Loading...
1626 Entrix, Inc. dba Cardno Entrix RFQ 12/13-44 ) \4;12C' S' ff011) r-, %Rib = Monday, November 25, 2013 —1877-- PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: Entrix, Inc dba: Cardno Entrix RFQ 12/13-44 Hydrogeological Well Maintenance Services, The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order ® Mayo '- ignature Final Plat (original mylars) ' - ording ❑ Letter of Credit "endering Maintenance Bond Safe keeping(V 1. 1 l I 1 3 Ordinance !-• anager Performance Bond I I Payment Bond Resolution I I City Manager Signature I I ® City Clerk Attest/Signature Once completed, please: Return originals to Purchasing Return copies Special Instructions: Mari o-1, Orol aktiz ' P—kt From Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc t _ V1170/9 I Futti —1877- DOCUMENT APPROVAL 1 1 /25/2013 12:42 PM Contract Agreement Name: Entrix, Inc dba: Cardno Entrix RFQ 12/13-44 Hydrogeological Well Maintenance Services, //-- ZS-- ?—a/f Pu .(sing Ma :!erg Date Piftl Ce 3 Finan e 0/rector Dt rt,c}aY Date ! 4 / - 2613 041106: A r rtr • ty • ttorney , Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD, FLORIDA AND ENTRIX, INC. (D/B/A CARDNO ENTRIX) (RFQ 12/13-44) FOR HYDROGEOLOGICAL WELL MAINTENANCE SERVICES ,1-ti. THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this 9 day of 1QJ2.ck,n.61 , 2013, by and between THE CITY OF SANFORD, FLORIDA, a Florida municipality, (hereinafter referred to as the "CITY"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and ENTRIX, INC. doing business as CARDNO ENTRIX, a Texas corporation which is registered as a foreign corporation and authorized to conduct business in the State of Florida, (hereinafter referred to as "CARDNO ENTRIX") whose address is 5252 Westchester, Suite 250, Houston, Texas 77005. The CITY and CARDNO ENTRIX may be collectively referenced herein as the "parties". WITNESSETH: WHEREAS this Agreement has been procured in compliance with the Consultants Competitive Negotiation Act ("CCNA" as codified at Section 287.055, Florida Statutes). NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for CARDNO ENTRIX certify that he/she/they is/are authorized to bind the CARDNO ENTRIX fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the goods and services as set forth in Exhibit "A" and as otherwise directed by the CITY to include all labor and materials that may be required. The parties hereto agree as follows: Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the Parties hereto. This Agreement shall remain in effect until December 31, 2014 and shall automatically renew from year-to-year unless terminated by the CITY or otherwise as provided for herein. Section 5. Compensation. The parties agree to compensation as set forth in work orders issued by the CITY from time-to-time. 1 Page Section 6. Standard Contractual Terms and Conditions. Unless specifically excluded in this document, all "Standard Contractual Terms and Conditions", as provided on the CITY's website, apply to this Agreement. Such Terms and Conditions may be found at the CITY's website (www.SanfordFL.gov). CARDNO ENTRIX specifically agrees to all such terms and conditions. Section 7. CARDNO ENTRIX's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, CARDNO ENTRIX must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (2). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and 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 public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CARDNO ENTRIX upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (b). If CARDNO ENTRIX does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with the contract. (c). Failure by CARDNO ENTRIX to grant such public access and comply with public records request(s) shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. CARDNO ENTRIX shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of CARDNO ENTRIX and shall promptly provide the CITY a copy of CARDNO ENTRIX's response to each such request. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with the exhibit(s), constitutes the entire integrated Agreement between the CITY and CARDNO 21Page ENTRIX and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. This Agreement may only be amended, supplemented or modified by a formal written amendment. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and CARDNO ENTRIX, and all parties have contributed substantially 31Page and materially to the preparation of the Agreement. Accordingly, Agreement A reement shall not be construed or interpreted more strictly against any one party than against any other party. IN WITNESS WHEREOF, the CITY and CARDNO ENTRIX have executed this instrument for the purpose herein expressed with the signatories below representing and acknowledging, and understanding that the other party is acting in reliance thereto, that they have full and plenary authority to execute this Agreement and bind the party for whom they are executing this Agreement. Attest: THE CITY OF SANFO'`' Q By: Triplett Cynthia Porter, City Clerk Mayor J I Dated: t z— of —/ 3 Approved as to form and legality for Use and reliance by the City of Sanford, Florida OA l a �'S�� i iam L. Colbert 4„/„//F' ` City Attorney 1 AGE! Dated: 126 Attest: CARDNO ENTRIX ■ Afti� Name: •. �= 4111 \ Print N ,s e: -VPMEEIMEE Title: a Dated: t t k.i h3 Print Nape' —rz%l g/� r STATE OF TEXAS COUNTY OF �'dt 4IPage The foregoing. instrument was .cknowledge. befor �m®� this 02 day of , 2013, by -' �- f as fi of CARDNO • TRIX, (type'f company or otherwise), on JeØ&half of. the Company. He/she is personally known to me or has produced i ,dQ,4l1 - , as identification. !/�.,► Sign. ur- .. Nota 1 blic Print N. 1� 1"G/� � lel Notary Public— State o : --re.vr My Commission Expires: ©2- ,lam--/Y Commission No.: 'eeeeeleeeeeeeeeeeeeeeaeee,e�. UN/mlpi tz*,Pe,a.Kathryn Faye Milling g 11-4, '`=�' Notary Public, % 1 ,l State of Texas• ,,,,���� Comm.Exp.02-08-14's 5IPage AGREEMENT BY AND BETWEEN THE CITY OF SANFORD, FLORIDA AND ENTRIX, INC. (D/B/A CARDNO ENTRIX) (RFQ 12/13-44) FOR HYDROGEOLOGICAL WELL MAINTENANCE SERVICES THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of , 2013, by and between THE CITY OF SANFORD, FLORIDA, a Florida municipality, (hereinafter referred to as the "CITY"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and ENTRIX, INC. doing business as CARDNO ENTRIX, a Texas corporation which is registered as a foreign corporation and authorized to conduct business in the State of Florida, (hereinafter referred to as "CARDNO ENTRIX") whose address is 5252 Westchester, Suite 250, Houston, Texas 77005. The CITY and CARDNO ENTRIX may be collectively referenced herein as the "parties". WITNESSETH: WHEREAS this Agreement has been procured in compliance with the Consultants Competitive Negotiation Act ("CCNA" as codified at Section 287.055, Florida Statutes). NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for CARDNO ENTRIX certify that he/she/they is/are authorized to bind the CARDNO ENTRIX fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the goods and services as set forth in Exhibit "A" and as otherwise directed by the CITY to include all labor and materials that may be required. The parties hereto agree as follows: Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the Parties hereto. This Agreement shall remain in effect until December 31, 2014 and shall automatically renew from year-to-year unless terminated by the CITY or otherwise as provided for herein. Section 5. Compensation. The parties agree to compensation as set forth in work orders issued by the CITY from time-to-time. 11Page Section 6. Standard Contractual Terms and Conditions. Unless specifically excluded in this document, all "Standard Contractual Terms and Conditions", as provided on the CITY's website, apply to this Agreement. Such Terms and Conditions may be found at the CITY's website (www.SanfordFL.gov). CARDNO ENTRIX specifically agrees to all such terms and conditions. Section 7. CARDNO ENTRIX's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, CARDNO ENTRIX must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (2). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and 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 public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CARDNO ENTRIX upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (b). If CARDNO ENTRIX does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with the contract. (c). Failure by CARDNO ENTRIX to grant such public access and comply with public records request(s) shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. CARDNO ENTRIX shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of CARDNO ENTRIX and shall promptly provide the CITY a copy of CARDNO ENTRIX's response to each such request. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with the exhibit(s), constitutes the entire integrated Agreement between the CITY and CARDNO 21Page ENTRIX and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. This Agreement may only be amended, supplemented or modified by a formal written amendment. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and CARDNO ENTRIX, and all parties have contributed substantially 31Page and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. IN WITNESS WHEREOF, the CITY and CARDNO ENTRIX have executed this instrument for the purpose herein expressed with the signatories below representing and acknowledging, and understanding that the other party is acting in reliance thereto, that they have full and plenary authority to execute this Agreement and bind the party for whom they are executing this Agreement. Attest: THE CITY OF SANFOR� , r AIM/ n .f\. V' By:Jeff Triplett I IT Cynthia Porter, City Clerk Mayor Dated: l 2—q--- 13 Approved as to form and legality for Use and reliance by the City of Sanford, Florida By �IiI it iam L. Colbert i,,t/,fjdr ;yr City Attorneyy, ' CA Dated: //'2b "13 Attest: CARDNO ENTRIX qr By: ∎�t� - Name: AI . �t Print N- - ZL ► Title: [Lc= Dated: t t I zi h 3 ✓!/i1�._�/_, /_mot► Print Nay'a r STATE OF TEXAS COUNTY OF ,//0- 4IPage The foregoing instrument was .ckno ledg befor m this o2/ ay of 2013, by �� //� , as Vijfic-44 of CARDNO . TRIX, (type f company or otherwise), on b- alf of the Com a..ny. He/she is personally known to me or has produced �.. !� , . f , as identification. Sign. ur- .. Notary; blic Print N., i'y� ' "1 Notary Public— State o • . 'r�itl�a My Commission Expires: sz. es-p/ Commission No.: 'ft, Kathryn Faye Milling a 71f? Notary Public. $ "' �}� State of Texas °tw"D Comm.Exp.02-08-14 s 5 IPage Caf' Cardno E NTRIX Shaping the Future Letter of Transmittal Cardno ENTRIX Date: November 22, 2013 Project No: OH To: Marisol Ordonez, Purchasing Technician 3460 Fairlane Farms Rd. Suite 8 City of Sanford, Finance Department, Purchasing Division Wellington,FL 33414 300 North Park Avenue, Ste. 236 USA Sanford, FL 32771 Phone 561 791 6912 Toll-free 800 368 7511 RE: Cardno ENTRIX: Agreement for Hydrogeological Well Maintenance Services Fax 561 7916915 www.cardno.com Per your request,we are shipping the following www.cardnoentrix.com Executed Agreement between Cardno ENTRIX and The City of Sanford (Original and one copy). Please return one copy for our files. Thank you. For Your ❑Approval ❑ Files ❑Comments ❑ Information ❑ Distribution ® Use Sincerely 7 . Micia I J. Waldron Sefiior Consultant for Cardno ENTRIX Direct Line 561 719 2421 Email: michael.waldron@cardno.com Enc: (2)Original and one copy:Agreement cc: File File: Sanford/mjw_Sanford_Contract_mh_LOT_112213 Australia • Belgium • Canada • Ecuador • Indonesia • Kenya • New Zealand • Papua New Guinea Peru • United Arab Emirates • United Kingdom • United States • Operations in 70 countries STANDARD CONTRACTUAL TERMS AND CONDITIONS WITNESSETH: (1) The Vendor' hereby warrants and represents to the City that it is competent and otherwise able to provide professional and high quality goods and/or services to the City by means of employees who are neat in appearance and of polite demeanor. (2) All submissions submitted by the Vendor in the proposals/bid submitted to the City are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. (3) The Vendor acknowledges that the City may retain other goods and/or service providers to provide the same goods and/or services for City projects. The Vendor acknowledges that the City, at the City's option, may request proposals from the Vendor and the other goods and/or service providers for City projects. The City reserves the right to select which goods and/or services provider shall provide goods and/or services for the City's projects. (4) The Vendor agrees to provide and ensure coordination between goods/services providers. (5) Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the Vendor certify that he/she/they is/are authorized to bind the Vendor fully to the terms of this Agreement. (6) If this is a Work Order contract: a. The provision of services to be performed under this Agreement may commence upon the issuance of a Work Order from the City to the Vendor. Each Work Order shall reference this Agreement by title and date, include a detailed description of quantities, services, and a completion schedule, and will be provided on Vendor letterhead. 1 The term "Vendor," as used herein, includes vendors, contractors, consultants, and goods and services providers of every type and nature. Page 1 of 24 CITY OF SANFORD Services described in said Work Order will commence upon the issuance of a City Notice-To-Proceed. b. The services required to be performed by a Work Order shall be clearly defined within the Work Order. The Vendor shall perform all services required by the Work Order, but in no event shall the Vendor be paid more than the negotiated fee amount stated therein or the fee resulting from the stated method of calculation. c. The Vendor agrees to adhere to the schedules established in the various Work Orders issued under this Agreement. d. The Vendor may invoice the amount due based on the percentage of total Work Order services actually performed and completed; but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (7) If this is a Work Order contract: a. The City may revise the Description of Services set forth in any particular Work Order. b. Revisions to any Work Order shall be authorized in writing by the City as a Change Order. Each Change Order shall include a schedule of completion for the services authorized. Change Orders shall identify this Agreement and the appropriate Work Order number. The Change Orders may contain additional instructions or provisions specific upon certain aspects of this Agreement pertinent to the services to be provided. Such supplemental instructions or provisions shall not be construed as a modification of this Agreement. An Agreement between the parties on and execution of any Change Order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the change and to the impact of the change on unchanged goods and/or work/services, including all direct and indirect costs of whatever nature, and all adjustments to the Vendor schedule. c. If instructed by the City, the Vendor shall change or revise work that has been performed, and if such work is not required as a result of error, omission or negligence of the Vendor, the Vendor may be entitled to additional compensation. The Vendor must submit for City approval a revised proposal with a revised fee quotation. Additional compensation, if any, shall be agreed upon before commencement of any such additional work and shall be incorporated into the work by Change Order to the Work Order. Page 2 of 24 CITY OF SANFORD (8) If this is a Work Order contract, compensation to the Vendor for the services performed on each Work Order shall be as set forth the Work Order/Change Order and may be set as a fixed fee, an fee based upon rates, a fee that is a "not to exceed" fee, or a fee based upon some other basis as agreed upon by the parties. (9) The Vendor hereby guarantees the City that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. (10) If the Vendor is contracted to provide products, the Vendor warrants that such products shall be free of all liens, claims or encumbrances, and the Vendor warrants that it has clear title to the products being delivered. (11) The Vendor warrants that the services, including, but not limited to, equipment and materials provided shall conform to professional standards of care and practice in effect at the time the service is performed, be of the highest quality, and be free from all faults, defects or errors. Vendor standard of care shall not be altered by the application, interpretation, or construction of any other provision of this Agreement. Whenever required by the specifications of the Invitation to Bid, the Vendor warrants that all equipment and materials provided shall be new, in unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications designed by the City. If the Vendor is notified in writing of a fault, deficiency or error in the goods and/or services provided within one (1) year from completion of the services, the Vendor shall, at the City's option, either reperform such portions of the services to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faculty, defective or erroneous services, including, but not limited to, the costs for reperformance of the services provided by other Vendors. (12) All goods purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packing specifications and good commercial practice. Each package shall be labeled indicating the addresses of each package or shipment and the purchase order number, if applicable. Charges are not allowed for boxing or crating unless specifically agreed to in writing. (13) All work shall be constructed with asbestos-free materials. Vendor agrees that if materials containing asbestos are subsequently discovered at any future time to have been included in the construction done by the Vendor or any of its subcontractors or agents that were not specified in the design or required by the Agreement Vendor shall be liable for all costs relating to the abatement of such asbestos and damages or claims against the City. (14) Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this Agreement. Regardless of the indicated F.O.B. point, the Page 3 of 24 CITY OF SANFORD City does not accept title until the shipment is acknowledged by an authorized City representative. (15) The Vendor shall provide the City with any and all data, reports or other information as required and requested by the City to enable it to utilize the product or service furnished by the Vendor. At the convenience of and at no expense to the City, the Vendor may be required to provide training to City employees in the operation and maintenance of any item purchased unless otherwise specified. (16) All final plans, documents, reports, studies and other data prepared by the Vendor shall bear the professional's seal/signature, in accordance with the applicable Florida Statute that governs and Administrative Rules promulgated by the Department of Business and Professional Regulation, and guidelines published by the City, in effect at the time of execution of this Agreement. In the event that changes in the Statute or Rules create a conflict with the requirements of the published guidelines, requirements of the Statute and/or Rules shall take precedence. (17) Requirements for signing and sealing plans, reports and documents prepared by the Vendor shall be governed by the laws and regulations of Federal, Seminole County and State regulatory agencies. (18) Nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the Vendor(including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the City for any purpose, or in any manner, whatsoever. The Vendor is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. (19) Persons employed by the Vendor in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the City's officers and employees either by operation of law or by the City. (20) No claim for goods and/or