richard Mo0onnick, PG Key Staff Resumes located on Pages 30-41 include total years of experience and total years of experience with current firm. Hazen and Sawyer I hazenandsawyer.com 23 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 0 Derek Bieber, PE Project Manager ✓ Specializes in water and wastewater engineering projects. ✓ Most of his career has been spent working at ten Central Florida wastewater treatment facilities with experience in pilot studies, preliminary design, final design, construction and start-up. Sharon Simington Funding ✓ Specializes in funding management, program management, project management ✓ Leads efforts to secure alternative funding for a variety of clients and projects Hazen and Sawyer I hazenandsawyer.com ✓ Extensive experience with the planning, design, permitting, bidding and construction management of water and wastewater treatment plants. ✓ Will ensure that all necessary resources are available to the project team. Robert Anderson, PE Water Treatment ✓ Specializes in potable water supply, transmission, treatment, storage and distribution projects as well as chemical and odor control systern design. ✓ Served as Project Manager for the City of Orlando Iron Bridge WRF Odor Investigation. ✓ Vast experience in process design, detailed design, construction, and operations. ✓ Will provide thorough QO review from a cost- effectiveness, reliability, ease of operation, and constructability standpoint, including maintenance of operations during construction. Martin Coleman, El Water Treatment; Pump Station Design ✓ Experience includes water treatment process modifications and optimization. ✓ Oo-authored the disinfection master plan for Orlando Utilities Commission with an emphasis on cost evaluation between chlorine gas, bulk sodium hypochlorite, and on -site sodium hypochlorite generation. 24 0 0 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 It] Kenny Blanton, PE Wastewater Treatment Extensive experience designing improvements and expansions to numerous Oentral Florida wastewater treatment plants and reclamation facilities. Expertise includes Wastewater system design, startup, and operations, project management, and pumping systems. Joe Melanie Peckham, PE Pipeline Design ✓ Has experience with the design and construction of potable water, wastewater, and reclaimed water pipelines in Oentral Florida, including projects with trenchless technologies. ✓ Experienced in reviewing residential and commercial site development plans for compliance with local and state regulations. Hazen and Sawyer I hazenandsawyer.com V J-1 Josefin Hirst, PE Biosolids; Septic to Sewer Evaluations ✓ Has worked on a wide variety of biosolids projects, including master- planning, permitting, pilot testing, treatment design, and construction projects. ✓ Has provided engineering services for evaluation and design of digestion treatment facilities, dewatering facilities, drying facilities and conveyance systems. Kevin Say, PE Wastewater- Facility Operating Permit Renewals; Pump Station Design; Utility -Related Permitting For City of St. Augustine Lift Station Rehabilitation, provided mechanical and civil drawings for multiple lift stations based upon client and OMAR input. Provided bidding and construction phase services for new reclaimed water pumping station for Orange County Utilities Water Oonsery II Inline Booster Pump Station. Neha Jagtap, PhD Wastewater Master Planning; Septic to Sewer Evaluations Has worked on a wide variety of wastewater projects, including master planning, septic to sewer, and surveillance of SARS OoV-2. ✓ Specializes in providing engineering services for the evaluation of wastewater treatment and conveyance systems. Mi— Frederick Holmes, PE Biosolids; Pump Station Design; Reclaimed Water Master Planning ✓ Project Manager for design and construction of rehab and replacement work for the City of Oasselberry's only Water Reclamation Facility. ✓ Planning, permitting, design, and construction experience includes water and wastewater facilities, as well as stormwater, reuse, and conveyance. 26 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Firm'Firm's andEmployee's Certifications and Registrations A table listing our proposed team members and professional registrations appears below. Hazen's professional engineer's license information also appears on page 22. Name Proposed Role FL License No. • Ervin Myers, Jr., PE Project Director 55397 • Derek Bieber, PE Project Manager 77500 • Curtis Kunihiro, PE, BOEE QA/00 33688 • Robert Anderson, PE Water Treatment 47129 • Martin Coleman, PE Water Treatment; Pump Station Design 91956 • Kenny Blanton, PE Wastewate r Treatme nt 46654 Stephanie Ishii, PhD, PE, ENV SP Reclaimed Water 85327 • Josefin Hirst, PE Biosolids; Septic to Sewer Evaluations 69835 Frederick Holmes, PE Biosolids; Pump Station Design; Reclaimed Water Master Planning 66573 Ronald Latimer, PE Wastewater Process Modeling 81197 Ryan McKenna, PE Odor Oontrol 72256 Christine Owen Regulatory N/A Kevin Say, PE Wastewater Facility Operating Permit Renewals; Pump Station Design; Utility - Related Permitting 85482 Melanie Peckham, PE Pipeline Design 66487 Banan Abu Hannoud, PE Pipeline Design, Hydraulic Modeling 93959 John Schroeder, PE, BOEE Utility Infrastructure Condition Assessment 86323 Robert Bolesta Utilities Construction Engineering Inspection, Construction Administration N/A Andre DiefFenthaller, PE Water Master Planning 49928 Daniel Schmidt, PE Wastewater Master Planning; I&O/SOADA 40233 Neha Jagtap, PhD Wastewater Master Planning; Septic to Sower Evaluations N/A Ethan Hypes, PE* 'registered in Kentucky and North Carolina Hydraulic Modeling N/A Rama Rani, PG, GISP, 00-P Groundwater Modeling PG2552, GISP 62071 * Sharon Simington Funding N/A John Cameron, PE Electrical 89312 John Wilhoit, PE Construction Administration 90602 David Bannett, PE, LEED AP Oivil 51865 John Sobczak, PE Structural 71407 John Stellpflug, PE HVAO/Plurnbing 68794 Eric Cain, PSM U Surveying/SUE 7131 Oarlo Pilia 0 Surveying/SUE N/A 0 Verna "Gene" Williford, PE Geotechnical 82275 Richard McCormick, PG Geotechnical 2096 Hazen and Sawyer I hazenandsawyer.com 26 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RF0 22-006 Sub consultants Our proposed project team includes locally -based firms to provide a highly knowledgeable engineering team for the tasks outlined in the Scope of Work. Wekiva Engineering, LLC Wekiva Engineering, LLC (Wekiva) provides structural engineering WWEI:IVA services to an array of industry sectors that include water and EH G III E ER I NG wastewater facilities, solid waste facilities, and commercial buildings. The firm's experienced engineers have provided cost- 711 Orlando Avenue, Suite A effective solutions and exceptional results for clients throughout Winter Park, FL 32789 the Southeastern United States. Role: Structural Wekiva's experience allows the firm to solve engineering problems with simplicity and innovation. The firm's designers are proficient in the various applicable design and building codes, allowing them to apply effective and proper solutions early in the design stage. In addition, Wekiva's engineers frequently work with contractors providing value engineering ideas and solutions. SGM Engineering, Inc. /1 lai SGM Engineering, Inc. (SGM) was founded and incorporated in the h �_ - A State of Florida in 1991 and is a graduated 8(a) — mentor protege, ENGINEERING SDB, and MBE professional consulting firm registered to do business in over 40 states. The firm's headquarters is located in Orlando, 935 Lake Baldwin Lane Florida, with an established office located in Fort Lauderdale, Florida. Orlando, FL 32814 SGM has extensive experience associated with the governmental, educational, and commercial industries, including mechanical Role: HVAC/Plumbing (HVAC, plumbing, fire protection), and electrical engineering. The SGM team is capable and qualified to design all aspects of MEP systems for renovations, additions, and new facilities with knowledgeable emphasis on codes and energy conservation requirements. SGM is dedicated to providing the highest level of response, quality of design construction documents, cost estimates, construction administration and coordination efforts with construction managers and owners representatives by ensuring that professional standards and timeliness of all projects are met. Hazen and Sawyer I hazenandsawyer.com 27 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 ECHO IDES, Inc. ECHO UES, Inc. (ECHO) is a small business founded in 2o17 by a UTILITY ENGINEERING & SURVEY group of partners with civil engineering, surveying, construction and utility/GIS background, who believe in providing high quality 400 State Road 434, Suite 1024 and reliable utility and survey data to design better, build faster, Oviedo, FL 32765 and safely enhance engineering, design, construction and mainte- nance of infrastructure. ECHO employs over 6o full-time employees Role: Surveying/SUE and has 20 field crews that will be available to provide services for this contract. ECHO provides subsurface utility engineering and survey and map- ping professional services throughout Florida for a variety of proj- ects, assisting owners, engineers and constructors in better performing throughout the entire project cycle, from design to construction and maintenance of infrastructure. Services provided include the study, analysis, and depiction of existing underground utilities potentially impacted by a project, in addition to the collection of accurate topographical and specific purpose surveys to represent the above ground site conditions. Geotechnical and Environmental Consultants, Inc. seelechmcal afl With offices in Orlando and Kissimmee, Geotechnical and s nulronmeniai Environmental Consultants, Inc. (GEC) has provided geotechnical Consuilanls, inc, engineering support throughout Central Florida for over 26 years, covering complex highway projects such as PD&E studies, design 919 Lake Baldwin Lane and design/build. Orlando, FL 32814 GEC's core services include geotechnical engineering for highway Role: Geotechnical and bridge design, contamination screening and assessment, and construction phase services, including pile driving inspection and materials testing and inspection. The firm's approach includes identifying any project geotechnical issues early in the schedule. Hazen and Sawyer I hazenandsawyer.com 28 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Below are verifiable project references for which Hazen is currently performing continuing services. We encourage the City of Ocoee to contact each reference, as we are proud of our proven success at meeting the goals and objectives of our clients. We have also provided selected client quotes below. Project Client Contact City of New Smyrna Beach Utilities Darren M. Phegley, PE, Project Manager Commission Continuing Engineering City of New Smyrna Beach, Utilities Commission Services 386.424.3072 / dphegley@ucnsb.org Seminole County Continuing Engineering Terrence McCue, PhD, PE, Director Services for Utility Improvement Projects Seminole County Environmental Services 407.665.2012 / tmccue@seminolecountyfl.gov Orlando Utilities Commission Engineering, Quyen M. Newell, PE, Senior Engineer - Water Production Consulting and Support Services Orlando Utilities Commission for Water Production QNewell@ouc.com / 407.434.2568 City of Tampa Continuing General Rory Jones, Chief Design Engineer Engineering Consultant City of Tampa 813.231.5291 / roryjones@tampagov.net Hamlin Water Reclamation Facility, Mark Ikeler, Chief Engineer Orange County Utilities, Engineering Division Phase 1 407.254.9705 / markcikeler@ocfl.net Hazen's staff was capable and responsive to the County's needs, and delivered the project on time and within budget." Terrence (Terry) McCue, PhD, PE Seminole County, FL, September28, 2017 99 For nearly 20 years, through dedicated service, the firm has performed admirably on both a continuing services and special project basis providing high quality designs and professional studies in support of the capital expansion, asset renewal and replacement and general operations of both the Town's water and stormwater systems ... the services provided by the firm have been remarkable and they have becorne an integral part of our operation's continued success." David Brown, Director of Utilities Town of Jupiter, FL, April 17, 2017 Hazen and Sawyer project team has shown competence, experience, and knowledge... The project team communicates very well; they are timely in their project deliverables and have managed to keep the budget even when additional work is requested of them." lvana Kajtezovic, Planning Program Manager Tampa Bay Water, Apri127, 2017 Hazen and Sawyer I hazenandsawyer.com 29 Key Staff Resumes City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Werek Bieber., PE ?�roject Manager Mr. Bieber specializes in wastewater treatment facility projects. He has participated in the design ofwastewater treatment plants, with experiences ranging from process design to pump station and gravity hydraulic design. Education As Project Manager, Mr. Bieber will assign and direct the design BS, Environmental teams and subconsultants. He has completed projects at ten Central Engineering, University of Florida water reclamation facilities and is responsible for the design Central Florida, 2007 of the biological nutrient removal (BNR) basin for the Orange County greenfield facility. Certification/License Professional Engineer: FL Areas of Expertise ® Wastewater Facility Design • Chemical Feed and Storage Systems ® Pump Station Design • Hydraulic Modeling • Water and Wastewater Field Analysis • Disinfection and Disinfection Byproducts Experience • 15 total years ® 7 years with Hazen Professional Activities ® American Water Works Floral Street Downtown Sewer Project, City of Ocoee, FL Mr. Bieber serves as the Project Manager for the sewer project to expand the gravity sewer system within historic downtown streets. The project also replaces potable water mains within the project limits. Lift Stations Rehabilitation and Replacement Project, City of St. Augustine, FL Mr. Bieber serves as Project Engineer for assisting the City of St. Augustine with the following to obtain funding under FEMA's Standard Operating Procedure of the Cost Estimating Format for Large Projects, including evaluation of the condition of and preliminary design for the 13 lift stations to be replaced or rehabilitated, regulatory compliance review, and Class 3 cost estimate. The project is currently in the construction phase and includes coordination with the Construction Manager at Risk. Hamlin Water Reclamation Facility, Orange County Utilities, City of Orlando, FL Mr. Bieber serves as Project Engineer for the preliminary and final design of a new 5-mgd AADF (15-mgd AADF build -out) advanced wastewater treatment (BNR) facility. He was responsible for design of the basin, fine bubble diffusers, non -clog centrifugal internal recycle pumps, and scum pump station. The BNR is designed to treat effluent to a 5-5-3-1 quality. The project is currently under construction Association Yankee Lake Water Reclamation Facility Repair and ® Florida Water Replacement, Seminole County, FL Environment Mr. Bieber served as a Project Engineer during final design of the Association Yankee Lake Water Reclamation Facility. The project consists of replacement of return activated sludge pumps, sludge holding tank diffusers, belt filter press air compressor, positive displacement blowers, vertical turbine filter backwash pumps, vertical turbine effluent transfer pumps, and chlorine contact tank influent slide gates. Hazen and Sawyer I hazenandsawyer.com 30 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Ervin Myers,, Jr., PE Project Director Mr. Myers has 2,5years of experience with the planning, design, permitting, bidding and construction management ofwater and wastewater treatment plants, alternative water supply studies and issues, pump stations, program management services, water quality issues, hydraulic Education modeling, water quality modeling, water supply planning MS, Environmental and infrastructure improvements. Systems Engineering, Clemson University,1996 He has extensive experience with collaborative project delivery BS, Civil Environmental including construction -management -at -risk (CMAR), design -build, Engineering, Penn State design -build -operate, and owner's engineer. Mr. Myers has managed University,1994 complex, multi -million -dollar projects and is known to be a leader that delivers high quality work on schedule and within budget. Certification/License TP Smith WRF Centrate EQ Project, City of Tallahassee, FL Professional Engineer: FL Mr. Myers serves as the Project Manager for a new equalization basin that will store and return Centrate from the City's centrifuge Areas Expertise dewatering operations. Hazen is providing design, bidding, • Waterr Treatment permitting and construction administration services. Newfacilities • Water Quality willinclude the EQ basin, amixingsystem, returnflowpump station, • Water and Wastewater and a citric acid system for struvite control and maintenance. Design Plant Design is complete and the project will be funded with ARPA funds. • Pump Stations Glendale WRF Effluent Pump Station, City of Lakeland, FL • Disinfection Mr. Myers serves as the Project Manager for a new effluent pumping station and chlorine contact chamber for the City's Glendale WRF. • Master Planning Hazen is providing design, bidding, permitting and construction • Water Supply Planning administration services. New facilities will include the new pumping • Collaborative Delivery station capable ofpumpingto two separate reuse locations, achlorine contact chamber, auxiliary power and new electrical and I&C facilities. • Program Management Hazen is also providing SRF Clean Water Loan support services. Experience Water Treatment Plant #1 Hydrogen Sulfide Removal Project, • 25 total years City of St. Cloud, FL • 2 years with Hazen Mr. Myers served as Project Manager and was responsible for the design, permitting and bidding of a packed tower aeration system Professional Activities for hydrogen sulfide removal at the City's WTP #1. New facilities at American Water Works this 2-mgd plant include apackedtower aerationsystem, odor control, Association chemical feed for pH adjustment to optimize removal efficiency. A challenging element of the projectwas the requirement to construct all new facilities within the footprint of the existing building that was not envisioned to house a packed tower aeration system. Hazen and Sawyer I hazenandsawyer.com 31 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Mn Kunihiro specializes in municipal water; wastewater; and reclaimed water facilities. His knowledge and experience in process design, detailed design, construction, and operations allows thorough QC review from the standpoints of cost-effectiveness, reliability, ease of operation, and Education constructability, including maintenance of operations during BS, Chemical construction. Mr. Kunihiro has performed QC reviews of the City of Engineering, Case Daytona Beach Westside Regional WRF Influent Pump Station and Western Reserve Headworks, the City of St. Petersburg Northwest WRF Influent Pump University,1977 Station, the City of Tallahassee TP Smith WRF Headworks, Toho Water Authority Parkway WRF Effluent Disposal and Reuse Water Certification/License Balance Study, the Orange County Water Consery 11 go-mgd Booster Professional Engineer: pump Station, the City of Casselberry Wastewater Treatment Plant FL, CA, GA Improvements, the University of Florida Water Reclamation Facility Board Certified (WRF) Biosolids Thickening Improvements, and the City of Salem Environmental Engineer FOG Receiving Study. (BCEE) Rehabilitation, Repair and Replacement of Sanitary Sewer Lift Areas of Expertise Stations, City of St. Augustine, FL • QA/QC Mr. Kunihiro served as Project Manager for the evaluation and damage assessment and design improvements of 13 lift stations • Process Design impacted by Hurricane Matthew. The project compared the lift • Wastewater Pump stations to current City design standards alongwithASCE 24— Flood Stations and Force Resistant Design and Construction and NFPA 820 - Standard for Mains Fire Protection in Wastewater Treatment and Collection Facilities, • Conventional, Design- defined the repairs and modifications necessary to construct flood Build, and CMAR resilient LSs, provided cost estimates for budgeting purposes, and Implementation provided the groundwork for implementation by Construction Manager -at -Risk delivery. Drawings and Class 3 cost estimates were Experience prepared. Bidding documents, implementation, and FEMA • 44 total years reimbursement are ongoing. • 6 years with Hazen Parkway Water Reclamation Facility Reclaimed Water Improvements, Toho Water Authority, Kissimmee, FL Professional Activities Mr. Kunihiro served as Project Manager responsible for preliminary Water Environment design, design, permitting, bidding, and construction services for a Federation bulk sodium hypochlorite storage and feed system to replace gas American Academy of chlorination, a7.5-million-gallon ground storage tank, transferpump Environmental Engineers station, automatic strainers, high service pumps, stormwater and Scientists treatment systems, other site improvements, and communication and control through SCADA atToho Water Authority's Parkway WRF. Hazen and Sawyer 1 hazenandsawyer.com 32 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Sharon Siminaton Funding Ms. Simington has extensive experience working with local governments to fund infrastructure projects that better communities. As the Southeast Regional Funding Program Leader for Hazen, Ms. Simington focuses her experience on water, wastewater, and stormwater utilities projects and Education provides the planning, application, and administration for AA, University of South capital improvement projects. Florida, 2002 Ms. Simington helps clients in various industries and disciplines to Areas of Expertise identify potential funding sources. She leads efforts to secure • Funding Management alternative fundingfor a variety of clients and prcjects, acting as the • Program Management liaison between agency and community, providing asmoothfunding • Project Management experience and cohesive working environment. Indian Harbor Estates Septic to Sewer Retrofit, City of Oak Experience Hill, FL • 15 total years Ms. Simington secured grant and loan funding, provided coordination • <1 year with Hazen between entities, event planning, budget, and scheduling. This project resulted in the elimination of about 1,060 septic tanks which contribute to nutrient loading in the Indian River Lagoon Watershed. Specifically, for the Indian Harbor Estates Community, per the Mosquito Lagoon Reasonable Assurance Plan (RAP) Pollutant Load - Reduction Projects Report, converting Indian Harbor Estates from septic -to -sewer could eliminate 4,600 to 7,600 lb/year of total nitrogen and 1,200 to 1,800 of total phosphorus. Wiley M. Nash Wastewater Reclamation Facility, City of DeLand,FL Ms. Simington provided assistance with facility planning efforts and grant applications for FDEP's Wastewater Grant Program. This project includes the design, permitting, and construction of treatment units to add 2 mgd of additional wastewater treatment capacity, and upgrading the entire facility to satisfy advanced wastewater treatment (AWT) limits of 5-5-3-1 for BCD-TSS, TN and TP, respectively. Sanitary Sewer Collection and Treatment System, Town of Pierson, FL Ms. Simington provided the design loan Request for Inclusion, loan agreement assistance, disbursement request, funding coordination. The project involves the construction of approximately 21,200 linear feet of a new collection system, along with the construction of a loo,000-gpd wastewater facility. Hazen and Sawyer I hazenandsawyer.com 33 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Do bert Anderson, 1' Water Treatment Mr. Anderson specializes in potable water supply, transmission, treatment, storage and distribution projects as well as chemical and odor control system design. Chlorination Master Plan for WTPs, Orlando Utilities Commission, FL Education Project Manager responsible for preparation of a master plan to MS, Environmental evaluate existing gas chlorine vs. alternative forms of chlorination Engineering, University of for disinfection at seven water treatment plants and one storage and Central Florida,1989 re -pump facility. Alternative forms of chlorine evaluated include bulls BS, Chemical sodium hypochlorite, on -site generated sodium hypochlorite and Engineering, Geneva chlorine dioxide. Acost-benefit analysis was performed to assist OUC Oollege,1985 with decision making relative to the chlorination technology selection for each facility individually and for the entire group of facilities. In Certification/License this case, bulls sodium hypochlorite provided OUC with the most Professional Engineer: FL benefits based on both cost and non -cost factors. Based on the recommendation in the study, OUC plans to replace the gas chlorine Areas of Expertise withbulksodium hypochlorite at all the WTPs over the nextfewyears. • Water Treatment Continuing Utilities Engineering Services, Ozone System • Pipelines Evaluation, Seminole County, FL Project Engineer for the assessment of the ozone systems at the • Chemical Systems County's Southeast Regional and Country Club WTPs to determine • Odor Oontrol source of ozone gas releases, equipment deterioration, and hydraulic issues within the system to make recommendations for improvements. Experience • 33 total years Process Optimization Study at Mims Water Treatment Plant, • 12 years with Hazen Brevard County, FL Project Engineer responsible for the process optimization study at the Professional Activities Mims WTP, which uses lime softening followed by dual media filtration • American Water Works and chloramines for disinfection. The County was under a Consent order for violation of the Stage I Disinfectant/Disinfection Byproducts Rule, Association specifically for exceedingthe total trihalomethanes (TTHM) maximum contaminant level (MCL). Hazen was selected to investigate potential causes and provide recommendations to resolve the TTHM violation. Yankee Lake Water Reclamation Facility Rehabilitation and Replacement, Seminole County, FL Project Manager during construction and project engineer during preliminary and final design phase. Project included two new blowers with VFDs for aeration, new air diffusers for the sludge conditioning tanks, air compressor for filter presses, replacement of RAS pumps and piping, replacement of chlorine contact tank effluent pumps and piping and filter backwash pumps and piping as well as replacement of two chlorine contact tank isolation gates due to Hazen and Sawyer I hazenandsawyer.com inoperability of the existing gates. 34 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFO 22-006 Education MS, Environmental Engineering, University of Central Florida, 2018 BS, Environmental Engineering, University of Central Florida, 2016 Certification/License Engineering Intern: FL Areas of Expertise Drinking Water Quality, Treatment, and Distribution Chemical Systems ® Disinfection Experience • 6 total years ® 3 years with Hazen Professional Activities American Water Works Association Water Research Foundation Martin Coleman, PE Water Treatment; Pump Station Design Mr. Coleman has worked on multiple projects under Hazen's general consultant services contracts that are similar in scope to the City of Ocoee's proposed Utilities Engineering Services contract. Selected assignments have included the addition of sodium hypo - chlorite, carbon dioxide, and ammonium hydroxide at the Utility Commission of New Smyrna Beach's Glencoe Water Treatment Plant, and conversion from chlorine gas to bulk sodium hypochlorite at Orlando Utility Commission's water treatment facilities for prima- ry and secondary disinfection. Glencoe WTP Chemical Improvements, Utilities Commission, City of New Smyrna Beach, FL Project Engineer for the design of the chemical systems improve- ments for the Glencoe W TP which will include replacingthe existing gas chlorine and anhydrous ammonia systems with bulk sodium hypochlorite and ammonium sulfate, respectively, and adding anew carbon dioxide system for pH adjustment. The design included two pre-engineered metal buildings to house chemical storage tanks and metering pumps as well as carbon dioxide storage and feed skids. In addition to the final design documents. Mr. Coleman also completed an economic analysis between ammonium hydroxide and ammonium sulfate. Southwest Service Area Potable Water Storage and Repump Facility, Orange County Utilities, Orlando, FL As Engineer, assisted in preliminary investigation and design of the new Southwest Service Area Potable Water Storage and Repump Fa- cility, The facility will provide potable water to residential and com- mercial developments in the area via a 2.5 million gallons ground storage tank. Chlorine residual will also be increased at the facility using bulk sodium hypochlorite. Capacity Investigation, Utilities Commission, City of New Smyrna Beach Project Engineer responsible for conducting a capacity investigation to assist the Utilities Commission with planning future plant im- provements and expansion to address future water demands and regulations. A capacity investigation report was prepared to sum- marize the work. Cost: $44,600 (fee) Specific Role: Project Engineer Hazen and Sawyer I hazenandsawyer.com 35 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Benny Blanton,, PE Wastewater Treatment Mr. Blanton has over 34 years of experience in the planning, design, permitting, and construction management of wastewater treatment improvements, including treatment plant upgrades for a variety of unit processes, pressure and gravity piping, and storage and pumping improvements. Education Engineering, His experience includes utilizing innovative and advanced waste BS, Civil EnFlorida, treatment technologies including the use of trenchless technologies University gi 1988 for pipeline installation and rehabilitation, vacuum sewer for septic tank phase -outs, heat drying coupled with anaerobic digestion for Certification/License biosolids management, implementing enhanced biological nutrient Professional Engineer: FL removal processes and UV disinfection South WRF Improvements - Phase 5, Orange County Utilities, Areas of Expertise FL ® Project management Mr. Blanton served as Project Manager for the planning, design, and • WWTP/WTP Design construction administration services for a 13-mgd expansion. • Wastewater system Upgrades included grit removal, step -feed BNR, blower building, design, startup, and secondary clarifier, tertiary filtration, sludge thickening, dewatering, operations and digester cover replacement. a Collection, Consery II WRF Preliminary Treatment System transmission, Improvements, City of Orlando, FL distribution pipeline Mr. Blanton served as Project Manager for the design of a new design preliminary treatment system, including a new elevated structure housing influent bar screens and Headcell grit removal equipment Experience for the 2s-mgd AADF. ® 34 total years Consery II WRF Anaerobic Digester Rehabilitation and Bioset ® 1 year with Hazen Sludge System, City of Orlando, FL Mr. Blanton served as Project Manager for the study to improve the Professional Activities anaerobic digesters at the Consery Il WRF, including Technical Water Environment Memorandums on temperature phased anaerobic digestion, thermal Federation hydrolysis, combined heat and power systems, fats -oils -grease Florida Water receiving station, and sidestream treatment. Due to high cost, the Environment Association City decided on Bioset sludge stabilization with design and construction (FWEA) administration led by Mr. Blanton. Hazen and Sawyer I hazenandsawyer.com 36 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Jose 1rst' PE Biosolids; Septic to Sewer Evaluations Ms. Hirst has 18 years of experience in environmental engineering and has worked on a wide variety of biosolids projects. She recently completed the Biosolids System Alternatives Evaluation Education for the City of Tampa Howard F. Curren Advanced Wastewater MS, Soil and Water Treatment Plant (WWTP) Master Plan. Science, University of Utilities Design Services, Polk County, FL Florida, 2016 Ms. Hirst assisted in the development of a long-term Regional BS, Biosystems Biosolids Management Plan for the County's 11 treatment facilities. Engineering, Clemson She provided assistance in the design and implementation of the University, 2004 biosolids management plan including the permanent dewatering facility at one regional WWTP and mobile dewatering units for the Certification/License other regional WWTPs. Professional Engineer: FL Biosolids Management Master Plan Study, City of Sunrise, FL Areas of Expertise Ms. Hirst assisted in the development of a Biosolids Management • Residuals and Biosolids Master Plan for the City. The plan included assessments in biosolids Management projections at two WWTPs, applicable rules and regulations, various technologies available, facility layouts and cost comparisons. • On -site Sewage Treatment and Howard F. Curren AWTP Master Plan, City of Tampa, FL Disposal Systems Ms. Hirst served as Project Engineer for the biosolids treatment • Wastewater Facility evaluations. The HFC AWTP is permitted to treat 96 mgd with a two - Planning and Design stage, high rate activated sludge treatment plant. This plant is ® Screen Performance operated to discharge AWT, high-level disinfected and dechlorinated effluent to Hillsborough Bay. Residuals can be heat dried to meet Testing Class AA standards and can be dewatered for Class Bland application. Experience The Master Plan includes a review of ongoing projects; existingunit • 18 total years process evaluations; an assessment of the major equipment and current operations; technology evaluations and process alternatives; • 17 years with Hazen and selection of process improvements to reduce operating costs, restore reliability, and improvement efficiency. These improvements Professional Activities will be used to develop a list of required plant capital improvements. Water Environmental Federation American Water Resources Association Hazen and Sawyer I hazenandsawyer.corn 37 City of Ocoee • Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Biosolids; Pump Station Design; Reclaimed Water Master Planning Mr. Holmes has been involved in the planning, design, and construction of more than 60 pump stations in the states of Florida and Texas. He has worked with municipal clients in the areas of wastewater, Education reclaimed water, and potable water pumping and storage with ca- ME, Environmental pacities ranging from o.5 mgd up to 45o mgd, and Hp from fewer Engineering, University of Florida, 2003 than 10 Hp up to 1,000 Hp. BS, Environmental Lift Station Renewal and Replacement, City of Houston, TX Engineering, University of Mr. Holmes served as the Evaluation Task Manager for planning Florida, 2001 and design of improvements to six lift stations in the wastewater collection system, ranging from 0.5- to 2.5-mgd. Planning and de- Certification/License sign included the evaluation of alternatives for gravity diversion of Professional Engineer: the lift stations. FL, TX Areas of Expertise • Design and Planning of Water and Wastewater Treatment Facilities • Modeling, Evaluation, and Design of Water and Wastewater Pumping Stations Construction Management Services • Pipeline Routing Evaluations Experience ® 20 total years • 18 years with Hazen Professional Activities American Water Works Association Water Consery II, City of Orlando, FL Mr. Holmes served as Project Engineer for the design and construc- tion of a go-mgd in -line booster pump station. The in -line booster pump station is being constructed to boost pressure in the existing pipeline for the purposes of meeting the peals flow needs of the Wa- ter Consery II Distribution Center. The in -line booster pump station comprised seven vertical turbine pumps, controls for an unmanned facility, an electrical building and construction of a Fire Marshall access road. In -Line Booster Pump Stations, City of Port St. Lucie, FL Mr. Holmes served as Lead Project Engineer for the mechanical de- sign and hydraulic modeling of three wastewater in -line booster pump stations with a combined capacity of 50-mgd and a total site improvement area of 5 acres. These pump stations included all an- cillary equipment for remote operation, including generators and on -site fuel storage. He was responsible for performing design, per- mitting, bidding, and construction oversight. Northeast Water Reclamation Facility Reject Storage and Pumping Improvements, Orange County, FL Mr. Holmes served as Project Engineer during Preliminary Design for the construction of a new 2-mg reject storage tank, pumping im- provements, and rechlorination facilities for the Orange County fa- cility. Hazen and Sawyer I hazenandsawyer.com 38 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Wastewater Facility Operating Permit Renewals; Pump Station Design; Utility -Related Permitting Mr. Say has 11 years of experience focusing on water, wastewater, and stormwater applications. He has a keen interest in biosolids applications. In addition to projects that focus on biosolids treatment, Mr. Say also has worked on Education headworks upgrades, biological nutrient removal, and a variety of Chemical secondary and tertiary treatment applications. These projects have Engineering, University of Engineering, ranged from feasibility study/master planning level through detailed Cincinnati, 2015 design and construction support. BS, Chemical Engineering, University of Hamlin WRF, Orange County, FL Cincinnati, 2010 Mr. Say completed and submitted Domestic Wastewater forms 1 and 2A to the Florida Department of Environmental Protection for a Certification/License proposed s.o-mgd WRF. He also supported bid phase contract Professional Engineer: document updates. FL, OH Water Consery II Inline Booster Pump Station, Orange County Areas of Expertise Utilities, FL Mr. Say provided bidding and construction phase services for a new • Process Engineering reclaimed water pumping station. He reviewed mechanical shop and Evaluations drawing submittals, including vertical turbine pumps, ductile iron pipe, and valves, as well as supported bidding phase by updating Experience contract documents to address Requests for Clarification and • 11 total years analyzing contractor bids. • 4 years with Hazen Lift Station Rehabilitations, City of St. Augustine, FL Professional Activities Mr. Say served as Design Engineer for the rehabilitation or replacement American Water Works of 13 lift stations that were damaged during Hurricane Matthew and Association are being partially funded by FEMA. Lift station capacities range between ioo to 9oo gpm and are located in areas subject to storm Florida Water surge and sea level rise. Nine of the pump station improvements Environment Association include permanent back-updieselpumps. Mr. Sayupdated 30% level mechanical and civil drawings for multiple lift stations based upon client and Construction Manager -at -Risk input. Centrate Equalization, City of Tallahassee, FL Mr. Say is the Project Engineer for the design of a centrate equalization system at the City of Tallahassee. He is responsible for developing drawings, specifications, and coordinating with other disciplines for the design of an approximately 700,000 gallon cast in place concrete storage tank, pumping station, and citric acid cleaning system. Hazen and Sawyer I hazenandsawyer.com 89 City of Ocoee • Continuing Engineering Services For Federal Grant Funded Utilities ARPA Projects • RFO 22-006 Pipeline Design Ms. Peckham has significant experience with the design and construction of pipelines, including trenchless technologies. Ms. Peckham has 19 years of experience providing water and wastewater planning, design, and construction management services to municipal clients in Florida. She has extensive experience reviewing Education residential and commercial site development plans for compliance BS, Environmental with local and state regulations, as well as providing bidding, Engineering, University of permitting, and construction administration support services. Ms. Central Floirda, 2002 Peckhamwill provide custom solutions to the City of Ocoee's pipeline projects by applying her significant knowledge of pipeline construction Certification/License and materials. Professional Engineer: FL Westwood Boulevard 24-inch Water Main, Orange County Areas of Expertise Utilities, FL • Potable water and Ms. Peckham served as Project Manager for the installation of wastewater/reuse plant approximately 6,300 linear feet (LF) of24-inch water transmission expansions/ main and the removal of an existing 12-inch water main within the modifications congested Westwood Boulevard right-of-way. The project included • New/refurbished conceptual routing analysis, final design, permitting, community distribution and meetings, bidding, and construction administration services. transmission systems Ernie Caldwell Blvd. Reclaimed Water Main Phase II, Polk • New/refurbished lift County Utilities, FL stations Ms. Peckham served as Project Manager and Engineer -of -Record for 14,00o LF of 16-inch reclaimed water main within the right-of-way Experience and easements along Ernie Caldwell Blvd. Installation methods were • 19 total years via horizontal direction drill, open cut, and jack and bore. The project included preliminary and final design; permitting through FDOT, • <1 year with Hazen CSX Railroad, and Army Corp of Engineers; bidding; and construction Professional Activities administration services. American Water Works Pineda Causeway Water Transmission Mains, City of Association Melbourne / City of Cocoa, Melbourne, FL Water Environment Ms. Peckham served as Engineer -of -Record for the installation of Federation two 16-inch potable water mains and associated connection piping for a joint project between the Cities of Melbourne and Cocoa, including over 40,000 LF of water main. The project included five horizontal directional drills under the Indian and Banana Rivers using fusible PVC and HDPE pipe with the longest drill being approximately 6,300 LF. Hazen and Sawyer I hazenandsawyer.com 40 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Wastewater Master Planning; Septic to Sewer Evaluations Dr. Jagtap specializes in systems -level evaluations of Wastewater treatment for nutrient removal and recovery. Thomas R Smith Water Reclamation Facility Master Plan, City of Tallahassee, FL Education Dr. Jagtap served as Project Engineer in the development of a Master PhD, Environmental Plan for the City. GIS software and tools were used to create project Engineering, University of maps and perform population forecasts in the facility's service area. Florida, 2019 Existing and anticipated wastewater flows to the treatment plant BS, Environmental were evaluated to guide the City on future service area expansion. Science, University of Florida, 2013 Innovative Wastewater Treatment Program, JEA, City of Jacksonville, FL Certification/License The City of Jacksonville historically led multiple septic tank phase Stormwater Inspector: FL outprograms for areas without central waterand sewer infrastructure. Many infrastructure projects were accomplished over the years Areas of Expertise through City capital project initiatives and the work continues today • Wastewater Process with the current septic tank phase out program. Dr. Jagtap is serving Engineering as Project Engineer on the Innovative Wastewater Treatment Program • Nutrient Recovery project to assess and recommend the most appropriate technologies and approaches that can be applied to these prioritized areas. • Experimental Design • Analytical Method Westside WRF Influent Pump Station and Headworks, City of Development Daytona Beach, FL Dr. Jagtap serves as Project Engineer and is responsible for providing • Geographic Information engineering design and construction services for influent pumping System (GIS) additions and a new headworks structure at the 15 MGD Westside WRF. The scope of work has included a grit characterization study, Experience an evaluation of screen and grit removal technologies, the design of • 7 total years a new fine screening structure and equipment specification • 2 years with Hazen development. This project is constructed with a progressive design - build delivery. The project is currently in final design. Professional Activities Glendale WRF Effluent Pump Station, City of Lakeland, FL American Water Works Dr. Jagtap served as a Project Engineer for a new effluent pumping Association station and chlorine contact chamber for the City's Glendale WRF. • Joint Section Research Hazen is providing design, bidding, permitting and construction Committee Chair, Local administration services. New facilities will include the new pumping Section Subcommittee station capable of pumpingto two separate reuse locations, a chlorine contact chamber, auxiliary power and new electrical and I&C o F, 0 facilities. Hazen is also provide SRF Clean Water Loan support 0 services. Hazen and Sawyer I hazenandsawyer.com 41 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFC 22-006 Hazen understands the City needs firms with adept skillsets capable of solving the challenges facing the City of Ocoee. We have the tools and knowledge to successfully represent the City before regulatory agencies and provide engineering support to maintain, expand, and manageyour utility assets and facilities. Project Understanding The City is seeking Utilities Engineers to perform engineering design Hazen has all of the services for designated utilities projects funded through the American necessary Rescue Plan Act (ARPA). We understand projects may also include those funded through other federal grant funds such as FEMA, FHWA, etc. The (I 1, `n,`�� RFQ lists the type of assignments that may be given to the selected firms for this contract. in general, work will fall under one of the following areas: • Planning — utility service studies, capital improvements, infrastructure rehabilitation, and utility engineering planning (�is����, n��,�,r?ifr to services provide the requested • Permitting - FDEP, SJRWMD, FDOT, and local building department services listed in the • Design/Construction — preliminary and