services furnished by the Vendor not specifically provided for herein shall be honored by the City. (21) Execution of this Agreement by the Vendor is a representation that the Vendor is familiar with, and acknowledges full understanding of the extent and character of, the goods and/or services to be provided and/or performed and with local conditions. The Vendor shall make no claim for additional time or money based upon its failure to comply with this Agreement. The Vendor has informed the City, and hereby represents to the City, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the Page 4 of 24 CITY OF SANFORD requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the City's Projects. The City will not be responsible for any alleged misunderstanding of the goods and services to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Vendor serves as his stated commitment to fulfill all the conditions referred to in this Agreement. (22) The Vendor shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, and the coordination of all goods and/or services furnished by the Vendor under this Agreement as well as the conduct of its staff, personnel, employees and agents, which shall comply with reasonable conduct guidelines and City policies and procedures. The Vendor shall work closely with the City on all aspects of the provision of the goods and/or services. With respect to services, the Vendor shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the Vendor under this Agreement. (23) Neither the City's review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the Vendor shall be and remain liable to the City in accordance with applicable law for all damages to the City caused by the Vendor's negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. (24) Under the terms of this Agreement, the plans, reports and recommendations of the Vendor may be reviewed by the City for conformity with the City standards and agreements terms. However, review by the City does not constitute detailed review or checking of design components and related details, or the accuracy with which designs are depicted on the plans. (25) The rights and remedies of the City, provided for under this Agreement, are in addition to any other rights and remedies provided by law. (26) Time is of the essence in the lawful performance of all goods and/or services, duties and obligations provided by the Vendor under the terms of this Agreement. The Vendor agrees that Vendor shall diligently and expeditiously pursue the Vendor's obligations at such a rate of progress as will ensure full completion thereof within the time specified. (27) The Vendor agrees to provide project schedule progress reports in a format acceptable to the City and at intervals established by the City. The City will be Page 5 of 24 CITY OF SANFORD entitled at all times to be advised, at its request, as to the status of work being done by the Vendor and of the details thereof. Coordination will be maintained by the Vendor with representatives of the City, or of other agencies interested in the project on behalf of the City. Either party to the Agreement may request and be granted a conference. (28) Invoices, which are in an acceptable form to the City and without disputable items, which are received by the City, will be processed for payment within thirty (30) days of receipt by the City. (29) The Vendor will be notified of any disputable items contained in invoices submitted by the Vendor within fifteen (15) days of receipt by the City with an explanation of the deficiencies. (30) Invoices which have to be returned to a Vendor because of Vendor preparation errors will result in a delay of the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the City. (31) Except for issues arising from contract indemnification provisions, the City will have the right to retain out of any payment due the Vendor under this Agreement an amount sufficient to satisfy any amount due and owing to the City by the Vendor on any other Agreement between the Vendor and the City. The City may withhold payment on any invoice in the event that the Vendor is in default under any provision of this Agreement or any other Agreement between the Vendor and the City as of the time of processing the invoice or as of the time payment is made available on the invoice. This right to withhold will continue until such time as the default has been cured, and, upon cure, the City will have the right to retain an amount equal to the damages suffered as a result of the default. (32) The City and the Vendor will make every effort to resolve all disputable items contained in the Vendor's invoices. (33) Each invoice shall reference this Agreement, the appropriate billing period. (34) The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the Vendor completed goods and/or services referenced in an invoice. (35) Invoices are to be forwarded directly to: (Department or Person) City Of Sanford 300 N. Park Avenue Sanford, Florida 32771 Page 6 of 24 CITY OF SANFORD (36) City designates the City Manager or his/her designated representative, to represent the City in all matters pertaining to and arising from the work, goods and/or services, and the performance of this Agreementt. (37) The Vendor shall designate a Vendor's representative who shall not be replaced without written notice to the City within twenty-four (24) hours before or after the incident. The Vendor's representative shall be present at the job site and will have the authority to act on behalf of the Vendor. The Vendor's representative shall be fluent in the English language. All communications (both verbal and written) given to the Vendor's representative will be binding as if given to the Vendor. All verbal communications will be followed up in writing within two (2) working days. The Vendor's representative shall supervise and direct the work efficiently with due care, skill and attendance. The Vendor will be responsible to ensure that the completed work complies accurately with the specifications. (38) The City Manager, or his/her designated (in writing) representative, shall have the following responsibilities: a. Examination of all work and rendering, in writing, decisions indicating the City's approval or disapproval within a reasonable time so as not to materially delay the work of the Vendor when reasonably requested by the Vendor; b. Transmission of instructions, receipt of information, and interpretation and definition of City's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; c. Giving prompt written notice to the Vendor whenever the City official representative knows of a defect or change necessary in the project; and d. Coordinating and managing the Vendor's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. (39) Until further notice from the City Manager the designated representative for this Agreement is: (NAME) (JOB TITLE) City of Sanford 300 N. Park Avenue Sanford, Florida 32771 Telephone Number: (407) 688 -#14#14 Page 7 of 24 CITY OF SANFORD (40) City may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: a. If, in the City's opinion, adequate progress is not being made by the Vendor due to the Vendor 's failure to perform; or b. If, in the City's opinion, the quality of the goods and/or services provided by the Vendor is/are not in conformance with commonly accepted professional standards, standards of the City, and the requirements of Federal and/or State regulatory agencies, and the Vendor has not corrected such deficiencies in a timely manner as reasonably determined by the City; or c. The Vendor, or any employee or agent of the Vendor, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the Vendor; or d. The Vendor becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The Vendor violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the City's Code of Conduct. (41) In the event that the Vendor, or any employee or agent of the Vendor, is indicted or has a direct charge issued against him or her for any crime arising out of or in conjunction with any work that has been performed by the Vendor, the City further reserves the right to suspend the qualifications of the Vendor to do business with the City upon any such related conviction. (42) The Vendor understands and agrees that in the event of any of the causes of termination, all tracings, plans, specifications, computer files, maps, and data prepared or obtained under this Agreement will immediately be turned over to the City. (43) In the event of any of the causes of termination, the City's designated representative may send a certified letter to the Vendor requesting that the Vendor show cause why the Agreement should not be terminated. If assurance satisfactory to the City of corrective measures to be made within a reasonable time is not given to the City within seven (7) calendar days of the date of the letter, the City may consider the Vendor to be in default, and may then immediately terminate this Agreement. The City shall have no liability to the Vendor beyond payment of any balance owed for material(s) purchased hereunder and delivered to and accepted by the City prior to the Vendor's receipt of the notice termination. Page 8 of 24 CITY OF SANFORD (44) In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement and the pertinent Purchase/Work Order shall be deemed terminated for convenience by the City and the City shall have the right to so terminate this Agreement without any recourse by the Vendor. (45) The Vendor may terminate this Agreement only if the City fails to pay the Vendor in accordance with this Agreement. (46) Notwithstanding any other provision of this Agreement, the City shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the City to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the Vendor shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the Vendor to remedy said specified items of deficiency or default in the notice by either the City's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the City shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. (47) Failure of a Vendor to deliver or perform the required goods and/or services within the time specified, or within a reasonable time as determined by the City or failure to make replacements of rejected articles or goods and/or services when so requested, immediately or as directed by the City, shall constitute authority for the City to purchase in the open market articles or goods and/or services of comparable grade to replace the articles or goods and/or services rejected, not delivered, nor completed. On all such purchases, the Vendor or his surety, shall reimburse the City, within a reasonable time specified by the City, for any expenses incurred in excess of the Agreement prices. Such purchases shall be deducted from Agreement quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the City. The Vendor shall not be liable for any excess costs if applicable evidence has been submitted to the City that failure to perform the goods and/or services was due to causes beyond the control and without the fault or negligence of the Vendor. (48) The Vendor shall promptly correct all goods and/or services rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the goods and/or services, and whether or not fabricated, installed or completed. The Vendor shall bear all costs of correcting such rejected goods and/or services. (49) Acceptance of the goods and/or services by the City or Agreement termination does not constitute City approval and will not relieve the Vendor of the Page 9 of 24 CITY OF SANFORD responsibility for subsequent corrections of any errors and/or omissions and the clarification of any ambiguities. The Vendor shall make all necessary revisions or corrections resulting from errors and/or omissions on part of the Vendor without additional compensation. If these errors and/or omissions are discovered during the construction of the project, they shall be corrected without additional compensation. (50) The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and/or services with the requirements of this purchase order and to reject any delivery not in compliance. If any deficiency is not visible at the time of the delivery the City reserves the right to take and/or require appropriate corrective action upon the delivery of any deficiency, non-compliance, or defect. (51) In the event the goods and/or services covered by this Agreement includes the preparation of construction plans, it is understood that the work may be divided into two or more construction projects by the City and that, if this is done, the Vendor will supply construction plans for each project. (52) All design work performed by the Vendor for projects where anticipated construction cost is one million dollars ($1,000,000) or more will be subject to value engineering. The City further reserves the right to subject projects of lesser construction cost to value engineering should be the City deem circumstances are present that warrant such a decision. Value engineering may be performed at any stage of the design process. Unless specifically identified by the City, the Vendor will not be required to perform the value engineering analysis. (53) The City shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The City reserves the right to terminate any Agreement for cause with a five (5) day written notice to the Vendor. Notice shall be served to the parties as specified in the Agreement. (54) In the event that this Agreement is terminated, the City shall identify any specific work to be continued to completion pursuant to the provisions of this Agreement. (55) In the event that after the City termination for cause for failure of the Vendor to fulfill its obligations under this Agreement it is found that the Vendor has not so failed, the termination shall be deemed to have been for convenience and without cause. (56) In the event this Agreement is terminated prior to final completion without cause, payment for the unpaid portion of the services provided by the Vendor to the date of termination and any additional services shall be paid to the Vendor. Page 10 of 24 CITY OF SANFORD (57) Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and/or services, unless the notice provides otherwise. (58) The performance or provision of the Vendor's goods and/or services under this Agreement may be suspended by the City at any time. (59) In the event the City suspends the performance or provision of the Vendor services hereunder, the City shall so notify the Vendor in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the City shall pay to the Vendor within thirty (30) days all compensation which has become due to and payable to the Vendor to the effective date of such suspension. The City shall thereafter have no further obligation for payment to the Vendor for the suspended provision of goods and/or services unless and until the City's designated representative notifies the Vendor in writing that the provision of the goods and/or services of the Vendor called for hereunder are to be resumed by the Vendor. (60) Upon receipt of written notice from the City that the Vendor's provision of goods and/or services hereunder are to be resumed, the Vendor shall continue to provide the services to the City. (61) The Vendor agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The Vendor, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. (62) To the fullest extent permitted by law, the Vendor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorneys fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or part by the error, omission, negligent act, failure to act, breach of contract, malfeasance, misfeasance, conduct, or misconduct of the Vendor, its agents, servants, officers, officials, employees, or subcontractors. Page 11 of 24 CITY OF SANFORD (63) In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the Vendor for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. (64) In the event that the Vendor is providing services as a "design professional", the indemnification by the Vendor running in favor of the City shall be to the maximum extent permissible under the provisions of Section 725.08, Florida Statutes. (65) The Vendor shall submit a report to the City within twenty-four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. (66) If the Vendor is an individual or entity licensed by the state of Florida who holds a current certificate of registration under Chapter 481, Florida Statutes, to practice architecture or landscape architecture, under Chapter 472, Florida Statutes, to practice land surveying and mapping, or under Chapter 471, Florida Statutes, to practice engineering, and who enters into a written agreement with the City relating to the planning, design, construction, administration, study, evaluation, consulting, or other professional and technical support services furnished in connection with any actual or proposed construction improvement, alteration, repair, maintenance, operation, management, relocation, demolition, evacuation, or other facility, land, air, water, or utility development or improvement, the Vendor will indemnify and hold harmless the City, and its officers and employees, from liabilities, damage, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor and other persons employed or utilized by the Vendor in the performance of the contract. The parties agree that 1% of the total compensation to the Vendor for performance of this Agreement is the specific consideration from the City to the Vendor for the Vendor's indemnity agreement. (67) Nothing in this Agreement or any action relating to this Agreement shall be construed as the City's waiver of sovereign immunity beyond the limits of Section 768.28, Florida Statutes, or deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. (68) In claims against any person or entity indemnified under this Section by an employee of the Vendor or its agents or subcontractors, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Vendor or its agents or subcontractors, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. Page 12 of 24 CITY OF SANFORD (69) The execution of this Agreement by the Vendor shall obligate the Vendor to comply with the indemnification provision in this Agreement; provided, however, that the Vendor must also comply with the provisions of this Agreement relating to insurance coverages. (70) The Vendor shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. (71) All insurance other than Workers Compensation and Professional Liability that must be maintained by the Vendor shall specifically include the City as an additional insured. (72) The Vendor shall provide Certificates of Insurance to the City evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the City. These Certificates of Insurance shall become part of this Agreement. Neither approval by the City nor failure to disapprove the insurance furnished by a Vendor shall relieve the Vendor of the Vendor's full responsibility for performance of any obligation including the Vendor's indemnification of the City under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or 9 er com P (3) fail to maintain the requisite Best's Rating and Financial Size Category, the Vendor shall, as soon as the Vendor has knowledge of any such circumstance, immediately notify the City and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the Vendor has replaced the unacceptable insurer with insurance acceptable to the City, the Vendor shall be deemed to be in default of this Agreement. All insurance policies shall be issued by responsible companies who are acceptable to the City and authorized to do business under the laws of the State of Florida. (73) The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the City by submission of a new Certificate of Insurance. (74) The Vendor shall furnish Certificates of Insurance directly to the City's Designated Representative. The certificates shall clearly indicate that the Vendor has obtained insurance of the type, amount and classification required by this Agreement. (75) The City shall not be obligated or liable under the terms of this Agreement to any party other than the Vendor. There are no third party beneficiaries to this Agreement. Page 13 of 24 CITY OF SANFORD (76) The Vendor is an independent contractor and not an agent, representative, or employee of the City. The City shall have no liability except as specifically provided in this Agreement. (77) All insurance shall be primary to, and not contribute with, any insurance or self-insurance maintained by the City. (78) The Vendor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this Agreement and that the Vendor has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the Vendor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. (79) The Vendor shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. (80) The Vendor hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the Vendor, or any interest in property that the Vendor may have. The Vendor further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the City. Violation of this Section shall be considered as justification for immediate termination of this Agreement. (81) The Vendor shall ensure that all taxes due from the Vendor are paid in a timely and complete manner including, but not limited to, occupational license tax. (82) If the City determines that any employee or representative of the Vendor is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the City shall so notify the Vendor, in writing. The Vendor shall immediately remove such employee or representative of the Vendor from such assignment. (83) The Vendor shall not publish any documents or release information, nor shall it permit publication of documents or the release of information, regarding this Agreement to the media without prior approval of the City. All publicity rights vest in the City. (84) The Vendor shall certify, upon request by the City, that the Vendor maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. Page 14 of 24 CITY OF SANFORD (85) If the Vendor or an affiliate is placed on the convicted Vendor list following a conviction for a public entity crime, such action may result in termination by the City. The Vendor shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the City. (86) The City reserves the right to unilaterally terminate this Agreement if the Vendor refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the Vendor in conjunction, in any way, with this Agreement. (87) The Vendor shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. (88) The City will not intentionally award publicly-funded contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City shall consider the employment by the Vendor of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Vendor of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate unilateral termination of this Agreement by the City. (89) The Vendor agrees to comply with Federal, State, and local environmental, health, and safety laws, rules, regulations and codes, and their successors or amendments, applicable to the goods and/or services provided to the City. The Vendor agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. The Vendor shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of both the workmen and general public. If necessary, the Vendor shall post signs warning against hazards in and around the work site. Violation of such laws, rules, regulations, and codes may be grounds for delaying or reducing the amount due, or in rescinding the contract, agreement, bid or quote. (90) The Vendor shall ensure that all goods and/or services are provided to the City after the Vendor has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, certificates, approvals or similar consents as may be required by Federal, State and local laws, ordinances, rules, and regulations, for the proper execution and completion of the work under this Agreement. (91) The Vendor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in Page 15 of 24 CITY OF SANFORD performance of the Work (goods and/or services), which is the subject of patent rights or copyrights. Vendor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work (goods and/or services), or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Vendor shall pay all damages and costs awarded against the City. (92) All tracings, plans, specifications, maps, computer files and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, will be considered works made for hire and will become the property of the City upon completion or termination without restriction or limitation on their use and will be made available, upon request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. Upon delivery to the City of said document(s), the City will become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Vendor will not publish or copyright any material and products or patent any invention developed under this Agreement, it being understood that such material, products or inventions are or were developed with the purpose of becoming property of the City. The City will have the right to visit the site for inspection of the work, goods and/or services, and the products of the Vendor at any time. (93) The Vendor will not be liable for use by the City of plans, documents, studies or other data for any purpose other than intended by the terms of this Vendor Agreement. (94) The City will be deemed to have accepted the goods and/or services after the City is notified by XXXXXXX of its satisfaction that the Work is completed. The work under this Agreement shall remain the property of the Vendor until the City accepts it. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Vendor. (95) All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Vendor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Vendor may disclose any such information to its corporate affiliates and their agents. (96) If applicable, in accordance with Section 216.347, Florida Statutes, the Vendor shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. Page 16 of 24 CITY OF SANFORD (97) The Vendor shall advise the City in writing of it who has been placed on a discriminatory Vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. (98) The Vendor shall not engage in any action that would create a conflict of interest in the performance of the actions of any City employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part Ill, Chapter 112, Florida Statutes, relating to ethics in government. (99) Vendor covenants and agrees that it and its employees will be bound by the standards of conduct provided in applicable Florida Statutes and applicable rules of the Department of Business and Professional Regulation as they relate to work performed under this Agreement. Vendor further covenants and agrees that when a former state employee is employed by the Vendor, the Vendor will require that strict adherence by the former state employee to Sections 112.319(9) and 112.3185, Florida Statutes, is condition of employment of said former state employee. These statutes will by reference be made a part of this Agreement as though set forth in full. Vendor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to goods and/or services provided or performed pursuant to this Agreement. (100) The Vendor shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. (101) The Vendor shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and/or services under this Agreement and date of final payment for said goods and/or services, or date of termination of this Agreement. Records of the costs incurred will include, but are not limited to, the Vendor's general accounting records and the project records, together with supporting documents and records, of the Vendor and all sub consultants performing work on the project, and all other records of the Vendor and sub consultants considered necessary by the City for a proper audit of project costs. (102) The City may perform, or cause to have performed, an audit of the records of the Vendor or any subcontractor, to the extent that such books and records relate to the performance of the Agreement or any sub-contract to the Agreement, before or after final payment to support final payment under any Purchase/Work Order issued hereunder. Such books and records shall be maintained by the Vendor for a period of five (5) years from the date of final payment under the Agreement and by the subcontractor for a period of five (5) years from the date of final payment under the sub- contract unless a shorter period is otherwise authorized in writing. This audit shall be Page 17 of 24 CITY OF SANFORD performed at a time mutually agreeable to the Vendor and the City subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the Vendor may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the Vendor. Conduct of this audit shall not delay final payment as required by this Section. (103) In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the Vendor which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. (104) The Vendor must provide copies of any audit referencing this Agreement, the audit transmittal letterm and any response to to such audit to the City within thirty (30) days of receipt by the Vendor. (105) In the event of any audit or inspection conducted reveals any overpayment by the City under the terms of the Agreement, the Vendor shall refund such overpayment to the City within thirty (30) days of notice by the City of the request for the refund. (106) The Vendor agrees to fully comply with all State laws relating to public records. (107) The Vendor agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. (108) The Vendor shall not sublet, assign or transfer any interest in or rights provided by this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written City approval. When approved by the City, written notice of such assignment or transfer shall be furnished promptly to the City. (109) The Vendor may associate with it subcontractors, for the purpose of its services hereunder, without additional cost to the City. Any Vendor proposed subcontractors shall be submitted to the City for written approval prior to the Vendor entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. All Vendors and subcontractors must be authorized to do business within the State of Florida. Page 18 of 24 CITY OF SANFORD (110) The Vendor shall coordinate the provision of goods and/or services and work product of any City approved subcontractors, and remain fully responsible for such goods and/or services and work under the terms of this Agreement. (111) Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractor to assume performance of the Vendor's duties commensurately with the Vendor's duties to the City under this Agreement, it being understood that nothing herein shall in any way relieve the Vendor from any of its duties under this Agreement. The Vendor shall provide the City with executed copies of all subcontracts. (112) The Vendor agrees to reasonably participate in any "piggybacking" programs pertinent to local government. (113) The Vendor shall reasonably cooperate at all times with the City and other City Vendors and professionals. (114) This Agreement is to be governed by the laws of the State of Florida. (115) Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida, as to state actions and the United States District Court for the Middle District of Florida as to federal actions. (116) In any legal action related to this Agreement, instituted by either party, Vendor hereby waives any and all privileges and rights it may have under Chapter 47 and Section 337.19, Florida Statutes, relating to venue, as it now exists or may hereafter be amended, and any and all such privileges and rights it may have under any other statute, rule or case law, including, but not limited to those grounded on convenience. Any such legal action may be brought in the appropriate Court in any county chosen by the City and in the event that any such legal action is filed by Vendor, Vendor hereby consents to the transfer of venue to the county chosen by the City upon the City filing a motion requesting the same. (117) This Agreement is the result of bona fide arms length negotiations between the City and the Vendor and all parties have contributed substantially and materially to the preparation of the Contract. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. (118) Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, Page 19 of 24 CITY OF SANFORD wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Vendor's or City's performance respectively, by length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal work schedules. (119) In the event there are delays caused by the City in approval of any of the materials submitted by the Vendor or if there are delays occasioned by circumstances beyond the control and without fault or negligence of the Vendor which delay the scheduled project completion date, the City may grant an extension of time equal to the aforementioned jroect schedule delay, as a minimum and not to exceed the p Y� Agreement term, by issuance of a Time Extension Letter. This letter will be for time only and does not include any additional compensation. It will be the responsibility of the Vendor to ensure at all times that sufficient time remains in the Project Schedule within which to complete the services on the project. In the event there have been delays which would affect the project completion date, the Vendor will submit a written request to the City which identifies the reason(s) for the delay, the amount of time related to each reason and specific indication as to whether or not the delays were concurrent with one another. The City will review the request and make a determination ad to granting all or part of the requested extension. In the event time for performance of the scheduled project services expired and the Vendor has not requested, or if the City has denied same, and extension of the Project Schedule completion date, partial progress payments will be stopped on the date time expires. No payment shall be made for work performed after the Project Schedule completion date until a time extension is granted or all work has been completed and accepted by the City if the Agreement term has not expired. (120) The recitals herein are true and correct in form and constitute a material part of this Agreement upon which the parties have relied. (121) This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the City and the Vendor and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. (122) This Agreement may only be amended, supplemented or modified by a formal written amendment. Page 20 of 24 CITY OF SANFORD (123) Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. (124) Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The Vendor agrees not to claim any waiver by City of such notice requirements based upon City having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the Vendor to comply with the express written notice requirements herein. Computer notification (e-mails and message boards) shall not constitute proper written notice under the terms of the Agreement. (125) The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. (126) No consent or waiver, expressed or implied, by a party, to or of any breach or default of any other party with regard to the performance by said other party of its obligations under this Agreement shall be deemed or construed to constitute consent or waiver to or of any other breach or default in the performance of that party of the same or of any other obligation of performance incumbent upon that party. Failure on the part of a party to notify another party of any act or failure to act on the part of the other party in default shall not constitute a waiver by that party of its rights and any remedies that exist under this Amendment, at law or in equity. (127) In no event shall any obligation of the City under this Agreement be or constitute a general obligation or indebtedness of the City, a pledge of the ad valorem taxing power of the City or a general obligation or indebtedness of the City within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. (128) The Vendor shall not have the right to compel the exercise of the ad valorem taxing power of the City. (129) The Vendor shall not pledge the City's credit nor make the City a guarantor of payment or surety for any contract, debt, obligation, judgment lien, or any form of indebtedness. (130) Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. Page 21 of 24 CITY OF SANFORD (131) The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. (132) If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. (133) All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. (134) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the City prior to filing suit or otherwise pursuing legal remedies. (135) The Vendor agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the City in alternative dispute resolution procedures or which the Vendor had knowledge and failed to present during the City procedures. (136) In the event that City procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. (137) This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. (138) Fiscal Year Funding Appropriation: a. Specified Period: Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal Page 22 of 24 CITY OF SANFORD periods shall be subject to appropriation by City Commission of funds therefor. b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods: When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the Vendor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. (139) City is obligated only to the extent that funds are included in the City's fiscal year and/or capital budget. Should the City not include funds for this expense the Agreement is null and void. (140) In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: a. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. b. Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. d. Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. If a Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with the contract. Failure by the Vendor to grant such public access and comply with public records request(s) shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City a copy of the Vendor's response to each such request. Page 23 of 24 CITY OF SANFORD (141) The City and Vendor agree that there may be additional services required to be performed by the Vendor during the performance of obligations relating to this Agreement that cannot be defined sufficiently at the time of execution of this Agreement. The City, without invalidating this Agreement, may order changes in the goods and/or services within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the work shall be authorized by a written addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. Such supplemental instructions or provisions shall not be construed as a modification of this Agreement. If the Vendor plans to make a claim for an increase in the Agreement price or an extension in the Agreement Schedule/Term, he shall first give the City written notice within ten (10) calendar days after the occurrence of the event giving rise to such a claim. This written notice shall be given by the Vendor to the City, and a written approval secured from the City, before proceeding to execute the goods and/or services, except in an emergency endangering life or property, in which case the Vendor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. (142) Before making any additions or deletions to the work described in the Agreement, and before undertaking any changes or revisions to such work, the parties will negotiate any necessary cost changes and will enter into a Supplemental Agreement covering such work and compensation. Reference herein to the Agreement will be considered to include any Supplemental Agreement. (143) The title and risk of loss to the goods and/or services shall pass from the Vendor to the City upon the City's final acceptance of the goods and/or services. (144) The Vendor shall at all times, keep the work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. (145) The Vendor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Vendor. (146) All materials, tools, equipment, and consumables or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor assumes any and all liability of whatsoever type or nature for loss or damage to such property. Page 24 of 24 CITY OF SANFORD Cardno ENTRIX Shaping the Future Hydrogeological Well Maintenance Services RFQ No. 12/13-44 Prepared for City of Sanford, Florida 300 N. Park Avenue Room 236 `iy (717 Sanford, Florida 32772 t Prepared by �'7- Cardno ENTRIX 3460 Fairlane Farms Road Suite 8 Wellington, Florida 33414 Toll-free 800 368 7511 www.cardnoentrix.com s . ri; . Table o `4.4 a , ., e-?