conceptual design, final RFQ, design and construction services for potable water, wastewater and reclaimed water systems ranging from gravity and force main to treatment facility projects The HazenTeam • Financial — grants, funding sources, and economic evaluations Hazen's experience in Orange County provides in-depth insight into areas of rapid growth and how best to assist the City with extension of utilities. We understand the challenges of converting septic to sewer and expanding a reclaimed water system. We understand that the City of Ocoee has received approximately $24 We are readily million in ARPA funds. ARPA funds may be used for the following types available to begin of projects and use of ARPA funds for water and sewer projects do not providing carry some of the same onerous requirements as other federally funded Continuing Professional programs: Engineering Services • Water for the City of coee's • Sewer Utility projects to be • Broadband improvements funded through the • To offset lost revenue from the Coronavirus pandemic American Rescue Plan • Mitigation projects Act. Hazen and Sawyer I hazenandsawyer.com 42 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Project Management Plan Our Project Manager, Derek Bieber, PE, will adhere to Hazen's guidelines for project management, which include development of a Project Management Plan (PMP) at the project onset. The PMP identifies all team members, contact information, and a date -specific timeline for milestones and deliverables. The PMP also clearly defines each team member's responsibilities, budget assignments, and expectations. The City's Project Manager will be kept informed of any delay or possible cost issue through regular communication and the submission of the invoice summary and progress reports. The key aspects of our project management plan are highlighted below along with the benefits to the City. Project Management Approach Our project management approach f o ,u"os out k )y objer"I"iVesa Monitor and control project costs and schedules Ensure high quality design deliverables and constructed assets Ensure effective 5communication Provide necessary clocumentation for verification of project objectives and goals Work seamlessly with the City as an extension of staff Anticipate and control risks during I implementation Implement the project efficiently Hazen has a time -tested philosophy of providing engineering services, which includes a project management and design development approach that keeps the project efficient, while p oiddJuinia ql!, aflty Prodnot thiaA providos for the it Beds of our oflent. Hazen and Sawyer I hazenandsawyer.com 43 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Effective communications are the hallmark of any successful project. Our team takes pride in being responsive to our clients. Additionally, steps need to be taken at the onset of a project to ensure that communications are properly established. Our Project Management Plan will define the scheduled meetings and coordination and list the contact information for all stakeholders. Key Aspects of Project Management Plan ® Develop clear scope of work rising WBS Reduces scope structure concepts. creep and schedule Maintain regular City and project team slippage. Effective Project communication. Management ® Submit monthly progress reports. Effectively use electronic tracking/PM systems. • Maximize use of City standards. Avoid unexpected Proactive Cost 0 Assign g g n milestone dates and budget goals changes to budget and schedule late in and Schedule for specific subtasks, the project. Control ® Provide bi-monthly schedule updates. . Apply value engineering opportunities at project onset. . Technical expertise. Ensures availability Assignment of ® Local presence and familiarity. and involvement of experienced Personnel °Previous experience on similar projects. engineers • Availability over the duration of the work throughout the assignment. project. a Assign QA/QC tasks to experts in the Ensures lessons specific field. learned are ° Regular and ® Involve QA/QC team at project onset. incorporated into the Thorough QA/QC r e Identify specific QA/QC milestones. design and provides assurances that QA/ QC reviews are being regularly performed. ® Develop a risk register to document Identifies project risks Anticipate and potential risks that could affect schedule, and potential mitigation control risks budget, and quality. strategies to mitigate during ® Regularly update the risk register. unexpected impacts to implementation ® Document actions to minimize risk. budget, schedule, and deliverables. Provide ® Utilize comprehensive logging, tracking and Improves efficiency necessary reporting system. of project team and documentation e Provide access to all parties. reduces potential o conflicts duringconstruction. a Use Sharepoint or similar contract manager software. Hazen and Sawyer I hazenandsawyer.com 44 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 ScheduleThe experience gained by In order to ensure that schedules are met in accordance with the City's our team over the years on a vast array of projects of time frame, a detailed project schedule in Primavera or Microsoft Project varying size and complexity will be developed immediately following the issuance of a notice to proceed, has led to the development and will be maintained over the course of the project. The project schedule of effective project manage - details the steps required to complete the project utilizing a critical path ment and control techniques methodology. The use of scheduling software provides a time management which are routinely em- ployed by our staff on all tool to better track progress of the project in real terms. The types of projects. scheduling techniques employed are tailored to the complexity of the project and reporting preferences of our clients. Key management elements and their application to Mr. Bieber will be responsible for ensuring that all task schedules are complete all phases of any stet. Hazen subscribes to a strong project manager approach where all successful project include: lines of communication are via the Project Manager. Mr. Bieber will be ® Work Plan responsible for maintaining full knowledge of all assignments. This ® Project Standards approach is designed to provide one person answerable to the City at all ® Client Involvement / times. Workshops Cost ® Project Scheduling System Our commitment to quality and efficiency is evidenced by our use of an ® Cost Control / internal network accessible from all of our offices for efficient data storage Task Management to share and maintain standards between all team members. The City will be provided a detailed invoice each month along with a status report so that the City can verify progress of the project on a monthly basis and be kept informed of any delay or possible cost issue before problems occur. Projects will be broken down into smaller tasks with task numbers cor- responding to the scope of work. These same task numbers will be used CCTheir [Hazen] responsive - within the project scheduling software and written on invoices issued to ness, attention to detail, the City. This will allow the City to match work efforts reported within and technical expertise project submittals and progress reports and discussed at progress helped the City complete meetings. this fast track project on -time and within budget. Cost Control of the Design Process Hazen... demonstrated a high level ofprofessional- Cost control for each work assignment through this contract will also be ism and pet formed engi- the responsibility of Mr. Bieber, who will use our company project tracking veering services with software tool, Deltek Vision. He will have the ability to checkproject costs exceptional quality." and labor expenses on a daily basis. In addition, Mr. Bieber will track progress of team members as tasks are performed to verify that progress David Abbaspour, PE matches the budgeted hours for each task. The City will be provided a Senior Professional detailed invoice each month so they can verify progress of each assignment Engineer on a monthly basis and be kept informed of any delay or possible cost issue City of St. Petersburg before problems occur. Lift Station 85 Albert The table on the next page shows a few examples of recently completed Whined Master 30-inch projects that were delivered to the client on time and within budget by Force Main PartA our proposed team. Hazen and Sawyer I hazenandsawyer.com 45 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFO 22-006 "The Hazen team has shown competence, experience, and knowledge in all these areas. The project team communicates very well; they are flmell V ha Oicnhr ��roject dellliieries and have miles aap,ed to �keagp bugdget even when additional work is requested of them." - Tampa Bay Water Recently Completed Projects Delivered on Time and Within Budget During Design Tampa Bay Water Supply 12/2018 Yes $3,580,000 $0 $3,580,000 Water Master Plan City of Venice Second Force 08/2020 Yes $195,315 $0 $195,315 Main Under 1-75 City of Plant Master Plan 08/2020 Yes $335,900 $0 $335,900 City — Tampa Bay Alafia Pump 06/2018 Yes $164,000 $0 $164,000 Water Station Sarasota Lockwood 09/2018 Yes $149,470 $0 $149,470 County Utilities Ridge BPS _ Sarasota South Gate 04/2016 Yes $96,250 $18,8401 $115,090 County Utilities Master Pump Station PDR Seminole Yankee Lake 12/2018 Yes $245,962 $54,1022 $300,064 County Water Reclamation Facility R&R City of Venice SRF 04/2019 Yes $132,630 $0 $132,630 Assistance Peace River Water Quality 07/2020 Yes $174,010 $0 $164,000 Manasota Master Plan Regional Water Supply City of Wastewater 10/2019 Yes $161,920 $0 $161,920 Sarasota Hydraulic (contract is Model still open for Development on -call assistance) Owner requested change to perform additional hydraulic modeling and updates to the PDR. 2Owner requested changes to replace chlorine contact tank gates, modify digester piping, and repair/recoat grit structure. These similar projects provide testimony to the efficiency and thoroughness Hazen provides to our clients. Haxom ills Coo-nfuA e- rd to ProdlLmiing NgCl gpunllity, «as-t- ci o {p f;IPiliICC,(IF�lilii; �ir)3't+Cii��13 ia;I�,S3 ritri}(il�iIl illfYr t ti,G� �t)!l,'II()311 kfifi<,il7jlf,f.,: Est>lit3E';�rli,�ltl `S'; Hazen and Sawyer I hazenandsawyer.com 46 co 0 0 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Cost Control of the Construction Component As discussed previously, Hazen uses multiple resources for developing construction cost estimates to ensure their accuracy - this includes an internal construction cost estimating group, a catalog of recent regional bids on similar projects, relationships with local equipment vendors and contractors, just to name a few. With a variety of sources, we work closely with our clients to assure that cost estimates are accurate. Cost estimates are updated with each design milestone so that the City is up to speed on how design changes/decisions are impacting project price. The cost estimate process includes performing a quantity take off from the project drawings and specifications, in addition to coordinating with equipment and material manufacturers for specific quotes. With each cost estimate update, if it appears that the project is going over budget, the Hazen team will propose design modification options to reduce cost for discussion at the design review meeting. Examples of projects that were completed by Hazen in the past five years are shown in the table below. Projects Designed by Hazen within the last 5 years - Construction Costs Orange County Water Consery II 10/2019 6 $17,888,000 12,876,000 $13,446,829 Transmission Main Booster Pump Station Improvements Orange County Northwest Water 07/2017 6 $2,700,000 $2,786,929 $2,933,572 Reclamation Facility Reuse Water Storage Improvements Sarasota County Lockwood 09/2017 4 $689,000 $620,115 $620,115 Ridge BPS City of Venice Reaeration Blower 04/2018 4 $540,220 $593,872 $593,872 Replacement City of Arcadia Lee Avenue 02/2017 7 $277,260 $257,360 $249,728 Utility Replacement City of Arcadia WM Looping 04/2018 5 $313,005 $242,850 $247,247 Project Hillsborot.Igh Rocky Creek 04/2019 3 $3,500,000 $3,600,000 $3,600,000 Vacuum Sewer Hillsborough Falkenburg AWTP 03/2019 2 $1,200,000 $1,300,000 $1,200,000 Screw Press Hillsborough SCAWTP 08/2018 1 $8,100,000 $8,600,000 $8,800,000 Expansion Tampa HFC Grit Replacement 01/2019 6 $4,700,000 $4,700,000 $4,700,000 Hazen and Sawyer I hazenandsawyer.corn 47 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Based on workload projections, Hazen selects the most qualified staff available to work on each project. Our team has a conservative approach of undertaking projects only when workload permits. Our increase in local Orlando staff by 10o% over the lastyear is a testament to our firm's dedication in ensuring we provide sufficient staff to meet our regional workload. For a long-term contract such as this, we will ensure the availability of our key resources throughout the duration of the contract to ensure that the key staff presented in this submittal will be the staff used throughout the contract. Our team is committed to doing this and will place a priority on each and every work assignment. If additional resources are necessary to support our team, Hazen maintains a staff in eight offices within Florida. In addition, Hazen employs more than 1,200 firm -wide staff members in all of the necessary disciplines and has the capacity to draw upon this staff should an unforeseen circumstance occur or if specific expertise is required at the City's request. The figure below illustrates our team's current and future workload capacity. Current and Planned Workload 100% Percent Utilization 100% Available Staff o 70%ate_ _ Person -Hours 60%"® D_ 50% 40% 30% 07/22 08/22 09/22 10/22 11/22 12/22 01/23 02/23 03/23 04/23 06/23 06/23 07/23 Our Project Manager will also routinely meet with assigned staff to make sure they have the necessary availability and shift work assignments as necessary to balance the workload,='s0i/1 atys p kaciin ffie IAgh t priN" ditV oril the,CRI-V's a stAgnInnen-ks. Hazen and Sawyer I hazenandsawyer.com 48 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFO 22-006 Licenses r� STATEOFFLORIDA BOARD OF PROFESSIONAL DJGINEERS F]0 11 EnixhFEA3�¢¢JGiI[O�our:VERnc �PPOVBbIts OFCNAPt6i �Jf,RO[1BASFAMFS I MYERS, ERVIN B. IR. szt Fi'J.miRi - o+tum, 1 �vNR aPEsJ _� b MIT STATEOFFLORIDA BOARD OF PROFESSIONAL VDIINEER5 FPOW W RocH A$JAMES 1 RUNIHIRO, CURTIS I. ICdk�tEO:trF NAINv9 ARY 343GL ���� STATEOFFlOP1DA �"�� BOARD OF PROFESSIONAL ENGINEERS 51[¢ulflA.RCIX. sEACN l+N:fl[,Tn UVCfR TIE P[O' siOJlSOr OJ+PLF0.1]LR,%IBAS]AMFs BIE13ER, DEREK WAVNE'' 9190.tE eAt]: IAVE ir; GEPsuAwm,zvn STATEOFFLONDA BOARDOFPROFESSI NALENGINEERS 1.x.sFR Nnnf � N[OGN uv[Ot NE O[O ADo ILs OF IXAPTER 1>l, ROFIOA STAMES HOLMES, FREDERICK ROLAND �E¢<l]T: Av t4tE SVRE:So rtsvl+ � v,eFsx yy <RYiAro3] F'^a h.yl L "— STATFOFRORIDA BOARD OF PROFESSIONAL ENGINEER5 .Fh)—AFJ9@.NE PTOWU)i50TOiA E¢+)I.TIGTR)ASTANCFS SAY, KEVIN avlw+TRsrtTFET :m FBPE STATEOFFLORIDA BOARDOFPROFESfCX It—EERS `:�i EF_r:eiFc. tOu::[nn,E tit\�-T t PAI[rtEs BANNETT.DAVID AUDREW i1 FBPE / STATEOF FlOP10A 1 \n[.—TEOFFIOPIDA L'<L t ,b.� STATE OFFInRIBA _ BOARDOFPROFESSIONALENGINEERS - BOARD OF PRO—IONAL ENGINEERS BOARD OF PROFESSIONAL DNGINEERS M-P<.OFGSW E[RXEPmlGNm.,Ent :o-R NE PP.rnM1sq OFCHvtE¢a)l. ito DAS)ANtES n¢ifia 6 t1315Dm3aN V.C[RNF PPoI IONso.MATTEC!]L f[�GJDA STAMEs n Co u.�3a Tx' TOWW`ls OFtiuPFER1)I.RO.IDAS[AND, HBSr< JOSEFI N EDEBACK-; siill MCKENNA.RYAN D. - A eAVAUP 4zs DIEFFENTHA4LER, ANDRE ANTHONY _ wwemPFesa]s J --ARY34mv �_"9_"aEe—� ]e PEEPVAmz4A%tS E" X —� APrz>3ozz STATE OF DORIDA BOARD OF PROFESSIONAL DJGIN EER5 I .Ll2¢VUTFB SO. FROVi[pJS OFOIULFR /», ROFJDAS]AMEs N I E I COLEMAN, MARTIN DANIEL m+xi�cR AIE rtnEm 3. Iln" ." MIT STATEOFFIORIDA BOARDOFPRG BSIONALENGINEERS NFFP IOVSOFOIIPTFR ll FtO¢pA5]AMES Tn F SCHROEDER, JOHN P. DCt!>nFll t<l{tNt?t )RR+e]s FFnsiv .. Qg FBPE STATE OF FLORIDA AR F ROf 51 NALE INEF0.5 1 5 < TO)-1-1 f.FFO..O—A Nrzs BLANTON, KENNETH MICHAEL 1 BI'E I_BPI. STATEOFFLORIOA STATEOFFLOPIDA PI'� STATEOFFLORIOA� BOARD OF PROFESSIONAL ENGINUM BOARD DF PROFE55IODAL ENGNEERS BOARD OF PROFESSIONAL VIGINEERS . 3 NCF[OWia OUPIER+)LFtOP10 AMFs nr ttYsdv(las4lBD[Dsn v.9ER NE PPO ts10.\SOFOIAPtF¢ )i ROGOA STANtfS IAtflJS.S¢I+Fc[c![:1kDliEn N:oEa ]RF p.0 +bN50FO{<srE¢1)LitOPiUA STAMES PECKHAM, MELANIE DAWN ISHII. STEPHANIE KIND, LOUISE Esnaa RuIA•��Rl<'A K ANDERSON,ROBERTK nsi ECNaVv.9oo5fFFEaT t FrS+vATp A] ¢Vi43o]+ I O RE<V F>TIRAMNO]ute FFT.w)AV3A ]nn, PEn[zi- -- 1- Fbv35F I <+�n..mr s,..,ut,<xu.n.'u,.:..,.._. r�r..-. au�l+•.s-,ta,.<a. CATRATp.V PACEFFBaVAW i+,3Pv Hazen and Sawyer I hazenandsawyer.corn 49 City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 dbpr.l . n1tALT OIILINE SERVICES Llcsnsee R Reg a t�'' •,-.% Pr'.:r 5'z�s Curran) C Il:. _-.,z Ds•a 11'V?i1918 Related Lk—e Information nslnn Einr 4n Pank E'1'naW_n NnTbar f T)F< lactt,s Oare Uate _r f] E. - inVLr,R. FG2PRiE' P �Ir1 Cl'Prdlll Pr'. U22Ux)xl n— f BP[ STATE OF RORIDA ' BOARD OF PROFESSIONAL ENGINEERS PE. Is1ONS C£ODPILA In nai3OA STAUNITS m[ i SCHMIDT. DANIEL BRADFORD L— e ar. cEwzu � «, FBPE pM { STATEOFFLORIDA BOARDOFPROFESSIONAL ENGINEERS F.a N15OF Wv141ILFLu0R4JASTAM6r i WILHOIT,IOHNPAUL nrruAnn License-e information AHU HANNOUD, DARAN IFrtisi xa-al '.. Idx'n Address 5616WESTERN SUNDR. SAINTCLOUD Fic,ida V771 Ca.lnty. OSCEOLA L{ elyd malign lJ ae Typ_ Pralessionnl Engineer Prof Engineer -L—e IL111:1. 93959 S!a!ne C-,,a AW,/ LI!E.ns Dete M05IM22 Es FSe. OL2i]02l Sp=.dnl Ousllacations Ouelifir�lion EHactiva Envirnno, ntal OE11W.19 Licensee Na- SGh1EfIGINEERING, INC. License Numh. G20D Rank; Re91stry Licenaa ErpDale Fdmary Slates Current Lfcense Da!a 03105I1592 Related License Information License Relationship Relatlen Eapbatlon Slacua Number Reloletl Porly Type Ronk Elfeclive Date Date 41204 C r.rL SHAHIba1.11. GHIJAY REZ4 Reglsity 01110�2605 Pre'e.'anai 0L2C.2023 A lira Ergn-.r Licensee Name: I4EKNA ENGINEERING, LLC Llcenac NUTber 31920 Rank Re9lstry Cleanse Eq.:-r, Data' Pdmah Currant IrgoA License Dale 12/07/2016 Related License lnformatlon License Status Nmobar Related Parry Rela Uonshlp Type Relation Rank EApl,o Oon Elfeclive Date Dnte 71407 Cunerit SCBCL1K. JOHN VIIICENT Rogstry III IGR016 Prf.sa4>nel 02120.2023 A.,' Eognaar Llcensce GEOTECHNICALEENVIRCNh1ENTAl Licanse tlun,har 5382 tl=me - WISULTANTS.rX. Rank Re9lstry Llcer,se EYFFa'lon Dale Prlm=_ry Slntu= Cr,-"' Or;cal Lirense Dare 0210111991 OI�LIRE SER`/ICES Licenses r.,.rC Ra!oied LicenSs lnlolmallon irla an rN em D' «Pro akaeie�-�.rr�a. ��«e0� u«as 71o_LB81&I aess�ei Rcn.�is�m�e..rl.. n�riil)vs%w Ery'u��ien D_e F<Eawrya5.xei \rysss�n Professional Surveyor and Mapper Business License 1 ra.rrs<no+;r�o-,sour In. Da;m sm.<„ ECHO DES, "I, IaQ3 GEORGE RD STE a50 1"A.AIPA, iL 3_ws1l1U9 n1E4r\'1' NN,\eSI"'.IOEm0.1[uLTmtE Professional Surveyor and Mapper License 'u_M j nlc<Fl-c r Related License Information - (D License Relalfooshlp Re.lalfoo Eflecdve R°nk Es pi'lon O Number Type RalateA Party Type Da IC Dale 6271G Ct,—I, ArIDRE. RACHEL F Re3IsEr P211(N2021 N.f—iana) 02)29W23 P I !(t.�. cl A.c En Bno.r r, Hazen and Sawyer I hazenandsawyer.com 50 irm's Office Location and Other Forms City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Section No. 2 Firm's Office Location and other Forms To provide the City with a team that can respond in an expeditious manner, Hazen's Orlando office will be responsible for the proposed contract. Hazen's Orlando office is located within a 30-minute drive to the City, which facilitates easy access by our key project team members. For example, Project Manager, Derek Bieber, PE, who is based in this office, also resides within 3o minutes of the City's facilities. This allows him to be responsive to the City's needs throughout the contract, but especially during construction to quickly resolve any site issues, avoiding potential construc- tion delays. Our key designers are also locally based, which allows for quick site access, regular communication with City staff, and efficient startup/testing oversight. Office Locations for Firm and Subconsultants As requested in the RFQ, below is a listing of the location of all offices (firm and subconsultants) involved with this project and approximate distance (in miles) and time (in hours) to City Hall, Firm Office Location Distance to City Hall 919 Lake Baldwin Lane, Hazen and Sawyer Suite 200 18.7 miles / 0.47 hours (28 minutes) Orlando, FL 32814 Hazen and Sawyer 1000 N. Ashley Drive, Suite 1000 86.2 miles / 1.36 hours (81 minutes) Tampa, FL 33602 Hazen and Sawyer 7334 Delainey Court 126 miles / 1.96 hours (117 minutes) Sarasota, FL 34240 4000 Hollywood Boulevard, Suite 76ON 223 miles / 3.1 hours (190 minutes) Hazen and Sawyer Hollywood, FL 33021 Hazen and Sawyer 1300 Altmore Avenue, Suite 620 446 miles / 6.46 hours (346 minutes) Atlanta, GA 30342 Wekiva Engineering, LLC 711 Orlando Avenue, Suite A 17.6 miles / 0.43 hours (26 minutes) Winter Park, FL 32789 SGM Engineering, Inc. 936 Lake Baldwin Lane 18.7 miles / 0.47 hours (28 minutes) Orlando, FL 32814 ECHO LIES, Inc. 400 State Road 434, Suite 1024 31 miles / 0.6 hours (36 minutes) Oviedo, FL 32766 0 in o Geotechnical and Environmental 919 Lake Baldwin Lane 18.7 miles / 0.47 hours (28 minutes) Consultants, Inc. Orlando, FL 32814 Hazen and Sawyer I hazenancisawyer.com City of Ocoee • Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 Other Requested Information The following pages include the items listed below: • Summary of Litigation/Acknowledgement of Addenda • Exhibit B - Conflict of Interest Disclosure Form • Exhibit C - Company Information/Signature Sheet • Exhibit D - Drug -Free Workplace Certification • Exhibit E -Sworn Statement • Exhibit F - Certification of Non -Segregated Facilities • Exhibit G -Certification Regarding Scrutinized Companies' Lists • Exhibit H -Byrd Anti -Lobbying Amendment Certification • M/WBE Certification for the Firm -Hazen is not certified as a Minority Business Enterprise (MBE), how- ever, it is our policy to utilize MBEs as subconsultants should the opportunity arise and a qualified firm is available. The firm fully understands and meets all other requirements of Section 287.055, Florida Statutes - the "Consultants' Competitive Negotiation Act". Hazen and Sawyer I hazenandsawyer.com SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. See attached (Attach additional sheets if necessary) ACICIOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. N/A Dated No. Dated No. Dated (Remainder of page intentionally left blank) RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 21 Oity orocoee • Oontinuing Engineering Services For Federal Grant Funded Utilities ARPA Projects • RFQ 22-006 In the last 10 years, the Southeast Region of Hazen has been responsible for approximately $2 billion worth of public works construction. Our litigation record (or lack of) is excellent. We also want to emphasize that Hazen is not wholly or partly self -insured. Hence, it is our insurer that bears the risk and not the client. As requested, the table below provides a summary of litigation filed by or against Hazen in the past five (5) years, which is related to the services that the Bidder provides in the regular course of business. Date of Date Description Action Closed Outcome ID Number Court Professional Liability Claims Cecil Dwayne Whitson, Doing Business as Stately Scapes v. Hazen and Sawyer, P.C. Contractor alleged negli- gence in connec- tion with the construction of a retaining wall. 6/29/17 2/05/18 Settled $50,000 Civil Action No. 3:17-CV-988 United States District Court for the Middle District of Tennessee 'The City of High Point, Suez, a contrac- 7/24/2019 5/18/22 Settled Civil Action United North Carolina v. Suez for for the City of No. States Treatment Solutions, Inc., High Point, $700,000 1:19-cv-540 District Fidelity and Deposit brought a third Court for Cornpany of Maryland party suit against the Middle and CPPE Carbon Hazen and District of Process & Plant Sawyer in con- North Engineering, S.A. and nection with H&S' Carolina Suez Treatment engineering Solutions, Inc., v. Hazen design services and Sawyer, P.C. for the City. Close Construction, LLC C Solutions, 11/9/2020 9/20/21 Dismissed Case No.16 In the v. City of Riviera Beach engineer for the CA 013117 Circuit Utility Special District, City of Riviera MB-AF Court of the C Solutions, Mark Beach, seeks Fifteenth Drummond v. Hazen and indemnity from Judicial Sawyer Hazen as its Circuit in subcontractor. and for Palm Beach County, Florida Hazen and Sawyer I hazenandsawyer.com EXHIBIT `B" RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable federal, state, and local laws. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: Hazen and Sawyer Firm Name Ervin Myers, Jr., PE, Associate Vice President Name and Title (Print or Type) June 9, 2022 Date RFQ 1122-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 23 EXHIBIT "C" COMPANY INFORMATION/SIGNATURE SHEET RFQ #22-006 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE, SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE, RESPONDENT FURTHER AGREES TO COMPLY WITH ALL FEDERAL REQUIREMENTS IN THE PERFORMANCE OF THIS CONTRACT. Hazen and Sawyer COMPANY NAME A THORIZED SIGNATURE (manual) Ervin Myers, Jr., PE, Associate Vice President NAME/TITLE (PLEASE PRINT) NSA 919 Lake Baldwin Lane, Suite 200 STREET ADDRESS Orlando FL 32814 CITY STATE ZIP FEDERAL ID # 13-2904652 (407) 367-2626 TELEPHONE (INCLUDE AREA CODE) None FAX (INCLUDE AREA CODE) emyers@hazenandsawyer.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual x _Corporation Partnership Other (Specify) Swor to and subscribed before me by means of I physical presence or Elonline notarization this day of, J in r , 20_Q,�_• Personally Known__,_ or Produced Identification (Type of Identification) KMTIN LIBERACK: Notary Public State of Florida Comma HH166605 Expires8/18/2025 Notary Public - State of Florida County of Orange Signature of Notary Public Kristin Liberacki Printed, typed or stamped Commissioned name of Notary Public RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 24 EXHIBIT "D" DRUG -FREE WORKPLACE CERTIFICATION The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or polo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: Hazen p4Sawr Signed: By: Ervin Myers, Jr., PE (Print or Type Name) Title: Associate Vice President Date: June 9, 2022 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 25 EXHIBIT "E" SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to City of Ocoee, Florida by Hazen and Sawyer by Ervin Myers, Jr., PE, Associate Vice President (Entity) (Print individual's Name & Title) whose business address is 919 Lake Baldwin Lane, Suite 200, Orlando, FL 32814 2. 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 with 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 representation. 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. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. 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, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities AR -PA Projects 26 Neither 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 management of the entity, nor any affiliate of the entity have 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 the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this 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 the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. 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. (Please 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 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 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 CATEGO Y TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. /. ignature) Ervin Myers, Jr., PE Date; June 9, 2022 Hazen and Sawyer Name of Bidder (Contractor) STATE OF Florida COUNTY OF Orange PERSONALLY APPEARED BEFORE ME, the undersigned authority, Ervin Myers, Jr., PE who, after first being sworn by me, (Name of Individual Signing) (� affixed his/her signature in the place provided above on this 1 day of Junie , 209' IMTIN t.IBERAM Notary Public Kristin Liberacki av1siv." Notary Public My Commission Expires: r aState of Florida Comm# HH166605 Expires 8/18/2025 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities AR -PA Projects 27 EXHIBIT "F" CERTIFICATION OF NON -SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date June 9 2022. Hazen and yer — Ai�' By: �E=Min Myers, Jr., PE Associate Vice President (Title) Official Address (including Zip Code): 919 Lake Baldwin Lane, Suite 200 Orlando, FL 32814 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 28 EXHIBIT "G" Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Na=edSignature) Hazen and Sawyer By: Ervin Myers, Jr., PE (Au Title: Associate Vice President Date: June 9, 2022 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 29 EXHIBIT "H" BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION The undersigned, [Company] Hazen and Sawyer certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, [Company] Hazen and Sawyer , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if n Signatt re of Contractor's Authorized Official Ervin Myers, Jr., PE, Associate Vice President Name and Title of Contractor's Authorized Official June 9, 2022 Date RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 30 HazenHazen and Sawyer 919 Lake Baldwin Lane, Suite 200 , Orlando, FL 32814 Add GIL Auto for Account: 001-I0I200 GIL Auto Information GIL Account: I001-101200 GIL Description: ,PAYROLL CASH ACCOUNT_ Same Sign GIL Account: GIL Description: Same Sign GIL Description: Reversal GIL Account: GIL Description: Reversal GIL Description: Create Cancel S CELEBRATING Prepared for: City of Ocoee 150 N Lakeshore Drive Ocoee, FL 34761 1952-2022 I lipplillimillilillill I! I I I I lig I! Ill iiiiiiiiii I I! I! I ill! I! !I !!III � SeV ction 11. Hnn's Quaflifica'dons � 3 • Cover Letter 13 • List of Current/Recently Completed Projects - Last Five Years 14 • References 1 12 • Ability to Meet Contract Time and Budget Requirements 1 17 • Project Approach 1 19 • Organizational Chart 1 21 • Resumes for Key Personnel 122 • List of Subconsultants 43 ® Licenses/Certifications 45 • Current and Projected Workload 149 Str�cflon H. 0,fike Other IFormis 0 51 • Office Locations 151 • Certified S/M/WBE Firm 152 • Required Forms 1 53 rSection I. it Qualifications ° ctCover �_(-Aier June 14, 2022 City of Ocoee 150 N Lakeshore Drive Ocoee, FL 34761 RE: Continuing Engineering Services for Federal Grant -Funded Utilities ARPA Projects; RFQ #22-006 Dear Selection Committee Members: On behalf of CHA Consulting, Inc. (CHA), formerly Reiss Engineering, Inc., thank you for the opportunity to present our credentials for consideration by the selection committee to provide engineering services for the above -referenced contract. CHA is a full -service engineering and construction management firm founded in 1952 with over 1,400 employees in more than 40 offices. As an Engineering News -Record top 50 company, CHA offers our clients almost 50 different types of services. CHA's Florida team is staffed with over 150 professional engineers and specialists. Our Winter Springs office is staffed by the legacy Reiss Engineering folks who have served Florida clients since 1998. Our Winter Springs office will perform these projects with staff known to both the Public Works and Utility departments. Farniliar fear: Our Florida water team has provided water and wastewater services to the City of Ocoee and other local municipalities over the last 24 years. Currently, we hold 45 continuing contracts for water, wastewater, and reclaimed water services in Florida, including with Orange, Seminole, and Volusia Counties, the Orlando Utilities Commission (OUC), and the cities of Altamonte Springs, Apopka, Haines City, Lake Mary, Mount Dora, Oviedo, Sanford, St. Cloud, Titusville, and Winter Garden. Local Benefits with Nationwide Support: Hiring a local consultant has many benefits, including prompt response and established relationships within the community. Our core team of engineers is located in Winter Springs, and we will be able to respond quickly to the city. Our established relationship with local agencies allows us to progress your projects efficiently. With the support of over 1,400 staff members, you will have access to professionals with the tools, technology and expertise to provide timely, top-notch engineering solutions. Focused Water, Wastewater and 11kc-clrainned Water p xpeviir e: CHA's Florida water team brings specialized expertise specific to the services envisioned under this contract. Recent water projects have included consumptive use permitting (Melbourne), lime system upgrades (Ormond Beach), and a 2.0 MGD reverse osmosis (RO) water treatment plant (WTP) expansion (Vero Beach). Recent wastewater/reclaimed water projects have included a 216 MGD influent pump station (Orange County), 3.0 MGD headworks (Polk County), and a new Basin Management Action Plan (BMAP) compliant 3.5 MGD wastewater treatment plant (WWTP) (Tavistock/Toho Water Authority). Through these and other similar projects, we are familiar with current and pending regulations, including those resulting from Florida Senate Bill 712 (Clean Waterways Act), Senate Bill 64 (Effluent Discharge Elimination), BMAP and total maximum daily load (TMDL) requirements, and other related requirements. We look forward to continuing working with the City of Ocoee. Our highly trained engineers and specialists have the technology, resources, and expertise needed to design high -quality infrastructure solutions that last. If you have any questions, please contact Ed Talton at 407.789.1892 or ETalton@chacompanies.com. Sincerely, C. Robert Reiss, PhD, PE Vice President/Project Team Leader AW6�1�_ Edward Talton, PE Client Service Manager/Program Manager 1016 Spring Villas Point, Winter Springs, FL 32708 T 407.679.5358 - www.chacompanies.com Con-Hinuint- Contract [`xpedenrre in Florida The table below shows a sample of some of our clients in Florida where we are providing similar work that is expected under this contract. City of Ocoee Brevard County City of Altamonte Springs City of Apopka City of Casselberry City of Clearwater City of Davenport City of Fort Lauderdale City of Haines City City of Lake Mary City of Lakeland City of Largo City of Melbourne City of Mount Dora City of Orange City City of Orlando City of Ormond Beach City of Oviedo City of New Port Richey City of Port St. Lucie City of Sanford City of St. Augustine ® ® ® A City of St. Cloud City of St. Petersburg City of Tampa City of Titusville City of Vero Beach 6 City of Winter Haven Orange County Utilities OUC Pinellas County Polk County ® ® e Seminole County SSNOCWTA Volusia County �} ��®• ���'%��i��a��f►��3i©x�I�a����iF�r��E r����itC�r rxl�i�d°��fi r�o��r��� _ tip, �- 4 U .��1]IS'�� U`�ls;��'v�' �, �,� .,� � �1fa� OP `�, '�, ��1�,]I .:a ,�`, Last Five Yea WWTP Nutrient Management Study City of Vero Beach, FL The City of Vero Beach WWTP is a secondary treatment plant permitted to treat 4.5 MGD AADF and a three-month average daily flow of 5.44 MGD. The WWTP process includes influent screening, grit removal, biological nutrient removal, clarification, up -flow sand filters, chlorine disinfection and dechlorination. Effluent disposal is completed via a 9.72 MGD deep injection well when the resource is not beneficially reused in the city's public access reuse system. The city requested the development and evaluation of treatment methods that focused on options to reduce nitrogen and phosphorus levels in the city's effluent that would not require the construction of new tankage. Phase I of the study included data collection, preliminary process modeling of the existing treatment process, and screening of potential alternatives for modifications to the WWTP. Conceptual designs were completed for the fully evaluated alternatives to understand the plant modifications required for implementation. These alternative conceptual designs were included in a technical memorandum and were used to develop alternative cost estimates used in the 20-year net present worth analysis. Based on constructability, cost, operational flexibility, and ability to meet a range of effluent TN concentrations, CHA recommended an alternative that included four Denite' filters, eliminating the need for the existing reuse filters or the planned cloth media disk filters if the city elected to rehabilitate and upgrade its existing WWTP. CHA evaluated the old plant and was recently selected to design the city's new 5 MGD MBR WWTP. Client Contact: Robert Bolton, PE, Director, Water and Sewer; T. 772,978,5220, E: rbolton@covb.org Start/End Dates: 2014-2018 / Construction Cost: N/A / Engineering Fee: $109,025 (budgeted/final) Reason for Overages: N/A Seminola Force Main Replacement and Pump Station Relocation City of Casselberry, FL The City of Casselberry recently evaluated the capabilities of the Seminola master lift station basin to handle the projected growth in its wastewater collection master plan. The plan determined that the 10-inch force main that transferred flow from the Seminola master lift station to the city's WWTP needed to be up -sized to a 16-inch force main to handle projected future growth. Additionally, the existing 10-inch force main was constructed with substandard pipe materials, which were prioritized for replacement due to their potential for structural failure. It was also determined the Seminola master lift station needed to be up -sized to handle the expected increase in wastewater flow. The tasks performed under this scope included the preliminary design, final design, permitting, bidding, and limited construction services to replace 4,800 feet of force main from the Seminola master lift station with a new 16-inch force main, relocating the existing Seminola master lift station. CHA conducted preliminary routing analysis and hydraulic modeling to verify proper sizing and pressure conditions. The force main route includes a water body crossing and is located on a busy county road, traversing congested, high -traffic corridors. CHA provided MOT planning to minimize impacts to residents and traffic. Installation methods included traditional open -cut and jack -and -bore. The master lift station relocation included demolishing the existing lift station, except for the existing wet well. The new lift station included a triplex lift station with submersible pumps, pump guide rails, single wet well, liner, access hatches, discharge piping, electrical and controls, an emergency generator, miscellaneous piping and appurtenances, a new access drive, fencing, and landscaping. Client Contact: Tara Lamoureux, PE; T 407,262,7725 ext. 1228; E: tlamoureux@casselberry.org Start/End Dates: 2018-2022 / Construction Cost: $2.7M / Engineering Fee: $332,662 (final)/$253,615 (budgeted) Reason for Overages: There were no changes due to any error in CHA's design. Any resulting change orders/EWAs were at the request of the client. 5 i° "UI9 • � ' � � . ii��� �� � ��f©�o£���t�l�a������� ���f-�l�'�1r'1��i��r��1�+5�� �li��n111�i i� A � ,��o�Z r�Fr — �_ ..� Reclaimed Water GST and Pump Station City of Haines City, FL To maximize the beneficial use of the reclaimed water system and eliminate algae, debris and wildlife contamination from the percolation/storage pond, the City of Haines City needed to modify the existing reclaimed distribution pump system to prevent the need to re -treat water that is currently stored in an on -site pond. Poor reclaimed water quality caused two of the City's largest reclaimed water customers to discontinue their use. This project is being performed to improve the quality of the City's reclaimed water and restore customer confidence and use. A new transfer pump station will divert water from the chlorine contact chamber and deliver the water to the new prestressed concrete GST. The new high -service pump station will draw from the new GST for the public access reclaimed system. The City engaged CHA to provide the preliminary design, hydraulic analysis, final design, permitting, and construction administration services for the construction of a 7.8 MGD transfer pump station with VFDs and a concrete wet well, a 3 MG prestressed concrete GST, a new 4.5 MGD reclaimed high service pump station with VFDs, an off -site 1.1 MGD booster pump station, yard piping, electrical, instrumentation and controls, and ancillary structures at the Haines City WWTF. Once the treated effluent is discharged to the pond, the overall water quality is reduced and requires additional treatment before pumping the water to the distribution system. The new GST and reclaimed distribution pump station will allow the City to store high -quality reclaimed water without discharging it to the existing percolation storage pond. As part of this project, CHA assisted the City in obtaining 75% cost -share funding from the Southwest Florida Water Management District (SWFWMD). CHA provided the drawings, permits and preliminary design report (PDR) and prepared the grant application forms. Client Contact. James Keene, Public Infrastructure Director; T 863,421,3777, E:jl(eene@hoinescity.com Start/End Dates: 2019-Ongoing ( Construction Cost. TBD ( Engineering Fee: $1.08M (final)/$705,568 (budgeted) Reason for Overages: There were no changes due to any error in CHA's design. Any resulting change orders/EWAs were at the request of the client. Normandy Boulevard Reclaimed Water Main Extension Volusia County, FL To accommodate growth along Normandy Boulevard and northeast of Howland Boulevard, the county needed to extend reclaimed water service to the area without impacting the traffic on major roadways. CHA provided design, permitting, and construction administration services to install approximately 4,700 feet of 12-inch and 16-inch reclaimed water main along Normandy Boulevard, Graves Avenue and Howland Boulevard. To extend the reclaimed system service area, the existing reclaimed water main, located on Normandy Boulevard, was extended north from the Catalina Boulevard connection and runs north for approximately 3,400 feet, crossing to the north side of East Graves Avenue and turning east, following the north ROW for approximately 1,300 feet and crossing Howland Boulevard for a final termination on the northwest corner of the Howland Boulevard and East Graves Avenue intersection. The 12-inch and 16-inch reclaimed water main was installed primarily using HDD. The project was located within two municipal jurisdictions, Volusia County and the City of Deltona, and required ROW permitting with both agencies. Client Contact: Michael Ulrich, Utilities Director, 1: 386,943.7027, E. mulrich@volusia.org Start/End Dates: 2016-2018 ( Construction Cost: $801,820 ( Engineering Fee: $124,453 (final)/$103,564 (budgeted) Reason for overages: There were no changes due to any error in CHA's design. Any resulting change orders/EWAs were at the request of the client. 6 5,7 Westwood Boulevard 24-inch Water Main Orange County Utilities (OCU), Orange County, FL OCU planned to improve flows and pressures on Westwood Boulevard and International Drive to maintain reliable potable water service. Future potable water distribution system pressures in this section of the Southern Water Service Area were projected to periodically decrease below targeted operation levels. The 12- inch PVC pipe along Westwood Boulevard could not meet future demand while meeting OCU water system hydraulic standards. CHA provided conceptual routing, design, permitting, bidding, public outreach, and construction services for 7,550 feet of new 24-inch water transmission main. Trenchless installation methods (i.e., horizontal directional drilling and jack and bore) and open -cut installation were used to minimize impacts to the public and nearby highways. CHA also provided a detailed maintenance of traffic plan that accommodated heavy traffic generated from nearby resorts and tourist attractions. Client Contact: Mark Ikeler, PE, Chief Engineer; T 40Z254.9705; E: markc.ikeler[a ocflnet Start/End Dates: 2012-2017 / Construction Cost: $2.6M / Engineering Fee: $154,053 (fina1)/$139,676 (budgeted) Reason for Overages: There were no changes due to any error in CHA's design. Any resulting change orders/EWAs were at the request of the client. Central Regional Utility Service Area (CRUSH) Water Production Facility and System Improvements Polk County Utilities, Polk County, FL The detailed design of the plant included two emergency power generators to improve reliability, high service pumping, and GAC units were designed with redundant facilities to meet the projected demands and increase safety. The design accelerated the ozonation specifications to allow for the early purchase of the ozone equipment to save the county from paying state tax and allow for efficiencies during construction. To provide further flexibility and reduced operating cost, the GAC system was designed to allow an adjustment of flow rate so a specific portion of the ozonated water can bypass the GAC and be blended directly with the GAC water to meet strict water quality limits without extra cost. CHA reviewed, revised and completed the calibration of the CRUSA potable water hydraulic model in support of the design efforts. Services included preliminary design, final design, permitting, bidding, construction phase and start-up. The completed facility includes three Upper Floridan Aquifer (UFA) raw water wells, LOX storage and feed systems, ozone generation, a side stream ozone injection system, ozone dissipation chambers, transfer pumping, GAC units, chlorine feed systems, corrosion inhibitor, 1 MG ground storage reservoir, and high -service pumping. The wells are outfitted with vertical turbine pumps and emergency power with engine generators. The high -service pumping station is equipped with horizontal, split case centrifugal pumps with variable frequency drives (VFDs) and has a capacity of S MGD. Client Contact: Holden Wright, PE; T. 407,703,1731; E: Holden Wright[a poll(-county.net Start/End Dates: 2015-2020 ( Construction Cost: $19.2M ( Engineering Fee: $3.3M 0nal)/$3.1M (budgeted) Reason for Overages: There were no changes due to any error in CHA's design. Any resulting change orders/EWAs were at the request of the client. A A 7 Eustis Eastern WWTP Expansion City of Eustis, FL The City of Eustis was experiencing growth in the Eastern Service Area, partially due to the enhanced access from the Wekiva Parkway. The city had an existing 0.3 MGD WWTP where the capacity had already been allocated, and additional capacity was necessary to support the growth in the area. Our design approach included a new 1.3 MGD WWTP using a two -stage Modified Ludzack-Ettinger (MLE) process, which provided two 0.5 MGD treatment trains separate from the existing facilities, reducing costs associated with interconnection piping and multiple outages and bypasses. Our team provided engineering services, including preliminary engineering, funding assistance, permitting, design, bidding assistance, and construction administration services. The design of the WWTP expansion of the processes and equipment included the mechanically cleaned screens and compactor, grit removal and dewatering, new wet well with variable speed submersible pumps, treatment process for nutrient removal with internal recycle, aeration system, clarifiers, RAS/WAS pumping system, chlorine contact chambers and effluent transfer pumps, sodium hypochlorite storage and feed system, RIB evaluation and third RIB, biosolids holding/decanting and truck loading area, electrical, including a new generator, instrumentation and controls/ SCADA, and an aeration/blower building. Client Contact: Michael Brisson; T 352.483.5463; E: water@ci.eustisfl. us Start/End Dates: 2016-2019 1 Construction Cost: $7.1M / Engineering Fee: $974,577 (final)/$XX (budgeted) Reason for Overages: There were no changes due to any error in CHA's design. Any resulting change orders/EWAs were at the request of the client. William E. (W.E.) Dunn WRF Electrical Improvements Pinellas County Utilities, Pinellas County, FL The WRF had multiple independent power systems and generators with a tie- breaker system between Duke Energy services. The distribution system did not comply with EPA Class I reliability, as single points on the power system could fail, resulting in total loss of treatment. An evaluation was performed to determine if a medium- or low -voltage power system could be retrofitted to allow for Class I reliability. The results and subsequent design yielded a 480-volt (V) distribution with two backup generators operating in parallel. The distribution system allows for alternate power sources if a major power feeder fails. Client Contact. Tom Menke, Utilities Engineering Section Manager; T.