• c jnterest' 1 s� '7 - 4 t OAS. •` at�Understanding/Approach . - . 5 tx: 1.e .round 5 �IN` 54-,,..1.. ding of Project and Objectives 5 = ,ecent Vllellfield Initiatives 6 ,cojectives 7 • • i••••••••:,--'• t pproach 7 '' krr<- Water-Quality Sampling and Monitoring • 7 + Wellfield Monitoring and Recent Considerations 7 4 -- Field Measurements and Well Condition Inspections 7 gp. .� Well Restoration, Rehabilitation and Replacement Alternatives 8 �. Wellfield Recommendations 9 47i • ASR Well System 10 / , ,; orm SANPUR 32604 `� ,, r:- 12 tom: .,. , am/Staff Qualifications y 'ro ttect Organization 12 L 12 a ojeet Team J., ,„ ,g 12 :4 Teaming Partners i 'references ,, Li ation , . 17 , .i.'.:?!-_,_f,, f r1loa d 18 :Ai, of Work 19 p �.rs 20 '"` '4;0 b ? u Ape ;e s' :, ; { S '-�rt� SF 33D I cfPfli :t:'> Required Forms < < pii<TFs `i Licen'seg 9'$AE-w Jyt tin. r y • i' is .4.: _. '"KC ,+.yt of l .. +5 .a5'-f 4sfr w r..::' Y �t . 3°1'4 r ya - Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 A. Letter of Interest August 19, 2013 F.William Smith, Purchasing Manager City of Sanford Florida—Purchasing Division N. Park Avenue(P.O. Box 1788) Sanford, Florida 32701 Re: City of Sanford, Florida, Requests for Statement of Qualification Solicitation Number: RFQ 12/13-44 Hydrogeological Well Maintenance Services Dear Mr. Smith: Cardno ENTRIX is pleased to provide this response to the City of Sanford's(City's) Request for Qualifications(RFQ)for hydrogeological well maintenance services. Cardno ENTRIX is a national firm that specializes in water resources management, water and wastewater engineering, environmental liability and risk management, natural resources management, and permitting and compliance.We have a strong presence in Florida with over 30-years of experience providing creative and cost-effective solutions to challenging water resource issues. We will be assisted by our sister company, Cardno TBE, that will provide support on various engineering aspects of the project. In addition, Tom Tessier, PG of Tessier Consulting, LLC will assist as needed with groundwater modeling support. Our team is fully capable of providing all services listed in the RFQ related to Aquifer Storage and Recovery(ASR)wells; design, permitting, construction, operation and maintenance of wells; deep injection wells; groundwater monitoring evaluation, and; well acid washing maintenance. Cardno ENTRIX is very familiar with the City's wellfields and ASR system and has been working with the City on the well systems since 2012. Our project manager will be Michael Waldron PG,who has successfully managed numerous well rehabilitation programs, well performance evaluations and other complex well design and construction projects in Florida. Our proposed team also includes, Mr. Lloyd Horvath, PE,who has directed many well installation, rehabilitation,ASR investigations, and well modification programs that have greatly increased the operational efficiency of public water supply systems. Cardno ENTRIX Cardno ENTRIX provides a full range of services within the area of groundwater resources planning, development and management. Services include water supply planning and alternative water-supply project feasibility and moving through conceptual design, / permitting,final design of preferred solutions. We also offer bid Cardno ENTRIX Advantage assistance, construction management, monitoring and Well systems are the primary optimization. We routinely conduct rehabilitation and replacement focus of our groundwater of water supply wells and facilities. We believe that having practice, not a side line of a expertise that covers the complete cycle of a typical water supply larger environmental project allows us to provide better value and provide you with a assessment, remediation or more successful project. other practice. Cardno ENTRIX pioneered innovative well rehabilitation technologies focused on the specific characteristics of the Floridan Aquifer. We have developed specialized formulations for chemical treatments by adjusting the concentration and volume of reagents and inhibitors to produce superior stimulation of wells with higher levels of safety, greater protection of well components, and reduced waste disposal. We have extensive experience in identifying zones that cause water quality problems in wells and in finding creative ways to either isolate the problem zone(s), or to selectively stimulate zones with good water quality to promote in- Prepared for City of Sanford,Florida Page 1 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 well dilution. Cardno ENTRIX developed a new treatment technology to prevent mobilization of arsenic in ASR wells and recently received approval of patent for this low cost, de-oxygenation method. The professional hydrogeological and well services requested by City of Sanford in this RFQ lie in the field of specialty services provided by Cardno ENTRIX. Capabilities of our Team Our Project team has exceptional depth of experience and highly qualified individuals who are leaders in the field of applied groundwater science. The core competency of the Cardno ENTRIX Team is technical expertise in delivering specialized services to utilities, engineering firms and water management districts. Our Team's experts include our project manager, Michael Waldron, PG. Mike has more than 23 years of experience and has served as project manager for numerous water supply well ASR, and deep injection Award Winning Team system projects including recent experience with the City of Sanford. Mike understands the importance of Cardno ENTRIX received an award for the maximizing the utilization and efficiency of existing water 2010 AAEE Excellence in Environmental supply well systems. Mike has managed similar projects Engineering Competition for one of our water resource projects in the category of for over 25 clients such as St. Johns River Water Environmental Sustainability for the Marco Management District(SJRWMD), Orlando Utilities Island Aquifer Storage and Recovery Commission, City of DeLand, Bonita Springs Utilities, System. Florida Governmental Utility Authority, and Seacoast Utility Authority during a professional career of over 23 years. He is experienced in design, permitting, rehabilitation and construction management of water wells and ASR and injection well systems and state and federal regulatory , agency operations and codes relating to all aspects of underground storage and injection. One of our over-riding goals in managing projects will be to save the City money by facilitating the best and most efficient use of the City's existing water supply system so that the City can delay, reduce and/or avoid spending .-. large amounts of money on new alternative water supply projects. We will also assist the City in obtaining SJRWMD funding for alternative water supply projects deemed necessary. The City will have the benefit of seasoned and well respected senior technical oversight with the assignment of Lloyd Horvath, PE to the project. Lloyd Horvath has extensive experience in groundwater supply development and is one of the country's leading ASR experts. Mr. Horvath has been a leader in the ASR field since 1991. He has developed a technical knowledge and intuition built on over 35 years of experience and management of more than 100 projects related to technical, regulatory and planning aspects of groundwater and surface water development. Lloyd provides mentoring to Cardno ENTRIX staff and advice to clients that benefits both. John Mayhut will coordinate staffing for our team of CADD and GIS specialists, hydrogeologists and groundwater modeling experts to address the specific tasks required for the well and wellfield related projects. Terry Clark,AICP, PMP,will provide public engagement, agency coordination and water supply planning services on an as-needed basis. Mr. Clark has over 30 years of professional public engagement, stakeholder facilitation, agency coordination and project management experience in the water supply planning and environmental restoration arena. Our team also includes selected Cardno TBE Principals and staff engineers, and Tom Tessier, PG of Tessier Consulting, LLC. Cardno TBE is part of the Cardno family and will be part of the Project Team for Prepared for City of Sanford,Florida Page 2 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 selected mechanical and related evaluations that may be necessary as wells and wellfields are assessed and restored, repaired or replaced. Tom Tessier, PG will be available to provide insight and guidance with groundwater modeling. We Deliver! The Cardno ENTRIX Team has a strong commitment to meeting the needs of the City of Sanford and we will strive to develop innovative,timely and cost-effective solutions to the City's well and water supply challenges. We invite you to review our qualifications and references in the attached RFQ response and look forward to the opportunity to serve you. Sincerely, Cardno ENTRIX eOria Michael J.Waldron, PG Lloyd E. Horvath, PE Senior Consultant Vice President/Technical Director Cardno ENTRIX Cardno ENTRIX 3460 Fairlane Farms Rd., #8 13700 Ben C. Pratt/Six Mile Cypress Pkwy Wellington, FL 33414 Suite 1 561-791-6912 Ft. Myers, FL 33912 michael.waldron(c�cardno.com 239-829-7008 Ilovd.horvath(acardno.com Prepared for City of Sanford,Florida Page 3 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 B. SF 330 The Standard Form (SF)330 provides the resumes and office information for the primary and secondary offices. Our complete SF330 is included as Appendix A. Please note that relevant and similar project experience is included in Section F of the SF330 forms. Prepared for City of Sanford,Florida Page 4 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August2013 C. Project Understanding/Approach Background When Henry Shelton Sanford purchased land in 1870 that would become the incorporated City of Sanford in 1877 he envisioned it to be"the Gate City of South Florida". Whether it's the winding St. Johns River, Lake Monroe or the ground water resources underneath Sanford, water defines the City's unique character and economic vitality. Downtown 1882 -S � `, } , , . n y.�-. • {, ' A.-140 „-.�,...� Ali M ` /1\.... ♦. �` . � • ! _ .yr • • Steam Doat on the St Johns 1884 Henry Sanford Figure 1 Historic Photos of the City of Stanford As the population of the City of Sanford and the surrounding central Florida region has grown, demand for public water has increased with resulting potential impacts to water and environmental resources. In response to limitations being placed on the its ability to withdraw groundwater the City has taken progressive steps to diversify its public water supply and sources. The City has aggressively moved into the beneficial use of reclaimed water for irrigation purposes which has the effect of reducing demands on the potable water system. In addition, The City has invested in development of ASR as a cost effective way to store water during periods of excess flows for future withdrawals to meet peak demands. As the City took aggressive steps towards expanding its water supply alternatives, the existing system of traditional groundwater from the Floridan aquifer and related treatment and distribution continued to meet public demands. The City is now requiring assistance in assessing, rehabilitating and possibly expanding its traditional and alternative public water supply systems. Understanding of Project and Objectives The City of Sanford provides drinking water to more than 50,000 residents, and operates four wellfields, two water treatment plants and a total of 19 Floridan Aquifer water supply wells. Three of the wellfields (Golf Course, Twin Lakes and Oregon)currently contribute raw water to the Main Water Treatment Plant (WTP), and the Hidden Lakes Wellfield contributes water to the Auxiliary WTP. The City also operates one ASR Well, located at the Auxiliary WTP. A Utility Department Water-Quality Improvement Project started in 2004, and included work by the City to update the GIS data for the potable water-distribution system. This project was an important first step toward ensuring that the City met the U. S. Environmental Protection Agency disinfection-byproduct rule revision under the Safe Drinking Water Act(SDWA). The improved GIS database was used by the City and its consulting engineers to conduct hydraulic modeling of the potable-water distribution system,which was another important step forward in prioritizing decisions to improve the City's aging water system. The task to adequately disinfect raw water and maintain chlorine residual in the City's finished water distribution system has been an ongoing effort in revitalizing City infrastructure. Specifically,the City has begun the work to incorporate looped water distribution lines and is upgrading the Auxiliary WTP with ozonation as the primary disinfection method. Prepared for City of Sanford,Florida Page 5 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 Recent Wellfield Initiatives In 2008, the City began to assess the water quality of the City of Sanford Water and Sewer raw water from the City wellfields in part to address Utilities SDWA disinfection-byproduct concentration limits. More The City of Sanford Utility System serves recently, the City has begun to evaluate its raw water the City's residential, commercial, light supply, in response to raw-water quality concerns. Raw- industrial, agricultural, and rural water quality challenges include the detected presence areas. Groundwater from the Floridan of coliform bacteria in a few wells on occasion over the aquifer is treated at two water treatment years, as indicated by historical laboratory analysis, as facilities(Main WTP and Auxiliary WTP) well as both high organic content/color and high sulfide and the potable water produced is concentrations, primarily in wells within the Hidden Lakes distributed throughout the service area via Wellfield. The City developed an historical database of transmission pipelines ranging in size from water-quality results from production and monitor wells two inches to twenty-four inches. that has been used to identify the potential causes of occasional and apparently random coliform bacteria Mission Statement detections and develop an alternate rotation of wells to To provide the City of Sanford utility reduce sulfide and organics concentrations in raw water customers with drinking water, sewer reaching the WTPs. service and reclaimed water in a safe, cost effective, and environmentally acceptable Wellfield Data Review and approved manner. (Source:http://www.sanfordfl.gov) Preliminary evaluation of well water qualities by utility staff indicated that raw-water quality varies with the depth of the existing wells' completion interval. In addition, a weak correlation between peak rainfall events and bacterial detections was apparent. Understanding the issues that can lead to poor quality environmental data from well sampling and wellfield monitoring programs is critical when trying to establish a solid baseline of water quality results for wells and wellfields. The City had implemented a consistent evacuation of three to five well-storage volumes for routine bacteriological sampling to ensure that those results are based on identical protocols from month to month and across wellfields. A preliminary evaluation of the available wellfield information (by Cardno ENTRIX)took into consideration the typical causes of bacteriological issues in the region, including: 1)the age of the individual well and related cement sheath age and - 44-t-4 competency, and the probable well construction method (mud ;rxt .. -_ rotary or cable tool completion); 2)the submerged karst nature of c:AI• I 1 the upper Floridan aquifer surface, heavy seasonal rainfall events and the presence of septic tanks near wellfields; and 3)the potential relationship between rainfall-event severity and past _..< bacteriological monitoring results. With this knowledge and experience, and by updating and assessing the wellfield database already compiled by the City, Cardno ENTRIX can begin to draw conclusions and prioritize individual well assessments and to recommend appropriate actions as part of the larger goals to improve the production capacity of the Aquifer Storage and Recovery Well wellfields, improve water quality and reduce water-quality variations across the individual wellfields, and enhance the sustainability of the City's allocated water supply. Prepared for City of Sanford,Florida Page 6 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 Objectives The Cardno ENTRIX Team understands well and wellfield evaluations, and that the City of Sanford's objectives for the project include: > Inspect, test and determine the condition of each well > Diagnose any capacity or water-quality problems and - decide if rehabilitation is needed and warranted > Develop a specific plan for any problems on a well-by-well Ntlik. r basis (not a one size fits all approach) ,y > Develop a wellfield management plan for the City's four 4;• y wellfields > Provide the City of Sanford with monitoring program recommendations to identify potential future problems and proactive solutions > Make the most efficient use of the City's existing water supply infrastructure Project Approach Aboveground Storage Tanks Water-Quality Sampling and Monitoring Although wellfield sampling typically is performed by the City staff, Cardno ENTRIX performs specialized water-quality sampling and field measurements as well as sampling-plan development and monitoring well system optimization. The City's major concern with the long-term future expansion of the service area, and ongoing investments in the City's water supply infrastructure, are the effects of Floridan aquifer withdrawals on future raw water quality and treatability. Wellfield Monitoring and Recent Considerations As mentioned, the City Utilities Department has scheduled operation of the wells in rotation at the City's four wellfields to reduce organics levels and sulfide concentrations in the raw water. One of the results of rotating the production wells during past few years is that the chloride concentrations are slightly higher in water from the wells with lower sulfide and organics concentrations. The City has developed an excellent working relationship with SJRWMD staff over the past several years;working cooperatively on the implementation of new water well projects and developing the ASR system as a District Cooperator. SJRWMD staff freely share information with the City Utility Manager and City Utility Staff. Raw water analyses indicated to SJRWMD staff that chloride concentration appeared to be trending upward (very slightly higher), and that this suggested that saline intrusion of water from the east of the City may be the cause of the apparent water-quality variation over time. This suggestion was based on District groundwater monitoring well results that indicated the upper Floridan aquifer is very mildly brackish to the east of Sanford. The City's Utility Director provided information in a recent permit modification meeting with the District to substantiate that recent alteration of well rotations(increasing the use of wells with lower sulfide and color levels)was the primary reason for the transition in raw-water quality reaching the WTPs. It is expected that additional review and evaluation of the SJRWMD regional monitor-well network database and of the City's well water qualities may be requested as part of one or more wellfield evaluations to allow for the development of a wellfield management plan for sustainable use of the City's allocated water supply. Field Measurements and Well Condition Inspections Cardno ENTRIX can conduct field inspections of selected wells that supply raw water to the Main and Auxiliary water treatment plants. Inspection of each well and pumping facility consists of visual inspection and can include a full review as outlined below. Prepared for City of Sanford,Florida Page 7 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 > Identify wellhead conditions; assess condition of pump head, piping and sampling ports; check access to the ports, check access to the casing for measurement of water level using probes; observe and record water level data(if possible); identify, if possible any potential water quality issues such as sediment production or unusual problems of color, or other items of concern In the event that modifications to the wellhead are needed in order to gain access to the well to measure water level throughout the full range of drawdown, Cardno ENTRIX will provide a description of what materials may be needed and define appropriate method for any modifications, or can provide these services by turn-key or design/bid/construct delivery methods. Field testing of wells can be performed by: > Measuring static(non-pumping)water level in wells, if possible, and follow up with water-level measurements while pumping at alternative rates > Test each well at multiple flow rates (if possible) using the discharge valve for throttling, and the existing flowmeter(if possible) > Calculate the specific capacity for each rate and provide and evaluation of the efficiency of the well and loss of performance(since the prior inspection) Recommendations then can be provided, as appropriate, for each well. Well Restoration, Rehabilitation and Replacement Alternatives Our recommendations will consider the condition of the well and the operational needs of the City, and could include one or more of the following well rehabilitation methods: > Traditional chemical treatments with acids, disinfectants, or surfactants w i . Year Cased Total > Mechanical cleaning by wire brush, surge block, or jetting Depth Depth > Low-strength acid injection and development-without pump --Hidden Lakes Wellfield,_ removal HL7R 2013 125 410 HL8 1961 125 350 > Chemical surfactants, extenders, and inhibitors as appropriate HL9 1984 125 303 to enhance chemical treatments HL10 1984 125 302 > Test pump installation and development HL11 1984 140 328 > Acid-base disinfection HL12 1984 107 303 > AirBurstT"'fluid-percussive development/treatment . Golf Course Wellfield > Well reconstruction options such as expandable liners, GC1 1961 356 545 packers, and zone selective stimulation or isolation GC2 1961 392 540 > Less common rehabilitation processes such as: rapid chemical GC3 1964 437 525 injection processes, cryogenic processes, and other GC4 1964 116 536 specialized methods that might fit unique solutions GC5 1975 402 550 GC6 1975 125 565 > Wellhead seal and pump housing replacements *t «l� � r _ , > Wellhead access port retro-fits OR1 1985 400 700 > Wellhead and pedestal refurbishment OR2 1985 350 607 > Pump inspection and refurbishment OR3 1985 350 650 The most common well-performance issues are loss of production OR4 1985 350 650 capacity(excessive water-level decline) and the presence of OR5 1985 350 575 coliform bacteria, high sulfide content and high organic contents 7winl.akeseHfeld (typically identified by high color, nitrate and/or total organic TL2 1989 150 500 carbon levels). With a proper well condition review, it is often TL3 2002 125 500 possible to produce an effective stimulation and cleaning of a Tabulation of Well Ages and Depths(feet) well without removing the pump, thereby saving time and money. Prepared for City of Sanford, Florida Page 8 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 Production Well Replacements Replacement of existing wells is sometimes necessary. pan= Recently, Cardno ENTRIX developed a well Technical Specification for the replacement of Well HL8-H in the Hidden , Lakes Wellfield, and a minor SJRWMD Permit Modification for the proposed well. Available information collected during a recent well replacement(of Well HL7-G)was utilized to determine the most appropriate well completion detail for the proposed well (HL8R-H). Future well replacement projects for other City wellfields may include recommendations to incorporate pilot-hole construction Figure De an• • rpo • - Site 'Ta er- procedures that include limited depth-specific sampling and Treatment and Control Compound pump testing, as well as industry-standard geophysical surveys, in order to better delineate the depths from which higher quality water can be obtained. Wellfield Recommendations The final step in the assessment of wells and raw water quality is analysis and preparation of recommendations for optimizing the utilization of the wellfields. Such recommendations could include: > Additional raw water-line pressure-monitoring instrumentation and transmitters, with wellhead-vacuum gauges or downhole-pressure transducers > Raw water-line flowmeter refurbishment/replacement > Monthly inspection and monitoring plan checklists > Well-rotation documentation with flow and water-quality baselines > Wellfield optimization plan for well yield and enhanced water quality > Wellfield operations and maintenance plan (and updates) For the City, the critical considerations for a well replacement program are whether an existing well had already been lined with a smaller diameter casing in a prior restoration effort(reducing the potential pumping capacity) and to what degree well water quality has degraded over time. In some cases, water- quality challenges are associated with high sulfide concentrations (such as at Well HL7-G), and appear to be related to the depth of the open hole interval; but, in other cases, the water quality issue is bacteriological in nature. The decision to plug and abandon Well HL-11-K was based on the lowered producing capacity of this lined well and more than one coliform bacteria analysis over the past 2 years. Evaluating data and making recommendations that lead to well-informed decisions are part of what our professionals do on a routine basis for water suppliers. As an example, Cardno ENTRIX made a wellfield recommendation during the decision making process for replacing Well HL8-H. During the outfitting of the recently replaced well (HL7R-G), it became apparent that the proposed increase in (instantaneous) flow from the Hidden Lakes wellfield could not be accommodated in the piping from the northeast edge of the wellfield to the Auxiliary WTP. Using estimates of production capacity for the proposed Well (HL8R- H), Cardno ENTRIX recommended a piping-size modification to the City, so that the well pumps would operate as intended and provide over 4.5 million gallons per day to the Auxiliary WTP when needed. ASR Well System The City has cooperated with SJRWMD to develop a feasible alternative water supply project using one ASR well located at the Auxiliary WTP. The ASR system has been tested with potable water as 'recharge water', with mixed results. The current membrane-based deoxygenation system can be challenging to efficiently operate over extended 'recharge' periods. The future use of the ASR well is contingent on finding a cost-effective plan for"banking"freshwater in a portion of the upper Floridan aquifer below the base of the production wells in the Hidden Lakes and Twin Lakes Wellfields. Prepared for City of Sanford,Florida Page 9 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 The City will either need to establish a cost-effective deoxygenation method for the ASR well or define a suitable alternative to reduce pretreatment costs. Cardno ENTRIX has more than 20 years of ‘; experience solving the unique challenges of ASR system • . �t ‘'R operations and can assist the City toward that end. Cardno . ENTRIX has won three national awards for innovative ASR project Is implementation. Prior to the construction of the DeLand Airport - ASR treatment facility in 2009, we developed a patent-pending _ ' method to provide efficient and affordable chemical deoxygenation I _ - to prevent mobilization of arsenic in ASR wells. 7r ass • r There are at least two viable alternative approaches that can be ' explored for the City of Sanford ASR system. The suitability of any approach will depend how each would best meet the long-term Figure 5 City of Sanford ASR Site goals of the City. We understand that those long-terms goals Membrane-Pretreatment Compound include: > Increased water conservation > Reducing distribution system water losses > Increasing raw water-well production capacity and improving well-water quality > Maximizing cost-effective alternative water supply sources, including the use of ASR technology > Providing a sustainable water supply from multiple sources We look forward to working with the City to achieve the objectives - 4 ISO"'a that will ultimately secure a truly sustainable water supply for the City of Sanford. Figure • De an• irpo • i e Deoxygenation/Pretreatment System Prepared for City of Sanford,Florida Page 10 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 D. Form SANPUR 32604 Below provides a summary list of Cardno ENTRIX projects within the last 10 years on form SANFPUR 32604 and can also be found on the SF 330 forms in Appendix A. This Form Will Be Required Per CCNA Statues LISTING OF PROJECTS COMPLETED BY RESPONDENT NAME OF RESPONDENT: DATE: PREPARED BY: Cardno ENTRIX August 6,2013 Mike Waldron,PG PROJECT NAME AND OWNERC NAME,ADDRESS, IDENTIFY PROJECT COST OF BUDGET COMPLETION LOCATION CONTACT PERSON AND PHONE MANAGER AND PROJECT ($1000's) DATE NUMBER PROJECT ENGINEER ($1.000's) Hialeah Water Treatment Miami-Dade Water and Sewer Michael Waldron,PG $120 $120 2009 Plant Wellfield Evaluation, Department Lloyd Horvath,PE Hialeah, FL 3071 SW 38th Ave Miami,FL 33136 (305)665-7477 City of DeLand/St.Johns St.Johns River Water Management Mike Waldron,PG $4200 $4200 2011 River Water Management District, Lloyd Horvath,PE District ASR 975 Keller Road Demonstration Program John Mayhut Altamonte Springs, FL 32714 Glenn Forest,(386)659-5911 Andrew McThenia, PG Kissimmee River ASR U.S.Army Corps of Engineers, Mike Waldron,PG $83 $83 2010 Well Rehabilitation, 701 San Marco Blvd. Lloyd Horvath,PE Kissimmee,FL Jacksonville,FL 32207 June Mirecki(904)232-1236 City of Marco Island: City of Marco Island John Mayhut $5600 $5600 2011 Marco Lakes ASR 771 Elkcam Circle East Mike Waldron,PG Marco Island,FL 33145 Lloyd Horvath,PE Bruce Weinstein,(239)389-5182 City of North Port:ASR City of North Port Mike Waldron,PG $45 $85 2013- System Cycle Testing/ 6644 West Price Blvd John Mayhut Additional Cycle Testing North Port,FL 34291 with Low Dissolved- Lloyd Horvath,PE Oxygen Cindi Mick,(941)240-8000 Bonita Springs Utilities: Bonita Springs Utilities Mike Waldron,PG $21 $21 2013 Well Remediation Project 11860 East Terry St. John Mayhut Bonita Springs,FL 33135 Lloyd Horvath,PE Andy Koebel(239)992-0711 Immokalee Public Water Immokalee Water and Sewer District Andrew McThenia,PG $47 $47 2009 Supply Wells, Immokalee, 1020 Sanitation Rd Immokalee,FL Lloyd Horvath, PE FL 34142,(239)658-3630 Seminole Brighton Canal- South Florida Water Management Lloyd Horvath,PE $84 $84 2009 Bank Filtration Wells, District,Address,Robert Verrastro, PG Seminole, FL (561)682.6136 Naples Botanical Garden Naples Botanical Garden, Rahul John,PG $28 $28 2009 Solute Transport 4820 Bayshore Dr. Lloyd Horvath, PE Modeling, Naples,FL Naples,FL 34112 Brian Holley,(239)643-7275 Prepared for City of Sanford,Florida Page 11 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 E. Team/Staff Qualifications Project Organization 1988nd w 1,050 staff the Amas, � Cardno Since Cardno ENTRIX, a has today a long ith more history than of environmental stacross planning, permittinericg, ENTRIX engineering and economic consulting services to public and private entities engaged in the management protection, development, treatment, delivery, use, and reuse of valuable water resources. Cardno ENTRIX is an environmental and natural resources management consulting firm specializing in water resources management, natural resource management, permitting and compliance, and liability management. Clients turn to Cardno ENTRIX for help navigating complex environmental challenges because of our reputation for integrity, responsiveness, and innovation. Our clients benefit from the wealth of knowledge and experience of our multi-disciplinary team of environmental professionals. Our senior staff members and management are highly regarded and respected throughout private and public sectors for their technical expertise, science-based approach and ability to provide sustainable business solutions. For City of Sanford projects, we will provide a Team of extremely qualified hydrogeological specialists with over 100 years of combined experience in diagnosing well capacity and water quality problems in the Floridan aquifer and in other major aquifers in Florida and around the country. Mike Waldron, PG will be the project manager on City of Sanford wellfield related projects. Mike was assigned project manager because he brings a unique combination of strong hydrogeological knowledge and experience combined with the ability to successfully manage wellfield project teams and operations. He is comfortable and effective in the office and on well sites. Mike has served as project manager on similar projects dealing with pump, well, and aquifer performance evaluations, as well on water-supply projects dealing primarily with well permitting, design and construction management and aquifer testing. In addition, Mike has extensive well-rehabilitation and production-enhancement experience in both consolidated and unconsolidated carbonate aquifers. Mike, and the entire technical oversight team, excels at evaluation of historical wellfield data and at assessing the nature of a decline in well performance, versus declining pump or aquifer performance. Project Team In order to provide the City with the best level of service and to meet all your needs associated with the scope of work for this contract, Cardno ENTRIX has selected two teaming partners. Together, we offer you the most comprehensive range of services always with scientific approach to provide you and your stakeholders with the most accurate and timely results. Teaming Partners Headquartered in Clearwater, Florida, Cardno TBE offers a broad range of Cr, Ca/'dn0' professional services including site development and brownfields redevelopment, TBE redevelopment consulting services, water/wastewater facilities design, environmental management, GIS/asset management, urban and land planning, landscape architecture, water resources and storm water management, roadway and bridge design, transportation planning and traffic operations, right-of-way acquisition and relocation, outdoor advertising regulation services, construction inspection and administration services, survey and mapping, subsurface utility engineering, utility coordination, 3-D underground mapping and utility relocation design. Cardno TBE is currently one of the largest engineering firms headquartered in the State of Florida. Prepared for City of Sanford,Florida Page 12 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 Tessier Consulting, LLC is a Florida-licensed groundwater consulting firm founded in January 2010. Their licensed and nationally certified Principal and professional geologist provides hydrogeological and hydro-environmental services to municipalities, attorneys, engineers, environmental consultants and water management agencies throughout Florida, the southeastern US, and the Caribbean. Tessier Consulting develops regional and local water supply plans; plans and conceptually designs wellfields; designs, conducts and analyzes aquifer performance tests and step-rate and constant-rate tests. Tessier Consultant can help predict the impacts of water use and control on existing users, water resources and wetland hydrology. Tom Tessier, PG, is the Principal Hydrogeologist of the firm. Tom has been involved in many studies relating to all aspects of hydrogeology and groundwater contamination. He has participated in or directed regional water-resources studies in Florida, New York, North Carolina, and New Jersey, waste- management studies in New York, Florida, and Wyoming, site-specific groundwater contamination studies in Connecticut, Georgia, Ohio, and Florida, and injection-well studies in Florida. Tom has provided technical guidance in the design of many capture systems for the control of landfill leachate and hazardous waste plumes. These activities include aquifer testing, hydrologic analysis, computer modeling, and well and multi-well system design. Table 1 presents the background and experience of the Project Team and Table 2 contains references from similar type services Cardno ENTRIX has provided. Legend Cardno ENTRIX « Cardno TBE Tessier Consulting,LLC(SBE) Public Engagement Project Manager Principal In Charge Water Su••I Plannin• Terry Clark,AICP,PMP Michael Waldron,PG Lloyd Horvath,PE Modeling Support Design,Permitting,Testing Engineering/System and Regulatory Compliance Design Thomas Tessler,PG John Mayhut Dorian Modjeski,PE,BCEE David O'Connor,PE,BCEE Michael Clough,PE Project Staff/Hydrogeologist Andrew McThenla,PG Karen Cheney,PG Rahul John,PG Joshua Epting Gary Susdorf Prepared for City of Sanford,Florida Page 13 Prepared by Cardno ENTRIX a C• ° o ns Z m CO 03 o ff a -a CO s. v .0 0 E _ �, � m N 0, o G U o 0 m H °� 0_ a_ Li a) o w H Z w LL a) 0 U 0 CD Qa. aa= aa > 0 0 d C C C O o 0 w• o CX vX _ aX -o X cX CX �cX Es vx ° v $ 0 03 CC �° ash -2-12 @ -o cc m o 0H H mH .2 CO UH .2 0 ° 0 .2 ca o cu o UZ VI} co UZ p UZ Lf) f� Z .- ,- Z O OZ N r--. u..1 M MW M NW - - W N ,-W (0 W 01 ccW s- COW >. rn > 0 L _c D O T T T o 0) N f2 2 C C O o O p TD 73 O o O ca a 0 2 0 a) C7 (� U CU c 0U' 0 C_ 2 aci 200 m a) U U � U C w m 2C O Ca 2w mw 2m m co 2 2 m 2m n. ° >. c 6) 6) E o E ED E > a •0 c0i T.) a) v o c > a of c p C c E m 0 a) o 0 .N 0 ° a) U c d E O U tell C' _ C >. T C N 03 C '6)..� ` (>>6 p •= O C C a) CO p) p d a) p CO d p 3 O p O N > O a) m a) N 0 O .� a) i C O m W (o CO Co CO o- v a .o v a) c `o o ca y2 Q c w ° (om oN O H _ �- W W LL LT_ > ,-' O m m Et 0= d CO d 0_ CL CO O o T H >, c U U 69-Lo C O Q O. W 0 0 0 C i CO 2 CO f: 2 CO CO C6 CO N C)m O •' O "-' } 0 U F- ° 0 W 2 0 W 2 0 W 2 � U N N O co co Z co N m CO N m In N m '- a� a� M N W M f I- co �- H '�7 0 o U 8 CO C a CO � Um CO C CD E CO CO; a) C Y C 0) C CA 2 0) ca O cc c N +=' i O _ a) c O c 3 c o E(n C7) co r CO C C " U) 7 0)) N R C N c CO co a) a) Z ° Q Lo 13 O ,- 0 ._ .E W .E Q C 0 W 0 D U c C C/� C) U c < Co 0 U m w w CO W m W m d o ai c A A A A A — cC rn o c E Q_ m c co a° c ma) (n o a) a) a) ° a°)) ° 0 3U c c 0)11 me (I) o m c a o `(0 o (�° o :° 0) -a m p° c'm 2� o m o.rn N O C - C ft1 C C N C . fY_ O CO C CO:c .� c CO)cc) d E. N •CO a) •1 CO co CO N U N a CO rn < 060 < W E c 2 X o � C `n C E C E C E CO c c o W 0 O - E E E a) a a (n au) a (nt ° o co a) m o E `m E m E 1) E o j c N- co .. ° ° - ° a) a) O p � � af— aH � H � d0 � o A A n A A A n A n n A E co co O o 0 J(fl O O J O Y `LL N lo C ULLo ° CO a)r• 0 o, O. ti d Od• -) CM O O C O''� 0 . CL � W (0 O(NI c C ° 0 U o 74 ° o' 'a co U v t rn Q °rn £ a (-) cto) cola- �or �d o C 0 J 'c N J � O .c •,, J N LL N CL 5 c co 7'co c L CD a C 2 CO (n U u) u' r 0 ° E UN u3i o S (oo L ! c E 4,._ E M (0 N N .O a)03 1 N CO 7 N U'. a CO —0. O V W •li N U r` p U p Q (.