• 727.453.3611; E: tmenke@pinellascounty.org Start/End Dates: 2019-2020 / Construction Cost: $8.3M / Engineering Fee: $449,439 (budgeted and final) Reason for Overages: N/A "For our 6.5 MGD W.E. Dunn WRF, Pinellas County Utilities needed to choose between medium- and low - voltage for a complete electrical upgrade of the facility; this included MCCs, emergency generators and all major in -plant wiring. CHA completed the evaluation and provided information to allow us to make an informed decision to ultimately select low -voltage. CHA later completed the final design for the updates. CHA's staff are highly skilled in treatment plant design, including electrical and I&C services. " - Tom Menke, PE, Utilities Engineering Section Manager Pinellas County Utilities r C© (ai�I�a�1slX��Xa�C�1rr s�ri�r�(© Cal�E2C Y/�����aY�a —' �� �� 8 Mount Plymouth Lake WTP Well Extensions City of Apopka, FL The City of Apopka owns the Mount Plymouth Lakes WTP, where two wells withdraw water from the Upper Floridan aquifer (UFA) to supply the plant with water. Due to the plant's proximity to Rock Springs, the St. Johns River Water Management District (SJRWMD) suggested the wells influence the minimum flow at Rock Springs and issued a consent order for the City of Apopka to deepen the wells to withdraw water from the Lower Floridan aquifer. In conjunction with its hydrogeological partner, CHA designed, permitted, and constructed one 14-inch diameter and one 12-inch well to a deeper depth. Because the wells were significantly deepened from 500 feet below the surface to 1,200 to 1,400 feet below the surface, the wellhead conditions changed significantly. A new submersible well pump was designed instead of refurbishing the existing pump. An investigative study was conducted to document the construction and condition of both existing wells at the water treatment plant to use as a basis of design. The new, smaller diameter (12-inch and 8-inch) wells were constructed within the same surficial borehole as the existing UFA wells. Based on the team's performance, CHA was asked to design, permit and construct a new Lower Floridan Aquifer (LFA) well at the Grossenbacher WTP and design another LFA well at the Plymouth WTP. Client Contact: Daniel Ribnikar, Senior Utilities Maintenance Coordinator; T. 40Z703.1731; E: dribnikar@apopka.net Start/End Dates: 2017-Ongoing ( Construction Cost: TBD ( Engineering Fee: $321,299 (budgeted and final) Reason for Overages: N/A ~_ Water and Reclaimed Water Master Plans City of Melbourne, FL o z The City of Melbourne will face various short-term and long-term challenges in providing potable water to its customers and planning for the future of its reclaimed water system. Specific challenges related to the city's distribution system consist of accurate assessments, including geographical aspects, v of population growth, protection of water quality, and planning for future . - growth. The city requested CHA perform water and reclaimed water master plans to help meet these challenges. The water system master plan addressed the technical issues of utility operations and maintenance, future system growth, current and future water quality regulations, and fiscal plans and limitations to guide decision -making based on the scope of services. The focus of the reclaimed water master plan was to prepare a detailed report summarizing the various reviews, site visits, field efforts, and technical evaluations of the system. These reclaimed water challenges included incorporating new infrastructure, increasing beneficial reuse goals, incorporating conversions from existing irrigation service to reclaimed water irrigation service, and providing bulk service. CHA understood these issues and assisted the city in meeting these and other water and reclaimed water system needs. CHA developed a model and report for both systems summarizing the systems' calibration effort and technical evaluations, which resulted in a CIP program with prioritized projects that will support the City of Melbourne in economically maintaining the systems and a high level of service to its customers over a 10-year planning period. These projects serve to expand, repair, replace, and/ or maintain the water and reclaimed water systems to meet the city's required level of service in an economical manner. Client Contact: Jennifer Spagnoli, PE, Assistant Public Works and Utilities Director; T.• 321.608.5000; E: jenniferspagnoli@mlbfl.org Start/End Dates: 2015-2018 ( Construction Cost: N/A ( Engineering Fee: $247,265 (budgeted and final) Reason for Overages: N/A Water Distribution CHA's staff has planned, permitted, designed, and delivered millions of feet of water main. This knowledge, combined with our modeling, tank and pump station design expertise, makes CHA an industry leader, Master Planning and Feasibility Studies CHA has extensive experience in developing system -wide water master plans, capital improvement plans (CIPs), and rate studies. Our engineers and planners will assist your community in implementing the most cost-effective plan. Water `treatment CHA's highly qualified staff has evaluated and designed municipal water treatment facilities for cities and counties throughout the United States; this includes facility design and optimization using state-of-the-art treatment technologies. �s> Wainer Solutions Our highly qualified staff has developed thousands of water -related projects, including source of supply, distribution, storage, treatability evaluations, treatment plant design, operation and maintenance plans, and sludge dewatering. �a> Water Resources Safe and clean water is essential 'for a healthy community. Knowledge is essential for developing water systems. We have developed thousands of water -related projects, each taking into account our client's unique environmental, water quality, permitability, and funding concerns. Wafter Services Consumptive use permitting • Asset management • Conventional and advanced treatment • Fresh, brackish and surface water sources • Plant hydraulics • Supervisory control and data acquisition (SCADA) • Contract administration and resident inspection • Distribution system • Water utility planning • Groundwater well design • Bidding support • Merger/integration of water systems • Smart water consultancy • Emerging contaminant and regulatory support • Process analysis and design • Environmental permitting • Operations support • Sustainable solutions • Water quality and regulatory compliance • Water recycling and reuse • Construction services • Program management �f�loi�i�t�il��fi[ar��t�xrif��c�Cfl(r(�t�Cflta�tnif�tt,1'�1�afi�S%X�r —� �10 r� l Reclaimed Water We have designed and permitted innovative reclaimed water systems using traditional techniques and innovative approaches to maximize value of the resource. our team is well - versed in the latest reclaimed water regulations and they vigorously embrace a "green" design philosophy in all their reclaimed water design, permitting, and planning work. Master Planning and Feasibility Studies CHA has extensive experience in developing system -wide wastewater master plans, CIPs, and rate studies, our experienced staff of engineers and planners will help your community implement the most cost-effective overall plan. Wastewater Treatment our staff specializes in developing innovative, environmentally sound, and cost-effective wastewater treatment systems to meet today's increasingly stringent regulations, These include conventional and innovative treatment technologies for domestic wastewater treatment. Wastewater Services Wastewater treatment: — Solids handling, treatment, and disposal — System hydraulic modeling — Treatability studies and process evaluation/ optimization — Secondary and tertiary treatment system design — Biological nutrient reduction (BNR) — Enhanced BNR (EBNR) — CMOM — SCADA Wastewater Collection Systems As a leading collection system and wet weather flow engineering firm, we have assisted many clients in constructing new gravity sewer lines, pump stations, and force mains. our experience includes modeling, sanitary sewer evaluation surveys (SSES, I&I studies, sewer system rehahOitation, and sanitary sewer design, permitting and construction services, Jl 3 _. Funding Securing funding is as important as the engineering for a successful project. We've secured millions of dollars for wastewater projects on behalf of our clients. Wastewater collection systems: — Collection system and pump station design — I&I studies — SSES — Sewer rehabilitation — System mapping — Condition assessment Contract administration and construction observation GJA I? C h��nt References We believe our projects' ultimate success depends entirely on our clients' satisfaction, perspective, and impressions. Perhaps the best evidence of our team's focus on client service and total quality management is our reputation for excellence that we have gained through our previous projects. We have provided letters of reference and client testimonials received from clients on the following pages for which CHA has provided similar services. Additionally, we have provided the names of contacts from several of these references below. We feel confident that our clients speak highly of our personal and professional integrity, and the included statements prove our team's abilities. Client: City of Melbourne Continuing Engineering Services Jennifer Spagnoli, PE, Assistant Public Works and Utilities Director 900 E. Strawbridge Avenue Melbourne, FL 32901 T: 321,608,5000 E: Jennifer.Spagnoli@mlbfl.org Client: City of Casselberry Continuing Engineering Services Tara Lamoureux, PE Assistant Public Works Director and Utility Manager 95 Triplet Lake Drive Casselberry, FL 32707 T:407.262.7725 ext. 1228 E: TLamoureux@casselberry.org Client: City of Altamonte Springs Continuing Ergineering Services David Ammerman, Division Director 225 Newburyport Avenue Altamonte Springs, FL 32701 T: 407.571.8562 E: DAmmerman@altamonte.org City of Melbourne 900 E. Strawbridge Avenue Melbourne. Fl 32901 (321) 727-2900 > Fax (321) 953-6207 RE: Letter of Recommendation To Whom It May Concern: On behalf of the City of Melbourne, I am pleased to write this letter of recommendation for Reiss Engineering, Inc. (REI) regarding the quality engineering support that they have provided on the following projects: ■ Wastewater Collection/Transmission Master Plan ® Water System Master Plan Update ® RO Concentrate Discharge Permitting The RE[ team consists of experienced and dedicated employees that are capable of performing quality technical tasks for a variety of services. They are always responsive and take great pride in their work while maintaining an appropriate schedule. They are capable of completing complex tasks while providing leadership and direction. Overall, the team is great to work with and meshes well with City Staff in a true 'team" effort. The City continues to utilize their services on both a continuing consulting and project -specific basis. If you have any questions, please do not hesitate to contact me at (321) 608-5000. Sincerely, 4,0�aa(, /Lt�_ Harold C. Nantz, P.E. Assistant Public Works & Utilities Director An Equal Opportunity Employer • Internet.' wimmmelbournefloridaorg • E-Mail: citylioll@nwlbOtLrneflorida.org r ,11111' tl1aYaX�nffroj�1r31 s�to1�etr��e/iflat,tr. r1�,1u i)CrIG fatrfJnflo)Ifv(Cjyl>�"V9j,'(,j��lxfa�; —.... �:n„�..,.,� 13 ,_w.� �.. � .,.,,v. .. ., UTILITIES ENGINEERING DIVISION 9150 Cuny Ford Road • Orlando, Florida 32825-3318 407-254-9900 • Fax 407-254-9999 hap: /Imm.orangecountyFl,net Reiss 1?ngincering, Inc. 1016 Spring Villas Pt. Winter Springs, Florida 32708 Re: Letter of Recommendation Dear Ms. Peckham: I am pleased to write this letter of recommendation for Reiss Engineering, Inc. (Reiss), regarding the quality engineering design services and support that they have provided on the Vistana Water Supply Facility Improvements project, The Reiss staff provided responsive and quality technical services on the project, as well as personal service to meet the underlying goals and needs of the County. Reiss effectively coordinated critical decisions with the Countv's Water Operations staff throughout design and construction. Reiss is ahvays responsive and takes great pride in their work while maintaining budget and schedule. Overall, the Reiss team is a pleasure to work with and provides a true 'team" effort with our staff, We look forward to working with Reiss on future projects. Sincerely, c SP� Charles S. Parker, P.P.. Chief Engineer 1 W W W.14AINESCITY.COM RE: Letter of Recommendation for Reiss Engineering, Inc, Consulting and Engineering Services To Whom It May Concern: Reiss Engineering, Inc. (Reiss) has been providing a variety of engineering, design, permitting, and construction management related services to support our growing utilities since 2012. On the behalf of the City of Haines City, I write this letter with the highest recommendation for Reiss. They have continually met schedule and budget commitments while delivering quality results and deliverables. Some of the projects Reiss has performed with the City include: ® SR 17 Utility Main Relocation and Replacement ® Reclaimed Water Ground Storage Tank, Pump Station and RIBS Study ® Preliminary Design of Reclaimed Water Improvements ® Lake Eva Recharge (RIB) Feasibility Study ® Engineering Services for Reclaimed Water Disposal to Sprayfields ® Final Design of Reclaimed Water Ground Storage Tank and Pump Station Upgrades ® Miscellaneous Engineering Support for Water, Wastewater and Reclaimed Water Tasks ® SRF Funding Assistance for Force Main and Lift Station Improvements ® Nola Properties Pipeline and Sprayfields ® WWTP Biological Treatment Process Improvements ® Revised Stormwater Pond Design ® Lake Eva Monitoring Well Instrumentation Support ® Disc Filter Retrofit at WWTP ® WWTP Expansion SRF Facilities Plan ® Grant Application Support Services Reiss has assisted the City with critical professional engineering services on several important projects, as previously mentioned, including supporting the City with respect to the identification and implementation of additional beneficial reclaimed water disposal options to help eliminate a key constraint with respect to wastewater treatment capacity. They also assisted with obtaining 75% cost share funding from the Southwest Florida Water Management District for City's Reclaimed Water Ground Storage Tank and Pump Station. Services currently being provided include planning, design, permitting, construction administration, and supportladministration of SWFWMD Cooperative Funding Initiative (CFI) grants and FDEP State Revolving Fund (SRF) loans. Reiss has experienced and dedicated employees and they continue to maintain open and effective communication with our staff. They were recently reselected under the City of Haines City's continuing contract for professional engineering services in the Water, Wastewater, Reclaimed Water and Stormwater Utility Services category. I would not hesitate to hire them for future projects. Sine el , racy Mercer Director of Special Projects 300 North 51h Street Haines City, Florida 33844 o Phone (863) 421-3300 Fax (863) 421-3780 m G��-JAr �_...,15 The ReliableOne" Date: February 12, 2018 RE: Reiss Engineering, Inc. Consulting and Support Services for OUC Water Production To Whom it May Concern: Since September 2014, Orlando Utilities Commission (OUC), "The Reliable One," has contracted with Reiss Engineering, Inc. (Reiss) to perform hydraulic and water quality modeling services for our potable water production and distribution system consisting of seven water treatment facilities, remote water storage facilities and more than 1,750 miles of piping to serve more than 140,000 customer comiections in the metropolitan Orlando area. Reiss has been a highly valued member of our water production team, contributing to critical understanding of our system hydraulics and distribution system water quality. Reiss helps us to maintain regulatory compliance with the Stage II Disinfectant & Disinfection By -Products Rule, adequate pressures and flows for fire protection and safe, reliable and aesthetically pleasing water for our customers. They have been highly responsive to our needs. By example, when we experienced a 30-inch diameter water main break in downtown Orlando, immediately adjacent to and associated with an interstate highway construction project, Reiss was able to quickly model the impacts and assist OUC with limiting the duration and extent of the regulatory boiled water notice and maintaining service to our customers. It is without hesitation that I offer my highest recommendation for Reiss Engineering, Inc. Their staff have been highly professional, skilled and responsive to OUC on a range of assignments over a period of more than three years. Sincerely, Orlando Utilit' Commission Brad J ell, PE, Director - Water Production ORLANDO UTILITIES COMMISSION Eleatic S Water Noduclion I'. 0 1o, 1191 1 (hIando, 11 12X0, 1 407 41-1 4212 IeI I '107 431 4163 1 as 1 107434.-133S K-W,mg I wv I m MA10-y to Mk cni, Contrac"i", Time and Req�_,Arernerits Our project team is structured such that Ed Talton, PE, will be directly responsible to you for time and budget requirements, with ongoing coordination and communication. our leadership team is pleased to offer Ed as our proposed contract/program manager. Of the 45 Florida continuing services contracts, he serves in this capacity for only 4; as such, you will have the maximum responsiveness our firm can provide available to your projects. At times, it may be mutually agreed to have a project -specific project manager assigned from within our firm. In that instance, there will be enhanced accountability for scope and budget compliance, with the project manager and Ed tracking and monitoring performance. We are committed to completing tasks for the city on time and within budget. V'31)tudget Constraints and Value SSNOCWTA Eagle Circle Force Main Replacement. The Eagle Circle force main comprised 4,430 feet of 10-inch, C-200 thin wall PVC and 3,770 feet of 16-inch cast-iron pipe. SSNOCWTA proposed this project to proactively remove the thin wall C-200 PVC and cast-iron pipeline in their transmission system due to the potential for failure. The force main was located through a golf course and adjacent residential streets. Challenges included the necessity to avoid wastewater service interruptions to the residences and the golf course, minimize impacts to residents due to the construction activities, and minimize capital and restoration costs by considering the amount of pipe requiring replacement. Soluhion: Our team carefully analyzed the proposed path of the new force main, including installation methods best suited for each pipeline segment that would minimize construction impacts and reduce costs. When construction was completed, five pipeline installation methods were used: HDD, pipe bursting, open -cut, slip lining, and jack -and -bore. Each installation method was selected based on a detailed analysis of site -specific characteristics. The project was completed ahead of schedule, experienced few delays, and imparted no unintended damage along the project corridor. The site -specific pipe installation methods provided project capital cost savings of more than $200,000 for SSNOCWTA, minimized impacts to the residents and golf course, and reduced the risk of damage to existing utilities without service interruption. City of Orlando Lift Station 218 (LS218). The City of Orlando's LS218 is located adjacent to Terminal A and under the Automated People Mover (APM/train between terminals) of Orlando International Airport (OIA), with access controlled by the Greater Orlando Aviation Authority (GOAA) and Federal Aviation Authority (FAA). Access and maintenance of LS218 were very challenging to the City of Orlando due to the inability to quickly access and service the lift station, which led to wastewater surcharges in the lower -level executive pick-up/drop-off area. A nearby site was chosen to relocate LS218; however, the challenge was transporting wastewater flow, via gravity, from LS218 to the proposed new lift station location. Challenges included the only feasible site being more than 400 feet away from the existing lift station in an area congested with OIA utilities (fiber, chiller lines, etc.) critical to Terminal A's operation. Additionally, the proposed lift station site was elevated seven feet above the existing LS218 site, making gravity flow to the new lift station problematic, The only route for the gravity and force main piping to the proposed lift station was under the elevated APM and CIA has strict regulations for working in the area due to the sensitive nature of the structure. our team found innovative solutions to relocate LS218, despite rigid restrictions when working near OIA's APM. Soluiion: Our team worked closely with the surveyor to obtain a detailed topographic survey and SUE plan. The preliminary design report analyzed multiple pipeline routes and installation methods. Micro -tunneling was selected as the best installation method to cross the APM corridor, given the smaller pit sizes and greater accuracy required for the gravity main installation to verify proper slope, despite the higher installation cost per linear foot. Through value engineering and careful planning, our team reduced the micro -tunneling length from 270 feet to S4 feet and designed the remainder of the pipeline via open -cut. The route selected also eliminated the need to relocate critical fiber optic cable that served Terminal A. AA _,17 ova-M— �r Brevard County Regulatory Compliance. For the Brevard County Mims WTP, a prior consultant had advised of the need for a $3 million ion exchange project, which was added to the CIP, to meet 4-log regulatory requirements, Our team was brought in for innovative options —for the cost of a $50,000 study, we were able to provide additional supporting data and an updated operational protocol to FDEP that demonstrated 4-log regulatory compliance, thereby eliminating the completion of an unnecessary, multi -million dollar project. B' I %Jj U &.a AAAr,A AAA r,AI Delwood Super Station I Hillsborough County, FL This project specifically re -purposed the Dale Mabry Advanced WWTF into a 10 MGD triplex master pump station, 6 MGD reclaimed facility, and a public park. The design included the installation of the wet wells partially submerged and partially aboveground to save significant long-term operation and maintenance costs. The design also reduced capital costs by requiring lower horsepower pumps and simplifying the construction due to less excavation and dewatering. The design approach also provided for the upstream lift stations to continue to operate by more closely matching the original head conditions to the elevated headworks structure of the WWTF. We calculated more than $200,000 would be saved in power costs over 20 years as a result of our innovative design approach, in addition to the reduced noise nuisance to the surrounding neighborhood for depth and duration of dewatering during construction. Bufldilr ,g, kiforb"u' a ion hAodehin (BUM) CHA uses the latest technologies to promote collaboration while proactively managing i� AA -. i quality to automate tasks and reduce rework. With the ability to track tasks and collaborate in real-time, the BIM platform allows the entire team to streamline project review and coordination workflow, allowing for enhanced collaboration between any company in any geographic location. CHA uses the following BIM 360 modules/applications: BIM360 Document Management Autodesk Desktop Connector BIM360 Design Collaboration � a s 1. UNDERSTANDING OF SCOPE OF PROJECT` A successful project begins with the complete understanding of the scope of the project. Project Management An established and practical project design approach is necessary to establish and meet project requirements, schedule and budget. The on -call project design approach includes: • Meeting with the city (if necessary) to develop a detailed scope of work © Developing a project -specific schedule • Identifying and engaging the technical resources for the specific project • Developing a project -specific QA/QC plan Once the specific project design approach has been completed and approved by the city, work will commence with the notice to proceed. Project cost, schedule, and quality control will be managed by: • Frequent internal project progress meetings • Regular communication between the project manager and the city • Regular project progress reports submitted to the city © The completion and submission of deliverables at project milestones • Strict adherence with the project QA/QC plan Extensive Quality Control We take project management and quality control very seriously. Our project managers use three comprehensive project manuals (developed internally at CHA) to develop specific project management and QA/QC plans for each assignment: The Project Management Manual, the QA/QC Manual and the Total Technical Quality Control (TTQC) Manual. Client Coordination The city's team will be an integral part of CHA's quality assurance program. By participating in project meetings, communicating clearly and often, and providing timely and thorough reviews of deliverables, the city and CHA will achieve success. CHA will maintain open communication with the city throughout the design process. Formal design reviews will be made at critical project milestones, such as the 30%, 75%, 90%, and 100% complete phases. Working with City Staff and Stakeholders Successful management of projects under this contract will depend on the management of the city's goals and expectations relative to the team's delivery. Central to this will be the successful team's focus on working with city staff and stakeholders. Our team understands that the various elements of projects under this contract may have individual, but interrelated schedules, budgets, and priorities. To promote success, our team employs a philosophy of extensive communication with city personnel to fully understand and appreciate your expectations for each element. CHA has a long history of successful projects, primarily due to our ability to integrate the goals and objectives of various client departments and levels, including management, engineering, and operations. Our references will attest to our approach that promotes solicitation of input from all stakeholders and eliminates the "ivory tower" delivery} method that some firms use. f1�ialb���J�{J°6�x( �° lh'� Y4j� t��Ra� Ca hC�9�91f�r47ir�rdo�d� 19 AAt_„ Approach to QualitV Control CHA uses proactive quality management planning and execution that is initiated at the earliest possible time in project development and then implemented and monitored throughout design development. Quality does not simply end with the deliverable. CHA will have a vested interest in the project's quality through project construction and closeout. Before beginning any project work, CHA's project managers prepare a Project - specific Work Plan (PSWP). The PSWP must comply with basic CHA corporate requirements but is then tailored to the specific project requirements at the project manager's discretion. Each PSWP will include identifying project stakeholders, project location and history, scope of services, schedule, budget, Quality Management Plan (QMP), roles and responsibilities of the team, communication style and frequency, file management procedures, and procedures for managing out of scope items. The project -specific QMP will be customized as a collaborative effort involving the project managers and technical leads. CHA's quality manager will be: 1. Available to assist in the QMP preparation should the need arise 2. Responsible for reviewing and certifying the QMP for consistency and compliance before project work begins CHA uses a "Red, Green" ("RYG") quality review process so that work products and deliverables are fully and consistently reviewed, resolved and recorded. Our professionals who create the design or prepare the work products to bear the primary responsibility for completeness, content, form, and technical accuracy. L We require a formal check and review of all work products and deliverables. The "R t'G" quality review process follows a consistent workflow sequence whereby each design element/work product is highlighted in to signify that review has occurred. Any direct corrections are annotated in RED, and commentary and/or instructions are annotated in BLUE or BLACK. The checker signs and dates the review set and returns the documents to the design element/work product originator. The originator evaluates the checkers' comments and works with the checker to resolve each comment. GREEN annotations signify agreement with, or the resolution of, the review comments. Corrections are made to the designs or drawings and are then verified by the checker who places a QA/QC stamp on each drawing or design. Finally, the originator, checker, corrector, and verifier sign and date each drawing or design to verify that the process has been followed for complete quality compliance. The team does not advance or submit any work products or deliverables until they have satisfied the QMP. CHA Technical CHA Concept Product Review/Peer Development Review Subconsultant Subconsultant Technical Product Concept Review/ Development Peer Review CHA Submit Document ���9IAr�iia�"©x`[a�lils��tnirf t��aColl�flj�� �����f"(��©�rEar —_ I � 20 Orf,�aIr xali.,iiofrmChart Our team has been built to provide the city with an extraordinary blend of engineering expertise, Florida project history and personalized service. Our program manager, Ed Talton, PE, will serve as the city's direct day- to-day contact. Ed serves in this capacity for only 4 of our 45 continuing services contracts. He has assigned the most qualified project team for the scope of services identified in your RFQ. Each of our team members was specifically selected to assist in successfully completing all unique challenges and project needs for the duration of the contract. Resumes for key personnel can be found on the following pages. C. Robert Reiss, PhD, PE Principal -in -Charge Hydraulic Kilodeling/M aster Plannin Ed Talton, PE (Task Lead) Chad Meisel, PE Leif Krapas, El Ed Talton, PE Program Manager/ Client Service Manager II Jeffery Grant, PE, LEED AP Default Design Project Manager Pipelivin and Pe:impa/1-ill St aflon Desir r: Weston Haggen, PE, DBIA, ENV SP, PMP (Task Lead) Jeffery Grant, PE Allen Dethloff, PE Mario Chavez, PE kivator TVeat;rn01It C. Robert Reiss, PhD, PE (Task Lead) Arnab Hanra, PE Weasi:Piro at to `"I"reraainent Jim Hagerty, PE (Task Lead) Eric Knoppel, El i_I��r�..rical/IF�rC/ata',ACtA Phillip Byers, PE (Task Lead) Willard "Pete" Hoanshelt, PE (EMI) 50- Florida staff with over ,400 staff company -wide to support the city needed J. Richard Voorhees, PE, BCEE Quality Manager S i r u ct, urai John Sobczak, PE (Wekiva) Furv-1ing Ccampli am.;ey Mark Burgess, PE, BCEE Mario Chavez, PE Itl18JI[-,l1) D e s i 2�n Matthew Pemberton Construction Administ. alion/CF1 Scott Hoxworth, PE (Task Lead) Charles Warren (-jQ0i.e� hVflC al Shenna McMaster, PE (Terracon) Survey/SU(,; Eric Cain, PSM (ECHO) (EMI) = EMI Consulting Specialties, Inc. (Terracon) = Terracon, Inc. (Wekiva) = Wekiva Engineering, LLC (ECHO) = ECHO UES, Inc. 1- - . ,� 21 [off 9ndpaO='in Cho3rge/Wate TUeatf(nen Vc1sk Lea, d Robert has been involved with advanced water and wastewater treatment systems, including membrane technologies, for the past 30 years. His experience includes detailed design, process engineering, and technical review of membrane treatment systems, including seawater, groundwater, and fresh surface water systems. This experience includes microfiltration (MF), ultrafiltration (UF), nanofiltration (NF), and RO technologies. In addition, Robert has similar experience with conventional coagulation Firm systems, media filtration, and other advanced treatment technologies. CHA Consulting, Inc. Representative project experience includes: Polk County Utilities, Polk County, FL, Central Regional Utility Service Years of Experience Area (CRUSH) Water Production Facility and System Improvements. Client 30 Total 24 with CHA service manager for the pilot study, design, permitting, and construction services for a new 4.0 MGD groundwater treatment facility using ozonation for hydrogen sulfide removal and granular activated carbon (GAC) filtration Education for organics removal and disinfection by-products (DBP) control. University of Central Florida, FL, Ph.D., Environmental City of Ormond Beach, FL, WTP Upgrades. Principal -in -charge for the design, permitting, and construction oversight activities for the renewal Engineering and replacement projects at the city's 12 MGD lime softening/LPRO WTP. University of Central Florida, Improvements included a new bulk hypochlorite storage and feed facility, two FL, M.S.E., Environmental replacement lime slakers and a replacement motor control center. Engineering City of St. Cloud, FL, Integrated Water Supply Plan. Principal -in -charge University of Central Florida, for developing a 20-year integrated water supply plan for the City of St. FL, B.S.E., Environmental Cloud. The report reviewed historical demands, developed detailed demand Engineering projections, and established the deficits by demands and year for the University of Central Florida, FL, planning period. The report identified and investigated various alternative B.S.E., Civil Engineering water supply options, such as surface water, surficial aquifer, stormwater, and Ag well conversion, including comprehensive conservation efforts. Registrations & Certifications City of Vero Beach, FL, RO WTP Design Services. Principal -in -charge for Professional Engineer - the design and construction management for expanding the 2.0 MGD RO FL CA Bahamas treatment facilities to 4.5 MGD. Provided complete design and specification preparation at the typical 60%, 90%, and 100% completion levels. The Memberships 8( Affiliations scope of services included efforts necessary to design, permit, and bid the expansion of the RO WTP. In addition, engineering services and limited American Water Works construction management services were provided during construction. Association (AWWA) Tavistock Development Company, Osceola County, FL, Sunbridge WTP American Membrane and WWTR Principal -in -charge responsible for the pilot study, preliminary Technology Association design, detailed design, permitting, and construction services for a new American Society of greenfield 1.0 MGD WTP using ozonation for hydrogen sulfide removal Civil Engineers to supply drinking water to a new development community and a new greenfield 3.5 MGD WWTP to treat the domestic wastewater. Bahamas Society of Engineers Caribbean St. Johns River Water Management District (SJRWMD), FL, RO Concentrate Desalination Association Management Study. Project manager who developed a concentrate master plan that will serve as the basis for the RO concentrate management Southeast Desalting policy within SJRWMD boundaries. This document supports the Water for Association the Future water supply plan and includes a database of all greater than International Community Board, 100,000-gpd RO facilities in Florida and analysis of viable concentrate University of Central Florida disposal methods. and Mas;t(,m Planning, 'fask Ed has been involved with water, wastewater, reuse project development, design, advanced water treatment (membranes), facilities planning, hydraulic modeling, pipeline/pump station design, leachate management, and permitting for the past 30 years. His experience includes ground and surface water supply development and treatability, RO facility design, water, wastewater, and reuse master planning, implementation support Firm work, including CIP and mapping updates, WTP site acquisition, operational CHA Consulting, Inc.. optimizations, hydraulic modeling, and development review. Representative project experience includes: Years of Experience City of Ocoee, FL, Consumer Court Lift Station Hydraulic Modeling and 30 Total / 22 with CHA Permitting. Client service manager and quality assurance/quality control (QA/QC) for a hydraulic analysis to size the lift station components and Education confirm an existing gravity main could accept the flow from the new force main and gravity system connection along SR 50. The hydraulic analyses University of Florida, M.S.E., were used for the general Florida Department of Environmental Protection Environmental Engineering (FDEP) permit approval. A jurisdictional wetland delineation and evaluation University of Florida, FL, B.S,E., was completed to obtain the Environmental Resource Permit (ERP) and the Environmental Engineering United States Army Corps of Engineers (USACE) permit. University of Kentucky, City of St. Cloud, FL, Water, Wastewater and Reuse Master Plan and KY, Hydraulic Surge Hydraulic Modeling. Project manager who completed an update to the City Modeling Training of St. Cloud's utilities master plan to triple the size of the utility over the next 15 years. Geographic information systems (GIS) and hydraulic modeling Registrations certifications were used to locate future development needs and cost-effectively size infrastructure. Professional Engineer - FL Orange County Utilities, Orange County, FL, Continuing Hydraulic Modeling Memberships & Affiliations Services. Project manager for a continuing engineering services contract to provide hydraulic modeling for the county to update, optimize and utilize American Water Works potable water, wastewater and reclaimed water system hydraulic models. Association (AWWA) Engineering services included utilizing hydraulic models to support utility planning, including recommending capital improvements projects, design, operation, and regulatory compliance. City of Altamonte Springs, FL, Potable and Reclaimed Water Systems Master Plan and Hydraulic Model Update. Client/project manager to perform and summarize various technical evaluations on the potable and reclaimed water systems, including hydraulic modeling, to develop capital improvement projects. Developed an implementation schedule for the city to expand, repair, replace, and maintain the potable and reclaimed water systems to economically meet the city's service standards for over 10 years. City of Fort Lauderdale, FL, Comprehensive Utility Strategic Master Plan. Project manager for a master plan to evaluate the entire utility system and recommend capital improvement projects, actions, policies, or code changes necessary to maintain and improve the system's condition, capacity, performance, efficiency, and quality of service while planning for the future repair and replacement of utility system components. The master plan created a plan and utilities vision for improvements to the utility system that are in line with the city's major initiatives and prioritized major rehabilitation and repair initiatives. °���IK�@p�e$d��°f,X°IA7I�E1r�nV��i1r�n��.a. ''�,./Z3 Firm CHA Consulting, Inc. Years of F)rperience 46 Total / S with CHA Education Auburn University, AL, M.S., Civil/Environmental Engineering Auburn University, AI_, B.S., lim 1111�� 110, 1 - 0 r Quoifity Control Rich has 46 years of experience and is highly qualified in the planning, design, construction, start-up, and operation of water and wastewater treatment and pumping facilities. He is a Board Certified Environmental Engineer and is recognized in Florida as a technology leader in water and wastewater treatment, especially biological nutrient removal for wastewater treatment and enhanced lime softening for water treatment. Rich has been the project or design manager to design and construct multi -million dollar water and wastewater facility projects. He has previous experience as a general contractor for water and wastewater facility construction. Representative project experience includes: City of Apopka, FL, Mount Plymouth Lake WTP Well Extensions. Quality manager for this project that included the design, permitting, and construction of one 14-inch diameter and one 12-inch diameter well to a deeper depth. Because the wells would be significantly deepened from 500 feet below the surface to approximately 1,200 to 1,400 feet below the surface, the well head conditions changed significantly. Therefore a new submersible well pump was designed instead of refurbishing the existing pump. An investigative study was conducted to document the construction and condition of both existing wells at the WTP to use as a basis of design. The new, smaller diameter (12-inch and 8-inch) were constructed within the same surficial borehole as the existing Upper Floridan wells. Civil Engineering City of Ormond Beach, FL, WTP Upgrades. Senior project engineer for the preliminary and final design, bid development documents, and bidding assistance to repair the sodium hypochlorite generation units, replace the lime Registrations & Certifications slaker units and modernize the equipment while maintaining plant operations. Professional Engineer - FL City of Haines City, FL, Reclaimed GST and Pump Station. Quality manager Board Certified Environmental for the preliminary design, hydraulic analysis, final design, permitting, and Engineer (BCEE) construction administration services for a 7.8 MGD transfer pump station with variable -frequency drives (VFDs) and a concrete wet well, a 3.0 MG prestressed concrete ground storage tank, a new 4.5 MGD reclaimed high Memberships & Affiliations service pump station with VFDs, an off -site 1.1 MGD booster pump station, yard piping, electrical, instrumentation, and controls, and ancillary structures Chi Epsilon Civil Engineering at the WWTF. Honorary Fraternity City of Melbourne/City of Cocoa, FL, Pineda Causeway Water Transmission American Society of Mains. Quality manager for the design, bidding, and construction phase Civil Engineers services for a 20-inch HDPE water main installed via sub -aqueous horizontal directional drilling under the Banana and Indian Rivers and 16-inch ductile Water Environment Federation iron piping for the portion to be attached to the main bridge structure with American Water expansion and contraction control devices, isolation valves, and air release valves. The project replaces aging infrastructure, improves water quality, fire Works Association (AWWA) flow, and creates redundancy for beachside residents. Florida Select Society of Tampa Bay Water, FL, Brandon Booster Station (BBS). Quality manager for the Sanitary Sludge Shovelers preliminary design, final design, permitting, and construction administration of the BBS. The station will have a nominal mechanical firm capacity of 20 MGD, resulting in a net gain of 5.0 MGD to 7.0 MGD delivered to the Lithia Regional POC. The project also includes other improvements to compliment the booster station, including replacing the existing well pump at Brandon Urban dispersed well No. 7 (BUD-7), the flow control valve at the Lithia Regional POC, and installing a surge relief valve at the Lithia Regional POC. The BBS consists of a new building, which will house the pumps, piping, valves, and fittings associated with the booster station. In addition, the building will include an electrical room, control room, storage, and a restroom. ®�`i24 - wop Jeffery is a project manager and senior project engineer with over 17 years of experience in civil engineering and utilities. Representative project experience includes; City of Altamonte Springs, FL, RWRF 12.5 MGD AWT Conversion. Project manager/city engineer for City of Altamonte Springs who managed the Firm contractor on converting the existing 12.5 MGD WWTP to meet AWT effluent CHA Consulting, Inc. standards, using a four -stage Bardenpho process. The construction included demolishing the existing clarifier and chemical feed facilities, constructing Years of Experience four circular primary clarifiers, converting existing clarifiers to secondary 17 Total / <1 with CHA anoxic and re -aeration basins, and integrating instrumentation and control systems into the city's VTScada systems. Education City of Altamonte Springs, FL, Lift Station 38 Rehabilitation. Project University of Florida, FL, M.E., manager/city engineer for City of Altamonte Springs who worked with the Civil Engineering consulting team to generate construction documents to convert a regional University of Florida, FL, B.S., wet pit/dry pit triplex lift station into a standard submersible triplex lift Civil Engineering station. The project included demolishing existing superstructure, filling/ abandoning the existing dry well, installing a new electrical building, and Registrations & Certifications constructing a new above -ground manifold and valving assembly. Professional Engineer - FL City of Altamonte Springs, FL, Lift Station 31 Rehabilitation. Project LEED-Accredited Professional manager for the City of Altamonte Springs who worked with the contractor (LEED AP) to convert an aging dry pump/can-style lift station to a modern submersible design to ease maintenance and improve safety. Sanitary sewer service FDEP StErosion and within the surrounding residential areas was maintained via bypass pumping Sedimentation Control during the construction duration. New precast wet well top/hatches, valve vault/valving, bypass discharge connection, and control panel/antenna were installed as part of the project. Osceola County, FL, Four Seasons at Orlando Phases 1, 2, and 3A. Practice team leader at Poulos & Bennett who worked with the developer, Osceola County, and Toho Water Authority on a 500-plus unit, deed -restricted residential development that was part of the Mystic Dunes PUD master plan. A master lift station and 2,900 feet of force main were designed and constructed with Phase 1 to serve the initial phases of development. Approximately 2,000 feet of the force main were off -site and required easement acquisition from the owner of the adjacent golf course property and Osceola County ROW permitting. City of Kissimmee, FL, Tapestry PUD. Practice team leader at Poulos & Bennett who worked with the developer, the City of Kissimmee, and Toho Water Authority on a 1000-plus unit, multi -phase residential subdivision, with sewer service provided by an extensive gravity sewer network and one master lift station. The design required analyzing over 5,000 feet of downstream force main, including effects of connecting force mains from other developments. ,.R.�._: 25 Chad is a project engineer with water/wastewater treatment experience, water resources, and stormwater permitting. He has performed report development, hydraulic modeling, bidding services, and water permit compliance for various municipal clients in the central Florida region. Chad is also proficient in AutoCAD and ICPR. Representative project experience includes: Firm City of Lake Wales, FL, Potable Water Master Plan. Project engineer to assist Cl-!A Consulting, Inc. with developing a water master plan to identify and plan corrective actions for existing deficiencies in its potable water system and plan for the orderly expansion of the system to accommodate future growth predictions provided Years of Experience by the city's planning department. The potable water master plan focused 8 Total / 7 with CHA on capital improvements and prioritization of repair and rehabilitation efforts required to serve the utility service area's existing 5, 10, and 20-year Education future needs. University of Central Florida, FL, City of Melbourne, FL, Water System Master Plan Update. Project engineer B.S., Civil Engineering for this water system master plan update to address the technical issues of utility operations and maintenance, future system growth, current and future University of Centro! Florida, water quality regulations, and the city's utility department's fiscal plans FL, B.S., Environmental and limitations to guide the city's decision -making to maintain and improve Engineering dependability, safety, and quality while meeting future demand. Registrations & Certifications Brevard County, FL, Mims Water Distribution System Improvements. Project engineer tasked with performing a desktop storage analysis to evaluate Professional Engineer- whether an elevated tanl< is required or not due to fire flow restrictions. The Florida No. 87437 model was then utilized to run various scenarios and perform alternative cost analyses enabling the county to evaluate the existing capabilities and identify Memberships & Affiliations modifications required to improve water age, pressure, and velocity and maintain fire protection within the service area. Arerican Society of Civil Engineers Orange County, FL, SWRF Influent Pump Station Expansion and Upgrades. Project engineer to provide a wastewater gravity model of the system before American Concrete Institute entering the influent pump station to evaluate the potential for surging manholes. CHA provided engineering and support services to expand the South Water Reclamation Facility (SWRF) influent pumping capacity to meet the Phase V peal< -flow capacity and mal<e provisions for future peak -flow capacity. This project was done in conjunction with the Phase V expansion project. The existing influent pump station included screening raw wastewater entering SWRF and transferring the screened wastewater downstream to the preliminary treatment structure. The existing pumps and motors in the influent pump station were scheduled for replacement and upgrade. City of Fort Lauderdale, FL, Comprehensive Utility Strategic Master Plan. Project engineer for developing a wastewater force main model that was utilized to build various scenarios and perform an analysis to determine capital improvement projects based on a level of service criteria. Provided a wastewater gravity model that was then used to analyze the downtown projected growth in the area. ; �J�t�r�T�CXoI fi roz�fxcx,1V f Crt �jl �RA , 26 Leif Krapas, El Leif has three years of experience in civil and chemical engineering, working primarily on water projects. He has previously designed water treatment systems, written engineering reports, handled cost estimations, and conducted studies and evaluations for infiltration and inflow. Leif is responsible Representative project experience includes: Seminole County, FL, Wekiva Septic -to -Sewer Conversion. Project engineer Firm for this project that involved developing a remediation plan that included an inventory with more than 4,000 OSTDSs in the Wekiva BMAP for the first CFIA Consulting, Inc. phase. The second phase consists of an inventory with more than 16,000 OSTDSs in the Lake Jesup and Middle St. Johns River BMAPs. Both areas Years of Experience assessed existing wastewater capacity and infrastructure (including potential 3 Totol I <1 with CHA infrastructure upgrade and expansion options) and evaluated cost-effective project solutions, financing alternatives, and potential rate and homeowner This entire project is funded by a grant through FDEP. Educationimpacts. University of Idaho, ID, B.S., City of Leavenworth, WA, Water/Wastewater Improvements Project. Project engineer for this project that consisted of treatment plant improvements, Civil Engineering including a water main replacement. Responsible for pump calculations and design, frontals revisions, utility locates, and pipe and hydraulic design. Registrations A Certifications Modern Electric Water Company, Water System Plan Update. Project Engineer Intern - WA engineer who wrote the water system plan update and performed the necessary hydraulic and projection calculations to determine system adequacy and required improvements. Town of Twisp, WA, General Sewer Plan. Project engineer who was responsible for flow and loading analysis, I&I evaluation, and population, flow, and loading projections. Model Irrigation District 18, WA, Water System Plan Update. Project engineer who wrote the plan for the water system update, which required performing necessary hydraulic and projection calculations to determine system adequacy and required improvements 27 Weston is experienced in water, wastewater, and reclaimed water. His expertise includes water quality hydraulic modeling, master planning, pipeline design, lift station design, potable water quality improvement, unidirectional flushing (UDF), I&I studies, construction administration, preliminary design Firm of wastewater and water plants, regulatory permitting, water treatment pilot studies, feasibility studies, report writing, and data management, CHA Consulting, Inc. including geographic information systems (GIS) for a variety of municipal and government projects in water and wastewater treatment. Representative Years of Experience project experience includes: 13 Total / 13 with CHA City of Casselberry, FL, Seminola (Master Pump Station Relocation. Project manager for the preliminary and final design, permitting, bidding, and limited construction services for a new triplex master pump station. The E'ducaiion master pump station relocation included the complete demolition of the University of Central Florida, FL, existing lift station, with the exception of the existing wet well. The new M.S.E. in Civil Engineering lift station included a new triplex lift station with submersible pumps, pump guide rails, single wet well, liner, access hatches, discharge piping, University of Central Florida, FL, electrical and controls, emergency generator, miscellaneous piping and B.S.E. in Civil Engineering appurtenances, new access drive, fencing, and landscaping. The permitting included FDEP and County ROW applications. Registrations & Certificaiions City of Casselberry, FL, Seminola Force (Main Replacement. Project Professional Engineer - FL manager to upsize an existing 10-inch C-200 PVC force main to a 16-inch FDOT, MOT Intermediate PVC and HDPE force main. The project included preliminary design, design, permitting, construction inspection, and construction administration services NASSCO PACP/MRCP/ for 4,619 feet of 16-inch force main consisting of 590 feet of jack -and -bore LACP Certification within a 30-inch steel casing, 2,777 feet of HDD, and 1,252 feet of open - Design -Build Professional cut connecting the city's largest pump station to the city's WRF and an alternative connection with valving to the City of Orlando's Iron Bridge WRF. Certification (DBIA) The project also included ROW, MOT, and FDEP permits. Envision SUstainability Professional, Certification Hillsborough County, FL, Delwood Super Station Design -Build. Project (ENV SP) manager for this design -build project that involved the design and construction of a 10 MGD dual wet well, triplex diversion pump station Project Management and demolition and repurposing of the existing Dale Mabry WWTP as part Professional (PMP) of the overall Northwest Consolidation Project. The project also included designing and constructing a reclaimed water low -profile cascade aerator and dechlorination for surface water discharge to Brushy Creek. This design includes a 3,000-standard-cubic-feet-per-minute (scfm) odor control unit, six submersible pumps, a dual wet well, a cascade aerator, a chemical feed system, site layout, and hydraulic analysis. SSNOCWTA, Seminole County, FL, Eagle Circle Force Main Replacement. Project engineer for this force main replacement project that included the preliminary design, final design, permitting, construction inspection, and construction administration services for 8,275 feet of 12-inch HDPE force main. The project also included ROW, MOT and FDEP permitting. Pinellas County, FL, Force Main Condition Assessment from Pennsylvania Avenue and Eighth Street to the Dunn WRF. Project manager responsible for investigating the transmission force main using different technologies, comparing the results and making recommendations for repair or replacement after a recent failure in the 30-inch force main. Project �;i�k�� l��c �;'fI �'IE'Aelivle' and VN�_A np/Hft stai'J(OVA Allen offers a wide range of experience in civil engineering, process mechanical engineering, permitting, and construction management. He brings 20 years of experience in preliminary design, final design, permitting, bidding, construction administration, and managing multidisciplinary engineering teams for pipeline (including various trenchless technologies), sanitary sewer collection system, pumping stations, water, wastewater facility improvement, chemical feed systems, and stormwater management projects. Representative project Firm experience includes: CNA Consulting, Inc. Tampa Bay Water, FL, Brandon Booster Station. Project manager for the design, permitting, and construction administration for this project that is being Years of Experience implemented via the construction manager at risk (CMAR) delivery method. The project includes a new (greenfield) 20 MGD potable water booster pumping 20 Total / 5 with CI -IA station that is comprised of a new —6,000 square foot masonry building, five 250 horsepower (hp) centrifugal pumps (and associated gear, including variable Education frequency drives [VFDs], etc.), approximately 1,400 feet of 30-inch diameter University of Florida, FL, B.S. suction/discharge piping, surge relief appurtenances, a stormwater management Civil Engineering Construction and general site improvements, including landscaping. The project also includes improvements at two other locations, including modifications to a includes Management pressure -reducing valve upstream of the pump station, replacing a nearby well pump (and associated equipment), and modifying a point of connection to a Registrations & Certifications customer downstream of the pump station. Professional Engineer - FL City of Tampa, FL, Morris Bridge Pump Station. Technical advisor for the design for improvements to the existing potable water pump station. The Memberships A Affiliations improvements included a 5.0 MGD booster pump station, replacing the GST inlet Florida Water flow meter and control valve, replacing several high -service pump (HSP) valves Environment Association and actuators, yard piping modifications, and a 42-inch butterfly valve with a motorized actuator. North American Society for Ti�enchless Technology Hillsborough County, FL, Delwood Super Station Design -Build. Project engineer for this design -build project that involved the design and construction of a 10 MGD dual wet well, triplex diversion pump station and demolition and repurposing of the existing Dale Mabry WWTP as part of the overall Northwest Consolidation Project. Additionally, the project included the design and construction of a reclaimed water low -profile cascade aerator and dechlorination for surface water discharge to Brushy Creek. This design includes a 3,000-scfm odor control unit, six submersible pumps, a dual wet well, a cascade aerator, a chemical feed system, site layout, and hydraulic analysis. City of Clearwater, FL, Water and Reclaimed Water Program Management. Technical director for system -wide potable water and reclaimed water main assessment and replacement program. This program includes the conceptual routing, design, permitting, and construction services for pipeline improvements and assessing and replacing methods to minimize service and critical roadways impacts. Pinellas County, FL, Force Main Condition Assessment Keystone Avenue to Klosterman Road. QA/QC reviewer for assessing and evaluating 30,525 feet of 30-inch ductile iron force main that conveys wastewater in North Pinellas County to the W.E. Dunn WRF. The assessment determined the profile of the force main using existing data and comparing it to new survey, ground -penetrating radar, and SUE data. Further evaluation included visual assessment and thickness measurements using ultrasonic thickness testing at strategic points on the pipe. The assessment ultimately identified deteriorating areas and recommended repair, replacement or further testing. m Project Engineer - Pipefine and PLirnp/Lifft Stations Mario is a project manager and senior project engineer with over 29 years of experience in civil engineering and utilities. Representative project experience includes: Seminole County, FL, Seminole County Capital Improvement Program (CIP). Program manager. The program budget was $534 million over 20 years, $27 million annual average. Alternative Water Supply (AWS) projects Firm had the largest funding needs due to the $100 million cost for the 5 MGD Potable Surface WTP in the future forecast. Renewal and replacement CHA Consulting, Inc. projects account for approximately $359 million or two-thirds of the capital funding needs. A revenue sufficiency analysis was conducted that Years of Experience included evaluation of alternate customer billing rate scenarios. One of the county's main objectives was to sufficiently fund capital needs with minimal 29 Total / <1 with CHA borrowing. The only borrowing that would be needed would be for the future surface WTP. The master plan provided a list of new projects and the Education program included managing staff of project managers; developing scopes; Florida Institute of Technology, negotiating fees; performing feasibility analysis and review; managing and FL, M.S., Civil Engineering coordinating construction activities; and, performing updates on general design standards. Catholic University, D.C., B.S., Civil Engineering City of Deltona, FL, Reclaimed Water Main Extensions — Parts A, B, C & D. Project manager for the construction of approximately 17,425 feet of 4-inch, Registrations & Certifications 6-inch, 8-inch, 10-inch, and 12-inch reclaimed water main piping in multiple areas within the city, including existing dry lines and new reclaimed water Professional Engineer - FL lines. The project included designing new reclaimed water distribution, connection and testing of existing dry lines. The project also included Memberships & Affiliations converting the potable irrigation meters into reclaimed irrigation meters on existing irrigation customers, which required establishing new policies and American Water Works procedures for the cross connection program. Association (AWWA) Polk County, FL, Central Regional WWTF/Bartow Interconnect. Project manager for this project that included the design and construction of an interim master lift station, up to 1.6 MGD; negotiations and execution of an Inter -local Agreement with the City of Bartow; design, permitting, and construction of approximately 3 miles of 24-inch wastewater transmission main from Central WWTF to Bartow's city limits; decommissioning and demolition of the existing 1.1 MGD Central WWTF; and design, permitting, and construction of a new master lift station up to 2.5 MGD. City of Winter Haven, FL, Dinner Lake Storage and Booster Station. Project manager. As part of the design and construction of the CRW PF, the existing Dinner Lake WPF was converted into a storage and booster station to provide system reliability in the northern portion of the CRUSA. The project consists of 1.0-MG GST, high -service pump station, chemical feed, electrical gear, plumbing assemblies, yard piping, SCADA, and standby emergency power generators. City of Deltona, FL, Lift Station #7 Rehabilitation. Project manager for this master wastewater Lift Station #7, built in the 1960s, that has experienced failures due to loss of power. Lift Station #7 is located within two residential homes and abuts a large drainage canal in a low -laying area. The project consists of upgrading the station to current standards, including installing a standby generator. Lift Station #7 receives the flows from Lift Station #8 and Lift Station #9. 30 A 11 �� �� Firm CHA Consulting, Inc Years of Experience 21 Total / <1 with CHA Education Indian School of Business, Hyderabad, Indio, PGDM (MBA), Marketing National Institute of Technology, Kurukshetro, India, B.Tech, Civil Engineering University of Cincinnati, OFF, Graduate COUrsework and Research, Environmental Engineering Arnab Hanra, PE Arnab has 21 years of experience in process -mechanical design and engineering management of water and wastewater infrastructure projects in EPC/EP/OEM, and consulting settings. He establishes the process - mechanical -control foundations of water and wastewater treatment facilities and engages with cross -functional engineering teams to develop design packages for municipal and industrial applications. Arnab has expertise in process calculations/simulations, process flow diagrams (PFD) and mass balances, bench/pilot-scale studies, piping and instrumentation diagrams (P&IDs), basis of design reports, plant hydraulics, value engineering, plant operating cost estimates, plant control philosophy, HAZOP evaluation, plant layouts, 3D modeling guidance, sizing/selection of plant equipment, and assisting with plant start-up and commissioning. Representative project experience includes; Tampa Electric Company, Tampa, FL, 2.4 IVIGD Brackish Water RO (BWRO) Skids. Lead process -mechanical engineer and design manager for this $2.5M design and equipment supply project for two BWRO skids, including high- pressure feed pumps and RO CIP systems. Identified project cost savings of $38K. City of Palm Coast, FL, 1.8 MGD Zero Liquid Discharge (ZLD) Plant. Lead process -mechanical engineer and design manager on this $3.5 million project that included piloting, full-scale design and equipment selection and procurement of unique facility treating existing reverse osmosis (RO) concentrate and reusing treated water for drinking purposes. RO concentrate was treated via lime clarifiers, auto cleaning strainers, ultrafiltration (LIF), and solids handling systems. Identified the potential for power cost yearly savings of $13K by suggesting simple modifications to OF feed piping. Florida Keys Aqueduct Authority, FL, 6.5 MGD Brackish Water RO (BWRO) Registrations A CertificationsFlorida Aquifer Water Softening Plant. Process engineer on this $1.0 Professionol Engineer - FL, TX million design project for softening Floridan aquifer water. Assisted in completing all design deliverables, including permit approvals from regulatory agencies. City of Houston, TX, 40 IVIGD Conventional WTP. Staff engineer on this $90M design -build -operate (DBO) project that included coagulation, flocculation, sedimentation, DMF, and UV systems. Also performed construction supervision, subcontractor site coordination, new plant commissioning, start-up, water quality, and reliability testing activities. City of Dayton, OH, On -site NF Pilot Study. Associate engineer for this three-month pilot study that was conducted to establish design criteria for a full-scale 15 MGD NF facility to soften bank -filtered river water. Managed all operations and logistics of the pilot plant and assisted in developing the pilot study report. City of Haines City, FL, WWTF Improvements. Lead process -mechanical engineer for improvements to the existing facility, including expansion to 4.5 MGD, electrical system upgrades, a new headworks structure, EQ basins, conversion to 5-stage biological treatment, a chlorination system, and solids handling improvements. 31 Jim , PE Waste,water Treatment Task Lead Jim is a civil and environmental engineer with 37 years of experience and a successful track record in facility planning and executing strategic plans and projects and programs for water, wastewater, and stormwater utilities. His expertise includes program management, regulatory compliance program development, infrastructure development, alternative delivery, and utility compliance management. Jim offers specialized wastewater treatment expertise, responsible for developing and optimizing process designs for Firm advanced biological treatment systems sludge processing, and effluent CHA Consulting, Inc. disposal systems. He has used his unit process and operations experience to develop facility expansion plans, construction plans, value engineering analysis, and technical reviews. His wastewater process design experience Years of Experience includes advanced treatment, effluent filtration, anaerobic and aerobic 37 Total / 6 with CHA digestion systems, sludge pelletizing systems, lime treatment, and sludge dewatering. Representative project experience includes: Education City of Port St. Lucie, FL, Westport WWTF Expansion. Lead design engineer University of Louisville, KY, M.E., for the preliminary engineering, permitting, final design, bidding, and Civil Engineering construction services for expanding the Westport WWTF to meet the future treatment needs of the Westport service area. The scope is based on an University of Louisville, KY, B.S., anticipated future treatment to meet the following capacities: 10.71 MGD Civil Engineering AADF, 12 MGD maximum month average day capacity, and 15.85 MGD peak day capacity. Registrations & Certifications City of Cape Coral, FL, Everest WRF. Design engineer for the expansions Professional Engineer - of the Everest Parkway WRF. The influent pump station was designed for FL, KY, MO, IL an average daily flow of 13.4 MGD and a peak hour flow of 30 MGD. The influent pump station design and construction was part of a plant expansion that included upgrading the treatment plant to achieve advanced water quality standards using a five -stage Bardenpho treatment system and a reclaimed water pump station integrated into the city's water independence system strategy. City of Haines City, FL, Reclaimed GST and Pump Station. Technical advisor for the preliminary design, hydraulic analysis, final design, permitting, and construction administration services for the construction of a 7.8 MGD transfer pump station with VFDs and a concrete wet well, a 3.0 MG prestressed concrete GST, a new 4.5 MGD reclaimed high service pump station with VFDs, an off -site 1.1 MGD booster pump station, yard piping, electrical, instrumentation and controls, and ancillary structures at the Haines City WWTF. City of Eustis, FL, Eastern WWTP Expansion. Project engineer for preliminary engineering, funding assistance, permitting, design, bidding, and construction administration services for the 1.0 MGD WWTP expansion, including the mechanically cleaned screens and compactor; grit removal and dewatering; new wet well with variable speed submersible pumps; treatment process for nutrient removal with internal recycle; aeration system; clarifiers; RAS/WAS pumping system; chlorine contact chambers and effluent transfer pumps; sodium hypochlorite storage and feed system; RIB evaluation and third RIB; biosolids holding/decanting and truck loading area; electrical, including a new generator; instrumentation and controls/SCADA; and an aeration/blower building. ���a�IflJvt,a ti��l€IkC�I ]x��1Yail�{�faC�T©E�v��C ���'i t���A> � N_ 32 � Eric Knoppel, El lllfasteQMater Treatment Eric is a project engineer with experience concentrated in water resources engineering and environmental studies. His expertise includes hydraulic modeling, field work, process design, report development, data management, and construction services for various municipal and government water and wastewater treatment projects. Representative project experience includes: Firm City of Vero Beach, FL, WWTF Nutrient Management Study. Project engineer/BioWin process modeler for data collection, influent flow, loading CHA Consulting, Inc.. characterization, evaluating influent and biological unit process loadings, developing process modeling, evaluating alternatives for improving nutrient Years of Experience removal with no additional tankage, BioWin process modeling software and 5 Total / 5 with CHA calibration, and plant operations review and analysis. Orange County Utilities, FL, SWRF Sodium Hypochlorite Storage and Feed Education Systems. Project engineer for this project to replace the gaseous chlorine system with sodium hypochlorite storage and feed systems. Assisted with University of Central Florida, designing the drainage and grading of the sodium hypochlorite pad and FL, M.S., Environmental stormwater structures, including the drainage swale and concrete flume. Engineering Utilized AutoCAD Civil 3D to create drawing and plan documents. University of Central Florida, FL, B.S., Environmental City of Eustis, FL, Eastern WWTP Expansion. Project engineer for Engineering construction services, including progress meetings, shop drawing review, requests for information (RFIs), site walks, submittal review, and start- up inspections. Provided preliminary engineering, funding assistance, Registrations 1-4 Certifications permitting, design, bidding, and construction administration services for Engineer Intern - FL the 1.0 MGD WWTP expansion, including the mechanically cleaned screens and compactor; grit removal and dewatering; new wet well with variable Memberships Os Affiliations speed submersible pumps; treatment process for nutrient removal with internal recycle; aeration system; clarifiers; RAS/WAS pumping system; Water Environmental chlorine contact chambers and effluent transfer pumps; sodium hypochlorite Federation storage and feed system; RIB evaluation and third RIB; biosolids holding/ Student Liaison for FWEA decanting and truck loading area; electrical, including a new generator; Central Florida Chapter Board instrumentation and controls/SCADA; and an aeration/blower building. City of Port St. Lucie, FL, Westport WWTF Expansion. Project engineer responsible for sampling and lab analysis, wastewater characterization, flow projections and design flows, influent and effluent parameter distribution and analysis, effluent design targets, liquid and solids process flow diagrams, biological modeling and evaluation, plant hydraulics, filter dosing pump design and modeling, anoxic/aeration design, and basis of design and preliminary design report. SSNOCWTA, Seminole and Orange Counties, FL, Hydraulic Modeling. Project engineer to assist with data collection for the existing flows, model structure update for the force main system (WaterCAD), existing flow update for each of the systems lift stations, diurnal flow update, wastewater scenario management for existing forced flow, existing all stations N-1 pumps on, existing extended period simulation with pumps in auto, future forced flow. Performed field data collection and processing and model verification and capacity assessment. ��# i �., ® ,� �°'� ��r�i�►aiU���i����1 a r�r� il�� airi,�rsr,Af r�l�E�1l�r �,1��,1�a� r�� �. 'r v, r 33 Phillip has 10 years of experience effectively managing and staffing engineering efforts for multiple offices, verifying that adequate resources are allocated for successfully completing and delivering projects. His background in electrical engineering and design has made him well -versed in system studies, calculations, inspections, and designing low- and medium - voltage power distribution, power generation, lighting, instrumentation and controls technical security, lightning protection, and grounding systems. Firm Representative project experience includes: CI -IA Consulting, Inc. Citizens Energy Group, IN, Belmont AWP Switchgear Replacement. Years of Experience Electrical engineer in charge of the design to replace six 4160V unit substation primary duplex switches supplying power to key treatment 10 Total / 4 with CHA processes. Design consisted of specifying and designing new 15,000V duplex Education switches to couple with existing unit substation transformers. The project was engineered and provided with sequencing and construction phasing Purdue University, IN, B,S,, design so that no outages would occur during the switch replacement. Electrical Engineering Citizens Energy Group, IN, Riverside Pump Station VFD Addition. Electrical registrations & Ceriifications engineer for this project consisting of adding a 1250 HP 4,160V VFD. The project included modifying existing 4160V switchgear in addition to SCADA Professional Engineer- and instrumentation and controls design to integrate VFD. FL, IN, NY, VA Citizens Energy Group, IN, Harbour WTP Pump Upgrade. Electrical engineer responsible for the power and control system design to upgrade three high service pumps. The design integrated the new pumps with existing motor VFD equipment and integrated motor sensors and monitoring into an existing SCADA system. Citizens Energy Group, IN, Broad Ripple Lift Station Electrical Upgrades. Lead engineer to design and replace the electrical service entrance, two motor control centers, associated distribution equipment, and four 500 HP 480V VFDs controlling dry pit submersible lift pumps. This included designing the power and controls implementation, developing temporary power, construction sequencing, and bypass pumping to maintain station operation during equipment replacement. Citizens Energy Group, IN, Sanitary Lift Station Generator Replacement. Lead electrical engineer in charge to design and replace an existing diesel standby generator set with a new natural gas generator set for a sanitary lift station. The design included the power and natural gas system and connection of the new generator system into the existing SCADA programmable logic controller (PLC) and station's power system. City of Noblesville Utilities, IN, Noblesville CSO LTCP Phase 5 Design. Lead engineer for the power, instrumentation and controls design for a combined sewer overflow system diversion structure. The power systems were developed to control sluice gate actuators to divert overflow based on level and flow conditions. The design included all PLC controls and cabinets and implementation into the existing SCADA system. °(di4CAf,(St�r��(�lel4(4ir1�I0.1©lYoilt(i�Iffi9i�7%Y�I'`tyd 34 Firm EMI Consulting Speciolties, Inc. Years of Experience 40+ Totol / 27 with EMI Education University of Florido, FL, B.S. in Electricol Engineering Registrations & Certifications Professional Engineer - FL EMI Pete is highly qualified in electrical and instrumentation control engineering, with specific water and wastewater industry expertise. He is qualified to engineer and design electrical power distribution and lighting systems for low- and medium -voltage systems. Pete's expertise in electrical machines and variable speed drivers provides the basis for his energy management studies. His expertise in instrumentation and controls includes computer -based data acquisition systems, programmable logic controls, analog loop and discrete conventional control systems, and flow and analytical meter evaluation/ selection. Representative project experience includes; Toho Water Authority, Kissimmee, FL, Wastewater Booster Station. Electrical engineer for the electrical and control design of the in -line boosting of a wastewater force main. The project included designing the power system with a generator and a programmable logic controller (PLC) based control system to implement automatic variable speed pumping. Polk County Utilities, Polk County, FL, Northwest Regional WWRF (NWRWWTF) Headworks. Electrical engineer to design the replacement of the screening and additional grit removal equipment. The control system included interfacing with the county's SCADA system, flow metering, and level monitoring. Polk County Utilities, Polk County, FL, NWRWWTF Aquifer Storage and Recovery (ASR) Well. Electrical engineer for the design of injection well pumping systems and instrumentation and controls. Polk County Utilities, Polk County, FL, Lift Station 106. Electrical engineer to design a power and control system replacement with a generator, including a new pump, controls, and telemetry. Polk County Utilities, Polk County, FL, Central Regional WTP. Electrical engineer for this project that included the new service related to the power and distribution of normal and emergency power to the ozone WTP with motors, motor control centers, variable frequency drives (VFDs), instrumentation and controls, lighting, and miscellaneous loads. The design included coordination with arc flash study. Pinellas County, FL, W.E. Dunn WRF Electrical Improvements. Electrical engineer for this project in which an evaluation was performed to determine if a medium- or low -voltage power system could be retrofitted to allow for Class I reliability. The WRF had multiple independent power systems and generators with a tie -breaker system to Duke Energy services. The distribution system did not comply with EPA Class I reliability, as single points on the power system could fail, resulting in total loss of treatment. The results and subsequent design yielded a 480V distribution with 2 backup generators operating in parallel. The distribution system will allow for alternate sources of power if a major power feeder failed. City of Palm Bay, FL, R. South WTP. Electrical engineer for this project that included the design of electrical power distribution with standby generators, instrumentation with radio telemetry, HVAC, and plumbing. The project also included the design of a PLC -based control system to implement automatic pumping. The control system included interfacing with the city's SCADA system, flow metering, and level monitoring. HVAC and plumbing systems were designed to accommodate plant operations and a two-story office building. Firm/Office Location Wekiva Engineering, LLC Years of E)cperience 16+ Total / 6 with Wekiva Education University of Central Florida, FL, M.S., Structural Engineering University of Central Florida, FL, B.S., Mechanical Engineering Registrations & Certifications Professional Engineer - FL, AL, GA, LA, MI,NC, NY, SC, TX Wk= KIVA FNGINFFRING John Sobczak, St,rAAK;tR. val rcngilf epr John has 16 years of experience working in the water/wastewater industry. His experience encompasses structural and structural/geotechnical engineering and focuses on inspecting, analyzing, modeling, and designing environmental and municipal structures. John is also experienced in many computer -aided design (CAD) software such as RISA, Robot, Visual Slope, and Revit. John is well versed in the requirements for the preparation of structural design calculations and high -quality contract documents for water and wastewater treatment facilities and the industrial structures and buildings at those facilities. This experience stems from having provided services to various governmental agencies, industrial concerns, consulting engineers, and architects/engineers. In addition, He has been a critical member of a successful small engineering company, where he has performed many types of designs outside of the water/wastewater industry, which include earthen dams, stadiums, bridges, elevated water storage tanks, and commercial and retail structures. This broad experience allows John to provide solutions to engineering problems that are the most cost-effective and simple enough to verify smooth construction and superior results. Representative project experience includes: Mims WTP Upgrades, City of Mims, FL • Parkway WTP DBP Mitigation Project, Toho Water Authority, FL • Lift Station 97 Rehabilitation Project, Toho Water Authority, FL • Parkway WTP and Buenaventura Lakes WTP Evaluations, Toho Water Authority, FL • Southeast Regional WTP Major Upgrades, Seminole County, FL • Hilton Road Water Re -pump Station Replacement, City of Coconut Creek, FL • Sodium Hypochlorite Generators Replacement, City of Ormond Beach, FL • Lime Slakers Replacement, City of Ormond Beach, FL • Southeast Regional WTP Fluoride System Upgrades, Seminole County, FL Water Supply Facilities Chemical System Improvements, Orange County, FL Vistana WSF Improvements, Orange County, FL L 1 Ht( g,Qflatory CofrnplhR,Iffiice Mark is an environmental engineer with 37 years of experience in planning, financing, permitting, design, and construction management for drinking water, wastewater, stormwater, water resources, solid waste, and hazardous waste projects throughout the United States and the Bahamas. Mark serves as a client service manager responsible for business development, client management, staffing, administration, and coordination of the firm's planning, design, field, and construction management teams to FirmlContact Information deliver timely, high -quality, and cost-effective projects; this includes communications among all project stakeholders and the preparation and CHA Consulting, Inc. monitoring of budget and personnel requirements. Representative project experience includes: Years of Experience 37 Total 9 with CHA City of Eustis, FL, Eastern WWTP Expansion. Client service manager for preliminary engineering, funding assistance, permitting, design, bidding, and construction administration services for the 1.0 MGD WWTP Education expansion, including the mechanically cleaned screens and compactor, grit University of Florida, FL, B.S., removal and dewatering, new wet well with variable speed submersible treatment process for nutrient removal with internal recycle, Environmental Engineering pumps, aeration system, clarifiers, RAS/WAS pumping system, chlorine contact University of Louisville, ICY, chambers and effluent transfer pumps, sodium hypochlorite storage and B.A., Biology feed system, rapid infiltration basin (RIB) evaluation and third RIB, biosolids holding, electrical, instrumentation and controls, and an aeration/ Registrations & Certifications blower building. Professional Engineer - City of Apopka, FL, Mount Plymouth Lake WTP Well Extensions. Client FL, ICY, OH, IN service manager for this project that included design, permitting and construction of one 14-inch diameter and one 12-inch diameter well to Memberships A Affiliations a deeper depth. Because the wells would be significantly deepened from 500 feet below the surface to approximately 1,200 to 1,400 feet below the Board Certified Environmental surface, the wellhead conditions changed significantly. Therefore a new Engineer (BCEE) submersible well pump was designed instead of refurbishing the existing American Academy of pump. An investigative study was conducted to document the construction and condition of both existing wells at the WTP to use as a basis of design. Environmental Engineers The new, smaller diameter (12-inch and 8-inch) were constructed within the American Water Works same surficial borehole as the existing Upper Floridan wells. Association (AWWA) City of Vero Beach, FL, WWTF Nutrient Management Study. Project Water Environment Federation manager and client service manager for the data collection, influent flow and American Society of loading characterization, evaluation of influent and biological unit process loadings, developing process modeling, alternatives evaluation for improving Civil Engineers nutrient removal with no additional tankage, BioWin process modeling software and calibration, and plant operations review and analysis. Orange County Utilities, Orange County, FL, ESA Potable Water and Reclaimed Water Storage and Repump Facility. Principal -in -charge for preliminary engineering, design, permitting, bidding, and construction administration for a new storage and repump facility with a 2.5 MG potable water GST, a 1.5 MG reclaimed water GST, yard piping, a 7,200 gpm potable water HSP system, a 6,000 gpm reclaimed water HSP system, a sodium hypochlorite storage and feed system, an operations building, electrical, emergency generator and fuel storage, instrumentation and SCADA, 5,000 feet of 36-inch potable water mains, 5,000 feet of 24-inch reclaimed water mains, 600 feet of gravity sewers, manholes, and 1,100 feet of 4-inch force main. ye d�ir 4"al]����zxi�is�lni�ioir����(IC�,t���y,�alC4a� �..,�37 Matt has 21 years of experience. His experience as an engineering designer includes CAD/BIM services using Autodesk Revit, checking interferences with other disciplines, and assisting engineers with suggested solutions. Representative project experience includes: City of Lebanon, IN, East Street Storm Sewer Rehabilitation. Senior Firm engineering designer responsible for assisting with the continued effort to CHA Consulting, Inc. mitigate flooding, increase fire protection, and rehabilitate/replace aging and failing infrastructure. Responsibilities included engineering services Years of E)cperience and preparing construction plans and specifications. The East Street project consisted of constructing new storm sewers and storm inlets, installing a 21 Total / 5 with CFIA new water main, fire hydrants, water meters settings, and street widening Education for a portion of the project to provide a uniform street width throughout the project limits. Lincoln Technical Institute, IN, A.A.S., Drofting and Evansville Water and Sewer Utility, IN, Lakeside Manor and Indiana Woods Machine Design Lift Station Improvements. Senior engineering designer responsible for assisting in drafting the design to rehabilitate two sanitary pump stations, one at Indian Woods and the other at Lakeside Manor. Albany Water Board, NY, Upper Washington Avenue Corridor Pump Station and Force Main Project. Senior engineering designer responsible designing improvements to the pump station and force main. The proposed pump station will accommodate wet weather flows in the 5 MGD range. The outcome of this implementation will reduce combined sewer flows into the Hudson River, improve water quality conditions, and increase the capacity of critical infrastructure to meet the demands for planned development. Western Virginia Water Authority, VA, Carvins Cove Water Treatment Facility Filter Upgrade. Senior engineering designer for this project that included replacing the existing underdrains with stainless steel underdrains to accommodate the existing filter bay design, new fiberglass backwash troughs to replace bulky concrete troughs, the inclusion of an air scour backwash to replace the existing surface wash system, and new filter media. Terre Haute Sanitary District, IN, Terre Haute Main Lift Station Replacement. Senior engineering designer responsible for assisting with the design and analysis of a new gravity intercepting sewer to convey flows to the city's Main Lift Station. The pump station is to be redesigned to increase the flow capacity of the facility to approximately 81 MGD, with the flows being conveyed through a new 6,000 feet of force main to the city's WWTP. Nelson County Service Authority, VA, Wintergreen WWTP and Collection System Improvements. Senior engineering designer responsible for upgrading and improving a 0.3 MGD municipal WWTP. 38 V Cott H ®xw®rt h, P Co s'%;i'ucd Gi C ���9fr�� P [rc3�;1C3 I1� =;� fiazk Scott has 24 years of experience in water, wastewater, and reclaimed water fields. His expertise encompasses the design, construction, startup, and operation of water and WWTFs; water, wastewater, and reclaimed water pipelines; stormwater systems; and pump/lift stations. Scott also has expertise in pilot -scale membrane water treatment systems and pilot -scale and full-scale groundwater remediation systems, solid waste with landfill closure design, construction oversight, and permitting. Representative project Firm experience includes: CHA Consulting, Inc. Volusia County, FL, Rehabilitation of Wastewater Lift Stations SE #12 and SW #23. Construction engineer for preliminary evaluations, including bypass Years of Experience