() -) (n o'. d Cl) m o a(n 8 4 Q (o V p a to N C s p `o0 't' CO _- a) - o) —. rn o).� i CO := 0 0_a .O ._ ,N .N v- (%j a) o C CO C a) °c)a) ".' o d U = ° Y J N '�O_ a) O ° y a)CO C co a) CO a) CL Y — �— - (Ca o- c0E) caa) ccE) 0o ) 20 .•0ai > m Ci C> �T =T a 0 °� lU) Wln WU WU) fn2 0.. U E c 0 C of (a (o W = y (A o v o C d �a ,t a) c m o C N >, _c N U U •a)v o, E o a o ° a) G� c o to °a or° CO CA M 0 U (n L N m Z CO O CO Ti) co cs) O (n C a CO < O a)0>,.c(1) ,,.0 ca CO 00-c)0 m > o E d R o c E as =ccQ 0 0 0 - F- I- 0 d D<W o_CL § t \\ C c _ I f \ i 7 2 � � k) 22 QN- _$ \§ \/ a E.'a � I ^ \ \/ 2a_� \o o cE a� ao /7c EIS g f Z0k o in & £ ° k di c 0\ §$= D \ E = ..—, = C0_/ 22c / $$ / §q72 // kkt � - CCEwa' r ) a) k &S/ I < J0c.) it)14- k_ \ 0\ \# w_1 E f l t- /� o ® G ;®« ea E' \\ � ® C \ \ §/c O - kk k = m o { i § / w\\ oco r6 co a= o 22nn N-0 /O0 &3/a_ E E0 5 $ - k a) = E 5 § y S 0- f ; I % 6 j ® 3 • i . ±$ = I co « 0 /\\ k )g co Q ® / mE 0_ 75 = e \ \ C7 ¥/k .0 ( > ii /§7 �2� Ca 2 S'' §km fk0 .2x \ 3O2 $ 37 kW< \§ = ®) \ 0 f a/ 00 ƒ§/ C \ / \0 }» ])z ) c = Cl) 10 73 < 5= 5 2 R C a) \\\ k Z' ƒk \/ _cc< 02 0 om 1 Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 F. Location The majority of the work will be performed by Cardno ENTIRX out of our Wellington and Fort Myers offices,with assistance from our Sarasota, Clearwater(Cardno TBE), and Fort Myers offices. Additionally, as-needed assistance with permitting and modeling analysis/review will be available from Tessier Consulting, LLC in Jupiter Florida. The Cardno ENTRIX Team offices are shown on the map below. x ; `;;;.:, t .i..4-e**",. ` �' � Sanford Od do y , Vero Beach Clearwater •a` Rivervie 46 Alit Sarasota City of Sanford - , .;,,t,:w _ : Ft. Myers • Cardno ENTRIX Offices • Cardno TBE • Tessier Consulting, LLC Prepared for City of Sanford,Florida Page 17 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 G. Workload Card no ENTRIX team members are ready and available to dedicate their expertise and experience to complete all project tasks within the required timeframe.We commit to the City of Sanford that our professionals assigned to this project will personally conduct the work for all of the specified project tasks. The figure below outlines projected availability of our team members for a three-year period, 2013-2015. Based on current levels of contracted work, all of our team members have sufficient hours to dedicate to this project through the end of next calendar year.As we gain a better understanding of the City's needs we can certainly increase our time committed to the City. The Cardno ENTRIX Team will ensure that should additional work be contracted beyond what current proposed staff can comfortably handle, additional resources will be made available from our supporting offices to best serve the City. Key Staff Member Projected Key Staff Member Projected Role Availability Role Availability Lloyd Horvath,PE ■ Joshua Epting Principal in Charge 20% Project Staff/Hydrogeologist IIII 40% Michael Waldron,PG 43x Gary Susdorf 60z Project Manager 60% Project Staff/Hydrogeologist 60% Terry Clark,AICP,PMP ® Dorian Modjeski,PE,BCEE sso% Public Engagement 40% Engineering/System Design 40% Water Supply Planning John Mayhut ,207 David O'Connor,PE,BCEE ®20% Project Coordinator 40% Engineering/System Design 30% Andrew McThenia,PG ® Michael Clough,PE ®4400% Project Staff/Hydrogeologist 40% Engineering/System Design sox Karen Cheney,PG 40% Thomas Tessier,PG 200% Project Staff/Hydrogeologist 00% Permitting and Groundwater sox Modeling Support Rahul John,PG x0% OM I a Project Staff/Hydrogeologist 40% 2013 2014 2015 Prepared for City of Sanford,Florida Page 18 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 H. CertificationNolume of Work Cardno ENTRIX has performed work for the City of Sanford under two Purchase Orders issued in 2013. The first purchase order was Requisition No.033308 for$10,000, to perform a preliminary well and wellfield assessment of HL-11-K in the Hidden Lakes Wellfield. The second purchase order was Requisition No.63785 for$3,750, and was for consulting services related to the minor modification to Consumptive Use permit No. 2-117-162-9, to allow for the replacement of Hidden Lakes Well HL8-H, and abandonment of HL-11, and well to be replaced. Cardno ENTRIX has performed no other work for the City at any time in the past. Prepared for City of Sanford,Florida Page 19 Prepared by Cardno ENTRIX Hydrogeological Well Maintenance Services RFQ 12/13-44 August 2013 I. Forms Cardno ENTRIX has completed all required forms; they can be found in Appendix B of this document. Prepared for City of Sanford,Florida Page 20 Prepared by Cardno ENTRIX r e f ,, it;-'-' r 7" y. "r z,.- - , *1,5"r -,‘-'''..':4'1.-'*‘-', i j* r • a r ...:,,A y. 44d.i 4415w7 l', r•r'Sa9 't- F 1 .•.44 T i%: ' , Ir a a Y J ,d } , \ s� sr2':+ j Appëndb `.,.;=.14.11-,g,'-'-: ' ' '''' . '• \ SF 330 r� \ • .3 •5, i \ 3ta, 'Atli 0,, , S ▪ ,' T r ..SF,.d.,; ,,;.81,,• 4 a . %r. l▪ } - ....K(FSc.6 ; ,, ai.. t ',V3 Y r , 'c.v I'• - • e'' y,r-y, '4 . f, f ✓ Alta.., 4 t—itff!..44.4." , ''.'irt..4,-• t14';' ,,,, 'f ' ' ' ' tt ^rte.,...x,..,.•10',11$1 �-, '- i I, C at,:... ','.`„•_,E.'tt °i ,Cr" ` tiff 3*• ARCHITECT - ENGINEER QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1.TITLE AND LOCATION(City and State) Hydrogeological Well Maintenance Services (City of Sanford, Florida) 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER July 17, 2013 RFQ 12/13-44 B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Michael Waldron, Project Manager 5.NAME OF FIRM Cardno ENTRIX 6.TELEPHONE NUMBER 7.FAX NUMBER B.E-MAIL ADDRESS (561)791-6912 (561)791-6915 michael.waldron(c�cardno.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) Check cc z o 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT 0 >a �� Cardno ENTRIX 3460 Fairlane Farms Road Prime Suite 8 a. ® ❑ ❑ Wellington, FL 33414 ® CHECK IF BRANCH OFFICE Cardno ENTRIX 13700 Ben C. Pratt/Six Mile Prime Cypress Parkway, Suite 1 b ® El El Fort Myers, FL 33912 ❑ CHECK IF BRANCH OFFICE Cardno TBE 380 Park Place Blvd. Subconsultant Suite 300 c. ❑ ❑ ® Clearwater, FL 33759 ❑ CHECK IF BRANCH OFFICE Tessier Consulting, LLC 6528 Wood Lake Road Subconsultant d ❑ ❑ ® Jupiter, FL 33458 ❑ CHECK IF BRANCH OFFICE e. ❑ ❑ ❑ ❑ CHECK IF BRANCH OFFICE f. ❑ ❑ ❑ ❑ CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) MANDATORY USE DATE OF FORM 6/2004 (jr" Cardno ENTRIX Organizational Chart for RFQ 12/13-44 Hydrogeological Well Maintenance Services ,SIT71101411 d �t Caro ENIRIX Canino TBE Tessier Consulting,LLC(SBE) Public Engagement Project Manager Principal In Chge Water Su•pl Plannin• I • Terry Clark,AICP,PMP Michael Waldron,PG Lloyd Horvath,PE Modeling Support Design,Permitting,Testing Engineering/System and Regulatory Compliance Design Thomas Tessier,PG John Mayhut € Dorian Modjeski,PE,BCEE David O'Connor,PE,BCEE Michael Clough,PE Project Staff/Hydrogeologist Andrew McThenia,PG Karen Cheney,PG Rahul John,PG Joshua Epting Gary Susdorf AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004) MANDATORY USE DATE OF FORM 6/2004 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Michael J.Waldron, PG Project Manager 23 6 15. FIRM NAME AND LOCATION(City and State) Camino ENTRIX (Wellington, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BA, Geology, State University of New York College at Professional Geologist, Florida No. 001948 Oswego Professional Geologist, Georgia No. 1951 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Waldron, M. J. &Tessier, T. L., 2005, Innovative Use of an Underutilized Aquifer. Proceedings of Florida Water Resources Conference, Jacksonville, FL. 2005. And: Pearce, M. S. &Waldron, M. J., 2010, ASR Using Sodium Bisulfide Treatment for Deoxidation to Prevent Arsenic Mobilization. AIPG 47th Annual Conference and AGWT 10th Florida ASR Conference, 2010; and May/June 2011 The Professional Geologist. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Preliminary Well Assessment,City of Sanford, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Seminole County, Florida 2013 N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Waldron served as project manager during a limited wellfield assessment for City of Sanford for specific wells with reduced yield and bacteriological issues; retained for development of additional testing protocols for supply wells and for development of new well specifications. Cost: $9,979. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Additional Class V ASR Storage-Zone Monitor Wells, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Kissimmee River ASR Pilot Site,Okeechobee, Florida 2009-2010 2009-2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Mr. Waldron prepared the Work Plan and took part in the project cost negotiations with a turnkey project delivery team that included a water well contractor. Mike was the project manager during the construction and testing the two, Class V storage-zone monitor wells. The scope of work included initial surveying of proposed locations, construction oversight, and permit compliance and regulatory reporting during the construction of one 6-inch diameter deep monitor well within 1,500 feet of the ASR Pilot Well, and one 6-inch diameter deep monitor well located at a remote location about 4,000 feet away from the Pilot ASR Well. Cost: $159,000. Construction Costs: $575,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Rehabilitation of Class V ASR Pilot Well, Kissimmee PROFESSIONAL SERVICES CONSTRUCTION(If applicable) River ASR Pilot Site, Okeechobee, Florida 2009-2011 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Long-term cycle testing results indicated increasing injection wellhead pressures at the ASR Pilot Well operated by the U.S. Army Corps of Engineers (ACE). Mr. Waldron managed the rehabilitation procedures on the ASR Pilot Well, for C. which injection of a relatively low concentration acid-solution was employed. The recommended rehabilitation method was one that could be implemented without removing the well pump. The work included negotiation of the scope of work costs, preparation of an ACE-approved Work Plan and Safety and Health Plan, and fast-track, turnkey implementation of the rehabilitation procedure and coordination with ACE's onsite operations contractor. Post- rehabilitation testing indicated that the well's specific capacity improved by more than 50%. A second rehabilitation event was conducted in October 2010 and final report was prepared for the ACE detailing the results of the rehabilitation events. Cost: $83,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED St.Johns River Water Management District ASR PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Demonstration Project-City of DeLand Airport Site- 2006-2011 2010 DeLand, Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Mr. Waldron served as project manager during the design, permitting and full construction management of one, upper Floridan Aquifer ASR well and two, storage-zone monitor wells for the SJRWMD ASR Demonstration Program. Responsibilities included evaluation of geophysical logs, selection of completion interval, agency reporting and coordination with District, City of DeLand, driller and field staff during construction, development and pump testing. Mike also managed the design-build construction management and operational testing of the first chemically-based deoxygenation pretreatment system for ASR recharge water to eliminate subsurface leaching of metals. Construction Costs: $2.3M STANDARD FORM 330(6/2004)PAGE E-3 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Lloyd E. Horvath, PE Principal In Charge a.TOTAL b.WITH CURRENT FIRM 36 33 15.FIRM NAME AND LOCATION(City and State) (r) Camino ENTRIX (Fort Myers, Florida) 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS, Civil Engineering, Ohio University Professional Engineer, Florida, No. 25260 MS, Civil Engineering, Ohio University 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of North Port: Class I Deep Injection Well Construction, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) North Port, Florida 2013 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm a. Project Engineer for the design, permitting, and construction of a Class I injection well having 24-inch outer casing and 20 inch internal cemented annulus for the disposal of Reverse Osmosis concentrate and wastewater effluent with a capacity of 13.2 MGD for North Port Utilities. Project included Feasibility Study, Design and Permitting, Construction Oversight, and continued assistance during operational testing. Cost$350,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Oldsmar Class I Injection Wells IW-1,Oldsmar, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm b. Project Director for testing, design, permitting and installation of a brackish wellfield for Reverse Osmosis supply wellfield and new Class I injection Well. Class I injection well was completed following conversion from Class V exploratory well was completed. Work elements included Construction Permitting, Feasibility Testing, Reporting, Construction Oversight, and Preparation of final reports, such as, well completion report, and operation and maintenance manuals. Cost$350,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Algenol Biofuels, Inc. -Class I Injection Well IW-1, Lee County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida Ongoing 2013 c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer for the design, permitting, construction, and reporting for the installation of a new Class I Injection well that will be utilized to produce seawater quality water for processing then returned via same withdrawal point for disposal. Cost$350,000. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Marco Island Utilities-Class I 3000-Foot Deep Injection Well, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) East Marco Island, Florida Ongoing 1994 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. Project manager for the design, permitting, and construction of a 3000 foot deep Class I injection well having 24- inch outer casing and 20 inch internal tubing and packer for the disposal of Reverse Osmosis concentrate and wastewater effluent with a capacity of 11 MGD for Marco Island Utilities. Continuing MIT services for injection well. Cost$58,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Punta Gorda—Brackish Water Wellfield Design and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Class I Injection Well Work Elements, Punta Gorda, Florida 2010 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm e Project Director for the design of a brackish water wellfield producing from the Upper Floridan Aquifer to supply a new reverse osmosis plant. The work scope included permitting and design of a new Class I injection well system for concentrate disposal. Feasibility, Permitting, and Design were completed before project was put on hold. Cost $138,000 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(6/2004)PAGE 2 MANDATORY USE DATE OF FORM 6/2004 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Terry A.Clark,AICP, PMP Public Engagement/Water Supply Planning 33 3 15. FIRM NAME AND LOCATION(City and State) Camino ENTRIX (Wellington, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS, Geography, Florida State University N/A MS, Human Resource Development, Palm Beach Atlantic University BA, Geography,Western Michigan University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certified planner by American Institute of Certified Planners (AICP); certified Project Management Professional (PMP) by the Project Management Institute; author of the book Project Management for Planners:A Practical Guide published by American Planning Association Planners Press, 2002. Mr. Clark managed development of the first water supply plan found in compliance with the State of Florida regional water supply planning legislation passed in 1995; over 30 years of experience in the environmental and water resources arena; recognized expert in project management and public engagement processes. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED South Florida Water Management District, Lower East PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Coast Water Supply Plan Update—2012 Draft Public 2011 N/A Engagement Process Plan,South Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm The South Florida Water Management District(SFWMD) recognized the need for a rigorous public engagement process as part of the preparation of the 2012 Lower East Coast Water Supply Plan Update and retained Cardno ENTRIX to a. prepare the Public Engagement Process Plan.The objectives of the PEPP are: provide meaningful engagement of stakeholders and members of the public during preparation of the 2012 LECWSP Update without delaying completion of the plan beyond September 2012; demonstrate the linkages between land use planning, public water supply planning, consumptive use permitting and development through an understanding of local government comprehensive plans, consumptive use permitting and regional water supply planning; encourage regional solutions that promote water use conservation and operational efficiencies through cooperation of public water suppliers. Components of the PEPP include: stakeholder input questionnaire, Individual stakeholder meetings, special issue workshops and meetings, stakeholder input management system and Multi-media notices and input opportunities Cost: $35,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED St.Johns River Water Management District, District PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Water Supply Plan Draft 2010, Palatka, Florida 2009 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. The Plan is a regional water supply plan covering 16 counties and over 6 million people. The team consisted of technical staff and consultants from two water management districts. Mr. Clark coordinated staff and consultants in preparation of draft plan; facilitated weekly teleconference team meetings with staff and consultants in setting project goals and requirements, developing a project plan, coordinating technical work between the two districts in preparation of the Draft District Water Supply Plan 2010. Cost Approximately$50,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Northwest Area Water Supply(NAWS) Project Support PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Studies and Supplemental EIS, Bismarck, North 2012 N/A Dakota (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Clark managed preparation of the water demand projections, water supply source assessments and development of alternatives for the NAWS project in North Dakota. Water use projections were prepared through 2060 for all communities and water providers in the northwest area of North Dakota. Surface and groundwater sources were identified and analyzed to determine their ability to meet projected water demands. Mr. Clark also managed identification and definitions of alternative to meet future water demands including conjunctive uses of ground water, surface water and underground storage. Cost: $2.5 million total project STANDARD FORM 330(6/2004)PAGE E-3 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm John A. Mayhut Project Coordinator 11 11 15. FIRM NAME AND LOCATION(City and State) CA) Car ina ENTRIX (Ft. Myers, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS, Geology, Florida Atlantic University MS, Geology, Florida Atlantic University 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of North Port: Class I Injection Well IW-2, North PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Port, Florida Ongoing 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Mayhut acting as the Project Manager for the installation of the new Class I injection Well IW-2 for the City of North a. Port. The well was designed and modified by permit revision prior to construction