planning, design, bidding, and construction administration, for rehabilitating 24 Totol / 19 with CHA aging and deteriorating components of the pump stations located within a residential neighborhood and adjacent to a school. Educaiion Orange County, FL, SWRF Influent Pump Station and Upgrades. Construction University of Centrol Florido, engineer for the preliminary engineering of a 216 MGD peal(flow wastewater FL, M.S., Environmentol pump station to handle the incoming flow and in -plant recycles for up to 80 Engineering MGD AADF. University of Centrol Florido, Orange County Utilities, FL, Storey Park/Innovation Place Utility Project. FL, B.S., Environmentol Construction engineer for the preliminary design, final design, permitting, Engineering and construction management services to install over 40,000 feet of large - diameter potable water main, reclaimed water main, and force main to Registrailons & Certifications address projected future development. Professional Engineer - Haines City, FL, Reclaimed GST and Pump Station. Construction engineer FL (No. 58643) for the preliminary design, hydraulic analysis, final design, permitting, and construction administration services for the construction of a 7.8 Memberships 9, Affiliations MGD transfer pump station with VFDs and a concrete wet well, a 3 MG prestressed concrete GST, a new 4.5 MGD reclaimed high service pump Woter Environment Federation station with VFDs, an off -site 1.1 MGD booster pump station, yard piping, electrical, instrumentation and controls, and ancillary structures at the Haines City WWTF. Hillsborough County, FL, Delwood Super Station Design -Build. Construction engineer providing construction administration services for this design -build project that involved the design and construction of a 10 MGD dual wet well, triplex diversion pump station and demolition and repurposing of the existing Dale Mabry WWTP as part of the overall Northwest Consolidation Project. The project also included the design and construction of a reclaimed water low -profile cascade aerator and dechlorination for surface water discharge to Brushy Creek. This design includes a 3,000 scfm odor control unit, six submersible pumps, a dual wet well, a cascade aerator, a chemical feed system, site layout, and hydraulic analysis. Tavistock Development Company, Osceola County, FL, Sunbridge WTP and WWTP. Senior project engineer and construction engineer to provide a pilot study, preliminary design, detailed design, permitting, and construction services for a new greenfield 1.0 MGD WTP to supply drinking water to a new development community, along with a new greenfield 1.0 MGD WWTP to treat the domestic wastewater from the Sunbridge community and sanitary flows from the WTP. Co sie;nxtion AdIrrnArr is rati n/ -A Charles has more than eight years of experience in construction and inspection. He is an owner representative in the field, working hand -in - hand with contractors and engineers to monitor compliance with contract documents. Charles has completed pipeline projects for various major companies, including supervising and inspecting more than 100 miles of pipeline. Charles has experience with pipeline crossings, line excavation oversight, NDT and hydrostatic pressure testing, road and river bores Firm (horizontal directional drill), weld and pipe coating integrity, and Hydro -Vac CHA Consulting, Inc., and ROW clearing. He aims to maintain a safe working environment for anyone that sets foot on a job site, conducting job safety analysis tailgate Years of Experience meetings when on site. Charles communicates with owners, contractors, engineers, and permitting agencies in the field. Representative project S Total / <1 with CHA experience includes: Registrations & Certifications Reeves County, TX, Hacienda Compressor Station. Co -inspector for AWS Professional Development construction oversight of incoming pipelines. The project included placing (40 Hours) and piping all vessels and compressors. Ordered necessary supplies, completed hydrostatic testing of pipes, and worked with third -party NEC Level 2 Burg Technician contractors to complete the project promptly. OSHA 30 l-lour Safety Certifica- Basic Energy Services, Inc., Big Spring, TX, Guitar Ranch Pipeline. Main lion (in progress) inspector for construction oversight on the pipeline. The project included PEC Safety Certification a 14- inch polyethylene line, two 1-20 road bores, and two feeder roads. Ordered materials, designed risers, placed valves, and performed inspection Polyethylene Pipe on -site. Certification F2620 Veriforce OQ Certified Loving County, TX, Howard Energy, Permian Oil Gathering Lateral. Main in Line Locates, Damage inspector for construction oversight of the 6-inch steel line weld inspection. Prevention of Excovoting and Loving County, TX, Lindsay SWD Booster Station. Main inspector for the Bockfill, Locote Buried Facilities, installation of all piping at the station. The project included installing 8-inch and ROW Observation polyethylene line, tying into existing lines and setting tanks. Loving County, TX, MINI Lateral B-1. Main inspector for construction oversight of a 6-inch steel line and polyethylene weld inspection. RKI Energy Resources/WPX Energy, Orla, TX, Lateral L. Main inspector for the construction inspection of 8-inch steel and polyethylene lines weld inspection and oversight of a Pecos River bore. The work took place on 16 miles of pipeline over six months, and the project was successfully completed in 2014. The work required compliance with the Clean Water Act. Concho Resources, Carlsbad, NM, Mastiff FED 3-H. Primary inspector for the construction oversight of an 8-inch polyethylene line fusion inspection. Work was completed on three miles of pipeline and required compliance with the National Endangered Species Act, as the land is designated as a Prairie Chicken habitat. RKI Energy Resources/WPX Energy, Orla, TX, Wiley Coyote. Main inspector for construction oversight on 2.5 miles of pipeline. The project consisted of work on a 12-inch polyethylene pipe and road bore off of Highway 285. C�a2(�i7vil�j �i{FCC �u i{C�I�aa�l�taT�l tol[t2Y€�C ��Yedifr{ i�erka� -= . -40 Engineer Shenna has 24 years of extensive experience in central Florida in all aspects of geotechnical engineering, construction materials testing and evaluations, hydrogeologic studies for rapid infiltration systems, slow -rate application of re -use water, sinkhole potential evaluations, and risk and remediation. Shenna will coordinate and provide project engineering services on all geotechnical engineering tasks. Her experience includes geotechnical Firm consulting for utilities, roadways, bridges, K-12 schools, colleges and Terrocon Consultants, Inc. universities, subdivisions, and various commercial buildings/facilities. Representative project experience includes: Years of Experience Brevard County, FL, Mims WTP Lime Sludge 'Tank Addition. Project manager 24 Total / 24 with Terrocon to provide geotechnical engineering services for the proposed 30-foot- diameter GST addition with an anticipated water level depth of 10 feet. The Education project consisted of field exploration and laboratory testing to characterize University of Central Florida, FL, the subsurface conditions and geotechnical engineering to develop B.S., Civil Engineering geotechnical design and construction recommendations. Seminole County, FL, Country Club WTP Upgrades. Project engineer to Registrations Certifications perform geotechnical engineering for major upgrades to the existing Country Professional Engineer - FL Club WTP. The project was on an accelerated schedule due to increased water demands in the area. Improvements to the site included multiple Memberships & Affiliations structures, including two 1-MG GSTs. A bridge for an access road was also American Society of part of this project. Civil Engineers Orange County Utilities, Orange County, FL, Westwood Boulevard Water Main Extension. Geotechnical engineer for the 6,100-foot water main extension project along Westwood Boulevard from Central Florida Parkway to International Drive. City of High Springs, FL, Wastewater System Phase 4. Project engineer on this evaluation and analysis of risk and cost project. The project site lies erraconwithin a karst sensitive region in Alachua County. Past sinkhole activity was documented at the existing treatment plant. The project involved major upgrades to the existing WWTP. The primary purpose of the geotechnical engineering investigation was sinkhole investigation and remediation. Due to past sinkhole activity at the site, the City of High Springs was very concerned about the karst features on the site. The city wanted various options regarding ground improvement and foundation design with anticipated risks and costs associated with each option. Brevard County, FL, Proposed Force or Gravity Main N. Apollo Boulevard from WWTP to South of St. Michael Place. Project manager to provide geotechnical engineering services, including subsurface exploration and a discussion of general site preparation techniques, excavation, backfilling, and fill compaction for installing the proposed wastewater main using open - trench and directional drilling installation methods. " �'�'1i�®i��• a'. ��'4°�������lnl�lt�l �°ar�kd ���7� jf��� la�����laX©r C�lil�i��i�� � �I"��� ��iFf�°��r`�� '� - � ,� 41 Firm ECHO UES, Inc. -ric Cain, PSM Eric is a Florida -licensed surveyor and mapper with over 16 years of survey, mapping, and SUE experience. He is responsible for the oversight of the field and office tasks associated with boundary, topographic, wetland jurisdictional, ALTA, specific -purpose surveys, and legal descriptions/sketches. Eric will serve as project surveyor on this contract and assist the team with the production of the survey design file deliverables. Specific tasks required will be daily briefings with field crews, along with managing and processing the field data collected. Representative project experience includes: City of Ocoee, FL, Survey to Design 4-inch Force Main on Palm Drive Project Years of Experience surveyor for this project which consisted of engineering design services for 17 Total / 3 with ECHO utility improvements along Palm Drive in Ocoee, FL. ECHO's professional services were requested to provide utility investigative services in support of Education this work, marking any detectable utility within the project limits. University of Florida, FL, B.S., City of Ocoee, FL, New Gravity Sanitary System and Water Main Extension Geomatics (Floral Street). Project surveyor for this project that consists of design Seminole State College, FL, A.A., services for a new gravity sanitary system along Floral Street, S. Cumberland General Studies Avenue, Sills Alley, S. Kissimmee Avenue, and connecting onto S. Bluford Avenue. The project also addresses a new water main extension, connecting Registrations & Certifications the end of an existing 8-inch water main north of W McKey Street to the Professional Surveyor and existing 6-inch water main at W. Oakland Avenue. ECHO's professional Mapper - FL services were requested to provide topographic survey and SUE. City of Melbourne, FL, Country Club Reclaimed Water Main Design. Project Memberships A Affiliations surveyor for this project that consisted of design services for a new pressure Florida Surveying and pipeline that was installed from E. Florida Avenue to Country Club Road Mapping Society and Edgewood Drive in Melbourne, FL. ECHO provided topographic survey National Society of and SUE services within the area where the new pipeline was designed Professional Surveyors and constructed. Florida Global Navigation City of Melbourne, FL, Water Valve Installation. Project surveyor for this Satellite Systems Users Group project that consisted of design services to install four water valves on an existing 24-inch water main operated by the City of Melbourne. ECHO provided topographic survey and SUE services within the areas where the valves were designed and constructed. City of Melbourne, FL, Grant Street WRF. Project surveyor for this project that consisted of engineering design services for improvements at the Grant Street WRF for the City of Melbourne. ECHO's professional services were UTILITY ENGINEERING &SURVEY requested to expose and confirm the location and depth of specific utilities per the provided plans. Orange County Utilities, Orange County, FL, AC Water Mains Rehabilitation and Replacement. Project surveyor providing surveying services for this project. ECHO's services included designating (Cl/ASCE 38-02 Quality Level B) and locating (Cl/ASCE 38-02 Quality Level A) SUE and supporting surveying services to map the horizontal and vertical position of underground utilities to support the engineer-of-record's efforts associated with the final design and completion of final construction documents for this water main and piping rehabilitation project. C���t�1�(tid[�f��tf,f CiE �k�I�tr iaf�J{Ufni�E;t�I�l��C�YI��rdi�(Ffd�lea@ Q .� _ �42 Electrical . EMI has provided engineering design expertise in power, Engineering/I&C lighting, control, and instrumentation systems for municipal M11EMI water and wastewater utilities in central Florida for many years. provides these comprehensive services to more than 30 municipal clients in the public and industrial sectors. EMI's EMI Consulting combination of electrical, power, and control system expertise Specialties, Inc. has contributed to designs that are economical to design 5742 River Bed Road ! and build. Groveland, FL 34736 EMI's Principal, Willard "Pete" Hoanshelt, PE, is highly qualified in electrical and instrumentation control engineering, with design expertise in the water and wastewater industry. He is qualified to engineer and design electrical power distribution and lighting systems for low- and medium -voltage systems. EMI's expertise in instrumentation and controls includes computer -based data acquisition systems, programmable logic controllers (PLCs), analog loop/discrete conventional control systems, and flow/analytical meter evaluation and selection. In addition, EMI has provided electrical/instrumentation services as part of CHA's team on numerous treatment facility projects in Florida. AMMM Wt4GIMEERItlR Wekiva Engineering, LLC (Welciva) 711 N Orange Avenue Suite A Winter Park, FL 32789 Structural fl engineering Wekiva provides structural engineering services to various industry sectors, including water and wastewater facilities, solid waste facilities, and commercial buildings. Wekiva's highly experienced and talented engineers have been providing cost-effective solutions and exceptional results for their clients throughout the southeastern United States. Wekiva's experience also allows them to solve engineering problems with simplicity and innovation. Wekiva is proficient in the various applicable design and building codes, allowing them to apply effective and proper solutions early in the design stage. In addition, Wekiva's engineers frequently work with contractors providing value engineering ideas and solutions; this allows them to be intimately involved with the entire process of a structures' evolution from conception to final construction activities. Being a small, local company, Wekiva is uniquely capable of providing quick and quality engineering services to local " communities and municipalities. Wekiva's engineers have performed work for multiple municipalities over the past several years. ,..: �... ,43 Survey/SUE UTILITY ENGINEERING & SURVEY ECHO UES, Inc. (ECHO) 400 SR 434 Suite 1024 Oviedo, FL 32765 Status: MBE �- Geotechnical kbrracon Engineering Terracon Consultants, Inc. (Terracon) 1675 Lee Road Winter Park, FL 32789 ECHO is a minority -owned small business founded by a group of partners with civil engineering, surveying, construction, and utility/GIS background, who believe in providing high -quality and reliable utility and survey data to design better, build faster, and safely enhance engineering, design, construction and maintenance of infrastructure. ECHO currently employs over 65 full-time employees and has 22 field crews that can provide services for projects under this contract. ECHO was founded in 2017 to provide subsurface utility engineering (SUE) and survey and mapping professional services throughout Florida for a variety of projects, assisting owners, engineers and constructors in better performing throughout the entire project cycle, from design to construction and maintenance Of infrastructure. In 2021, ECHO also began offering utility coordination services to firms throughout the state to fully round out its service offerings. Services provided include the study, analysis and depiction of existing underground utilities potentially impacted by a project, in addition to the collection of accurate topographical and specific purpose surveys to represent the above -ground site conditions. Field work is performed using highly specialized technology and equipment, including surface geophysical equipment, pipe and cable locators, ground -penetrating radar, vacuum excavation units, total stations, GPS, and laser scanners. Once collected, the field data is reviewed and processed; final deliverables consist of 3D digital representations of the site conditions above- and below -ground. ECHO works on many different projects, including utility design, construction and maintenance, industrial and chemical plant upgrades, safety improvements, airports, seaports, railroad upgrades, roadway design, reconstruction, and widening. In general, ECHO's services are requested anywhere there is the need for obtaining above- and below -ground accurate information for infrastructure improvements. The foundation for any successful project starts with the ground upon which it's built. As one of the nation's leading providers of geotechnical services, it is Terracon's business to explore below the surface. Terracon is an industry leader because their resources are unmatched. The firm's clients have access to one of the nation's largest owned and operated fleet of geotechnical exploration equipment, a network of more than 140 laboratories, including the largest network of accredited and validated accredited laboratories of any geotechnical firm in the country, and more than 175 locations serving all 50 states. If your project involves a remote location or a large portfolio of sites, Terracon can meet the challenge. Every day, clients rely on the firm's ability to gather and analyze data in a timely manner. Terracon's geotechnical solutions also include new innovations like Stagel, which harnesses the firm's decades of proprietary data to allow clients to compare anticipated subsurface conditions and simultaneously compare multiple project sites in advance of field explorations. Terracon has also partnered with Pivvot, which streamlines energy projects and pipeline routing with breakthrough location intelligence software and data analytics. Terracon's wide range of geotechnical services also includes geophysics, instrumentation, construction monitoring —a versatile toolbox that can adapt to meet your needs. �12ivlerlfa,`�1fFtt�I(�i1�fr(�tUrPX�k�liN11��rT/^Y�t�[iro�l���uk.l 44 CHA Consulting, Inc. bdr Licensee Details naMme: CNA CONSULTING, INC. (Primary Ralne) :ain Address: 575 BROADWAY ALBA14Y. NeviYork 12207 county: OUT OF STATE License Mailing: Licens=_Location: License Type: Registry '. Rank: Registry License Number. 29306 Status: Current Licensure Date: 01/29/2009 Expires: *FDBPR stopped issuing certificates in 2020. CHA's license number is 28386. Cit/9 Consulting,ins. is rar iv nand in yood stundiny with the i-icarir a Foepartme -�r ( 5te�e�, under document number F08000004.937. State of Florida Department of State I certify from the records of this office that CHA COMPANIES OF NEW YORK, INC, is n New York corporation authorize([ to transact business in the Slate of Florida, qualified on November 17, 2008. Fite document number of this• corporation is F03000004937 I further certify that said corporation has paid all fees due this office through December 31, 2021, [hat its most recent annual report/uniform business report was filed on Januap, 18, 2021, and that its status is achile. I Further certify that said corporation has not filed a Certificate of Withdrawal. Givers under Iul, hand onrllhe Gres( Seol r flhe Sta1c r f Flaridn at Tallahassee, the Capital, this the Eighteenth day nfJauunrp, 2021 Secretaq of State T—KIi g Smn her: 257279554 CC ... T,, nulhrn Hcutr Ihl, cc rdrirulc,ri+i l thr ri,llimin�,nr,<nl<r u,i: nnmher, and Ih,n fnllmc Ihr inahucanns J11111t'r d. h 19,.: I/•.relliiin 'a"rrinca lr 0ha I Mlfcrrri a ca rr.lu lh.. fi- a„n C. Robert Reiss, PhD, PE Jeff Grant, PE ........... FBPFI t r % _. sTATEOF FLORWA GUARD OF PRO��F��E��S51 NAIFN INFERS P. I pyTpaurFs - REISS, CHARLES RORERT;, yz>zJnu.sm .ls. i I kYzn, �0.1R fFLfilAeY n,mn Ed Talton, PE .. ....r.. t E3PEL zw SPATE OFaoRWA -- B ARDOF PROFESSWNAL D! INFERS Is7, -slzlil .m _ TALTON EOWARD HOLMESJR ( uF,isAi+. rt: sTecupernzai� J. Richard Voorhees, PE, BCEE BPE :r STATEOFFEDRIOA '. BOARD O F PRUFESSIONAL ENGMEERS P.., G I M,.ml�rnn Es VOORHEZ)OHN RICHARD Arras sn Chad Meisel, PE kx�-fit IIwr 1y r srATEDF aonmp . B AP FPROFESSWNpLEllGINEERS 1�. uitt J:w.murom s.,p�uy,sos rtlnoimcsrprvres �e MEISEL, CHADWICKGEORGE ( uvmrx�ie-ce isvm � Weston Haggen PE q"1 1 1 BPE �f STATEOF aDPIDA �'� BOARD DF PROLESSWNpLE!lGII1111 rrsalc - - P..0 Ti,R b�SrpTlmm� E I ` HAGGEH, N/ESTON TROY: f 7 nsPAmxl D,iE^ Rt cU�s uv LICENSEE DETAILS LI seel f imatlon N ne. GRANT, JEFFERY BEECH IPd,q WR1 It t,Addr ,s Ill ESSE%DR LONGWOOD Flodd,s 32779 Count,.. -.. SEMINOLE License ln(ormotlon ti -- =TSPa - Profas�fonal EBBlnxef Flan: PD, Englneer Llcsnse Nu Rbar. TM70 Sta!u. Currxn(Acrrve LI- ua Data 011032010 2972023 -. - Sfpclal0.A" 0.B,, OuauacaOon Effa U*, Civl1..... 0&1111.09 -.. Allen Dethloff, PE STATEDFFLORIDA BOApOOF PROFESSIONAL DLGBLEERS t p.'G E[xrscLil6�::v.uolna�zl�-x E!p pEU14 aE1 i4_i,' r D 'PET HLOFF ALLEN W. nam �L o � I _Erda mArc rti-suentwn-1 Mario Chavez, PE LICENSEE DETAILS L(ce�sae ln(ennullon tlamx' CHAVEZ, AAARIO FERNANDO 114L N­,xl l.fanAJJrxs; 1155 FALLING PINE COURT WINTER SPRINGS Florida 127050000 Coun1, SEMINOLE L selnt B.UG L n.eT pa Professional Engineer RI -A Prof Englneer U: r-at:amb>r 50713 S.W,. C m.AW'. UTx' l Dala 01,0211995 E,,1 a 012912023 Arnab Hanra, PE FBPE STATE OF FLOWDA I>` 4 PE90B97 ISSUED: 07/19/2021 PROFESSIONAL ENGINEER HANRA ARNAB M G7'3M1vd !T"s1rBI� 511nalure LICENSED UNDER CHAPTER 471, FLORIDA STATUTES LXPIRAMON DATE FEBRUARY 29, 2027 Jim Hagerty, PE Phillip Byers, PE LICENSEE DETAILS LI 1 lormatlon N BYERS, PHILLIP EOYfARB IPreZr)Nir<) 11 Add ss 1290 PAISLEYPOINTE 1'7HITESTDY/N Indiana 46015 C,rnll: OUT OF STATE LI I To m,nllon D .e I"a P f IEngneel Fla.., P'd Englneer LT el:ln.ta,. 91592 Lk-" Dal 0612Z2021 E.Pras 077232023 SFcial Ovallficaoons Q.AFcaOen ElTecGve Elxcvi<al B Computer 06.17.21 _-- - Mark Burgess, PE, BCEE I BPI if STATE OF0.0PIDA 7"A ' BOARD OF PROFESSI NAL ENGINDURS iE•kr - >VlAji N i BURGESS, MARK ALLEN =: st/x I Scott Hoxworth, PE �..I STAIEOP a0p10A " r BOARD OFPROFESSIONALENGINEERS atl1 a (( i HOXWORTH,SCOTT\VARNER 1 E �f©��f��a�rlfar i Dt 1T� z�ff��a ��trlTt�[ft �k CHIC �f(y� Y�/L�tp 3' l �B rTa�? -M �46 r EMI Consulting Specialties, Inc. LICENSEE DETAILS Licensee Information Name: Main Address: County: EMI CONSULTING SPECIALTIES, INC, (Primary Naine) 5742 RIVER BED RD GROVELAND Florida 34736 LAKE 3 26:30 PX; 12/1, 6.12021 W. Pete Hoanshelt, PE License Information License Type Registry Rank Registry License Number: 6160 Status: Current \� STAR OF ROWOA BOAMOMOFFMNA"M... 4rl "'ELT;WILLARD"L, N wvUh Licensure Date 02/11/1992 Expires. *FDBPR stopped issuing certificates in 2020. EMI's engineering license number is 6160. Wekiva Engineering, LLC I ICENSEE DETAILA 11'2556A[vM1',8,,2022 John Sobczak, PE Licensee Information Name: WEKIVA ENGINEERING, LLC (Primary Name) tvlaln Address: 711 ORLANDO AVE STE A WINTER PARK Florida 32789 County: ORANGE License Information License TypeRegistry Rank Registry I License Number 31920 StatLIS! Current Licensure, Date 1210712016 Expires. *FDBPR stopped issuing certificates in 2020. Weldva's engineering license number is 31920. ECHO UES, Inc. LICENSEE DETAILS 11:2610a!t43116202 Licensee Information Nance: ECHO UES, INC. (Primary Name) j tylainAddress: 4803 GEORGE ROAD SUITE 350 TAMPA Florida 33634 County: HILLSBOROUGH Eric Cain, PSM I Pralessianel Survayar and Mappor LJwnse License Information li License Type: Registry Rank: Registry License Number: 32066 j Status: Current Licensure Date: 04119/2017 Expires: *FDBPR stopped issuing certificates in 2020. ECHO's engineering license number is 32066. Dslaeh Hera -�� Florida Uepariment of Agriculture and Cmuvmer Services ..-�-r'7 `. Division or cmuumer s—ices License No.: LB8184 Daerd nr Prafesslvnai &—yvrs and Mappers A- 2005 Apaivchee Pk,vay Wah—, Florida 32399-6500 Expiration Date February 28,2023 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Horida Statutes ECHO UES INC. 4803 GEORGE RD STE 350 TAMPA, FL 33634-4209 n I NICOLE'NIKKI'FRIEO- -- COMMISSIONER OF AGRICULTURE Tm Is n rsnify ar„ne frufur wvl rr•e5w »I mppr u.`.ve rm aM :.N ea,:+ertnnn aSatt it I avea v erQircE LY a�cr <)l. Flmda sucies ECHO UES, Inc. fs� rtifnl unJ�r die pnri:r. rs of ':�7 auJ f�41R). tlori�U� r.lrr .i�d fn„n. OiN IR021 ` OWIIIYO?� ��- 1� ii,Liuiuul xaruts� .., Terracon COnSUItantS, Inc. LICENSEE DETAILS 1i 3431A693/182022 Shenna McMaster, PE Licensee Information Name: TERRACON CONSULTANTS. INC. (Primary Name{ twain Address: 10841 S RIDGEVIEW ROAD OLATHE Kansas 66061 County: OUT OF STATE License Information License Type Registry Rank: Registry License Number: 8830 Status: I Current sTATEOFRORIDA BOAROOF PROFESSIONAL ENGINE— rt.a ur F P Es - M,O4ASTER, SHQMA LUU i era F6rin E,Gv tr�,,,a,o,rE rEEad,arz,;,a Licensure Date: 02/28/2001 Expires n *FDBPR stopped issuing certificates in 2020. Terracon's engineering license number is 8830. Cyr©1a�inrUt��Na��,X��I� i��l[��irBIQ��aEtldl9�n�A`dhTs>r1 tb�raf w ::r �48 Our proposed key personnel are available to undertake this assignment successfully. Current and projected workloads are analyzed weekly at CHA to allocate resources appropriately. As projects are initiated, the appropriate technical and support resources necessary to perform each task are allocated to meet or exceed all project requirements. The current utilization of the staff is generally in the range of 50-55%, leaving an uncommitted staff effort of between 45% and 50% based on today's workload. We have provided a detailed breakdown of availability for key personnel on the following page. a Mr x v �. 29) 7 Architecture Civil ClectOcal Environmental Mechanical structural Transportation Wa ter/Wa stcnva ter ram" C,'ora`Jmitrm irht to the City of Ocoee CHA and each of our subconsultants have substantial availability and will be allocated to the city, as necessary, to complete any project assigned under this contract in a timely and efficient manner. We have assembled a focused team of CHA professionals with direct, relevant experience and a project leadership team that is familiar with the city. You have the guarantee that the assigned staff's efforts will be sufficiently allocated to accomplish each project on schedule and within budget. CHA provides similar services to other governmental agencies within the state of Florida. Our track record demonstrates that we successfully provide high -quality services and products to these municipalities, and we intend to continue providing them to the City of Ocoee. J. Richard Voorhees, PE, BCEE Quality Manager 35% Program Manager/Client Service Manager/ Ed Talton, PE Hydraulic Modeling and Master Planning 55% Task Lead Jeffery Grant, PE Default Design Project Manager/Pipeline and 50% Pump/Lift Station Chad Meisel, PE Hydraulic Modeling & Master Planning 45% Leif Krapas, El Hydraulic Modeling & Master Planning 50% Weston Haggen, PE, DBIA, ENV SP, PMP Pipeline and Pump/Lift Station Task Lead 45% Allen Dethloff, PE Pipeline and Pump/Lift Station 40% Mario Chavez, PE Pipeline and Pump/Lift Station 50% Arnab Hanra, PE Water Treatment 50% Jim Hagerty, PE Wastewater Treatment Task Lead 50% Eric Knoppel, El Wastewater Treatment 55% Phillip Byers, PE Electrical/I&C Task Lead 40% Mark Burgess, PE, BCEE Funding Compliance 40% Matthew Pemberton BIM/3D Design Lead 50% Scott Hoxworth, PE Construction Administration/CEI Task Lead 40% Charles Warren Construction Administration/CEI 50% W. Pete Hoanshelt, PE (EMI) Elect rical/1&C/SCADA John Sobczak, PE (Wekiva) Structural Engineering 40% Shenna McMaster, PE (Terracon) Geotechnical Engineering 30% Eric Cain, PSM (ECHO) Surveying/SUE 60% � 50 _ 4D=CHAOffice (a=Subconsu|tantOffice 2' CHA Winter Springs 1016 Spring Villas Point, Winter Springs, FL 32708 2'CHAVVi"°,. ""= =`H � 20 �vd �tn� S.W., 202, Winter Haven FL 33880 S"."= 3'CH4M|b �����927N �H�—Ave —`Suite 4' I 3SO7 East Frontage Road, Suite 180, Tampa FL 336075 ' CHA Doral | 893S NW 3Sth Lane, Suite 200, Doral FL 33172 6 ECHO3 024,Ov d 32765 _ Inc.x�. Oviedo, r 7-TerraconConsultants, Inc. | 167SLee Road, VVint FL 32789 Park, 0-VVekiwo Engineering, LbC | ^ 11 N Orange Avenue Suite A, Winter Park, FL32789 9'EMI Consulting Specialties, Inc. 15742 River Bed Road, Groveland, FL 34736 CHA has five offices located in Florida, with the bench strength of over 1,400 professionals in more than 4Ooffice locations company'wide. For this contract, the City of Ocoee will have the direct commitment of our Winter Springs office, located at 1016 Spring Villas Point, Winter Our proposed client service manager/program manager, EdTalton, PE, |s located in our Winter Springs office. With CH/Ys Winter Springs office located 30 minutes from the city's offices, our team can respond quickly to any and all of the city's needs. Contact Information: Ed Talton, PE Client Service Manager/Program Manager '[407.7D9.1D9Z | E:ETa|ton@chacompanies.com Certified S/Kfl/WBF Firm CHA is not a certified minority business enterprise (MBE), woman -owned business enterprise (WBE), small business enterprise (SBE), or other recognized disadvantaged business enterprise (DBE); However, we work with local DBE firms whenever possible and have a strong history of meeting contractual requirements and goals, with respect to the level of utilization of such firms. We make an affirmative declaration to make a good faith effort to incorporate such firms into this contract. Our team includes the following DBE subconsultants selected for their particular expertise in disciplines necessary to complete projects that may arise under this contract successfully: ECHO UES, Inc. (MBE) I Survey and SUE �;,,CcRTIHED l� ZTIFIED (��I�t�IaCU(C�i;ir%�frf�f��3�Yniai�l�X©ta�iifCgCr%Ar©Gat 52 SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. Please see attached litigation statement. (Attach additional sheets if necessary) ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated Movie issued No. Dated No. Dated (Remainder of page intentionally left blank) RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 21 ���Jat�lal�Il�I;,'��If(� X�I 1��`�%�►���l�lAt�f�[����ti�l t�����d°�'��da��`fa'r; — �� ,�53 Litigation Statement CHA is a large professional engineering firm with more than 1,400 employees and more than 40 offices globally. CHA performs thousands of projects each year. For a firm of its size and diversity, CHA's involvement in legal claims and lawsuits is remarkably infrequent, due chiefly to its competent and well -trained staff and its rigorous and comprehensive Quality Management System. CHA has not been involved in any criminal matters and has never had anyjudgments entered against the firm or any litigation matters involving any federal, state or local public entity in Florida. However, claims against CHA do occur, and CHA has over the past five years been involved in ordinary civil litigation in the course of its business. CHA is confident in its ability to successfully defend, or settle on favorable terms, all such outstanding claims. Furthermore, for the protection of CHA and its clients, CHA always maintains a comprehensive insurance program which includes professional liability, workers' compensation, comprehensive general liability, automobile, and umbrella policies, with limits sufficient to cover the defense and payment of all outstanding claims against CHA. In the opinion of CHA's management, no claim or lawsuit currently pending against CHA will materially affect CHA's ability to perform any ongoing or potential future project. :�"�r==✓�- �� ;` _max..—^-.--'-"t'. EXHIBIT "B" RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable federal, state, and local laws. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposers firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the term "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: CHA Consulting, Inc. Firm Name Michael A, Platt, General Counsel and Executive Vice President Name and Title (Print or Type) June 7, 2022 Date RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 23 „,-=�c��. :...,��- ,ate r✓,'„�''�.r, EXHIBIT "C:” C:OlIPAINA' L FORIAL-iTION/SIGNATTJRE SHEET RFQ } #22-006 FAILURE TO COMPLY WITH THESE RFQ NSTRUCTIONS WILL RESULT N DISQUALIFICATION OF YOUR QUkLIFICATTON PACKAGE_ SIGN BELOW ATTESTNG THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU LNDERSTAND THAT THE SUCCESSFUL RESPONDENT VgLL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT XV11H THE CITY OF OCOEE. RESPONDENT FURTHER AGREES TO COMPLY WPITI ALL FEDERAL REQUTREIV ENTS IN THE PERFORDIANCE OF THIS CONTRACT_ CBiA Consulting Inc. COI,- PANTI' NANE �; r �_L.f• f� AUfiHORIZED SIGNATURE (nhmual) Michael A. Platt General Counsel and Executive glee President ,TAANfE,rTITLE (PLEASE PRINT) 1016 Spring Villas Point STREET ADDRESS Winter Springs, FL 32708 c= STATE ZIP FEDERAL ID # 1tx0466259 40T679.5358 TELEPHONE. (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) ETalton@chacornpanies.rorn E-MAIL ADDRESS IF REIVIITTANCE. ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual x Corporation Pwtnerslup Othea- (Specify) Sworn to and subscribed before me by means of 11 physical presence or © online notarization this 7th day of June 20 22 PersonallyKt1oF111 x or Produced Identification (Type of Identification) STF_ EN M. MINARM Notai}, Public, Smic of New Yolk Qualified in Alhauav Co ndy Nay. 02M1630995 Commission Vxpires Pot;runry 6, 20 Notary Public - State of Olety York County of Albany Signature of Notary Public Stephen M Minardi Printed, typed or statuped Commissioned mulle of Notary Public RFQ "r.22-GO6 Continuing Engineering Sen;ices for Federal Grant Funded Utitstiei ARPA Projects 24 �Sall�lrut�a�1`�Ir ic(xlarlEivrl��(Sj(I x/�dA1�i���x —,__ �56 EXHIBIT "D" DRUG -FREE WORKPLACE CERTIFICATION The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or polo contenclere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's Coln Ill Lill ity, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: CHA Consulting, Inc/ Signed: g, By. Michael A. Platt (Print or Type Name) Title: General Counsel and Executive Vice President Date: June 7, 2022 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 25 EXHIBIT "E" SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee, Florida by CHA Consulting, Inc. (Entity) by Michael A. Platt, General Counsel and Executive Vice President (Print individual's blame & Title) whose business address is 1016 Spring Villas Point, Winter Springs, FL 32708 2. 1 understand that a "public entity crime" as defined in Paragraph 287.I33(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 with 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 representation. 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: a. A predecessor or successor of a person convicted of a public entity crime: or b. 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 ann'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 au affiliate. 5. I understand that a "pet -son" as defined in Paragraph 287.133(l)(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, partners, shareholders, employees, members, and agents \vho are active in management of au entity. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 26 :t Neither the. entity submitting this sworni statement; or one or more of its officer, directors, executives, partners, shareholders, employees, members, or agents ilio are. active in management of the entity, nor any affiliate of the entity have been charged witli and convicted of a public entity crime subsequent to My 1, 1989. The entity submitting, this s,,vorn statement or one or more of the officer, director, executives, putiert, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged vrith and convicted of a public entity crime subsequent to Jnly 1, 1989. The entity submitting, this swonr statement; or one or more of the officer, directors, executives, partners; shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime mbsecluent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity, submittinng this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMILSSION OF THIS FORIvf TO THE CONTRkC= Ci OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FOP_M IS VALID THROUGH I ALSO UNDERSTAND TKAT I AM REQUIRED TO IPV-FO ,14 THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AIv10UNT PROI.-DED INT SECTION 287.017, FLORDA STATUTES FOR CAVCIORY TII U— OF C 11kNTGE IN THE IPIFOR11ATION CONTAI�D mr THIS FORIYL A 1 1,I .. ". (Signature) Date: June 7. 2022 CHA Consulting, Inc. Name of kidder (Contractor) STATE OF Nets York COUNTS' OF Albany PERSONALLY APPEARED BEFOREME, the undersiganed authority, Michael A. Platt (Name of hrditiidiial Signing) r -� affixed limier signature in the place provided above on this June STiFPHVN M, MINARDI 1Vobkt°y Vublie, Slate or New YO Qtmlifed in A.1haui • CourRy Nk I. ()2�11G3 , IN5 . Commlislan Expirra �cl)ruaq 6, 2O— 5 who, after first being sY�voni by me, 1th day of , 2022, f 'i Notary Public �2 i-Ay Commission Expires- 216V2g25 RFQ �22-006 Cm iuuing Engizeering for Feder l Chant Forded Utilities ARPA Projects 27 EXHIBIT "F" CERTIFICATION OF NON -SEGREGATED FACILITIES The Bidder certifies that be does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that lie will not maintain or provide for his employees any segregated facilities at any of his establishments, and that lie will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor. Note: The penalty for malting false statements in offers is prescribedn 8 U, C. 1 01. Date June 7 20 22 By: Michael A. Platt General Counsel and Executive Vice President (Title) Official Address (including Zip Code): 1016 Spring Villas Point Winter Springs, FL 32708 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 28 � �'C�Saxa2r�U17����z�al1Cl�Ai�1r���Y�l�ffint �1���f��`>e� —� , 60 ® 0=.� EXHIBIT "G" Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Name of Resnonden tr�-HA-ConsLtIting, Inc. Michael A. Platt (Authorized Signature) Title: General Counsel and Executive Vice President Date: June 7, 2022 RFQ #22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 29 Gh_W -- 61 EXHIBIT "H" BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION The undersigned, [Company] CHA Consulting, Inc. certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or wi 11 be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the aNvard documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, [Company] CHA Consulting, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 etsel., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Michael A, Platt, General Counsel and Executive Vice President Name and Title of Contractor's Authorized Official June 7, 2022 Date RFQ 422-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects 30 WRIGHT-PIERCE Engineering a Better Environment ab - on fients- SECTION 1 Firm's Qualifications Cover Letter Company Profile Similar Projects Ability to Deliver On Time & Within Budget Organizational Chart Resumes of Key Personnel Licensure & SAM Registration Subconsultant Profiles Client References Project Approach Approach to Meeting Expectations Current & Projected Workload SECTION 2 WRIGHT-PIERCE Engineering a BM,, Environment Firm's Office Location & Other Forms Local Team Required Forms 1-1 1-3 1-4 1-15 1-16 1-17 1 - 36 1 - 39 1 - 40 1-41 1 - 46 1 - 48 2-1 2-2 601 South Lake Destiny Road, Suite 290 Maitland, FL 32751 Phone:407.906.1776 ( Fax:407.386.7736 June 14, 2022 Purchasing Department City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761-2268 SUBJECT: RFQ No. 22-006 Continuing Engineering Services for Federal Grant Funded Utilities ARPA Projects Dear Evaluation Committee Members, The City of Ocoee has enjoyed extensive growth and development over the last decade, increasing in population by more than 12,000 people —over 30%--in that time. As a result, the City has had to improve and expand its utility systems to accommodate increased demand and new service areas. Much of this infrastructure has been in place for 20 to 30 years. Between the infrastructure that is nearing its useful life and the need for more sustainable and resilient systems, the City has developed a list of capital projects that need to be completed in the near future to maintain and improve the level of service to its customers. These immediate needs have been identified at an opportune time when funding is available under the American Rescue Plan Act (ARPA). These infrastructure needs are to be completed amidst a backdrop of new and continuing regulatory constraints that affect public utilities, presenting an added challenge to the City, including new rules associated with the Central Florida Water Initiative (CFWI) and the Wekiwa and Rock Springs Basin Management Plan (BMAP) area and the Priority Focus Area (PFA). The City needs consultants who understand the City's systems, have worked on aging infrastructure, and have the availability to respond to and execute projects quickly and efficiently. Wright -Pierce offers local experts who are more than capable of providing planning, design, and construction engineering services efficiently and cost- effectively. Over the last few years, we met with City staff on several occasions to discuss key issues affecting your systems, and we have supplemented these conversations with our own knowledge and research. The following is a summary of our understanding of these issues and our team's ability to assist with their resolution: The City owns and operates aging infrastructure. The City incorporated in 1925 and grew rapidly through the 1990s and 2000s. The infrastructure installed during this rapid period of growth is now 20 to 30 years old, when infrastructure typically starts requiring refurbishment and replacement. Over the past three decades, the City has had the luxury of a reliable system that required minimal capital investment. However, the City needs to invest in its systems to provide a continued level of service to its customers and meet new regulatory standards. Wright-Pierce's staff has worked on rehabilitation and replacement of existing infrastructure. Katie Gierok, the team's Project Manager, is currently designing a 40-hp submersible wastewater pump station for the City of Lake Alfred to replace a 50+-year-old facility and accommodate WRIGHT-PIERCE Engineering a Better Environment 6/14/2022 Purchasing Department Page 2 of 2 future growth to be funded through ARPA. She has also worked on dozens of other water, wastewater, and reclaimed water pump stations in her career. Preparing for upgrades to the WWTF needed to meet BIVIAP requirements. The City's WWTF's permit currently allows a discharge limit of 10 mg/L of nitrogen. However, because the City falls within the BMAP's PFA, the FDEP will likely move to modify the City's WWTF operations permit to reduce the discharge limit to 3 rng/L of nitrogen once the BMAP is adopted. Project Engineers Don Lee and Bartt Booz have designed over 50 WWTF expansions and upgrades over the course of their careers. They are currently working on two WWTF projects being implemented in response to springs -related BMAPs and for which our Grant Specialist, Dennis Davis, has secured over $3 million in grant funding. Their experience and expertise will facilitate appropriate planning, effective designs, and successful grant funding for any necessary upgrades to your WWTF. The City needs to extend its ARPA funding to cover many capital projects. Our review of the City's ARPA- funded projects indicates numerous water, wastewater, and reclaimed water projects to be implemented. Our team includes experienced staff that will extend the City's available funds by employing the right technical expert to the project to reduce design fees and by using our staff's expertise during the technical and quality control review processes to develop cost-effective and constructible designs. As an example, Quality Control Officer Don McCullers and Project Engineer Kelly Wehner have designed over 130 miles of pipeline projects over their careers. Their experience will allow our tearn to efficiently design any pipeline project that may be tasked under this contract. Working with a Qualified, Committed Team Wright -Pierce is an ernployee-owned, multidisciplinary engineering firm with over 275 experienced professionals who specialize in water, wastewater, and reclaimed water infrastructure. Since 1947, our engineers have provided professional services to communities like the City of Ocoee for similar continuing services contracts. We appreciate being considered to provide professional engineering services for this important contract and look forward to being part of the City's team. Vice President Steve Hallowell is authorized to act as firm signatory for any contract documents. Should you require additional information, please feel free to call. Sincerely, WRIGHT-PIERCE Kathleen Gi PE Senior Project Manager kathleen.giero @ i i ht_pi rce.com Engineering a Better Environment Steve Hallowell, PE Vice President steve.hallowell_�wright_pierce,com ir- �s-- ®, -®---- - - Jacksonville ENR Top 20 Wastewater Treatment Plants ENR Top 25 Sanitary and Storm Sewers Lakeland ENR Top 40 Sewer and Waste Engineering Top 50 Trenchless Engineering Firms ENR Top 200 Environmental Firms ENR Top 500 Design Firms ACEC Award -Winning Projects PSMJ Circle of Excellence Wright -Pierce Overview Wright -Pierce is an award -winning, multidiscipline engineering firm that has been providing drinking water, wastewater, and civil infrastructure services since 1947. Employee -owned and operated, our firm is made up of more than 275 engineers and support professionals located in offices throughout Florida and the Northeast. We complete many engineering projects each year, ranging in size from less than $100,000 to more than $100 million. We provide full engineering services from initial planning to design, bidding, construction administration, and operational support. Are Award -Winning Firm Wright -Pierce has been recognized by several industry organizations for business performance and engineering excellence. We rank in Engineering News - Record (ENR) "Top" lists, including the Top 500 Design Firms and Top 200 Environmental Design Firms in the country. Many of our projects receive regional ACEC Engineering Excellence Awards. WRIGHT-PIERCE Engineering a Oette, Environment In addition, Wright -Pierce is a multi -year winner of the PSMJ Resources, Inc. `Circle of Excellence' Award. PSMJ is a firm dedicated to business practices of architectural and engineering (A/E) firms worldwide and bestows its Circle of Excellence award after assessing benchmarks for operations, management, and sustainability. Responsive Service Focused on Your Success The cornerstone of our business is to help our clients improve their communities while protecting public health and the environment. For every project, we focus on the following: n Understanding the project issues and goals n Stressing practical, operator -friendly solutions Identifying fiscal constraints and emphasizing value -based solutions Involving and collaborating with our clients throughout the project 1-3 Apopka, Florida 1 — Firn-L-Q.walific- aftons Client Contact City of Apopka 748 E Cleveland St. Apopka, FL 32703 Vladmir Simonovski, MS, PE Utility Design Manager 407.703.1717 vsimonovski@apopka.net Highlights Development of water, wastewater, and reclaimed water hydraulic models Development of 5-, 10-, 15-, and 20-year CIP Field work to evaluate physical The City of Apopka selected Wright -Pierce for a Continuing Services condition of assets Contract in 2018 to assist with various utilities engineering projects. A Field work to perform fire Projects under this contract include: hydrant flow tests and pump station draw down tests for model calibration Comprehensive Utilities Master Plan. Updated the City's water, wastewater and reclaimed water master plans for the next 20-year Dates planning period. Project included substantial improvements to the 2019 (Utilities Master Plan) Ongoing (Sewer System EPS Model) City's existing hydraulic models, including calibrating each; Ongoing (Water Plant Regionalization) development of growth projections and associated dernand and flow estimates; development of a 20-year CIP budget; and development of, Cows Engineering Fees new Integrated Water Resources Master Plan component. $195,000 (Utilities Master Plan) Sewer System Extended Simulation Model. Due to extensive growth $199,900 (Sewer System EPS Model) $50,000 (Water Plant Regionalization) City needed a tool to better plan for needed upgrades to its wastewater collection system. Used static sewer system hydraulic Ivey Personnel model to develop a dynamic model and ran extended period Greg Taylor, Katie Gi Baggett, Dennis Davis, Chris Steve simulations to thoroughly understand right -sized future upgrades. Hallowell, Ben Yoakum Water Plant Regionalization Evaluation. In response to major land I1, older, io he,iE2r „i,ilmi,e tf,e Ci'ry's use changes and population growth, the City tasked Wright -Pierce Wlerrull waxer use Ski,iaegy, Yjdgh;- with investigating the regionalization of its water treatment facilities N ice apiker a "One to reduce overhead costs, increase efficiency, and maintain system evalimiion fr "wvjoii` the iooclels are now used j.o cooe dhw, :e wiih reliability. The evaluation involved updating the hydraulic model with developers i:o prohelly size w-w] new, major pipelines; confirming high service pumps for each plant; h1has ruculre for shots- and lon - running various configurations using a 2035 scenario; and identifying vi,hility 01 the ass,_Js. improvements to meet dernand and operating criteria with specific plants decommissioned or converted to store/re-pump facilities. WRIGHT-PIERCE � 1 - 4 Enytneeri„g, Heuer Enviu,nni­t Eustis, Florldu Wright -Pierce provides water, wastewater, and reclaimed water utility engineering services on a continuing basis to the City of Eustis, including planning, design, permitting, and construction phase services for a variety of utility -related projects. Example projects under our continuing services contract include: Ardice WTP Improvements. Design, permitting, bid phase, and construction phase services for demolition of an elevated water storage tank and construction of a new 500,000-gallon ground storage tank, hydropneurnatic tank and high -service pump station at the 6.38 MGD Ardice WTP. Haselton WTP generator. Evaluate the relocation of an emergency generator frorn the Eastern WTP to the Haselton WTP. Following the evaluation, it was determined that the generator had insufficient capacity to serve the WTP needs. Wright -Pierce designed a new emergency generator for this facility. Lift Station 24 Infiltration and Inflow (I&I) Evaluation. Evaluation of the lift station 24 drainage basin to identify sources of I&I. Field work included flow monitoring and night flow isolations. Open channel flow meter was rotated throughout basin to pinpoint problem areas. Final report identified near term and long-term R&R work for the City to perform to reduce I&I. WRIGHT-PIERCE Engineering a Hdte, Environment 1 - irmQualiffcafions Client Contact City of Eustis 10 N Grove St. Eustis, FL 32727 Rick Gierok, PE Public Works Director 352.483.5480 eg rokr (qla eustls.fl.us Highlights Continuing Services Contract Providing services related to water treatment, distribution, and transmission Providing services related to wastewater collection Providing services related to electrical upgrades and backup power generation Dates 2021 (Haselton WTP Generator) 2021(Ardice WTP Improvements) 2019 (Lift Station 241&I Evaluation) Costs Engineering Fees $47,750 (Haselton WTP Generator) $188,100 (Ardice WTP Improvements) $24,500 (Lift Station 24 1&1 Evaluation) Key Personnel Bartt Booz, Greg Taylor, Dennis Davis, Steve Hallowell, Mark Cunningham, Jim Papadimitriou, Ben Yoakum WrighiAlieree's staff worked aion'sirle the City's sdaii ill ldendryln g swirces of Md vilthin Its collcUlon system. Workingtogether in this rnethocl allowed the City to save taoney on engineering fees, while also learning new Skills that call be used in future investigations. 1-5 Orlando, Florida The City of Orlando selected Wright -Pierce to provide engineering services to its Wastewater Division through a continuing services contract and through two separate RFQs for major pump station projects. Lift Stations 45, 2, and 85. Wright -Pierce evaluated rehabilitation and replacement options, designed recommended improvements, and is performing construction engineering inspection services for three pump stations with peak hourly pumping capacities of approximately 8.9 MGD (LS45), 6.7 MGD (LS85), and 5.5 MGD (LS2) Consery I Water Reclamation Facility (Wt F) Return Activated Sludge (RAS) Pump Replacements. Due to reduced capacity stemming from worn impellers and casings, the City hired Wright - Pierce to replace three Process 40 RAS pumps at its 7.5 MGD Consery I WRF with three new horizontal centrifugal pumps on new base frames, The team is implementing the project on an accelerated schedule to assist operators with this failing equipment. Consery II Sub -Area 1 and 2 Hydraulic Modeling. As a result of expected growth and major developments within the Packing District Opportunity Zone, Bay Lake Preserve, and other areas, the City selected Wright -Pierce to develop a hydraulic model for assessing the performance of the proposed system and to develop a list of recommended improvements and cost estimates based on the modeling. WRIGHT-PIERCE Engineering a [letter Environment -FirmQsi alific aft ors. Client Contact City of Orlando Public Works 5100 L.B. McLeod Rd. Orlando, FL32811 Chuck Shultz, PE Assistant Division Manager 407.246.2658 charles.shultz o cityoforlando,net Highlights Replacement of three major urban pump stations Hydraulic modeling of wastewater system © Accelerated schedule Dates Ongoing (Lift Station 45) Ongoing (Lift Station 2) Ongoing (Lift Station 85) Ongoing (Consery I RAS Pumps) Ongoing (Consery II Hydraulic Modeling) Costs Engineering Fees $948,365 (Lift Station 45) $333,038 (Lift Station 2) $299,081 (Lift Station 85) $54,762 (Consery I RAS Pumps) $124,672 (Consery II Hydraulic Modeling) Key Personnel Steve Hallowell, Bartt Booz, Dennis Davis, Saheb Mansour-Rezaei, Eben Spalding, Jim Papadimitriou, Mark Cunningham Using mf3dLlirrg fools, vvii{Pit-Piefrn provided oplei ]ims 3D renderings, allovihig ihe'tt io ('i7<i;CC Sugv sdolis aholli site layout and configill- doii early in ih"s di sigil pi-ocess, saving projcU lhfie and l:>L..4dgei. 1-6 I trio A I Tow, Client Contact City of Haines City 426 Claude Holmes Sr. Ave. Haines City, FL33844 Tracy Mercer Special Projects 863.421.3695 trnercer@hainescity.corn Highlights n Potable water distribution © General engineering services o Electrical backup power Dates 2018 (Bidding Documents) Wright -Pierce provides water and wastewater utility engineering services On 2018 (Looping Study) 2019 (SR 544 Water Main Extension) a continuing basis to the City of Haines City, including planning, design, 2019 (Lake Eva Generator) permitting, and construction phase services for a variety of utility -related projects. Example projects completed under Our continuing services Costs Engineering Fees contract include: $11,471 (Bidding Documents) $49,900 (Looping Study) n Generic Front -End Contract Bidding Documents. Development of $61,000 (SR 544 Water Main Extension) standard front-end documents that would precede technical $6,600 (Lake Eva Generator) specifications for the public bidding of construction projects. Key Personnel Katie Gierok, Dennis Davis, Steve n State Road 544 Water Main Extension. Preliminary design of a new Hallowell, Greg Taylor, Ben Yoakum potable water main to improve system water quality and pressure. WP recommended this project be postponed to coordinate with a future uvright-fichep provides services for widening of the FDOT ROW, because installation would likely require large and shall projects. Ill . Lake Eva Generator deisionstraies om, future relocation of the water main. alliiity to acctarrirnodafing clients' needs by corlipleting sillall, n Distribution System Looping Study. Identification of dead-end and low- economical projeas. flow locations and systematic analysis to identify improvements to improve water pressure and quality. Prepared SWFWMD Cooperative llairres Uy is a l'eplea collthluin", sel vice.s client: for both V4/ Wn aild Funding Initiative grant application package for projects resulting from bvautewater and Electrical and rt.p_; study. services. Lake Eva Emergency Generator. Engineering drawing completed in support of permitting of a new permanently mounted 250kW generator for Lake Eva Community Center through the City's Building Department. This project was completed on a short tirneframe to comply with a construction schedule ahead of the hurricane season. WRIGHT-PIERCE Engineering a [letter Environment Titusville, Florida Client Contact City of Titusville Utility Engineering 2910 Garden St. Titusville, FL 32796 Ashleigh Smith, PE Utility Engineering Manager 321.567.3859 ashleigh.smithftitusvllle_com Highlights Incorporated new ideas to update City standards and procedures Lift stations include emergency L---- generator connection and bypass connections Wright -Pierce provides water and wastewater utility engineering services Reduction of I&I on a continuing basis to the City of Titusville, including planning, design, Met AWIA requirements permitting, and construction phase services for a variety of utility -related projects. Example projects completed under our continuing services Dates Contract Include: Ongoing (Mourning Dove WTP) Ongoing (Causeway LS) Ongoing (Marina LS) Mourning Love WTP Solids Handling Upgrade. Improvements to 2019 (Cybersecurity) plant reliability, operability, processing capacity, and efficiency of Ongoing (SR 405) 2019 (Water Tank Inspection) solids management train. Includes new gravity thickener, backwash pumps, two vacuum filters in new building, recover pond sludge Costs collector, and enhancement to existing drying beds. Developed SRF Engineering Fees $662,000 (Mourning Dove WTP) funding package that resulted in $1.2 million in principal forgiveness. $164,000 (Causeway LS) $123,825 (Marina LS) Causeway & Marina Lift Station Improvements. Improvements to $80,000 (Cybersecurity) upgrade one lift station and replace another aged lift station. $29,300 (SR 405) $9,860 (Water Tank Inspection) Cybersecurity Assessment. Evaluation of existing infrastructure and vulnerabilities. Provided recommendations to address concerns Key Personnel along with estimated costs and phasing schedules. Dennis Davis, Steve Hallowell, Greg Taylor, Mark Cunningham, Jim State Load 405 Utilities Relocation. Engineering services to relocate Papadimitriou, Ben Yoakum utilities due to a DOT roadway widening project. Wrigln fierce ohiahied kit' `rundinE Elevated Water Tank Inspections. An active leak observed on South for the 011ou ring Dove Wi P awl se.cur cad oppi'o dm it -Ay 11.2 roillion Street Elevated Water Storage Tank led to inspections and in principal forgivenLss. recommended repairs for fixing concerns. WRIGHT-PIERCE Engineering n ❑eUer E—imnment 1 - 8 Williston, Florida In 2017, the City of Williston selected Wright -Pierce for a continuing services contract for assistance with projects throughout the city, including its stormwater, water, and wastewater utility systems and general public works/civil engineering projects. Example projects completed under our continuing services contract include: Various Grant Funding Initiatives. Developed six grant funding applications for various wastewater collection system upgrades totaling more than $10 million in funding requests. To date over $4 million in funding has been approved. WWTF Comprehensive Upgrade. Wright -Pierce developed a Facilities Plan to evaluate the WWTF needs over the next 20-years and established a phased upgrade approach with a funding plan. Grant applications were submitted, and the City received a $750,000 CDBG grant and a $2.1M FDEP Springs Legislation grant that will fund over 80%of phased improvements, allowing implementation of many improvements earlier than anticipated. Developed design plans and specifications for the Phase 1 improvements so that a "shovel -ready" project could be submitted as part of the CDBG application. Phase 2 improvements currently under design. WWTF Permit Renewal, Developed FDEP permit application, Capacity Analysis Report, and Operations and Maintenance Performance Report for the permit renewal along with a request for- a 10-year permit (previous renewals were 5-years). A 10-year permit was issued by the FDEP with no Requests for Additional Information. WRIGHT-PIERCE Engineering a ❑ettc, Environment Client Contact City of Williston 50 North Main St. Williston, FL 32696 Jackie Gorman City Manager 352.528.3060 ct.rna nager@willlstonfLorg Highlights Provide services as City's engineer Providing services related to wastewater treatment and transmission Providing grant funding services Dates Ongoing (Grant Funding) Ongoing (WWTF Comp. Upgrade) 2019 (WWTF Permit Renewal) Costs Engineering Fees $0 (Grant Funding) $634,600 (WWTF Comp. Upgrade) $35,000 (WWTF Permit Renewal) Key Personnel Dennis Davis, Steve Hallowell, Bartt Booz, Mark Cunningham, Jim Papadimitriou, Rodney Greene Additional Projects Air Curtain Incinerator Permit New City Hall Building Concurrency Spreadsheet Septic -to -Sewer Investigation Animal Shelter Obtained ; 7' 0,000 (:D3C grant friridilig and `;;?.J.III Fop Springs Legislation grant fimidhiE to pay for over 80% of k,V11V f e Upgrades. 1-9 Wright -Pierce provides water, wastewater, and reclaimed water- utility engineering services on a continuing basis to Polk County, including planning, design, permitting, and construction phase services for a variety of utility -related projects. Example projects we have completed through continuing services and other contracts include: Imperial Lakes Wafer `i reatment Plant Green Sand Filter Upgrade. Design of upgrades to the green sand filters at the 5.0 MGD Imperial Lakes WTP^ Northeast tlegional WW i r Clarifier Addition. Conceptual and final design, bidding, and construction phase services for addition of two clarifiers, headworks upgrades, electrical system upgrades, and modification of stormwater system. Project was procured under a separate RFQ and included a conceptual master plan for future treatment plant expansion from 6.0 MGD to 9.0 MGD. (rift Station 253 Upgrade. Designing upgrade of 1000 gpm LS 253 to meet demands due to extensive growth within service area. Includes new pumps, piping, electrical, and backup power. Water System Model. Upgrading the County's existing water system model for the NERUSA from a static model to an Extended Period Simulation (EPS) model to allow County to better determine needed upgrades within the water distribution system. FEMA Generator Additions. As part of a FEMA funded project designed standby generators at 9 wastewater lift stations. 1-- firm-C-ualiftc afions. Client Contact Polk County Utilities 1101 Jim Keene Blvd Winter Haven, FL 33880 Mark Addison, PE Capital Projects Manager 863.298.4214 rnarl<addisorl@Poll<-county.net Highlights Continuing Services Contract Providing services related to potable water treatment, transmission, and distribution and wastewater treatment and wastewater transmission Dates 2021(NERWRF Clarifier Addition) 2020 (Imperial Lakes Filter Upgrade) Ongoing (Lift Station 53 Upgrade) Ongoing (Water System Model) Costs Engineering Fees $1,026,321 (NERWRF Clarifier Addition) $79,211 (Imperial Lakes Filter Upgrade) $49,838 (Lift Station 53 Upgrade) $99,000 (Water System Model) Key Personnel Bartt Booz, Katie Gierok, Jim Papadimitriou, Dennis Davis, Steve Hallowell, Peter Hernandez, Mark Cunningham, Chris Baggett PCo ; aif have recognized V1Iri` it - Pi f -e for om. e:LCepl owd se dc:_ 'Ind quality vlork On varim:; it types 01' pi triecYs, Utle are abh. W provide rll alicy servicc_t On arty iype 01, pmj t i diai: vrwy col-'w ihlolq it 9:his WRIGHT-PIERCE e 1 - 10 Engineering a Oelter E-110nme11 Citrus County selected Wright -Piece for a Continuing Services Contract in 2018 and 2022 to perform projects for its Water Resources Division, which includes its Utilities Department. Projects under this contract include: Water System Master Plan. Development of a county -wide potable water master plan that will identify upgrades needed over the next 20 years through the use of a water system hydraulic model. Meadowcrest Wastewater Treatment Plant Upgrades. Design of intermediate upgrades to the WWTP that will achieve higher nitrogen effluent quality required by the Kings Bay/Crystal River BMAP. Wastewater Treatment Feasibility Analysis. County received a $500,000 grant to develop a septic -to -sewer master plan that evaluates either eliminating septic tanks throughout County or upgrading them to enhanced nitrogen removing units. Includes development of a county -wide wastewater hydraulic model. Project was procured under a separate RFQ. © Northwest Quadrant. Wastewater Extension. Design and construction of over 25,000 linear feet of 10" force main to serve as a wastewater system backbone to serve an unsewered portion of the County. Project also included the design of three new pump stations and decornmissioning of two package plants. Project was procured under a separate RFQ and is almost entirely funded through grants. WRIGHT-PIERCE Engineering a n0ter Enviranment L Fjrm__Qu_al1ficstiQns Client Contact Citrus County 3600 West Sovereign Path Lecanto, FL 34461 Christina Malmberg, PE Utility Planning & Engineering Director 352.527.7617 christina.malmberg cltrusbocc.com Highlights > Septic -to -sewer conversions State and local funding sources Designed two new lift stations and the conversion of a third Dates Ongoing (Meadowcrest WWTP Upgrade Ongoing (Water System Master Plan) Ongoing (WWT Feasibility Analysis) Ongoing (NW Wastewater Expansion) Costs Engineering Fees $70,000 (Meadowcrest WWTP Upgrade' $199,000 (Water System Master Plan) $500,000 (WWT Feasibility Analysis) $750,000 (NW Wastewater Expansion) Key Personnel Chris Baggett, Dennis Davis, Steve Hallowell, Greg Taylor, Bartt Booz, Saheb Mansour-Rezaei, Jeff Normandin, Don Lee, Jim Papadimitriou l xterrdhig the twas eavaier' traosroission systeril in the NW ct,rladranr reduces t1wrieW loading to g, aunslwater "vithin the spring shed to achieve E3MAP goals. Wrlght-fierce is worldng with the Couoiy W ensure, r''ClUir'emenB of two grE3W programs ar'e rne't thl ough hoolernenGition of this project. Isar�Ir��ravill� Fl�ri��� A cornmunity-owned utility in Jacksonville, FL, JEA is responsible for providing electric, water, wastewater, and reclaimed water to its residential, commercial, and industrial customers. JEA selected Wright - Pierce to provide engineering services for the following projects: Infiltration & Inflow (I&1) Study and Remediation Plan. This project spans 25 sub -basins, totaling approximately 91 miles of sewer pipe. Conducted in three phases, Phase I consisted of performing a hydraulic condition assessment to produce a comprehensive 1/1 Reduction Plan Report. Phase II source investigation efforts resulted in a comprehensive 1/1 Reduction Report. Phase III entails the design and bidding of recommended projects. East Grid Pump Station Upgrade Program. Wright -Pierce is providing design, permitting, and construction administration services for the upgrade/replacernent of six wastewater pump stations, Bayleaf, Townsend, Pompano, Mayapple, Merrill, and Princeton Square, and several force mains over six years. Greenland Water Reclamation Facility Pipelines. As part of a design -build team, Wright -Pierce is designing the pipelines required to transfer wastewater- to and reclaimed water from its new 6 MGD Greenland WRF, which will serve as the hub and connection point to its northern and southern water reclamation systerns. Manhole Inspections. As a subconsultant, Wright -Pierce is performing modified Level 2 inspections of over 10,000 manholes. Work is being performed using 3D scanning technology. WRIGHT-PIERCE Engineering a Hello, E-ironmeN Client Contact JEA 21 Church St. Jacksonville, FL 32202 Peter Hallock, PE Development Project Administrator 904,665.8689 hallpc@�a.com Highlights Flow monitoring and 1/1 data analysis Rehabilitation design and design - build delivery Horizontal directional drilling and pump station upgrades Dates 2018 (Phase I I&I Study & Remediation) 2019 (Phase 11 1&1 Study & Remediation) TBD (Phase III I&I Study & Remediation) Ongoing (East Grid PS Upgrades) Ongoing (Greenland WRF Pipelines) Ongoing (Manhole Inspections) Ongoing (Wilson Blvd. Evaluation) Costs Engineering Fees $2,020,259 (1&1 Study & Remediation) $2,381,519 (East Grid PS Upgrades) $529,977 (Greenland WRF Pipelines) $1,500,000 (Manhole Inspections) $10,000 (Wilson Blvd. Evaluation) Key Personnel Steve Hallowell, Lindsey Sylvester, Chris Baggett, Jeff Normandin, Don McCullers, Eben Spalding, Jim Papadimitriou Phase I of the 1/1 projeci included ixp to 111'11� ,:Jay/r,ighi. insiarr%a,aemis i10w i"eierl')9!i'P. YTleiil 1h/Iia3EY'I C1C' speciic areas of sisl).basins, RLducing, isoil leaking into sdidialy systerns dirccidy noes Uvasi:e r,ier ireairie.ni cw-As. 1 -12 Polk County is approaching the limit of sustainable yield of its upper Floridan water supplies. Future alternative water supplies (AWS) will involve sources that are more distant and more expensive to treat. The Polk Regional Water Cooperative (PRWC) was formed to reduce costs and maximize opportunities for co -funding by sharing AWS sources among communities and developing an affordable supply and delivery system. Wright -Pierce assisted the PRWC as a subconsultant in the development of the following: Water Conservation Plan. Developed water system profiles for five member utilities based on a 10-year data of raw water usage. Data profiles were then used to develop conservation strategies. Southeast and West Polk Reverse Osmosis Lower Floridan Aquifer Water Treatment Plants. Preliminary design for two reverse osmosis water treatment plants —a 12.5-MGD AADF and a 10-MGD AADF. Wright -Pierce designed the chemical systems, pump stations, storage facilities, structural, and HVAC/Plumbing. Administrative Challenge Support & CUP Permitting. Development of technical support for three administrative challenges of the 50- year CUP permit issued by the SWFWMD for the Peace River Manasota Regional Water Supply Authority to withdraw all available supply above the required MFL for the Peace River. VVRIC.HT-PIERCE Engineering a Better Envircmmenl 1 _ F1mi_C_usdific-ahons. Client Contact Poll< Regional Water Cooperative 330 W Church St Bartow, FL 33831 Eric DeHaven Executive Director 813.323.7061 ericdehaven@prwcwater.org Highlights Countywide potable water system © Evaluation of AWS/development of CUPS for AWS projects Evaluate/expand population and flow projections based on data Hydraulic modeling of separate yet interconnected systems for level of service and water quality Facilities operations and condition assessments Capital Improvements Plan Dates 2021 (Water Conservation Plan) 2022 (Water Treatment Plants) 2020 (Admin. Support & CUP) Costs Engineering Fees $107,000 (Water Conservation Plan) $3.22M (Water Treatment Plants) $75,000 (Admin. Support & CUP) Key Personnel Dennis Davis, Katie Gierok, Greg Taylor, Ben Yoakum, Peter Hernandez, Steve Hallowell Wright -tierce has beery aissistiog the Pl"NI/C: ill developinf,, 45 IViGD of alierwi ive water supply (NA15) from ITT walls, Q_ise of revearsr� osrnosis, and hrici- irijecdon wells. In addi ion to finding Ativs, live have a ssisied 1110fiX in reducing its need throui,h conservadut '). 1-13 Continuing Services Contrael Winter Haven, Florida Projects with Winter Haven have involved well testing (top), mapping, and 3D renderings of proposed sewer connections (bottom right). Wright -Pierce provides engineering services to the Utilities Division through a continuing services contract and two discrete RFQs. Cypresswood WTP Replacement. Design, permitting, and construction administration services for the new WTP, which will include a new raw water well and purnp, ground storage tank, high service pumps, and associated piping. Septic -to -Sewer Master Plan. Developed a plan to eliminate all septic systems throughout the City. The plan will be used to guide the implementation of individual projects. Septic -to -Sewer— Boggy Bottom. Planning, preliminary design, final design, and permitting to connect 55 septic tanks to sewer Septic -to -Sewer — Rernediation Area 6. Planning, design, permitting, bidding, and construction services to convert 115 homes from septic to sewer service. Improvements will include sewer laterals, manholes, and two new lift stations, as well as new sewer main, force main, and water main. Pollard Road Water Production Facility (WPF). Wright -Pierce is part of the design team for the construction of this WPF, providing electrical and instrumentation design services. WRIGHT-PIERCE Engineering a Bdt'e' Environment Client Contact City of Winter Haven 401611, Street SW Winter Haven, FL 33880 Marl( Bombard Capital Improvements Director 863.291.5853 mbombard@iLiywinterhaven.com Highlights Continuing services through CCNA contact • Water treatment -related services • Wastewater treatment -related services Wastewater collection and transmission -related services Funding assistance I&C integration services Multiple Septic -to -Sewer projects Completion fates 2020: Cypresswood WTP — Conceptual Design Phase 1 Ongoing: Cypresswood WTP — Alternatives Analysis Phase 2 2021: Septic -to -Sewer MP Ongoing: Boggy Bottom S2S Ongoing: Remediation Area 6 S2S Ongoing: Pollard Road WPF Costs Engineering Fees $650,981 Cypresswood WTP $86,000 Septic -to -Sewer MP $128,700 Boggy Bottom S2S $382,750 Remediation Area 6 S2S $61,600 Pollard Road WPF Key Personnel Greg Taylor, Dennis Davis, Chris Baggett, Mark Cunningham, Jim Papadimitriou, Don Lee, Ben Yoakum, Steve Hallowell, Shane Cochran 3D renderhi[; allowed the 91IT' Oper !dons Groigj i.o nwlce valimble S ia[ t,f'.SLI )115 f r`„<`t rf_I91 tg -, Re, I y of it design pirocess, €iltirfi ely, saving dw prnjo.t drne and money. 1-14 Ability to Deliver On Time & Within Budget A successful project requires the commitment of necessary resources to complete work within a required budget and timeframe. We empower our managers with the following tools and processes to identify potential budget and schedule conflicts and prioritize resources: Assign personnel by identifying project's technical components and match to staff expertise and availability during proposal development phase, commit staff for project duration Project manager coordination meetings, held weekly, to ensure our people are leveraged and projects are appropriately staffed Workload calendar for Building Services support n Workload forecasting, updated monthly Project team meetings held regularly for the duration of a project to keep the team coordinated and on track to meet project milestones Regional group and division leaders have authority to bring in highly skilled resources regardless of location, as needed, to meet schedule objectives Operations And ResOL11'G© Maeaa9e1nerlt Forecast• & Alerts I Delivery I Resources I Project Status I Organization Status I — F1rm_s_aU_u11ftc_atLons Scheduling & Accounting Software Wright -Pierce utilizes state-of-the-art business management software, BST10, that includes staffing workload resource planning that is updated weekly. This data is used to project 12-month workloads for all staff and to identify project team members with appropriate availability for specific assignments. BST10 offers our project managers the following features: Integrated workload and management tools tailored to each project Project and resource management dashboards that highlight critical data requiring attention An opportunity tracking system that assists with forecasting future resource needs and streamlines our budgeting process Electronic invoicing for less paper shuffling between our finance department and clients Forecast Resource schedule- Hours (\ -'' . Iiii•I .- J3,000 22,000 LEI . + erCa F apt Feb It,, Apr liay Nn 1.1 Au0 Sep Oct Ilo'+ Dec Jan Rh Projects At Risk Vridince At Completion > 5,000 (855) y- iti • C+ — Schedule Variance >10 Days (25) Iproject 0,gamzatl. Iproject Name IDrojed Manag.. Clentlame ( y, IProJect orgnizati IProjact Mama Iproject Manag.. Client Name IBaeeh Acz.unung Port LudIm Energy.., Kristin 1, Mcbride Bogart turnip fhy Placnin L: g San Pabb "useum Melissa L. Battle : G of Evaro ,105 w e?(osl. Architectural American Canyon In Beatr cc A Espinoza Blue Earth County '.. (= Architedural Lake Placd Theater Carmen Perez Bearer Associates 01/i0 Architectural Annetta North lann.... Laura A. hlckee City of Dehaay L Architectural taste Placd Theater Carmen Perez '.Beaver Associates 01112 Ar<filtectural Bald Head blood Co.., Beatuca A. Espinoza (City of 2—fay '. [%!, Architectural .Lake Placid Theater Carmen Perez 'Beaver Associates 01/03 Architectural Bermuda Dunes Ligh... Sergio 1. Beasley Brz.yton Mumdpality L`.+, Archltcctaral lake Placid Theater .Carmen Perez '.. Beaver Associates 01(03 r: Architectural Birch,00d Village Se... Sergio 1. Beasley Brenton Municipality L-.. Water and Wastev,at..... Buies Creek Bodoe Aaro.n V.Ju—z City of Granby 01/11 (✓a rnfi-vudwe • Wtst Mee Minden Motel '.Cot— R Dixon Brent Associates 01/07 . Sample screenshot of our BST10 resource management tools. WRIGHT-PIERCE -®? C Engineering a Better Envirnnmenl C Our Team Dedicated to Your Projects Frorn our full -service, diverse staff of experienced engineering professionals, operators, technicians, and support personnel, we have assembled a project team with many years of demonstrated practical experience completing similar projects. Steve Hallowell, PE Wastewater Treatment Don Lee, PhD, PE, BCEE Bartt Booz, PE Pipelines Kelly Wehner, PE, ENV SP Peter Hernandez, PE Infiltration & Inflow Don McCullers, COA Lindsey Sylvester, PE Septic -to -Sewer Chris Baggett, PE, ENV SP Saheb Mansour-Rezaei, PhD, PE Lift Stations Bartt Booz, PE Eben Spalding, PE WRIGHT-PIERCE F.ngtne ing a 101- F—i--nl. Katie Gierok, PE —f irm's_au al ific ations We recognize that no one understands the requirements of the City's projects better than your personnel. Therefore, our team is committed to working collaboratively with your staff, incorporating their input to deliver tailored solutions. Structural Engineer Mark Cunningham, PE Mechanical Engineer Rodney Greene, PE I&C Engineer Jim Papadimitriou, PE Electrical Engineers Steve Conway, PE Solar/Energy Efficiency Specialist Tony D'Amelio Architect Ron Williams, AIA Dennis Davis, PE, Assoc DBIA GIS Services Jeff Normandin, GISP 3D/CAD Design Shane Cochran Construction Engineering Inspection & Field Service Technicians Christopher Place Bob Goulet ,Geoleclmic. ll Services °+1.lrVe`/!fE ; SeiY1hx; s Nadic Engineering, Inc. L&S Diversified, LLC 1-16 Introducing your Project Manager. Katie Gierok, PE Management 7, Katie will be responsible for implementing projects awarded through this contract. She will serve as the City's primary point of contact, coordinate technical efforts required of the team, and monitor schedule and budget compliance. Water & Wastewater 16 WTP and WWTP expansions, upgrades, and new facilities designed city of Ocoee -- Her 28 years of experience completing utility system, water supply, and regulatory compliance projects affords her the leadership to successfully execute small or large projects, from treatment plants to piping and pump stations to complying with new CFWI regulations. 93 Millions of dollars in cost savings through water conservation efforts 1 - Finn-Qustlific- ations Katie is experienced in overseeing and executing all project phases, including conceptual planning, design, permitting, cost estimating, construction administration, and construction engineering inspection services. A 920 Linear feet of pipelines designed and installed for public utilities 8 15 1993 Projects completed for Millions of dollars in Year in which Katie the City of Ocoee improvement projects began consulting for planned for the City the City WRIGHT-PIERCE 1 17 Engineering a Rdt,, E-i,--nt Education B.S., Environmental Engineering, University of Florida Professional Registration Florida Experience 29 Years Joined Firm 2017 Professional Affiliations American Water Works Association — Florida (FLAWWA) Florida Water Environment Association (FWEA) Central Florida, Society of Women Engineers Publications & Presentations Gierok, K. N., Taylor, G. D., Yoakum, B. A., Martinez - Marrero, F., "Breaking Through Cost Barriers Associated With Developing an Alternative Water Supply by Integrating With an Existing Treatment System", Florida Water Resources Journal, February, 2021 Gierok, K. N., Taylor, G.D., & Yoakum, B.A. "Water for a Thirsty Florida —A Regional Approach", FSAWWA State Conference, 2019 Gierok, K. N., Davee, R. N., Taylor, G. D., Davis, D. A., "Lessons Learned from Surface Water Treatment Facilities and How They WRIGHT-PIERCE Engineering a 13,1W, E-4--nl SDIG�E P------- ------ Project Assignment: Project Manager Role Description & Experience Summary Katie will serve as Project Manager for this contract. In this role, she will be the primary point of contact for communications with the City. She will be responsible for coordinating the technical efforts of the project tearn and for monitoring schedule and budget compliance. Katie has extensive experience in civil and environmental engineering, including planning, design, permitting, and construction administration for public utilities. She currently manages several projects with grant funding. Her background includes water, wastewater, and reclaimed water pipeline and pump station facilities; utility coordination; water and wastewater treatment facilities; site work/earthwork facilities; cornmunity-wide utility improvements; grant funding; and bond issues. Relevant Project Experience WWTF Biological Nutrient Removal Improvement Evaluation, Ocoee, FL Project Manager for the biological nutrient removal evaluation of the City's 3.0-MGD design capacity WWTF, which is located in the primary focus area of the Wekiva Springs and Rock Springs Basin Management Plan (BMAP). This project evaluates treatment alternatives that will provide for the removal of total nitrogen (TN) reliably to 3 rng/L or less by July 2028. The evaluated alternatives, which were analyzed using BioWin modeling, included operational optimization, addition of Denite filters, and addition of anoxic and reaeration tanks. W WTF Operating Permit Renewal, Ocoee, FL Project Manager for the operating permit renewal for the City's 3.0-MGD design capacity WWTF, which includes influent screening and grit removal, two-phase isolation ditches with flow control system and brush aerators, secondary clarification, tertiary filtration, disinfection, and public -access reuse. The WWTF is located within the primary focus area of Wekiva Springs and Rock Springs Basin Management Action Plan (BMAP) and will be required to meet a new annual average total nitrogen (TN) effluent limit of 3 mg/L by July 2028. South Water Treatment Plant (WTP), Ocoee, FL* Project Engineer for improvements at the 4.0-MGD South WTP, including the installation of a well pump, associated piping, and hypochlorite generation system. Forest Oaks Water Treatment Plant, Ocoee, FL* Project Engineer for improvements at the 3.0-MGD Forest Oaks WTP, including the installation of a well pump, associated piping, and hypochlorite generation. Kat.hle.en-N._Gaer_ok,_P_E — _— Apply to Alternative Water Rapid Infiltration Basin (RIB) Rerate Study, Ocoee, FL* Supplies in Florida". Florida Senior Engineer for the re -rate study of the City's on -site A.D. Mims WWTF RIBS, Section American Water Works Association, Orlando, including comparative groundwater modeling and field calibration of the RIBS. FL, 2018 Master Planning, Development, & Expansion of Water, Wastewater, & Gierok, K. N., Chavez, M. F., Reclaimed Water Programs, Ocoee, FL* Taylor, G. D., Hoxworth, S. Program Manager, Coordinator, and client contact for the continuing improvement W., Robert, C. M., McCarthy, and expansion of City Programs. $15 M in improvements were identified for utilities J. A. "Ozone and Granular Activated Carbon for Sulfide and roadway with a bond issue of $10 M obtained for the completion of currently Treatment and Disinfection needed projects. Project included systemwide reclaimed and potable water piping, By-product Removal in Polk planning, permitting, design, and construction services. Reclaimed water services County, FL". Florida Section included pumping and piping facilities. Potable water services included permitting, p p g p p g p g American Water Works Association, Orlando, FL, planning, design, and construction assistance for approximately 15,000 LF of piping 2016 improvements and expansion. Gierok, K. N., Chavez, M.F., NE Regional Wastewater Treatment Facility Clarifier Addition, Polk County, FL McNeal, M. B., and Clasen, Project Manager for the conceptual design evaluating five clarifier layout M. J., "Aquifer Storage and alternatives, through final design, permitting, and construction of the selected Recovery: Exploring a Real Solution for Reclaimed Water alternative. The design phase included clarifier design of two new 100-foot diameter Supply Needs", Florida Water clarifiers, a new grit classifier on the headworks, new flow splitting structure, Resources Journal, modification to the stormwater managernent system, electrical upgrades, and I&C September, 2015 and SCADA upgrades. Northwest Quadrant Wastewater Extension, Citrus County, FL Project Manager for the addition of the County's northwest area into the Meadowcrest WWTF sewer service. The project includes planning, design, and construction administration services for 34,315 LF of force main and two new and one refurbished sanitary sewer pump stations. The force main extends along U.S. 19 and North Turkey Oak Drive and discharges to an existing gravity and pressure systern served by the Meadowcrest WWTF. Buena Vista Wastewater Pump Station Replacement, City of Lake Alfred, FL Project Manager for the replacement of a +/- 50-year-old duplex wet-pit/dry-pit wastewater pump station with a 40-HP triplex submersible pump station. This project includes the reuse of the existing brick wet well as receiving manhole and 300 LF of 15 inch sanitary gravity sewer- and 8-inch sanitary forcemain piping along a City road and FDEP trail. SR 17 Utility Main Relocation and Replacement, Haines City, FL* Project Manager for design of approximately $1.7M of utility relocation/ replacernents within the FDOT SR 17 right-of-way, including over 8,000 LF of 8-, 10-, and 16-inch water main replacement; 8,000 LF of asbestos cement pipe removal; 3,100 LF of 8-inch sanitary sewer relocation/replacement; 600 LF of 8-inch sanitary force main relocation; and two 16-inch reclaimed water main crossings for future use. Coordination meetings with FDOT staff, utility work schedule, and FDOT- compliant specifications, drawings, and cost estimate. *Experience from previous employer WRIGHT-PIERCE Engineering a Oe[ier Environment VICEPRESIDE-ITT/W -MI.Qf OBE-C.I-MMG L— ---- --- — Project Assignment: Principal -in -Charge and QA/QC Officer Role Description & Experience Summary Education Steve will serve as Principal -in -Charge and QA/QC Officer for this contract. As M.B.A., Southern New Principal, he will be responsible for acting as the firm's authorized representative in Hampshire University any negotiations, ensuring all contractual obligations are met, and committing the M.S., Civil Engineering resources needed for this project. As QA/QC Officer, he will ensure all deliverables University of Lowell are reviewed either by himself or by the appropriate senior personnel. Steve is a Vice President/Senior Project Manager in the Wastewater Practice Group with a wide B.S., Civil Engineering range of experience in planning, design, and construction of wastewater and water University of Maine facilities and infrastructure projects for municipal clients. Professional Registration Florida Connecticut Relevant Project Experience Maine Experience Lift Station No. 45 Upgrade, Orlando, FL Project Manager for the evaluation and design for replacing the existing wet well/dry 35 Years well, 9-MGD lift station with a new 9-MGD submersible lift station. Proposed new .joined Firm facilities to include converting the existing lift station pump room to two new wet 1987 wells, 4 new submersible pumps, discharge piping and valves, , bypass pumping facilities, new emergency generator, electrical building, pump crane hoist system, Professional Affiliations odor control system and site piping and improvements. Maine Wastewater Control Association Lift Station No. 2 Upgrade, Orlando, FL Project Manager for the evaluation and design for replacing the existing wet well/dry Maine Department of Environmental Protection well, 4.6-MGD lift station with a new 4.6-MGD submersible lift station. Proposed Lagoon Task Force new facilities to include the demolition of the existing lift station located within a parking garage facility and constructing a new submersible station with two new wet American Water Works Association/Florida AWWA wells, 4 new submersible pumps, discharge piping and valves, bypass pumping facilities, new emergency generator, electrical building, pump crane hoist system, Florida Water Environment odor control system and site piping and improvements. Association Lift Station 24 Collection System Flow Monitoring, Eustis, FL Awards Principal -in -Charge and QA/QC Officer for the study of the Lift Station 24 collection Cancer Survivor — 2000 system to identify extraneous sources of inflow and infiltration into the collection system consisting of approximately 41,800 linear feet of 6-, 8-, 10- and 12-inch Presentations "Regionalization diameter pipe. Project included training of City staff on flow metering; installation of Challenges, Complexities & Success open channel flow meters to measure flows within the collection system; installation Stories" NEWER -Spring of a rain gauge to obtain accurate rain data within the service area; night flow 2009 plus 6 other isolation measurement; and compiling data, findings and recommendations with presentations for MWWCA & JETCC costs into a Technical Memorandum. Follow on task included smoke testing of entire drainage area and documentation of sources, including GIS locations and photographs, and costs estimates to repair in Technical Memorandum. WRIGHT-PIERCE Engineering a DOW, Environment "Upgrading One of Orlando's Largest Lift Station & Overcoming Challenges," FWRC, Spring 2019 Publications Cadle, R.; Cummings, R; Perkins, L; Davis, D; Hallowell, S; "From Coast to Coast: What Florida's Largest Utilities are Doing About 1&I," FRWC, Spring 2019 WRIGHT-PIERCE Engineering n Outler Ertvir--t Steyen-C-_H_allowell—RE Utility Pipe Storage Building, Kissimmee, FL Principal -in -Charge and QA/QC Officer for the design of a new utility pipe storage building for the Toho Water Authority in Kissimmee. New utility building consists of a 2-bay pre -engineering metal building to store water, reclaim and sewer pipe. Proposed improvements include site improvements. Wastewater Treatment Facilities Plan, Williston, FL Principal -in -Charge and QC/QC Officer for the development of a 20-year Facilities Plan for the 0.45 MGD Williston Wastewater Treatment Facility. Assessment included influent screening, oxidation ditch, flow splitting, secondary clarifiers, chemical disinfection, effluent storage and distribution to a restricted public access spray field and aerobic sludge storage. Other systems, such as instrurnentation, electrical and architectural/ building systems also evaluated. An estimate $3.77 M in necessary improvements were identified to be implemented over three Phases. Infiltration & Inflow Study and Remediation Plan, Dale Mabry Advanced Wastewater Treatment Facility Service Area, Tampa, FL Principal-in-Charge/Project Manager for a two phase I&I study consisting of quantifying I&I including three months of flow, rainfall, and groundwater monitoring and assessment. Flow monitoring consists of installing 55 flow meters, 25 groundwater piezometers and 9 rain gauges in 55 sub -basin areas of the service area. Work also includes 100 day/night time instantaneous flow measurements, data analysis using Sliicer and preparing a Phase I flow monitoring report with recommendations for conducting the Phase II 1&1 source investigation study, which consists of dye testing, 154,000 If of FELL pipe inspections, 740 Level 1 manhole inspections and 100-night time instantaneous flow measurements. Southwest Service Area Infiltration and Inflow Study and Remediation Plan, JEA, Jacksonville, FL Principal-in-Charge/Project Manager for a two-phase I&I study and remediation plan. The southwest service area is comprised of over 100 square miles and approximately 700 miles of sewer piping. 