to modify the well based on new target design flows, and to utilize new well construction technologies and methods to save the City in excess of $400,000. Mr. Mayhut oversaw the preparation of the Bid Documents, provided support during Bid review, and managed the construction services from the start of construction until the well started operational testing. The well's final construction was the installation of a nominal 20-inch diameter fiberglass injection tubing with annular cementing. Cost $400,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AECOM-Water: City of Oldsmar,Water Supply Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Oldsmar, Florida Ongoing 2011 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Project Manager for a major well construction and testing project within the City of Oldsmar that included the construction and testing of a new brackish water wellfield, and a Class I injection well and it's monitoring well system. Mr. Mayhut was responsible for the permit applications that converted the well from a Class V to Class I well, prepared permit modifications, bid documents and support, and managed construction services for the monitoring wells and to finish the injection well. Cost=$1.2 million total consulting fees (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Punta Gorda: Class I Injection Well Work PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Elements, Punta Gorda, Florida 2009-2010 2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm r Project Manager for two City projects for the feasibility, design, and the preparation of supporting documentation for a Class I permit application for a new Concentrate disposal Injection well, and the administration and preparation of testing specifications, testing of the Class I injection well, and the preparation of the final MIT report. Cost$138,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Marco Island: Various Well Repair/Remediation PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Projects, Marco Island, Florida 2013 N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Mayhut served as Project manager who's overseen various well repair and remediation projects for the Utility. Projects consist of determining bacteriological contamination and implementing corrective actions(RO wells 1, 2, 7, 18, 20, and 21), repair of wellheads(RO-1,ASR-9, DZMW). Issues with wells have included excessive turbidity, sand production, leaking wellheads, bacteriological contamination,well pump recovery, and abandonments. Cost$75,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bonita Springs Utilities: Well Rehabilitation Project, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Bonita Springs, Florida 2012 NA e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Mayhut acting as the assistant project manager for the rehabilitation of RO Well No. 28. Well RO 28 was successfully rehabilitated following an acidification process. The wells specific capacity was improved by over 120% and following the workover the well was returned to service without extensive downtime. Cost$16,000. STANDARD FORM 330(6/2004)PAGE E-3 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Andrew W. McThenia Project Staff/Hydrogeologist 20 10 15. FIRM NAME AND LOCATION(City and State) (14) Camino ENTRIX (Ft. Myers, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS, Geology,Washington & Lee University, 1988 Professional Geologist, Florida No.2318 Professional Geologist,Virginia No. 1373 Professional Geologist, North Carolina No. 1823 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Brackish Water Wellfield Design, Permitting, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Construction, and Testing: City of Oldsmar Florida 2007-2010 2009-2010 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm a. Mr. McThenia was the lead field geologist for the construction and testing of the 9 new brackish water supply wells and six new monitor wells for the wellfield during the 6-month well construction phase. The wellfield contains 11 production wells and 6 monitor wells. Mr. McThenia's role was to oversee the work of several geologist working concurrently at up to four active drilling/testing locations, and to ensure the quality of work by the well drilling contractor. Daily and weekly activity reports,testing data, and logs were completed under Mr. McThenia's direction. Cost: $354,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pilot Aquifer Storage and Recovery System, City of PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Deland and St.John's River Water Management 2006-2007 2007 District, Deland, Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Mr. McThenia was the onsite geologist for the drilling and testing of an Aquifer Storage and Recovery(ASR)well and 2 b. associated monitor wells at the Deland Airport. Mr. McThenia oversaw the drilling and testing of the wells. Mr. McThenia evaluated the ASR well performance immediately after drilling and helped determine the need for an acid treatment to fully develop the formation in the vicinity of the borehole. Mr. McThenia prescribed the treatment process with dilute HCL and oversaw the implementation of the acid treatment by the drilling contractor. Mr. McThenia performed data collection and analysis of several aquifer performance tests conducted on the ASR system. Cost: $629,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Marco Island ASR Wellfield, Collier County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2005-2006 2005-2006 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. McThenia was a geologist for the expansion of an existing ASR wellfield at the Marco Lakes facility owned by °' Marco Island Utilities. Mr. McThenia oversaw the Underground Injection Control (UIC) permitting, design, and construction of 4 additional ASR wells to the existing 3 well system. Mr. McThenia developed detailed construction and testing plans and specifications which were used for bidding purposes and for the UIC permit application process. Mr. McThenia oversaw the drilling and testing and performed multiple annual analyses of the operational and testing data from the existing wellfield. Cost: $240,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED USACE Site 1 Impoundment D-525N (L-40 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Modifications) 2010-Ongoing 2010-Ongoing (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm d. Mr. McThenia provided review and professional certification to surface and groundwater control dewatering plans for this project. Mr. McThenia conducted the initial desktop evaluation of the area surrounding the site for any water supply or monitoring wells.This included a review of the Hillsboro Canal Pilot ASR facility and the associated monitoring wells. Mr. McThenia conducted research in support of groundwater flow modeling used to predict the pumping requirements for the dewatering plan and infiltration area calculations. Cost: $670,000. STANDARD FORM 330(6/2004)PAGE E-3 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Karen L. Cheney, PG Project Staff/Hydrogeologist 13 6 15. FIRM NAME AND LOCATION(City and State) " ) Cantina ENTRIX (Fort Myers, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS, Geology, State University of New York College at Professional Geologist, Florida No. 2446 Fredonia 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Everglades Geological Society _19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Oldsmar: Class I Injection Well Construction PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Testing, Oldsmar, Florida 2011 2010 a' (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Cheney oversaw the final injection testing of injection well IW-1 that included continuous flow and water level data collection from IW-1 and two onsite monitor wells. Cost: $260,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Kissimmee River ASR Monitor Well Construction, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Okeechobee County, Florida 2009-2010 N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Cheney conducted field oversight of drilling, construction, and testing of proximal monitor wells (MW-18 and NW- 19) to depths of 880 feet for a pilot ASR component of the Comprehensive Everglades Restoration Plan (CERP). The project involved mechanical integrity(pressure)testing,water quality sampling, and geophysical logging. Cost: $83,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Punta Gorda: Shell Creek RO Expansion: PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Class I Injection Well and Dual-Zone Monitor Well 2009-2010 N/A Construction Permitting,Charlotte County, Florida c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Cheney prepared the permit application for a Class I injection well for by-product disposal and a dual zone monitor well for the City of Punta Gorda Shell Creek RO Expansion Project. Application preparation included both the Engineering Report and the Well Construction Technical Specifications Cost: $90,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Marco Island: Marco Island Utilities, Marco PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lakes ASR Project, Class V Operational Permit Ongoing N/A Modification, Marco Island,Collier County, Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. Ms. Cheney prepared the modification of the Marco Lakes ASR Facility Class V operational permit to include an additional well (Well ASR-9). Ms. Cheney prepared and obtained an Underground Injection Control (UIC) Class V aquifer Storage and Recovery Water Quality Exemption from the Florida Department of Environmental Protection (FDEP)for the facility. This exemption allows the facility to inject water with a color value in excess of 15 color units into the identified G-ll aquifer. Additionally, she has been involved with the preparation and submittal of Cycle Summary Reports. Project Cost$22,500. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of North Port: Class I Injection Well Permitting PROFESSIONAL SERVICES CONSTRUCTION(If applicable) and Construction,Charlotte County, Florida 2012 2012 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm e. Ms. Cheney conducted field oversight of drilling, construction, and testing of a Class I injection well(IW-2)to a total depth of 1,610 feet for the City of North Port RO Expansion Project. The project involved mechanical integrity testing, water quality sampling, and geophysical logging. Ms. Cheney prepared the permit renewal applications for the Class Injection Well(IW-2). Additionally, Ms. Cheney prepared the permit renewal application for the City of North Port Class I Injection Well (IW-1). Project Cost$400,000. STANDARD FORM 330(6/2004)PAGE E-3 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Rahul John, PG Project Staff/Hydrogeologist 9 7 15. FIRM NAME AND LOCATION(City and State) Cr, Cairdno ENTRIX (Ft. Myers, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS, Hydrogeology Professional Geologist, Florida MS, Geology BS, Geology 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Everglades Geological Society 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lake Okeechobee Deep Injection Well Study, South PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida Water Management District(SFWMD), Florida 2007 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Mr. John was the project hydrogeologist/computer modeler for conducting a feasibility assessment of deep well injection to manage surface water releases from Lake Okeechobee to estuaries. Work elements included designing an injection well system, statistical analysis of historical discharge data, computer modeling to simulate the pressure buildup in the target injection zone and analysis of Total Maximum Daily Load/nutrient loading into the lake. Cost: $250,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North Collier Water Treatment Plant-Brackish Water PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Wellfield Extension,Collier County, Florida 2006 N/A b (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. John was the project hydrogeologist/computer modeler for developing a density dependent groundwater flow and solute transport model to assess long-term water quality trends and drawdown impacts due to the withdrawal of brackish water from two proposed wellfields in Collier County, Florida. Cost: $40,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Wheeler Mine Project, DeSoto County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c. Mr. John was the project hydrogeologist/computer modeler in assessing impacts of a proposed mine on natural systems and nearby water users. Work elements for this project included assessing the potential short-term and long- term impact that the mine may have on water levels in the nearby wetlands and shallow aquifer. The study involved addressing technical issues such as water losses and gains, mechanical means to provide hydraulic barriers, and changes to the baseline hydraulic gradient. Cost: $38,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Naples Botanical Garden, Naples, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2009 2009 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. John was the project manager for conducting a hydrogeological assessment, including groundwater flow and solute d' transport modeling, in order to develop a system to supply fresh water required for irrigation at the Naples Botanical Garden. Because of the proximity of the project site to tidally influenced groundwater, the dissolved chloride concentrations varied significantly(both laterally and vertically)throughout the project site. Mr.J ohn developed groundwater models to aid in determining the optimal number, placement, design, and pumping rates of the production wells, and used the model to obtain a water use permit for the project. Cost: $25,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Algenol Biofuels, Lee County, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 2013 e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE D Check if project performed with current firm Mr. John was the project manager who managed and oversaw the feasibility study, permitting, and construction of a Class 1 injection well at the Algenol Biofuel facility in Lee County, Florida. Project Cost: $2.0 Million. STANDARD FORM 330(6/2004)PAGE E-3 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Joshua W. Epting Project Staff/Hydrogeologist 7 4 15. FIRM NAME AND LOCATION(City and State) C") Camino ENTR1X (Ft. Myers, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) MS, Geology, University of Memphis, 2008 BS, Biology, Delta State University, 2002 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) National Groundwater Association American Water Resources Associations 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED USACE L30 Seepage Management Pilot Project, Base PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Line Hydro, Dade County, Florida Ongoing 2010 a (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Z Check if project performed with current firm Mr. Epting was responsible for overseeing the construction of monitoring wells within Water Conservation Area 3-B and for installing instruments capable of recording water level and water quality parameters. Mr. Epting was the lead field geologist in charge of conducting two geophysical tracer surveys utilizing pole-dipole electrical resistivity methods. Cost: $887,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Hialeah Water Treatment Plant Wellfield Assessment PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Study, Miami-Dade County, Florida 2008 N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Epting evaluated the conditions of 45 production wells that compose the Hialeah Water Treatment Plant wellfield. He conducted step-drawdown tests on each well and analyzed the results to determine each wells'production characteristics. Cost: $120,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Oldsmar:Water Supply Project, Pinellas PROFESSIONAL SERVICES CONSTRUCTION(If applicable) County, Florida 2009-2010 2010 c (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Mr. Epting was a field geologist during the construction of RO supply wells and was responsible for collecting drill cuttings and completing lithologic logs, overseeing well construction, collecting and analyzing water quality samples, performing aquifer pumping tests, and well development. Cost: $320,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED USACE Site 1 Impoundment D-525N (L-40 PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Modifications), Palm Beach County, Florida Ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d Mr. Epting is the project manager is charge of all operations of the project. Cardno ENTRIX prepared the pre- construction plans (Environmental Protection Plan, Dewatering Plan,Well Abandonment Survey and Plan). Cardno ENTRIX has completed abandonments of monitoring wells and will provide oversight of the construction of 21 piezometers and inclinometers including instrumentation installations in the next six months. Cost: $44 Million total construction; $670,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED USACE Kissimmee River ASR Pilot Project,Well PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Rehabilitation,Glades County Florida 2009-2010 NA (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ID Check if project performed with current firm e. Mr. Epting evaluated the ASR system and implemented a rehabilitation program to improve the capacity and efficiency of the ASR well. Mr. Epting injected a solution of hydrochloric acid into the borehole using the existing piping system. Mr. Epting conducted pre and post acidization specific capacity test of the ASR well to evaluate the effectiveness of the rehabilitation program. The acidization successively dissolved organics and calcium carbonate in the well bore and increased the ASR well's capacity. Costs: $84,000 STANDARD FORM 330(6/2004)PAGE E-3 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Gary Susdorf Project Staff/Hydrogeologist 34 25 15. FIRM NAME AND LOCATION(City and State) (1") Cart:/no ENTR/X (Fort Myers, FL) 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Geology Coursework, Indiana University N/A 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) National Water Well Association,Association of Groundwater Scientists and Engineers Division Everglades Geological Society Appointed by City Council to Cape Coral Water Resource Advisory Board as Technical Member(Past Member) Hazardous Waste Operations and Emergency Response(40-Hour) Mine Health and Safety Administration, Part 46 and Part 48 Certification 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Groundwater Flow Assessment and Construction PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Oversight, USACE Project at the L30 Canal, Dade 2012 N/A County, Florida (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. Mr.Susdorf is a hydrogeologist who assisted with the hydrogeologic study of groundwater flow for a United States Army Corps of Engineers(USACE)seepage management pilot project in Dade County, Florida. Mr. Susdorf was involved in construction coordination, site testing, and monitoring in the Biscayne Aquifer, which has numerous major flow zones. Work elements of the project include well construction oversight, instrument installation oversight, design, and completion of a tracer flow study using electrical resistivity techniques, and subcontractor oversight. The study will provide baseline data for which the USACE will evaluate effectiveness of a proposed pilot seepage wall at the site. Cost: $887,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Kissimmee River ASR Monitor Well Construction, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Okeechobee County, Florida 2010 N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Susdorf directed Class V injection well permitting and industrial wastewater permitting, including rehabilitation of two reverse osmosis concentrate injection wells damaged by beach erosion and re-nourishment. Mr. Susdorf has also prepared wellfield operation and injection well system evaluation reports for the project. Cost: $40,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Keepsake Plants(formerly Yoder Bros.) Alva Farm PROFESSIONAL SERVICES CONSTRUCTION(If applicable) General Services, Lee County, Florida Ongoing N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm c Mr. Susdorf has managed the General Service's for the site since 1990.The work has included hydrologic consulting, Florida Department of Environmental Protection Industrial Wastewater permitting, South Florida Water Management District Irrigation and Public Water Supply permitting, well construction, and quarterly groundwater monitoring. Cost: $142,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Knight Island Utilities Injection Wells,Charlotte PROFESSIONAL SERVICES CONSTRUCTION(If applicable) County, Florida 2012 N/A d (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm Mr. Susdorf directed Class V injection well permitting and industrial wastewater permitting, including rehabilitation of two reverse osmosis concentrate injection wells damaged by beach erosion and re-nourishment. Mr. Susdorf has also prepared wellfield operation and injection well system evaluation reports for the project. Cost: $40,000 STANDARD FORM 330(6/2004)PAGE E-3 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Director,Water and Wastewater Group .TOTAL b.WITH CURRENT FIRM Dorian Modjeski, PE, BCEE 35 15 15.FIRM NAME AND LOCATION(City and State) (r) Camino 380 Park Place Boulevard, Suite 300 TBE Clearwater, FL 33759 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) BS/Civil/Environmental Engineering PE:FL#36517,PE:OH#61865,PE:IL#32042,PE:PA#53125,PE: GA#27503,PE:SD#6698,PE:MI#44763,PE:KY#21850,PE:NC# 27152,,PE:LA#32262,PE::MS#17044,PE:NV#17399,PE:WI #32429,PE:TN#111854;PE, AZ#52185 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) •American Society of Civil Engineers •Water Environment Federation �; •American Water Works Association •American Academy of Environmental Engineers ACADEMY o„,..,...,w.EMY •North American Society of Trenchless Technology Mr.Modjeski is a Board Certified Environmental Engineer(BCEE)who is specialty-certified in the areas of water supply and i' wastewater engineering. The Academy's certification is accredited by the Council of Engineering and Scientific Specialty Boards. 