25 pump station sub -basins will be targeted to evaluate I&I in those systems. Phase I of this project is a hydraulic condition assessment and includes flow monitoring in 35 locations, installation of 18 groundwater piezometers, 290,000 If of smoke testing, 185,000 If of CCTV, 1,150 Level 2 manhole inspections and the development of an I&I reduction plan. Phase II of the project includes the development of plans and specifications to address the I&I. East Grid Pump Station Upgrade Program, Jacksonville, FL Principal -in -Charge and Project Manager for the evaluation and design of replacing six (6) existing submersible pump stations with new submersible pump stations ranging in capacity from 1,000 GPM to 1,800 GPM. Proposed new pump stations to include the dernolition of the existing lift station, new 10 ft. diameter wet well, 3 submersible pumps, piping, valve, standby emergency generator, back up diesel pumping system, bypass pumping system, controls, and site improvements. Project Assignment: QA/QC Officer Role Description & Experience Summary Professional Registration Don will serve as QA/QC Officer, providing reviews of interim technical documents Class A WWTP Operator (FL) and ensuring our QA/QC program is implemented for all deliverables. Don is a PACP, MACP, LACP Trainer licensed Class A wastewater treatment plant operator with over 42 years of experience in water and wastewater systerns. He serves as a Senior Project Manager Experience in Wright-Pierce's Tampa office with expertise in the analysis of existing utility 42 Years systems and the preparation of plans and specifications for the construction of new Joined Firm and rehabilitated water and wastewater treatment facilities, pump stations, water 2020 distribution systems, interceptor sewer systems, effluent disposal facilities, and reclaimed water systems. Don is a certified trainer under NASSCO's Pipeline Professional Affiliations Assessment and Certification Program (PACP) and is an expert in sanitary sewer Florida Water and Pollution Control Operators system evaluations and rehabilitation projects. Association Florida Water Resources Relevant Project Experience Association NASSCO Manhole Inspections and MACP Reports, JEA of Jacksonville, FL Water Environment Federation (WEE) Wright- Pie rce's Project Manager working as a subconsultant, performing modified Level 2 manhole inspections of over 10,000 manholes. Work is being performed North American Society for using CleverScan 3D scanning technology. Trenchless Technology Pipeline Assessment Certification Program (PACP) Instructor National Association of NASSCO Certified Instructor since 2004 for the Pipeline Assessment Certification Sewer Service Companies Program (PACP). Also certified for teaching the Manhole Assessment Certification (NASSCO) Program (MACP) and Lateral Assessment Certification Program (LACP) components. International Pipe Bursting Has taught classes throughout Florida and Kentucky. A mernber of the Florida Water Association Environment Association Collection System Committee helping to provide American Water Works PACP/MACP/LACP classes throughout for the Association. Association (AWWA) Collection System Inspection and I&I Evaluation, JEA of Jacksonville, FL Publications QA/QC Officer and Project Manager for project involving I&I analysis of a section of "Horizontal Directional Drill a the gravity sewer systern. Work included inspecting 221 manholes and CCTV 16-inch Force Main Under evaluation on approximately 15,000 LF of gravity sewer. Clearwater Harbor: A Case Study," Florida Water Permanent Flow Monitoring Program, City of Clearwater, FL Resources Journal, QA/QC Officer for flow monitoring services over a 39-month period. The goals of the McCullers, D., Murrin, L., O'Brien, K., Modjeski, D., project involve the following tasks: install and maintain equipment at strategic O'Connor, D., 2002 locations in the wastewater collection system throughout the contract period; collect, summarize, and evaluate flow, rainfall and groundwater -level data; "CMOM: Does it Work? determine the locations of excessive I&I; and recommend corrective actions. Our Clearwater's Program Performance History," engineers are providing monthly and quarterly reports to the City. Florida Water Resources Journal, McCullers, D., 2010 WRIGHT-PIERCE Engineering. HOW, Environment pon_McCulleu,__0_ A _ Presentations Dazzo / Drew Park Collection System I&I Evaluation, City of Tampa, FL Mccullers, D., Neff, A., Project Manager for evaluation of the Drew Park / Dazzo Collection System. This first Murrin, L., Modjeski, D., "CMOM Self Audit from phase includes review of extensive historical data and limited field services including Inception to manhole inspections and night flow isolations in order to develop a detailed testing Implementation," plan to identify sources of infiltration and inflow (01). Clearwater, FL, 2002 Pump Stations "SA" and "E", City of Temple Terrace, FL* Mccullers, D., Sickler, D., Project Manager responsible for preliminary design report, final design, cost Howell, C., "CMOM: estimates, permitting, and bidding assistance for two pump stations requiring Roadmap to a Healthy Wastewater Collection rehabilitation. Pump Station "SA" is one of the City's master stations, which pumps System," Austin, Tx, 2003 to the City of Tampa. Both stations involved conversion of a dry/wet pit into a submersible type station. Mccullers, D., Fears, T., Murrin, L., Modjeski, D., Potable Water Master Plan, City of Temple Terrace, FL* "Horizontal Directional QA/QC Officer for a 10-year Master Plan update for the City's potable water system Drilling Multiple Pipe Under Stevenson Creek: A Case including infrastructure improvements. The project consisted of hydraulic modeling Study," North American of the potable water system, hydrant testing, and GIS data verification for model Society for Trenchless calibration. Projected potable water demand and hydraulic modeling within Technology (NASTT), 2004 WaterGFMS° to identify existing issues and recommend future improvements, Mccullers, D., "Mandalay which were prioritized into a capital improvements plan with estimated capital costs. Channel Pedestrian Bridge Utility Relocation," NASTT Sanitary Sewer Improvements and Rehabilitation, City of Brooksville, FL* NO -DIG, 2005 QA/QC Officer for assisting with various phases of investigation and rehabilitation of the City's 52 miles of gravity sewer, ranging from 6-inch diameter to 12-inch Mccullers, D., "City of diameter. Investigated via smoke testing and in -line cleaning and televising. Clearwater Capacity, Management, Operation, Rehabilitation design included open -cut replacement and the trenchless and Maintenance (CMOM), rehabilitation method of cured -in -place pipe (CIPP). During construction, provided Does it Work?" Florida Water resident project representative services and construction -related engineering. Resource Conference, 2009 Design -Build of 19th Avenue Water/Wastewater/Reclaimed Water Pipelines, McCullers, D., "Force Main Hillsborough County, FL* Condition Assessment," Clearwater, FL, 2011 Senior Project Engineer providing design, permitting, and construction phase j g p g g p g, services to support construction of over 14,000 linear feet of 24-inch potable water Mccullers, D., Murphy, J., main, over 16,000 linear feet of 20- and 30-inch reclaimed water main from just Hallock, S., Modjeski, D., west of 1-75 to just west of US Hwy 41 along 19th Avenue NE in the Ruskin area. The "Condition Assessment of Two Florida Coastal ect also includes a pro pproximately 18,000 linear feet of 24-and 36-inch wastewater Communities Force Mains: A force main, which runs from Hillsborough County's South County Advanced Case Study," NASTT, 2012 Wastewater Treatment Plant to just west of US Hwy 41 along 19th Avenue NE. Mccullers, D., "When You're Gulfport Sanitary Sewer Evaluation Study (SEES), City of Gulfport, FL* Done... Are You Done? 1-75 Project Manager involved with providing services for the City to identify and repair Utility Improvements," areas within the collection system with infiltration and inflow (IM). The project NASTT NO -DIG, 2014 involves State Revolving Funds (SRF) and included a comprehensive investigative Mccullers, D., "Is Your plan with flow monitoring, closed-circuit TV (CCTV) inspection, smoke testing, visual Collection System Broken or inspections, etc. All the data was combined and evaluated in order to provide On Crack: Benefits of PACP prioritized recommendations as well as construction work orders for sanitary sewer and Proper Defect Coding," point repairs and trenchless rehabilitation with CIPP lining or grouting. Florida Water Resource Conference, 2016 *Experience from previous employer WRIC,HT-PIERCE -d Engineering a fetter Fnv1--nt NMI Project Assignment: Client Service Manager & Grant Specialist Role Description & Experience Summary Education Dennis will serve as the Client Service Manager for this contract. In this role, he will B.S., Environmental be responsible for ensuring the team meets and exceeds expectations related to Engineering, university of project performance. Dennis is an experienced engineer with over 20 years of Florida professional experience, including key management and leadership positions. He is a Professional Registration diverse engineer with experience in water supply, utilities, stormwater design, water Florida quality, natural systerns, solid waste management, civil site design, and environmental permitting. He is experienced in managing continuing/general Experience engineering services contracts for municipal and county clients. From this 21 Years experience, he has developed extensive in the operating protocol of local Joined Firm governments, including procurement policies, capital budgeting, and interacting with 2016 municipal/county management and board members. Professional Affiliations Florida Water Environment Relevant Project Experience Association Florida Water Environment General Services Contract, Winter Haven, FL Association -utility Council Contract manager for multiple iterations of a general services contract. Projects initiated under this contract included a solid waste hauling analysis, various designs Associcationation American Water for improvements at the City's wastewater treatment plants, wastewater pump Florida League of Cities station, and reclaimed water pipelines, and storage tanks. General Services Contract, Williston, FL Contract manager for multiple iterations of a general services contract. Projects initiated under this contract include comprehensive phased wastewater treatment plant projects, a new potable water production well and pipeline, sewer system improvements, stormwater flooding study, multiple parks and recreations area improvements, preparation of various grants, and attendance at City council meetings General Services Contracts, Polk County, FL Contract manager for three general services contracts in three separate County divisions: the Utilities Division, Parks and Natural Resources Division, and the Solid Waste Division. Performed dozens of projects, including major pipeline projects, multiple water treatment plants, multiple water, wastewater and reclaimed water master plans, environmental evaluations associated with the water use permit, major pump station replacements and other similar work. CDBG Hazard Mitigation Critical Facility Hardening Program, Williston, FL Grant Specialist for the preparation of all technical documents for a $2 M grant application under the Florida Department of Economic Opportunities' CDBG prograrn. The grant requested money to harden four buildings at the City's WWTP to withstand hurricanes or other similar storms. All work was performed at no cost to the City. WRIGHT-PIERCE Engineering; a Belle, NO..nmcnl p_en n is_4,_Davis,_P_E,_Ass o c Nitrogen Load Reduction Projects Grant Applications, Williston, FL Grant Specialist for the preparation of two grant applications for springs funding to the SWFWMD. Applications seek to obtain almost $5 million in grant funding for the city to implement a septic -to -sewer project in the Northwood Estates subdivision and a WWTP upgrade project. All work has been performed at no cost to the city. SWFWMD Cooperative Funding Initiative Grant Applications, Williston, FL Grant Specialist for the preparation of a grant application for the John Henry Park stormwater infrastructure improvements projects, which included new piping and swales to deal with local flooding and use of Biological Activated Media to improve water quality. Application requested $900,000 in funding over two funding cycles. Lift Station 253 Evaluation, Polk County, FL Client Service Manager for a project that includes the evaluation of the current flows corning to Lift Station 253 and an assessment for its replacement. Accelerated development in the service area above predictions in the 2015 master plan prompted the need for these improvements sooner than anticipated. Upon cornpletion of the flows assessment, a conceptual site design was prepared. Lift Station 45 Rehabilitation, Orlando, FL Client Service Manager. Providing preliminary engineering, final design and construction phase services for the rehabilitation of an approximately 8-MGD master - lift station. The project includes evaluations of the structural condition of the existing lift station and options for replacing it or rehabilitating the existing structure. Existing and future flows will be determined, and a hydraulic modeling will be created to size the new pumps. Final design includes the development of plans and specifications for the selected alternative. Construction administration and part time construction observation will be provided. Lift Station 85 Rehabilitation, Orlando, FL Client Service Manager. Providing preliminary engineering, final design and construction phase services for the rehabilitation of an approximately 6-MGD master lift station. The project includes evaluations of the structural condition of the existing lift station and options for replacing it or rehabilitating the existing structure. Existing and future flows will be determined, and a hydraulic modeling will be created to size the new pumps. Final design includes the development of plans and specifications for the selected alternative. Construction administration and part time construction observation will be provided. MI Criticality Analysis, Gainesville Regional Utilities, Gainesville, FL Client Service Manager for the project that involved development of a GIS-based grading system to assist GRU in determining the level of criticality of all gravity pipes in its collection system. This information is then used to develop an inspection and repair program. The work included evaluation of GRU's existing GIS for the collection systern, overlaying additional publicly available GIS databases, incorporating GRU's maintenance records into the dataset and ultimately developing a tool that will reside within GRU's GIS to provide real-time evaluation scores of its infrastructure. WRIGHT-PIERCE c Engineering a Oetter Euvinnnnrnl SEN 10 .P 110JEILMA—M i_ — - — Project Assignment: Lead Project Engineer — Pumping Stations & Wastewater Treatment Systems Role Description & Experience Summary Education Bartt will serve as the Lead Project Engineer of projects involving pumping stations B.S., Bioresource Engineering and wastewater treatment systems for this contract. He will assist the Project Rutgers University Manager by leading the execution of designs, including technical calculations and the development of plans and specifications. Bartt is a Senior Project Manager in the Professional Registration Wastewater Practice Group at Wright -Pierce. His responsibilities include leading Florida Maine design tearns in the evaluation and design of unit processes for wastewater treatment facilities and pumping stations; preparation of plans and specifications; Experience coordination with regulatory and funding agencies; and construction administration. 27Years He has implemented dozens of WWTP upgrades and expansions in his career. Joined Firm 2000 Relevant Project Experience Professional Certifications WWTF Biological Nutrient Removal Improvement Evaluation, Ocoee, FL Intermediate Temporary Traffic Control Biological nutrient removal evaluation of the City's 3.0-MGD design capacity WWTF, which is located in the primary focus area of the Wekiva Springs and Rock Springs Professional Affiliations Basin Management Plan (BMAP). This project evaluates treatment alternatives that Florida Water Environment will provide for the removal of total nitrogen (TN) reliably to 3 mg/L or less by July Association (FWEA) 2028. The evaluated alternatives, which were analyzed using BioWin modeling, Publications included operational optimization, addition of Denite filters, and addition of anoxic Booz, B.C. and Dwinal, C.A., and reaeration tanks. "Sludge Dewatering in New Lift Station 24 I&I Study, Eustis, FL England: Types, Trends and Case Studies", NEWEA Project Manager for the study of the Lift Station 24 collection system to identify Journal, extraneous sources of I&I into the collection systern consisting of approximately Fall 2012 41,800 linear feet of pipe. Project included training of City staff on flow metering; installation of open channel flow meters and rain gauge; night flow isolation Presentations Booz, B.C., "Savings through measurement; and compiling data, findings, and recommendations with costs. Optimizing Aeration Follow-on task included smoke testing of entire drainage area and documentation of Systems." Maine Wastewater sources, including GIS locations and photographs, and costs estimates to repair. Control Association, Spring Conference, April 2008 Lift Station 85 Replacement, Orlando, FL Booz, B.C., "Sludge Lead Project Engineer for the design of the replacement of the 6.3 MGD lift station. Dewatering", Maine Existing station was a wet well/dry well station with vertical centrifugal, extended Wastewater Control Association, Fall Conference, shaft pumps constructed in 1980. This $5.5M project includes reusing the existing September 2010 wet well to become a new submersible pump station wet well (with new concrete Boot, B.C., "Blower walls); installation of 4 new submersible pumps; in -filling the existing dry well; new Technologies", Maine Rural electrical building and diesel emergency generator; new two -stage odor control Water Association, 31st Annual Conference, systern; and new PLC controls with radio telemetry to SCADA system. December 2011 WRIGHT-PIERCE Engineering" Reller 1-irnnment Booz, B.C., "Energy Audits & Lift Station 45 Replacement, Orlando, FL Green Energy", North Lead Project Engineer in the preliminary and final design, bidding, and construction Country Convention, Maine Wastewater Control administration of the replacement of the 8.3 MGD lift station. Existing station was a Association, wet well/dry well station with vertical centrifugal, extended shaft pumps. This $6.5M April 2013 project includes in -filling the existing concrete wet well; conversion of the dry well Booz, B.C., "screw Press into a wet well and installation of 4 new submersible pumps; reuse of the two -stage Dewatering Upgrade in odor control system; new electrical building and emergency generator; and new PLC Lincoln, Maine: A Case controls with radio telemetry to SCADA system. Study", NEWEA Conference, January 2013 Storey Park Master Pump Station, Orange County, FL Booz, B.C., "Troubleshooting Lead Project Engineer in the preliminary and final design, bidding, and construction and Optimization of Lagoons', 17th Annual administration of a new 5.76 MGD submersible pump station to serve the Storey Park Lagoon Day, Berwick, Maine, development and surrounding areas. The new station consists of a split wet well with June 2013 space for 6 submersible pumps; new electrical building and emergency generator; "Wastewater odor control system; and new PLC controls with radio telemetry to SCADA system. Booz, B.C., Treatment Facility Basis of Consery I WRF Return Activated Sludge Replacement, Orlando, FL Design Fundamentals," Project Manager for the replacement of three 3,500 gpm Return Activated Sludge FWEA Process Seminar, October 2020 Pumps at that Water Consery I Water Reclamation Facility. Project was completed under a continuing engineering services contract with the City's Water Reclamation Division. Project included new VFDs, electrical disconnects and local controls, piping, and check valves. Services included final design, bidding, and construction administration phase services. Wastewater Treatment Facility Phase 1 Upgrade, Williston, FL Project Manager for the design, bidding, and construction administration of a $650,000 Phase 1 Upgrade to the 0.45 MGD Williston Wastewater Treatment Facility. Project included replacing an influent spiral screen with a static screen; replacing a 50-foot diameter peripheral feed secondary clarifier mechanism; replacing two, 30 HP oxidation ditch rotors; concrete rehabilitation of the concrete oxidation ditch and secondary clarifier, and miscellaneous electrical improvements. Project was funded through a $700,000 CDBG grant. Headworlcs and Secondary Clarifier Upgrade, Polk County, FL Lead Project Engineer in the design, bidding, and construction administration of two new 100-foot diarneter secondary clarifiers to increase the plant clarification capacity frorn 6.0 MGD to 9.0 MGD. Project is being delivered by way of the Construction Manager at Risk (CMAR) method. Project included two flow splitting structures and hydraulic improvements; yard piping; stormwater pond relocation; two secondary clarifiers with plow and rake mechanisms; a new RAS/WAS purnp station; two scum pumps; new Electrical Building; and instrumentation and control systems. Project also included the replacement of two headworks screenings conveyors with two new screenings wash presses and controls. WRIGHT-PIERCE Engineering a Mter Euvirunment L R_-MC_"FC T AEI & GER_- -- -- Project Assignment: Lead Project Engineer — Septic -to -Sewer Conversions Role Description & Experience Summary Education Chris will serve as the Lead Project Engineer for projects related to septic -to -sewer B.S., Civil Engineering, conversions under this contract. He will assist the Project Manager by leading the University of Florida execution of designs, including technical calculations and the development of plans Professional Registration and specifications. Chris has over 24 years of experience planning, designing, Florida analyzing, and modeling water, wastewater, and reclaimed water systems. His design experience includes piping systems with diameters up to 96-inch, water and Experience wastewater treatment facilities, and pumping stations with capacities over 140 MGD. 25 Years Joined Firm Relevant Project Experience 2018 Professional Training Septic to Sewer Master Plan, Citrus County, FL Envision Sustainability Project Manager for a project that includes developing a County -wide plan to reduce Professional nitrogen loading to the groundwater through the elimination or upgrading of septic systems. Project includes development of a communications plan to educate the Professional Affiliations public; updating the existing septics stem surve • development of a nitrogen p g g y y' p g American Water Work Association, Florida Section loading analysis; identification of a septic systems that can be upgraded or (AWWA) eliminated; development of a County -wide wastewater system hydraulic model for use in assessing needed infrastructure; assessment of existing wastewater Publications infrastructure to identify needed upgrades to accommodate new flows; Baggett, C.C., Hua, G., Powell, R., Reed, T., and Hall, development of a Capital Improvements Plan; development of a project financing J., "Effective of Periodic plan; and presentations to the Board of County Commissioners. Breakpoint Chlorination on Distribution System Septic -to -Sewer Master Plan, Winter Haven, FL Nitrification Control for Technical Advisor and QA/QC Officer for a septic -to -sewer master plan that will Pinellas County Utilities", provide sewer service to the approximately 8,500 parcels either on septic systems or FWRC Conference, 2012 not currently served by sewer. The plan includes estimation of the nitrogen reduction, Baggett, C.C., Hua, G., Gordu, recornmendations for types of systems to be used, assessments of impacts to the F., Friedrich, T., stasis, P., collection and treatment systems, project cost estimations, and funding options. The Powell, R., and Reed, T., plan will be used to guide the implementation of individual projects. "Controlling Nitrification in a Distribution System Sewer Master Plan, Charlotte County, FL* Receiving Blended Multiple Project Manager responsible for developing a comprehensive sewer master plan. Source Waters —The Experience of Pinellas County The plan included a septic -to -sewer master plan with a sequencing plan for Utilities", FWRC Conference, maximizing environmental benefits while reducing long-term costs; evaluating four 2011 water reclamation treatment facilities with a combined permitted capacity of 9.7 MGD; updating the dynamic wastewater system hydraulic models which contains approximately 300 lift stations; developing treatment, pumping, and piping improvements to resolve treatment, physical, and capacity -related issues and provide for system growth; developing project costs and project financing options; and developing capital improvement project summary sheets. WRIGHT-PIERCE % Engineering a Oelter Environment Education M.S., Environmental Engineering & Science, Clemson University B.S., Chemical Engineering, Clemson University Professional Registration Florida Experience 22 Years Joined Firm 2020 Professional Affiliations Florida Water Environment Association (FWEA) PACP/MACP/LACP Certified Envision Sustainability Professional (ENV SP) North American Society for Trenchless Technology (NASTT) Florida Engineering Society (FES) Institute for Sustainable Infrastructure (ISI) WRIGHT-PIERCE Engineering n better Environment i.F-ADPROJE-CT. iGJUEE�/ OJ-EC`LIhA G-E _ Project Assignment: Lead Project Engineer -Transmission, Distribution, & Collection Pipelines Role Description & Experience Summary Kelly will serve as the Lead Project Engineer for projects related to transmission, distribution, and collection systems under this contract. She will assist the Project Manager by leading the execution of designs, including technical calculations and the development of plans and specifications. Kelly has 22 years of experience assisting clients in the planning, design, permitting, and construction management of water, wastewater, and reclaimed water projects, including pumping stations, gravity and pressure pipelines, sewer rehabilitation, and treatment plant improvements. Her areas of specialization include basis of design reports, hydraulic modeling (WaterCAD, SewerCAD, InfoWorks), permitting, equipment selection, cost analysis, preparation of construction plans and specifications, coordination of work with clients, contractor, and other utilities. Kelly is a certified Envision Sustainability Professional and is familiar with the Envision rating system for providing sustainable infrastructure design. Relevant Project Experience Lift Station 253 Upgrade, Polk County, FL Lead Project Engineer for design, bidding, and construction administration services to upgrade the existing duplex station to a triplex station. Other improvements include above grade discharge piping and flow meter, replacement of the existing top slab and emergency generator, in addition to various site improvements. Design -Build of 19th Avenue Water/Wastewater/Reclaimed Water Pipelines, Hillsborough County, FL* Engineer of Record providing design, permitting, and post -design services to support construction of over 14,000 linear feet of 24-inch potable water main, over 16,000 linear feet of 30- and 12-inch reclaimed water main, and approximately 18,000 linear feet of 24- and 36-inch wastewater force main frorn just west of 1-75 to just west of US Hwy 41 along 19th Avenue in Ruskin, FL. The project involved extensive permitting through CSX, FDEP, FDOT, EPC, and the U.S. ACE. Installation methods include open cut, directional drill and jack and bore. LS 2 Force Main Extension and Lift Station Improvements, Gulfport, FL* Engineer of Record responsible for design and permitting of approximately 4,400 linear feet of 12-inch force main installed by open cut and directional drill to manifold LS 2 with LS 1. The manifold will alleviate the LS 1 upstream gravity sewer and remove repumping of flows. LS improvements include replacement of pumps, VFDs, controls, SCADA improvements, emergency generator and structural modifications. The project involves State Revolving Funds (SRF) and subsequent coordination with FDEP. Kelly Wehn_er,_-P_E,-_EN_V_SP_ ____ ---- --- ---- Parramore Road Improvements Water Main, JEA, Jacksonville, FL* Assisted with design and permitting of approximately 1,600 LF of new 16-inch water main as part of a roadway improvement project. The new main included new water services, fire hydrants and appurtenances. The pipeline connected at the northern end of the project limits at Parramore Road and ran south to Youngerman Circle. Reclaimed Water Main — Caloosahatchee River Crossing, Cape Coral, FL* Project Manager assisting with design and permitting of a 14,600 linear feet of 24- inch reclaimed water transmission main across the Caloosahatchee River to transfer reclaimed water from Ft. Myers to Cape Coral. The reclaimed water transmission main will reduce nutrient discharges to the River while providing more reclaimed water to Cape Coral. The additional irrigation source will also reduce withdrawals from and help maintain freshwater canal levels. Pump Station Group 2 Rehabilitations, Pinellas County, FL* Engineer of Record responsible for preliminary design reports, permitting, final design, bidding assistance, and limited construction services for five purnp stations requiring rehabilitation or replacement. PS 82 involved conversion of a dry-pit/wet- pit station into a submersible station, while PS 2 and PS 88 include replacement in kind with new submersible stations, PS's 1 and 3 involved rehabilitation in place. SR 674 Force Main, Hillsborough County, FL* Project Engineer responsible for assisting with preliminary engineering report, utility coordination, design, Contract Documents, and permitting of approximately 11,000 linear feet of 30-inch force main. Project includes major roadway crossings (Interstate 75 and State Road 674) by microtunnel with 48-inch steel casing. On Top of the World Wastewater Transmission Master Plan, Ocala, FL* Project Engineer responsible for hydraulic model of the wastewater transmission system with SewerGEMS. Assisted with preparing the 20-year comprehensive master planning "blueprint" for modifying and expanding the existing wastewater system to serve existing and future OTOW residential communities and commercial areas throughout the 13,150-acre development. Project included population and flow projects, hydraulic model, pump station drawdowns, master pump station evaluation, force main routing, and preparation of engineer's opinion of probable construction costs. Howell Dr 16-inch Force Main Replacement, JEA, Jacksonville, FL* Engineer of Record for replacement of 1,500 LF of 16-inch force main including installation of PVC pipe by open cut and flanged stainless -steel pipe mounted to the new bridge. Design challenges included detailed construction phasing, pipe material transitions, pipe hanger design and consideration of expansion and contraction forces, and maintenance of wastewater flows. Construction sequencing of the pipeline required close coordination with the roadway, bridge, and lighting design. *Experience from previous employer WRIGHT-PIERCE Engineering a Better Environment Project Assignment: Lead Project Engineer ® Water Treatment Systems Role Description & Experience Summary Education Greg will serve as the Lead Project Engineer for projects involving water treatment B.S., Chemical Engineering, systems under this contract. He will assist the Project Manager by leading the Clemson University execution of designs, including technical calculations and the development of plans Professional Registration and specifications. Greg has 18 years of design engineering and project management Florida experience, with the first five serving public utilities, He is a water treatment and Virginia pump station design expert. His primary experience has been in project management and engineering of utility capital improvements projects, including Experience water treatment plants, pump stations, wastewater collection and transmission 18 Years systems, pipelines, and solids handling systerns. The project management and Joined Firm engineering includes design, permitting, construction services, planning and cost 2017 estimating, coordination, and scheduling. He is recognized as an ozone treatment expert for water treatment. Professional Affiliations Secretary, Board of Governors (2018-Current), Relevant Project Experience Florida Section, American Waterworks Association Ardice Water Treatment Plant Improvements, Eustis, FL Trustee, Board of Governors Engineer -of -Record for the expansion and rehabilitation of the Ardice WTP. The (2016-2018), Florida Section, American Water Works includes the conceptual design, preliminary design, final design, project p g p Y gpermitting, Association bidding services, and construction administration for the Upgrades to the 6.28 MGD WTP. The upgrades include: demolition of a 500,000-gallon elevated steel water Vice Chair, Region 3 (2015 to storage tank, construction of a new 500,000-gallon ground storage tank, a new 2016), Florida Section, American Water Works 2,700-gpm high service purnp, 15,000-gallon hydropneurnatic tank, air compressor, Association yard piping, chemical injection system for chlorine and fluoride, electrical Upgrades, and instrumentation and control systems. Chair, Region 3 (2013-2014), Florida Section, American Cypresswood WTP Improvements, Winter Haven, FL Water Works Association Project Manager and engineer -of -record for the improvements at the Cypresswood Vice Chair, Region 3 (2012 to WTP. The work includes the conceptual and preliminary designs, final design, 2013), Florida Section, permitting, bidding services, and construction services to upgrade the 324,000-gpd American Water Works WTP. The project includes the demolition of the existing 324,000-gpd WTP and Association construction of a new facility. The new facility includes: a new groundwater- well, 0.2- Public Affairs Council Chair MG ground storage tank with tray aerator, 500-gpm high service pumps, yard piping, (2011 to 2013), Florida civil/site improvements, a new Control Building, new electrical systems, Section, American Water instrumentation and controls system, site security, and access driveway. The Works Association conceptual design included groundwater sampling of an existing agricultural well Treasurer, Region 3 (2004to near the site, conceptual layout, and cost estimating. The design is expected to be 2008), Florida Section, completed in Winter 2020 with construction in 2021. American Water Works Association WRIGHT-PIERCE Engineering a ROW, Environment Greg-D.-- Member, International Mourning Dove WTP Solids Handling Upgrades, Titusville, FL Ozone Association (IOA) Project Manager and engineer -of -record for the expansion and rehabilitation of the Publications / Mourning Dove WTP solids handling systems. The project includes the conceptual Presentations and preliminary designs, final design, permitting, bidding services, and construction Protasowicki, R. G., Taylor, G. services to upgrade the 16-MGD WTP. In addition, we are providing SRF Loan D., "Creative Solutions to assistance to obtain funding and provide compliance services for reirnbursernent. Managing Emerging Contaminants in The WTP uses a lime softening system, Supplied from groundwater. The lime that is Groundwater'. Florida Water settled in the lime contactors is removed and sent to a sludge thickener for Resource Conference, processing. The project includes the design and construction of a second sludge Tampa, FL, 2019 thickener for operational reliability, a new dewatering system for the solids, Taylor, G. D., "Disinfection modifications to the filter backwash system, upgrades to the existing sludge drying By -Product Formation beds, a new backwash pumping station, yard piping, electrical, instrumentation, and Potential and Chlorine Decay structural. Tracer Study; Field vs. Lab and Predicting with Hydraulic Southeast Lower Floridan Aquifer Water Treatment Plant, Polk Regional Water Models". New England Cooperative (PRWC), Polk County, FL Water works Association, Worcester, MA, 2019 Project Engineer for the process design for a new, brackish -water supply reverse osmosis water treatment facility. This project includes the Conceptual design, Taylor, G. D., Davee, R. N., Preliminary design, and permitting for the 30-MGD (buildout) AADF advanced water Gierok, K. N., Davis, D. A., "Lessons treatment facility. The WTP project includes the installation and testing of LFA supply Learned from Surface Water Treatment wells, desktop pilot treatment systern evaluation, (6) 5-MGD reverse osmosis Facilities and How They treatment skids including preliminary treatment and filters, degasifiers, a clearwell, Apply to Alternative Water (7) 5-MGD, 150-HP transfer pumps, (2) 4-MG ground storage tanks; sodium Supplies in Florida". Florida Section American Water hypochlorite, caustic, and corrosion inhibitor chemical storage and feed systems; a Works Association, Orlando, high service pumping station with (7) 5-MGD, 300-HP pumps, yard piping, electrical, FL, 2018 instrumentation and controls, structural, architectural, HVAC, and plumbing. The conceptual design was completed in July 2019, with the preliminary design and Taylor, G. D., Chavez, M. F., Gierok, I;. N., Hoxworth, S. permit applications scheduled to be completed in Summer 2020. w., Robert, McCarthy, "Ozone West Polk Lower Floridan Aquifer Water Treatment Plant, Polk Regional Water a J. A. and Granular Activated Carbon for Sulfide Cooperative (PRWC), Polk County, FL Treatment and Disinfection Project Engineer for the process design for a new, brackish -water supply reverse By-product Removal in Polk osmosis water treatment facility. This project includes the Conceptual design, County, FL". Florida Section American Water Works Preliminary design, and permitting for the 15-MGD (buildout) AADF advanced water Association, Orlando, FL, treatment facility. The WTP project includes the installation and testing of LFA supply 2016 wells, desktop pilot treatment system evaluation, (3) 5-MGD reverse osmosis treatment skids including preliminary treatment and filters, degasifiers, a clearwell, Taylor, G. D., May, Andrew, vu, Hai, Neumann, Kim, (4) 5-MGD, 150-HP transfer pumps, (2) 2-MG ground storage tanks; sodium Schulz, C.S., O'Neal, J. hypochlorite, caustic, and corrosion inhibitor chemical storage and feed systems; a "Hydrogen Sulfide Treatment 15-MGD high service purnping station with (4) 5-MGD, 200-HP pumps, yard piping, and disinfection By-product electrical, instrumentation and controls, structural, architectural, HVAC, and Investigations Using Ozone in Jacksonville, FL". Florida plumbing. The conceptual design was completed in March 2020, with the Water Resources preliminary design and permit applications scheduled to be completed in Winter Conference, Orlando, FL, 2020. 2015 WRIGHT-PIERCE Engineering a B01,1 E-111 -t SR--W-hSTEV -ATE F.�5_- Project Assignment: Lead Project Engineer ® Wastewater Treatment Systems Role Description & Experience Summary Education Don will serve as the Lead Project Engineer for projects relating to wastewater Ph.D., Environmental treatment systems under this contract. He will assist the Project Manager by leading Engineering, University of the execution of designs, including technical calculations and the development of Florida plans and specifications. Don has over 22 years of experience in academic research M.E., Environmental and consulting in wastewater process engineering. He has extensive experience in Engineering, Inha University design and process optimization of the Eimco Carrousel° oxidation ditch system and South Korea treatment plant hydraulic profile analysis. He also has a wide range of experience in B.E., Environmental wastewater treatment plant planning, permitting, construction design, industrial Engineering, Inha University wastewater treatment, effluent and reclaimed water disposal systems, and biosolids South Korea management. He has several international publications from his wide range of Professional Registration research experience in wastewater microbial kinetics, BNR numerical modeling and Florida optimization, and innovative BNR processes. South Carolina Experience Relevant Project Experience 22 Years Joined Firm WWTF Biological Nutrient Removal Improvement Evaluation, Ocoee, FL 2020 Biological nutrient removal evaluation of the City's 3.0-MGD design capacity WWTF, which is located in the primary focus area of the Wekiva Springs and Rock Springs Professional Affiliations Basin Management Plan (BMAP). This project evaluates treatment alternatives that Water Environment will provide for the removal of total nitrogen (TN) reliably to 3 rng/L or less by July Federation (WEF) 2028. The evaluated alternatives, which were analyzed using BioWin modeling, Water Environment included operational optimization, addition of Denite filters, and addition of anoxic Association, South Carolina and reaeration tanks. (WEASC) Consery 1 RAS Pump Replacement, City of Orlando, FL Publications QC Reviewer- for the replacement of three 3,500 gpm Return Activated Sludge Lee D.U., Woo S.H., Svoronos Pumps at that Water Consery I Water Reclamation Facility. Project was completed S.A., and Koopman, B., "Influence under a continuing engineering services contract with the City's Water Reclamation of Alternating Oxic/Anoxic Conditions on Division. Project included new VFDs, electrical disconnects and local controls, piping Growth of Denitrifying and check valves. Services included final design, bidding and construction Bacteria", Water Research, administration phase services. 2010 Meadowcrest WWTP Nutrient Reduction Upgrades, Citrus County, FL Lee D.U., Woo S.H., Svoronos Lead Project Engineer for a project that includes upgrades to the existing step feed S.A., and Koopman, B., "Determination of diauxic lag process to reduce nitrogen effluent concentrations due to TMDL/BMAP requirements in continuous culture", associated with local Outstanding Florida Spring. Project includes BioWin process Biotechnology and modeling of the WWTP and design of the recommended improvements. Bioengineering", 2008 WRIGHT-PIERCE Engineering a HOW Environment Doing -U_k_Le_ e.,_P_hD _P_ Lee D.U., Woo S.H., Svoronos WWRF Phase 2 Upgrade, City of Williston, FL S.A., Park S.J., and Koopman Lead Project Engineer for the design, bidding and construction administration of a B., "Apparatus and method for achieving reproducible $1.85M Phase 2 Upgrade to the 0.45 MGD Williston Wastewater Treatment Facility, measurements of diauxic lag Project included domestic wastewater permitting through the FDEP; a new tertiary length and anoxic net denitrification sand filter with Micro-C chemical addition to achieve an annual maximum specific growth average total nitrogen concentration of 6.0 mg/L due to requirements set forth in a rate", Environmental Technology 2008 BMAP for the Rainbow Springshed. Project also included new effluent sprayfield pumps, piping and controls; and new electrical, instrumentation and control Casasus, A.I., Lee D.U., systems. Project was funded through a $2.3M FDEP Springs Legislation grant. Hamilton R.K., Svoronos, S.A., and Koopman, B. "Effect Headworks and Secondary Clarifier Upgrade, Polk County, FL of carbon substrate on QC Reviewer for the design of two new 100-foot diameter secondary clarifiers to electron acceptor diauxic lag and anoxic maximum specific increase the plant clarification capacity from 6.0 MGD to 9.0 MGD. Project included growth rate in species with two flow splitting structures and hydraulic improvements; yard piping; stormwater and without periplasmic pond relocation; two secondary clarifiers with plow and rake mechanisms; a new enzyme", Journal of RAS/WAS pump station; two scum pumps; new Electrical Building; and Environmental Science and Health 2007 instrumentation and control systems. Project also included the replacernent of two headworks screenings conveyors with two new screenings wash presses. Park S.J., Yoon J.C., Shin K.S., Kim E.H., Yim S., Cho Y.J., Aerobic Digester and Dewatering Evaluation, City of Winter Haven, FL* Sung G.M., Lee D.G., Kim Lead Project Engineer for feasibility and alternative evaluation for biosolids storage S.B., Lee D.U., Woo S.H., and and dewatering upgrades for WWTP #2. Evaluated the digestion capacity for Class B Koopman B., "Dominance of endospore forming bacteria land application and mixing capacity requirement for the aerobic digester with on a rotating activated excessive scum accumulation. Estimated the existing and buildout biosolids bacillus contactor biofilm for production and evaluated alternatives for dewatering and disposal. advanced wastewater treatment" The Journal of Clarifier and Filter Upgrade, Oldsmar, FL* Microbiology, 2007 Project involved design of a new clarifier, evaluation of various filtration options, and Lee D.U., Casasus-Zambrana evaluation of the biological treatment process. Conducted process optimization of A., Hamilton R., Svoronos, the 5-stage Bardenpho process for capacity assessment and increase. Process S.A., Lee, S.I., and Koopman, alternatives were developed and evaluated using BioWin° modeling and process B., "Significance of optimization to minimize effluent nutrient discharge. Responsible for BioWin° denitrifying enzyme dynamics in biological modeling development, calibration, process optimization, alternative development, nitrogen removal processes: and recommendations. a simulation study" Water Science and Technology Airport Subregional WWTP Design for Hernando County, Brooksville, FL* 2004 Project Engineer. Project, included permitting, planning, design, and bidding services for the Airport Subregional WWTP expansion, including design services for a 6-MGD Lee D.U., Lee I.S., Choi Y.D., and Bae J.H., "Effects of AADF Eimco Carrousel° denitlR° system. Dr. Lee served as the Lead Engineer and external carbon source and was responsible for an MLE (expansible to 4-stage) oxidation ditch treatment system empty bed contact time on using BioWin° modeling and related process mechanical design. He directed the simultaneous heterotrophic design to two 110-ft diameter secondary clarifiers, pre -stressed tank design, and sulfur -utilizing autotrophic denitrification", oversaw plant hydraulic profile design and optimization, and supervised other unit Journal Process process designs. He supported the project managernent with coordination with Biochemistry, 2001 other disciplines including civil, structural, electrical, I&C, and drafting. *Experience from previous employer WRIGHT-PIERCE Engineering n B,ao 6rvinmmenl S-EN 10 N F I I- CAL_E N9CMEE C Project Assignment: Solar/Energy Efficiency Designer Role Description & Experience Summary Education Tony will serve as the Solar Energy and Energy Efficiency Designer for this contract. B.S., Electrical Engineering, He has 40 years' experience in electrical engineering design and construction University of Massachusetts services for a variety of municipal and industrial projects, including water treatment A.S., Electrical Engineering facilities, water pollution control facilities, water and sewage pumping stations, and Technology, Wentworth private and public buildings. These responsibilities include high, medium, and low Institute voltage power distribution systems; solar power; emergency stand-by power generation systems; power distribution and variable frequency drive equipment; and Professional Registration Massachusetts, EIT lighting, security, life safety and control systems for new and retrofit projects. Additional experience and responsibilities include providing energy audits for Experience existing systems to determine energy usage, system efficiency, and electrical 40 Years operations of existing facilities, including pumps and motors. Joined Firm 2001 Relevant Project Experience Professional Affiliations Institute of Electrical & Membrane WTP Solar System, Maine Water Company, Rockport, ME Electronic Engineers (IEEE) Lead Electrical Designer. The Mirror Lake Water Treatment Facility is a membrane Instrument Society of type treatment plant that uses a large volume of pre -heated treated water to America (ISA) provide filtration and optimization of clean drinking water. The Owner chose to install a 110 KW roof -mounted panel array system to pre -heat the water necessary for the treatment process. The choice to install an alternative energy source proved to be cost effective to the operation and heating of the process water. Pump Stations 1 and 2 Solar Systems, Limestone, ME Lead Electrical Designer. The flow to the City's wastewater facility was collected and pumped via two large remotely located purnp stations. A 50 KW roof mounted panel array system was designed and installed at each of the pumping stations. The solar contribution as compared to the total energy being used by the respective pump station was a significant percentage for the entire year. Water Department Office Building Solar System, Yarmouth, ME Lead Electrical Designer. Designed a new LIED -certified municipal office building. As part of the criteria, the design needed to include a percentage of alternative energy design. A 20 KW system was installed with a larger inverter for future expansion. Town Hall and Memorial Hall Solar Systems, Bethlehem, CT Lead Electrical Designer. A 70 KW roof -mounted panel array systern was designed and installed for the Town Hall building, and a 75 I<W system was installed for Memorial Hall. In addition, each building had a stand-by generator which was strategically reconnected so as not to have feedback solar array while in operation. WRIGHT-PIERCE Engineering a Reiter Environment Licensure & SAM Registration Wright -Pierce understands that any projects awarded under this contract will utilize federal funds, and, thus, all respondents to this Request for Qualifications (RFQ) must be registered with the federal System for Award Management (SAM). Wright-Pierce's SAM number is 02UW5 I fjr_ris_Qualificatio_ns Additional licensure for key personnel and subconsultants is included on the proceeding pages. State of Florida StateDonartment of I certify from the records of this office that WRIGHT-PIERCE, INC. is a Maine corporation authorized to transact business in the State of Florida, qualified on August 31, 2010. The document number of this corporation is F10000003928. I farther certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on February 15, 2022, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given raiderney hand and the Great Seal ofthe State of Florida at Tallahassee, the Capital, this the F#7eenth dq), ofFebmmy, 2022 MWO& Seeretaq of'State Tracking Number: 9071945584 CC To authenticate this certificate,visit the follow¢hg site,enter this number, and then followthe instructions displayed, htip s: //services. sunb iz.o rg/Filings/C ertificateOfN tatus/CertificateAutlientic atim WRIGHT-PIERCE = 1 - 36 Engineering a 11eIter Environment - — - 1 Firm's_Qu-afific-ations. �r FBPE STATEOF FLORIDA u, BOARD OF PROFESSIONAL ENGINEERS rS. THE PROFESSIONAL ENGINEER WREIN IS LICENSED UNDER THE Frlrv:t M'rfbrlR>lka±te<bnt ' r�A'nais>tr:t/fktnses Onrnt &ttr lMsJaun�zl In am/form hSPyQ Oh Tlts is yowt Il kunlml II arwx wF< Ih thel <en,a<t uze e.'eJxrrnenL FBPE < f.' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFE5SIONALENGINEER HEREINISLICLNSED UNDER THE WRllSTON FL32696 LICENSE N_UTABER PES9299 EXPIRATION ONTO FEBRUARY 28.2023 A`nars♦er;ty RcneS ur4v at 1.iyTlodrrsUcroserranz I ❑ai0 Un rvt t IN J mntl rryfwm Oj<. Th's iz yowt a Itnunl.,s(Jtw arya,cw.c If tl Ircrsre to u;e lAs do<vnenL N T'L FBPF a& r / STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFE5510NALEhG VEER HEREIN IS LICENSED UNDERTHE o Du nol au« RdF d�et�tltl„myram. F N. 0' TRsis your bcense. it is uNavhA for art/ore ullrerlhan the Tcensee to use UrY tlocument. WRIGHT—PIERCE Engineering J 00t,r E-i--nt FBPE STATEOFFLORIDA r- BOARD OF PROFESSIONAL ENGINEERS THE PROFES510NAE EN'CINEEq HEMNI IS LICENSED UNDERTHE EXPIRATION DATE: FEBRUARY 28. M3 Plxtrs tiFr fpl'<ga.eY x'fry a; Hrrlalc'alhe3Eccm Do not ahu Ws da<wsen[I,>c/ larm. I"S Tlrisu ywrbcuu¢Itis uNi:dul forarryors•other span thelcszeemuso tlzu tloarmenL E7L4 F_V Ay.,. STATE OF FLORIDA .,v BOARD OF PROFESSIONAL ENGINEERS i THE PROfC5510NAL ENGI4EEf{HEREINIS Lt�ENSEO UNDERTHE AI.vM seiifyl WGe3 ar.4'z a; FlrFiad:aDte+x<tcm I �ggO, F��� De not ak.[r ttm docvnentln any form. i'a❑T TNsuyour Lzenze It lzuns AN/orarryane olhv Wnthe Fcerzzrs mzve m's dor�sment. fTx , 1� o^rrm w.,.v FBPE �F l STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN I5 LICENSED UNDER THE EXPIRATION DATE: FEBRUARY 20.2023 urr„ wdfy ramp�r�, a wrF:crR>Lte,:c o-m De rvt tiler Hi drxune A In xr/ tanz. I Tld:leywrlkcnre.Ill+uvsNul ter anyeoe other llun lhellreruee to v<Ihlz document 17r. 1 - 37 LICENSEE DETAILS 11:30.36 Aft] 61612022 Licensee Information Name: NADIC ENGINEERING SERVICES, INC. (Primary Name) Main Address: 601 N. HART BLVD. ORLANDO Florida 32818 County: ORANGE License Information License Type: _ Registry Rank: Registry j License Number: 8214 Status: Current Licensure Date: 06/2811999 Expires: I Special Qualifications Qualification Effective Alternate Nantes _ 1 View Related License Information View License Complaint LICENSEE DETAILS 11:33:59A1:A61612022 Licensee Information Name L & S DIVERSIFIED, LLC. (primary Name) Main Address: 489 STATE ROAD 436 SUITE 117 CASSELBERRY Florida 32707 County: SEMINOLE License Information License Type: Registry Rank: Registry License Number: 33071 Status Current Licensure Date: 041021209 Expires: Special Qualifications Qualification Effective I Alternate Names View Related License Information View License Complaint WRIGHT-PIERCE 1 _ 38 Engi—ring n 30t- Fnvirnn—nt Introducing Our Subconsultants Wright -Pierce is capable of providing most of the required services through our in-house personnel. However, we have included the below subconsultants to supplement our abilities while also supporting woman - and minority -owned businesses. We are confident their expertise will allow our team to better serve the City. The below introductions describe our tearning partners and includes the following information: • Services to be provided • Value-added experience M/WBE certification © Experience collaborating with Wright -Pierce l— Firm's—Qu_aliffcaf ans Wright -Pierce develops strong working relationships with well vetted subconsultants who have demonstrated their ability to provide quality service. L9,S Diversified, LLC L Fy S Established in 2010, L&S provides professional surveying and Team Value Diversified mapping services to clients in Florida, the Bahamas, Caribbean Surveying Islands, and Central America. L&S is FDOT pre -qualified for Work Subsurface Utility Groups 8.1, 8.2, and 8.4, and all field personnel retain intermediate Engineering (SUE) Temporary Traffic Control (TTC), fall protection awareness, and o Certified woman - confined space entry certifications, in addition to traditional owned business surveying and mapping services. entity L&S Diversified and Wright -Pierce have collaborated on other similar contracts, including Polk County's Lift Station 253 and Orlando's Lift Stations 2, 45, and 85 Improvements projects. Nadic Engineering Services, Inc. Since 2001, Nadic has offered comprehensive geotechnical Team Value i' engineering and construction materials testing with a staff of Geotechnical devoted engineers. They offer a range of services, including engineering foundation analysis, effluent disposal, laboratory services, and Materials testing hydrogeological assessments. They have performed projects for o Certified public clients throughout the Central Florida region, including FDOT minority -owned District 5. business entity Nadic and Wright -Pierce have collaborated on other similar contracts, including Orlando's Lift Stations 2, 45, and 85 Improvements projects. WRIGHT-PIERCE 1 39 Engineering a HOW, E-ir.—olt Hear our clients' perspective The following are references of clients for whom we have provided similar services to your proposed project. We have completed projects for these clients within the last two years. These contacts are familiar with Wright -Pierce, know our work ethic, and can speak to the services we provide. Please contact them and ask specifically about our: Responsiveness Sensitivity to local goals and objectives Adherence to scope, schedule, and budgets Attention to detail Ability to work with committees and stakeholders Effectiveness in dealing with regulatory agencies Technical knowledge References _l_—Eirm_s Q.ustlifJ[ca ons The references below will be able to share candid opinions regarding the quality of service that has been provided by Wright -Pierce. Chuck Shultz, PE City of Orlando Lift Stations 45, 85, and 2 Assistant Division Manager Public Works Department Consery I RAS Pump Replacements 407.246.2658 5100 L.B. McLeod Road Consery II Hydraulic Modeling Charles. shultz@cityoforlando.net Orlando, FL 32811 5-Year Facilities Plan All aspects of Wright-Pierce's performance have been of such high duality that Wright -Pierre has A All, successfully secured the design for two other large City lift stations and a contract for Continuing Engineering Services. They're great. Jackie Gorman City of Williston WWTF Comprehensive Upgrade City Manager Public Works Department New City Hall Building 352.528.3060 50 North Main Street Air Curtain Incinerator Permit city.manUer@willistonfl.oig Williston, FL 32696 Septic -to -Sewer Investigation The Wright -Pierce team has done a great job communicating and coordinating with City staff. They make themselves available whenever we have needs and are always prompt in responding to us. Additionally, they have kept their projects on schedule and within budget throughout the duration of their contracts. Ashleigh Smith, PE City of Titusville Marina and Causeway Lift Stations Utility Engineering Manager Utility Engineering Cybersecurity Assessment 321.567.3859 2910 Garden Street Mourning Dove WTP ashleigh.sa ith@titusville.com Titusville, FL 32796 SR 405 Utilities Relocation The Wright -Pierce team is always pursuing tailored solutions in the best interest of the City. They are responsive and willing to adapt to our requests and concerns, For each project, they have proven willing to evaluate all options, and their deliverables are well polished and seldom require additional reviews. WRIGHT-PIERCE 1 - 40 Engin—ing a BOW, Environment Project Approach This section of our SOQ addresses the technical scope of services set forth in Section C of the RFQ. We provide an overview of our team's approach to planning, designing, and implementing projects related to these categories of service (shown below). Additionally, this section will address the following: Wastewater `treatment Lift Stations I -_Eirm's—Gmalific-atiGns Understanding of the Scope of Work • Technical Ability & Proposed Approach • Communication & Management Quality Assurance & Quality Control r'r Pipelines High Service Pump Stations & Storage WRIGHT-PIERCE Engineering a BOW, Environment 1 - 41 Project Approach: .. ( Wastewater Troca roent Our team has had an opportunity to work closely with your operations staff to get a comprehensive understanding of your wastewater treatment plant's unique treatment process and its operation. Using approximately $3.5 M in ARPA funds, the City plans on expanding and upgrading the electrical room, replacing the clarifier mechanisms in clarifiers 1 and 3, and upgrading the oxidation ditches rotors and associated equipment. Technical Ability & Approach Throughout Wright-Pierce's history, wastewater engineering services have been a mainstay. We are proud of our record in innovation and have won nurnerous Engineering Excellence awards from the American Council of Engineering Companies (ACEC). In a survey of national design firms, Wright -Pierce is ranked by ENR as No. 18 for Wastewater Treatment Plants. Over the past 10 years, Wright -Pierce has performed comprehensive or partial upgrades to over 300 WWTFs, ranging from less than 10,000 GPD to 340 MGD. Key design issues affecting WWTFs include the following: Getting the Hydraulics Right. Some of the major issues we have come across at WRFs stem frorn incorrect hydraulic and flow splitting designs. Our experts use historical experience, hydraulics expertise, proven hydraulic models, and detailed QC reviews to ensure hydraulic deficiencies do not affect our designs. When evaluating WRF hydraulics, it is important to consider both flow and load splitting issues. We often use Computation Fluid Dynamics modeling to ensure flow and load splitting is correct. In addition, we verify the weir and water levels and channel dimensions throughout the treatment plant under different flow conditions to validate and calibrate our hydraulic models. Wastewater Process Modeling. Getting the most out of your WRF is important. Process issues can result in unanticipated operational expenses and WRIGHT-PIERCE F. qh, ering a B01e, Environment ff ]�jr_m_s_Qualific afions. staff time, additional maintenance, and permit violations. Wastewater process modeling can minimize these types of costs. We offer experts in the evaluation of wastewater and nutrient removal processes using the BioWin model. Operator Involvement. We know you understand your plant better than anyone. We welcome and encourage plant operators to participate in workshops during design. These workshops are critical for our team to clearly understand past operational issues and the design goals for the new equipment systems. 3D Design Tools. Our experts routinely develop WRF designs using 3D tools that enable renderings of finished products in the field, which in turn increase design efficiency and quality. These tools are also beneficial in evaluating and eliminating conflicts before projects go out to bid. Success Story: Williston, FL WWTP Upgrades — Wright -Pierce identified an opportunity for the City to get grant funding for a multiphase wastewater treatment plant upgrade. The plan included using a $700,000 CDBG as matching funds to get a $2.1M FDEP Springs Grant and a $2.85M FDEP Wastewater Grant. The City was able to secure this grant funding with only $100,000 of out-of-pocket funding to pay for the Phase I engineering design. Improvements at the plant included replacement of one clarifier mechanism, upgrades to the oxidation ditches' two rotors, a new static screening facility, a new Denite filter system, replacement of the reclaimed water high service pumps, and other miscellaneous upgrades. 1 - 42 i Project Approach: Pipelines The City will spend a large portion (approximately $41VI) of its ARPA funding on pipeline projects. This includes upsizing the 6-inch force main on Clinger Cove, a new force main to the Clinger Cove Lift Station, replacement of failing asbestos cement water mains, a new 8-inch water transmission main for the Spring Lake Circle and North Rewis Project, and a new 12-inch reclaimed water main. Technical Ability & Approach Wright -Pierce has extensive experience with transmission main design and construction, including those involving new installations and extensions of existing systems. Our staff of professionals have designed and constructed countless miles of ductile iron (DI), high density polyethylene (HDPE), and polyvinyl chloride (PVC) transmission mains that range in size from 2 to 96-inches in diameter. Some of the key issues that we consider include the following: I — Fir m_s_Qusiiificafions Pipeline Installation Methods. Based on construction ease, the traditional open -cut method of pipeline installation may be the most appropriate for a given project. Wright -Pierce has designed and overseen construction of thousands of miles of pipe using this method. However, we understand the practical limits of this method based on pipe depth, the number of conflicting utilities, soil types, environmental considerations, and permitting requirements, among others. Trenchless Technologies. We also understand the benefits and limits of a variety of other- construction methods. Some of the innovative methods being used either to save project cost or to minimize disturbance during construction include horizontal directional drilling; boring and jacking; pipe bursting; and in -place lining. Various lining techniques are especially critical in the rehabilitation of gravity sewer interceptors and manholes. Subsurface Utility Engineering (SUE). We concur with the findings of studies that report every $1 spent on SUE during the design phase can save] between $4 and $13 during construction, The use of SUE is of even greater importance in tighter corridors than wide-open rights -of -way due to the likelihood of conflicting utilities. 3D Design Tools. Similarly, the use of 3D design tools also eliminates conflicts during construction, especially when employed in conjunction with SUE services. Wright -Pierce uses both techniques routinely. GIS. The use of GIS during the design of pipelines is very important. We often use readily available GIS databases to perform initial screenings for route options. Importing layers for parcels, wetlands, and other utilities (to name a few) allows us to perform powerful analysis prior to performing survey services. FRIGHT -PIERCE Engineering a Belle, Environment Success Story: Northwest quadrant Sewer Extension, Citrus County, FL —Wright -Pierce designed over five miles of 10- and 12-inch wastewater force main to extend sewer service to an unsewered part of Citrus County. The design accounted for numerous complications, including the use of 23 horizontal directional drills to avoid existing utility conflicts, wetlands, and other critical infrastructure, such as a hospital entrance used by emergency vehicles. Also, one stream crossing (pictured above) required an HDD to install a 12-inch force main under a dual 84-inch CMP culvert. The tie-in point for this force main required a 17-foot cut adjacent to an existing manhole. 1 - 43 Project Approach: Litt Stations The City's ARPA funds will be used to finance the design and construction of a new master lift station in the vicinity of Fullers Cross and Ocoee Apopka Road. Additionally, the Clinger Cove Lift Station will be upgraded to replace old equipment and bring it up to City standards. The City has over $21M of ARPA funding for this project, which also includes force mains. Technical Ability & Approach Pump station design is a Wright -Pierce staple. Our engineers have decades of experience working on stations ranging from 50 to over 40,000 gpm. We are currently working on many Florida pump station projects, including those for 1EA, Orlando, Polk County, Orange County, Eustis, Lake Alfred and Titusville. The following is a brief summary of some of the major design considerations for purnp station design: Flow Evaluation, Build -Cut Analysis, & Determination of Peak Flows. We evaluate current and future flows based on a wide variety of site -specific conditions. Actual operating conditions are incorporated into our designs to develop the most realistic operating conditions and to optimize performance for end users. Hydraulic Modeling. We develop accurate hydraulic models of complex, manifolded force mains to evaluate the impact of each purnp station on the system. Typical force main modeling software includes Pipe -Flo°, WaterGEMS and InfoWater. The models allow for efficient simulation of the system capacity to accommodate growth and ensure pumps are not "dead heading" while other stations are online. Locating Air / Vacuum Relief Values. Air/vacuum relief valves are important aspects of any pump station design. Proper location of these valves can eliminate issues, such as inefficient pump operation, water hammer, and pipe collapse. Our tearn has the tools and design standards that will WRIGHT-PIERCE Engineering n Oett , Environment I FFirm_s_Qualifications. allow us to successfully locate the valves for each p roj e ct. 3D Design Tools. Our experts routinely develop pump station designs using 3D tools that enable renderings of finished products in the field, which in turn increases design efficiency and quality. These tools are also beneficial in evaluating and eliminating conflicts before projects goes out to bid. Detailed Glans & Specifications. Developing well - coordinated plans and specifications is a daily task at Wright -Pierce. Our change order percentage is among the lowest in the industry, which increases our clients' confidence on bid day. Success Story: Orlando, FL Lift Stations Rehabilitation— Wright -Pierce was hired by the City to rehabilitate several lift stations within the City wastewater collection system. This includes the 8.9 MGD LS45, the 6.7 MGD LS85, and the 5.5 MGD LS2. Each of these facilities was a wet pit/dry pit style pump station. After evaluating several options for LS45 Wright -Pierce recommended converting the station to a submersible station and using the old dry pit as the new submersible station and abandoning the old wet pit due to severe corrosion. This innovative idea saved the City tens of thousands of dollars, accelerated construction, and minimized bypass pumping. Comprehensive field testing was performed to verify the station's existing capacity. Through that process Wright -Pierce was able to determine that the downstream force main had a blockage that was causing the existing pumps to underperform and would cause the new pumps to be oversized. The City was then able to address the issue. 1 - 44 -- — I — Flrm_s_GtualifJcations. i, Project Approach: Haigh Service Pump Stations 8, Storage Within the City's proposed ARPA funding there are several projects that deal with high service pumping and storage. The new reclaimed storage tank at the WWTP and a new reclaimed pumping facility at the WWTP are both scheduled for design in FY2023 and construction in FY2024. These two projects, valued at approximately $41VI, will help with the storage and distribution of reclaimed water that is received from Orange County. Additionally, the City has plans to replace several transfer and other high services pumps at various facilities. Technical Ability & Approach Wright -Pierce is experienced in all significant elements of high service pump station (HSPS) projects. Our staff has complete in-house capability to perform studies, prepare designs, and provide construction administration and start-up services for all the systems needed to plan, model, distribute, and store potable and/or reclaimed water. The following is a brief summary of some of the major considerations that go into the design: Hydraulic Analysis. We perform comprehensive hydraulic analyses to gain understanding of the existing and future HSPS flow rates, pressures, and hydraulic interfaces with other systern facilities. These analyses incorporate system and/or site constraints within which the station must operate, resulting in designs that reflect actual operating conditions. Energy Efficiency and Pump Operation Optimization. Hydraulic modeling efforts allow Wright -Pierce to design pump operation sequencies and timing that are energy efficient and cost effective. From pump sizing and selection to electrical upgrades, we pride ourselves in developing operational schemes that are operator friendly solutions that require little ongoing attention. This helps ease the strain on operations budgets. WRIGHT-PIERCE Engineering z Bale, Environment Maintenance of Operations. Projects must be delivered in a manner that avoids unnecessary outages. During design, we determine system configuration requirements and temporary needs to ensure continuation of service during construction, from planning for bypass pumping to ensuring standby power. Water Storage Structures. Water storage tanks are vital to maintaining system capacity and pressure. Wright -Pierce water and structural engineers use advanced modeling to predict flow patterns and behavior within tanks that affect water age and quality. Success Story: City of Eustis WTP Ground Storage Tank — As part of an upgrade to the City's water treatment plant, Wright -Pierce performed several tasks related to improvement of water storage, including demolition of existing 500,000-gallon elevated steel storage tank, construction of a new 500,000-gallon concrete ground storage tank and hydropneumatic tank with pneumatic air compressor and controls, and the addition of a fourth 125-hp high service pump with electrical modifications and controls. Wright -Pierce completed the preliminary and final design phases ahead of schedule, which led to commencement of construction two months in advance. 1 - 45 Approach to Meeting Expectations Our approach to general project management has been fine-tuned using methods developed on other continuing services contracts. Projects issued under this contract will be managed using this proven approach to ensure we meet your expectations. Communication with the City Communication with the City will be the primary responsibility of our Project Manager, Katie Gierok. During the kickoff meeting for every project, she will develop a communication plan that clearly identifies the lines of communication, and she will serve as the primary point of contact, with the assistance of our other qualified staff, as approved by the City. To provide scopes within budget, she will employ the best staff relative to the task. Katie will communicate with City staff on a regular basis (weekly, bi-weekly, monthly), per the agreement established at the beginning of a project. She will coordinate with regular emails and phone calls and in - person and virtual meetings using virtual platforms such as Microsoft Teams, which is Wright-Pierce's preferred virtual communication platform. However, we are also experienced with the use other platforms, such as Zoom, GoToMeeting, and WebEx. 1 - Firm's_Quali&c_afi_ons Project AAanagernont Systerns Wright -Pierce uses BST10 as our project management systern. BST10 is an industry leading program that includes innovative tools for project initiation, project tracking, resource allocation, tirne management, and accounting functions. At the initiation of a project, the project manager inputs data related to the project tearn; tasks and subtasks; and hours and schedule. This information is incorporated with a company -wide resource management tool capable of reporting utilization and availability of individual employees and entire project teams. Project managers are required to update the hours projections for team members on a weekly basis. Our Operations Managers then run periodic reports to assess staffing needs. We recognize that projects cannot be managed solely through software and reports. We also conduct weekly resource planning meetings on local, regional, and corporate levels to identify potential schedule issues and overloaded or underloaded staff. This two - pronged approach allows proactive management of resources and project schedules. 1 - 46 -- L- Firm_s_Qualifications. Quality Assurance & Quality Control Wright -Pierce has developed a proven, standardized approach for project execution, from preliminary planning with initial brainstorming and preparation of a detailed work plan through evaluations, preliminary and final design, bidding, construction administration, start-up, and operational phases. On larger projects, we utilize state-of-the-art software to facilitate information sharing and cross coordination between project team members. QA/QC Officers Wright -Pierce operates under well -established QA/QC procedures that require internal reviews conducted by senior members with experience on similar projects. QA/QC Officers Steve Hallowell and Don McCullers will be involved throughout the life of the contract to leverage their experience and ensure quality assurance and quality control. Training for QA/QC. To encourage consistent quality performance, we have established a formal in-house training program with frequent training sessions related to technical execution, management, and technology. We have a formal on -boarding process for new employees that includes training for standards. QA/(-,'1C Process Brainstorm Verify correctness of Detailed cross - technical solutions survey, geotech discipline review Review correctness Review correctness Check specifications of preliminary of calculations calculations Review correctness Check reports for of calculations Check reports for grammar, spelling grammar, spelling Check reports for Perform CAD grammar, spelling Ensure owner standards check comments Perform CAD incorporated Ensure owner standards check comments Identify key technical incorporated Ensure owner and cost issues comments Review for best incorporated value and lowest life cycle costs WRIGHT-PIERCE -= Engineering a HOW, E—i—n—t Design QA/QC Our program includes design guidelines and calculations templates for the technical aspects of projects. We have guidance manuals, standard specifications, and contract documents based on widely accepted industry standards and many years of experience. Technical leaders from each discipline maintain and update these standards on an on -going basis. Subconsultants Well -vetted subcontractors provide supportive services to our projects as needed. We have established working relationships with various subcontractors with proven capabilities to provide quality services. Their deliverables flow through our teams for quality reviews before reaching a client's desk. We also develop specific guidelines and agreements to coordinate their work with ours. Change Order Percentage A successful QA/QC program directly contributes to the minimization of change orders. The industry average for change orders as a percentage of construction is 5%. As a credit to our staffs expertise and faithful implementation of our QA/QC program, Wright -Pierce projects have a change order average well below the industry average. Final cross- Prepare Review lessons discipline review conformed learned documents Check specifications Update Review standards as Review correctness contractor, owner appropriate of calculations design Ensure owner modifications comments Senior review of incorporated shop drawing Sign and seal approvals documents Review of contractor's as - built drawing markups 1 - 47 -- _-- _ .._ 1- lFirm-'s_Qualiftcatio-ns Current & Projected Workload Wright -Pierce affirms all personnel listed in this proposal will be available for and shall be assigned to projects tasked through this contract. The availability percentages shown on this page are indicative of their present workload, and as previously discussed in this statement of qualifications, managernent conducts regular and periodic pulse checks via software tools and office meetings to ensure staff workloads are appropriately distributed. Our team also has ample backup staffing capability in the event of unforeseen circurnstances. Additionally, Client Service Manager Dennis Davis has been in communication with subconsultants L&S Diversified and Nadic Engineering, each of whom has indicated their availability and eagerness to support Wright -Pierce on this contract. ar � j Project Manager Katie Gierok, PE 15% Principul & QA/CSC Officer Steve Hallowell, PE 30% Client Service Manager Dennis Davis, PE 15% QA/CSC Officer Don McCullers, COA WRIGHT-PIERCE =% Engine h,g a Reiter E—i—I.—I Greg Taylor, PE Lead Project Eng. — Water Treatment Ben Yoakum, PhD, PE Project Engineer — Water Treatment Don Lee, PhD, PE, BCEE Lead Project Eng. — Wastewater Treatment Lead Project Eng. — Bartt Booz, PE Pumping Stations Kelly Wehner, PE, ENV SP Lead Project Eng. — Pipelines Peter Hernandez, PE Project Engineer — Pipelines Chris Baggett, PE, ENV SP Lead Project Eng. — Septic -to -Sewer Saheb Mansour-Rezaei, Project Engineer — PhD, PE Septic -to -Sewer Eben Spalding, PE Project Engineer— Pumping Stations Mark Cunningham, PE Structural Engineer Rodney Greene, PE Mechanical Engineer Jim Papadimitriou, PE Instrumentation & Controls Engineer Steve Conway, PE Electrical Engineer Tony D'Amelio Solar/Energy Efficiency Specialist Ron Williams, AIA Architect Jeff Normandin, GISP GIS Specialist Shane Cochran 3D/CAD Design Christopher Place Field Technician 35% 40% 45% 35% 40% 55% 25% 55% 40% 35% 30% 30% 45% 30% 30% 40% 40% 45% 1 - 48 611 Firm -, =.tea'' 4,. L®cal Team Wright -Pierce will serve the City of Ocoee primarily from our office in Maitland, Florida. We established this office in 2015 to provide excellent engineering services to municipalities in Central Florida as we have to many other clients across the Northeast for over 75 years. Since then, our engineers have enjoyed the privilege of working on dozens of projects assigned through over 30 continuing services contracts with public utilities in Florida, including the cities of Apopka, Casselberry, Eustis, Clermont, and Orlando. Our close proximity to the City will allow us to provide responsive, timely, and efficient services. In addition, we have partnered with two subconsultants who also maintain a local presence: Nadic Engineering in Orlando and L&S Diversified in Casselberry. In selecting a team that both lives and employs locally, the City will enjoy the added benefit of stimulating its own economy as it endeavors to complete the important projects tasked through this contract. I 601 South Lake Destiny Rd Suite 290 Maitland, FL 32751 25 min 13 mi 2 Nadic Engineering 601 N Hart Boulevard Orlando, FL 32818 3 L&,S Diversified 489 SR 436, Suite 117 Casselberry, FL 32707 15 min 6.5 mi 30 min 18 mi WRIGHT-PIERCE -_% 2-1 Engineering z Metter Emi .nmenl — 2_F1rm'sAoc_cttion_8—Qther_F9rmz SUMMARY OF LITIGATION: Provide a summary of any litigation, clainn(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary announts involved. If none, then please say so. Please see attached oaee. (Attach additional sheets if necessary) ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated 06/07/2022 No. Dated No. Dated (Remainder of page intentionally left blank) WRIGHT-PIERCE Litigation Statement The construction industry can be a litigious environment, particularly when you are dealing with hundreds of millions of dollars per year in complex municipal infrastructure construction projects as Wright -Pierce does. To protect ourselves and our clients, Wright -Pierce carries $5 million in professional liability insurance, plus adequate general liability, worker's compensation, and other insurances. Our claim's track record over the past 30 years has been exceptional. From 2011 to 2021, we provided approximately $350 million in engineering services for hundreds of clients on thousands of projects with a combined value approaching $2 billion. Over that time frame, we have been involved in two claims. Status: Settled. Wright -Pierce, along with two contractors and one other engineer, were notified by the City Rochester, NH, of a claim over a water tank that developed a leak in the steel floor plates in 2011. The tank was designed and constructed by others decades ago. Wright -Pierce coordinated a 2009 project that included the painting of the tank and the installation of a tank mixing systern. In 2018, Wright -Pierce settled our role in the claim with the City of Rochester under terms acceptable to all parties that resulted in the dismissal of the lawsuit. The water tank remains in service, we maintained a good relationship with the City, and continue to work for the City on other infrastructure projects. WRIGHT-PIERCE Engineering a 801- Env4 n -1 2—firm-S_l.o-c aflon-&-Od.her-f-orms Status: Settled. In 2019, Wright -Pierce was narned in an apportionment complaint by Ovivo, the manufacturer of equipment that failed on an upgrade to an existing biosolids digester at the Danbury, CT wastewater treatment plant. Ovivo designed and supplied the equipment that failed and was sued by the Contract Operator, Veolia. Wright -Pierce had assisted Veolia with coordination of the upgrade but was not responsible for the design of the failed equipment. In 2021, Wright -Pierce settled our role in the complaint under terms acceptable to all involved parties, and the case was dismissed. Wright -Pierce maintains a good relationship with the City of Danbury and Veolia and continues to work on wastewater projects for them. 2-3 2- Firm's_LQc atior_8—Qt.h er-Fsorm s. EXHIBIT `B" RFQ CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable federal, state, and local laws. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Coimnissioner, other City Official, or City Consultants, who owns assets or capital stock, directly or indirectly, in the Proposer's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. (Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that mo member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract. According to Chapter 112, Florida Statutes, the tern "conflict of interest" "means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned fine, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal. Acknowledged by: Wright -Pierce, Inc. Steve Hallowell, Vice President Name and Title (Print or Type) 06/24/2022 Date WRIGHT-PIERCE 2=EirnisJ ocafion_8L01h_er_Eorms EXHIBIT "C" COMPANY INFORMATION/SIGNATURE SHEET RFQ M22-006 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITI-I TI-iE CITY OF OCOEE. RESPONDENTFURTHER AGREES TO COMPLY WITH ALL FEDERAL REQUIREN/TENTS IN THE PERFORMANCE OF THIS CONTRACT. Wright -Pierce, Inc. COMPANY NANME utc_ AU -TORT _ED"SIGNATURE (manual) Steve Hallowell, Vice President NAME/TITLE (PLEASE PRINT) 601 S Lake Destiny Rd Ste 290 STREET ADDRESS Maitland FL 327S1 C'1TY STATE ZIP 407.906.1776 TELEPHONE (INCLUDE AREEA CODE) 978,267.1708 FAX (INCLUDE AREA CODE) steve.hallowell@wright-pierce.com E-MAIL ADDRESS IF RENII'I"I' NCB ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Wright -Pierce Department 2100 PO Box 986S00 Boston, MA 02298-6S00 FEDERAL ID � 01-0228316 individual ✓ Corporation Partnership Other(Speci Sworn to and subscribed before me by means of 10 physical presence or ❑ online notarization this 14th day of June 2022 Personally Known ✓ or Produced Identification (Type of Identification) Y` KIMBERLYJEANMICALE MYCOMMISSIONi/NN109981 EXPIRES; March 4, 2020 �'•.°'ap fl�P•` Bor4od TAW Notuy Pubnk UademTHcrs Notary Public- State of Florida Cotutly of Orange Signatur tAo—I'196tary Public Stamped Printed, typed or stamped Commissioned name of Notary Public WRIGHT-PIERCE 2-5 Engineering a Heller E-i-1.1-1 2=Eirm'sJ.Qc-ctt.iQn-&-Qth er_Eorms EXHIBIT "D" DRUG -FREE WORKPLACE CERTIFICATION The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drub free workplace program. In order to have a drub free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or polo contenclem to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Wright -Pierce, Inc. Bidder: pp Signed: By: Steve Hallowell (Print or Type Name) Title: Vice President 06/14/2022 WRIGHT—PIERCE -= Engineering a Bc11., E—i —n—t 2 - 6 2 - Firrisloc_atior_&_Other-Forms EXHIBIT "E" SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORIVI MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADJVIINISTER OATHS. This sworn statement is submitted to City of Ocoee, Florida by Wright -Pierce, Inc. (Entity) by Steve Hallowell, Vice President (Print individual's Name & Title) whose business address is 601 S Lake Destiny Road Suite 290 Maitland. FL 32751 2. 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 with 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 representation. 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. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crone: or b. 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 tern "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 tinder an artm'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, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement I have marked below is true in relation to die entity submitting this sworn statement. (please indicate which statement applies). WRIGHT-PIERCE 2 - 7 F.gin —i"s. [101" 2=Firrn's_Loc_ation_& Other-F-orms Neither 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 management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity a•ime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. However, there has been a subsequent proceeding concerning the conviction bel'ore a (-tearing Officer of the State of Florida, Division of Administrative Headim. 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. (Please attach a copy of the final order.) 1 UNDERSTAND THAT THE SUBMISSION OP THIS FORM TO THE CONTRACTING OFFICER FOR THE. PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT TEAS FORM IS VALID THROUGH 12/31/2022 I ALSO UNDERSTAND THAT I AM REQUIRED -1.0 NFORM -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 CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Srgnattu e) STATE OF Florida COUNTY OF Orange Date: 06/14/2022 Wright -Pierce, Inc. Name of Bidder (Contractor) PERSONALLY APPEARED BEFORE NIE, the undersigned authority, Steve Hallowell (Name oflndividual Signing) affixed his/Iter signature in the place provided above on this 14th June 'A A—. KIMBERLYJEANMICALE MY COMMISSION # HH iM81 EXPIRES: March 4, 2028 "rfoF oca Ba"TlwNolagPabOo dma who, after first being sworn by me, day of ?022 Notary Public r(,tJ , I&�� My Commission Expires: 3/04/2026 WRIGHT-PIERCE = Engineering a Heller Environment 2 - 8 ——Eirm's_Loc_ati.on_ Qth.er_For_ms EXHIBIT "F" CERTIFICATION OF NON -SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that lie does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establislunenls, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clansc in any contract resulting from acceptance of this Bid. As used in this certification, the term 11segregated facilities" means all}' \vaitrng rooms, work areas, restrooms and Washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking tots, drinking formlains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, becanse of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he wilt retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as tunendcd, relative to Equal Opporlmrily for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor. Note: The penally for making false statements in offers is p escribed in 1 U.S.C. 001. Dale tune 14 20 22 By: Steve Hallowell Vice President Official Address (including Zip Code): 601 S Lake Destiny Road Suite 290 Maitland, FL 32751 WRIGHT-PIERCE <= 2-9 Engineering a Metter Envi -n—t — Ami s-L_o-cct ion-&-Qthsf-Eorms EXHIBIT "G" Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terns are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall finnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Steve Hallowell Name of Respondent:f� (Authorized SignattirC Title: Vice President Date: 06/14/2022 WRIGHT-PIERCE Engineering a BOIl , Environment 2 - 10 _2.�jrm's_Lossxtiort-& O.thje-Eorms. EXHIBIT "H" BYRD ANTI -LOBBYING AMENDMENT CERTIIICATION The undersigned, [Company]Wright-Pierce, Inc. pany] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated fiends have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance Avith its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgr<a nts, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U. S.C. § 1352 (as amended by theLobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Inc. T1ne Contractor, [Company] Wright -Pierce, ,certifies or affirms the hlrthfinlness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3901 et seq., apply to this certification and disclosure, if any. Signature orCMtractor's Authorized Official Steve Hallowell, Vice President Name and Title of Contractor's Authorized Official 06/14/2022 Date WRIGHT-PIERCE 2 - 11 Engineering a Mk, Nvi,w -t WRIGHT-PIERCE Engineering a Better Environment 601 South Lake Destiny Road, Suite 290 Maitland, FL 32751 407,906.1776 1 www.wright-pierce.com steve.liallowell@wrigiit-pierce.com