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Utilities Engineering Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pinellas County, Florida Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Director/Engineer of Record for a wide variety of utilities projects including: a. > Belcher Road 48-inch Water Transmission Main > North County 24-inch Reclaimed Water Replacement Evaluation and Transmission Main Design > Utilities Constructability Review of Reclaimed Water Distribution Projects > US 19 Improvements and Utilities Relocation Design > Preventative Maintenance Program (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Utilities Engineering Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Hillsborough County, Florida Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. Project Director/Engineer of Record for a wide variety of utilities projects including: > Duck Pond 72 cfs Stormwater Pumping Station and two miles of 36-inch pipeline > SR 674 Force Main, Phase II consisting of two miles of 30-inch force main including microtunnel crossings of 1-75 and SR 674 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Peer Review of 30-inch Force Main PROFESSIONAL SERVICES CONSTRUCTION(If applicable) St. Petersburg, Florida Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE WI Check if project performed with current firm C. Technical Advisor for peer review of trenchless technology techniques in connection with the City's Lift Station 85, Albert Whiffed Master 30-inch Force Main project. Project includes seven miles of 30-inch force main to be installed by open-cut and trenchless methods of construction. Trenchless methods reviewed included horizontal earth boring and pipe jacking, horizontal directional drilling and microtunneling. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Condition Assessment of Ductile Iron Force Main PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Treasure Island, Florida 2011 d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Director and Coordinator for a Condition Assessment of 3.5 miles of 24-inch force main. Assessed the risk of failure and remaining life expectancy. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Utilities Engineering Consulting Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Temple Terrace, Florida Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Director/Engineer of Record for a wide variety of utilities projects including: e. > Water Master Plan > Water Treatment Plant, 4-log removal permitting > Pump Stations"SA"and"E" rehabilitation > 1-75 Utility Improvements AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004)PAGE 3 MANDATORY USE DATE OF FORM 612004 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM David A. O'Connor, PE, BCEE Senior Project Manager,Water and 16 12 Wastewater Group 15.FIRM NAME AND LOCATION(City and State) GJ Camino 380 Park Place Boulevard, Suite 300 TBE Clearwater, FL 33759 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND BS/Environmental Engineering DISCIPLINE) PE: FL#56803, PE: NC#028151, PE: TN #110694, PE: MS#17603, PE:AL#31888-E 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) -ice, Florida Engineering Society,Water Environment Federation, American Academy of Environmental cADEMY Engineers and Scientists,American Water Works Association 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Airport Water Reclamation Facility Expansion PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Hernando County, Florida Ongoing a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager/Engineer for expansion of Airport WRF from 1.25 mgd to 6.0 mgd facility. Prime interface with the client and responsible for all aspects of project deliverables, maintaining schedule, and managing all project financial tasks. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Summertree Water Treatment Plant PROFESSIONAL SERVICES CONSTRUCTION(If applicable) New Port Richey, Florida 2010 b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager/Engineer for new 1.2 mgd water treatment facility. Project includes connection of four wells to centralized treatment plant via new water mains. Pilot testing of ion exchange and aeration technologies. Design including clear well, aeration system, odor control, disinfection system, 0.5mg storage tank, and high service pump station. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cosme Water Treatment Plant-Generator Addition and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Solids Contact Basins No.5 and 6 2009 2009 Odessa, Florida(City of St. Petersburg Facilities) c. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer for the demolition of existing generator and installation of new 1825 KW diesel generator, demolition and replacement of an existing access walkway, platform, drive, and motor on solids contact basins. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town of Belleair Brackish Water Treatment PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Belleair, Florida Ongoing d. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager/Engineer on feasibility study and preliminary engineering for reverse osmosis (RO) treatment facility to treat increasingly brackish groundwater. Recently completed coordination for cooperative funding from SWFWMD. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Withlacoochee Regional Water Supply Authority PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Citrus County, Florida 2012 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm e. Project Manager/Engineer for the Engineering Evaluation of the Charles A. Black Central Citrus County Wellfields and Water Treatment Facilities. Provided the Authority a status of the facilities' compliance with regulatory agencies, engineering evaluation of the overall system performance and the operational performance of major equipment, operational recommendations, and recommendations for annual funding for repair and replacement of facilities. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(1/2004)PAGE1 MANDATORY USE DATE OF FORM 67004 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Civil Engineer a.TOTAL b.WRH CURRENT FIRM Michael R. Clough, PE 9 33 1 15.FIRM NAME AND LOCATION(City and State) J Camino 7800 N. Mopac Expressway#350 TBE Austin, TX 78759 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND BS/Agricultural Engineering DISCIPLINE) PE/FL#56244, PE/TX#105725 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) ASCE, USAIDIS, ASABE, USCID, Engineers Without Borders Registered Technical Service Provider for the Natural Resources Conservation Service—TX& FL 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Potable Water Distribution System PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sarasota County, Florida 2006 a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Project manager for the design and permitting of a water distribution system for Nokomis, Florida. The project involved the design of potable water distribution to over 2,000 residences and businesses to connect them to the Sarasota County potable water system. These users historically relied on wells for water. Fee: $250,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Design of Potable Water System PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lee County, Florida 2006 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm b. Project manager for the replacement of the water and sewer utilities in the lona-McGregor area of Fort Myers Florida. His participation included the design and permitting of the water distribution system as well as the coordination of the design teams for the street improvements, drainage improvements, sewer replacement to produce a coordinated complete package of construction plans. Fee: $425,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Design and Construction of Equilibrium Tank PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Collier County, Florida 2001 2003 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Collier County in Florida was under a consent order from the Florida Department of Environmental Protection c' (FDEP) to expand the capacity of their wastewater treatment. As part of the consent order, they were ordered to fast-track the design and construction of an equilibrium tank and pumping plant for the Collier County South County Water Reclamation Facility. Mr. Clough managed the design, coordinated design with the client and subconsultants and performed site permitting for this project. He also performed construction oversight for the County. The project was completed on-time and within budget. Fee: $135,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Permitting—South Florida Water Management District PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Collier and Lee Counties, Florida 2006 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm d. Mr. Clough was responsible for design of storm water detention and retention systems and site work for the expansion of the Collier County South County Water Reclamation Facility, the expansion of the Collier County North County Water Reclamation Facility and the construction of the Lee County North County Water Treatment. The site work and storm water design was coordinated with the design of structures, electrical and piping on the treatment plant sites. Mr. Clough applied for Environmental Resource Permits for these facilities from the South Florida Water Management District. Fee: $225,000 (2)YEARCOMPLETED (1)TITLE AND LOCATION(City and State) Wastewater Collection System Design PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palm Beach County, Florida 2009 e. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm Mr. Clough designed the gravity sewer system and sewer lift stations for the Midtown Delray Village residential development in Delray Beach Florida. The Delray Beach Utilities Authority force main system was analyzed with a hydraulic computer model to determine the effect on the existing lift stations. Fee: $14,000 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(12DO4) MANDATORY USE DATE OF FORM 68004 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.Total b.With Current Firm Thomas L.Tessier, PG Consultant 41 1 15. FIRM NAME AND LOCATION(City and State) Tessier Consulting, LLC, Jupiter, Florida 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Hamilton College,Clinton,NY(B.A.,Geology) Licensed Professional Geologist,Florida No.000775 Brown University,Providence,RI(Graduate studies,Planetary Geology) Certified Professional Geologist,American Institute of Professional Adelphi University,Garden City,NY(Graduate course,Hydrogeology) Geologists,No.4383 Qualified Stormwater Management Inspector,Florida#28945 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Tessier,T.L.,"Comparing Well Performance between Open Hole and Gravel-Packed Screened Wells,"Florida Water Resources Conference, Tallahassee,FL, 1999.Tessier,T.L.,and R.Bishop,"Groundwater and Surface Water Supplements Water Supply,"Groundwater Resources Association of California:Annual Conference,September 2004.Tessier,T.L.,and M.J.Waldron,"Class V Injection into an Underutilized Aquifer, "Groundwater Resources Association of California:Annual Conference,September 2004.Waldron, M.J.and Tessier,T.L.,2005, Innovative Use of an Underutilized Aquifer.Proceedings of Florida Water Resources Conference,Jacksonville,FL.2005. Certified Florida Master Naturalist—Wetlands.Multiple Training Courses in Wetlands Delineation and Wetlands Hydrology.Groundwater Modeling. 19.RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Consulting Expert,St.Johns River Water Management District, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Palatka,Florida 2011 Not Applicable (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm a. Mr. Tessier joined a multi-discipline team of District staff and outside consultants advising District attorneys on the hydrogeologic aspects of potential litigation between the WMD and the City of Daytona Beach. SJRWMD denied an application for CUP modification of Daytona Beach's well field based on environmental impacts to wetlands.The City objected to the denial. Mr.Tessier reviewed the City's interpretation of geology and hydrology of the well field and its groundwater modeling efforts.He advised the District attorneys on the accuracy of the City's interpretation of data. The parties settled on the terms of the agreement.Professional fees:$20,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED OUC Alternative Water Supply Options PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Orlando,Florida 2010 Not Applicable (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm b. Orlando Utilities' 20-year consumptive use permit required the utility to explore alternative water supply in lieu of continued Floridan Aquifer withdrawals.As Principal in Charge and Project Manager,Tom Tessier led his team of engineers, hydrogeologists and groundwater modelers in evaluating the various means of accomplishing the task.Among the alternatives explored were ASR, Lower Floridan Aquifer withdrawals,surface water withdrawals, and reductions in demand. Groundwater modeling directed by Mr. Tessier was used to demonstrate which methods could result in significant reductions in impacts to the water table and to wetlands. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Row Crops Irrigation Sources, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) St.Cloud,Florida 2010 Not Applicable (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm c. Deseret Ranches of Florida wished to develop a new agricultural operation within Deseret Ranch. The proposed area for center-pivot irrigation was near the L-38 Canal. Mr. Tessier developed an analytical groundwater model to estimate the "safe yield" of the canal without relying on additional water from the nearby Taylor Creek Reservoir. In addition,he directed a Surficial Aquifer exploration program to determine the viability of the Surficial Aquifer for additional irrigation water. He also created performance criteria needed to contract for construction of Upper Floridan Aquifer irrigation wells for backup use. Poor design of previously constructed wells may have contributed to premature well failure. Professional fees:$25,000. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Melbourne Airport Authority Annual Landfill Monitoring,Brevard PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Co.,Florida 2011 Not Applicable (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm d Mr.Tessier has provided quality control and senior reviewer services to L.S.Sims and Associates,which provides annual well sampling and analysis of the post-closure monitoring system.He was responsible for review of all data and the monitoring report required by the closure permit, recommendations for additional and replacement monitor wells,and recommendations for changing the suite of parameters.Professional fees: $5,000 STANDARD FORM 330(6/2004)PAGE E-3 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro.ect Ke Number QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each aro'ect.) 21. Title and Location(City and State) 22. Year Complete Construction(if Hialeah Water Treatment Plant Wellfield Evaluation Professional Services applicable) 2009 N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number Miami-Dade Water and Sewer Jim Penkoski,AECOM (954)745.7299 Department 24. Brief Description of Project and Relevance to this Contract(include scope,size,and cost) The Hialeah Water Treatment Plant, operated by the Miami-Dade Water and Sewer Department (MDWASD), supplies potable water to the Miami-Dade Service Area. The plant obtains raw water from adjacent wellfields including the Northwest Wellfield, the Miami Springs Wellfield, and the Preston Wellfield. MDWASD suspected that some of the production wells, particularly wells that compose the Miami Springs Wellfield, may not be operating at their designed pumping capacity. Cardno ENTRIX, in association with Metcalf and Eddy, Inc., SPECIFIC CAPACITY ANALYSIS was authorized to evaluate the conditions of 45 production Approximate specific capacity of each well at1,000gpm wells. The first phase of the evaluation initially included just 1500 15 critically important production wells. Step-drawdown tests _ — — were performed at each production well, and the data was analyzed to assess each well's production characteristics.Based on the results of the analysis, the production capacity of each well was estimated, and well rehabilitation recommendations were presented for selected wells to loo° improved well efficiency and increase well production capacity. r CI The general work scope consisted of the following: > A visit to each well site to identify well conditions and H 500 to determine the appropriate methodology for completing step-drawdown testing > The collection of information and photographs of wells and pumping equipment to identify access IIIIIIIIIIIIIIIIIIIIII ports for water level measurements, vacuum gages, and pressure gages 0 t2 g T ' R $ $ 4 4 ° N r. >• Review and pertinent information pertaining to the i i i i V l i 2 i i i i well and pumping equipment > A review of previously conducted video logs of , a�ri , ., , . , . „.. production wells Miami Spn(gs01 350 IMO Springs 11 480 Miami Springs 02 360 Lung song.13 1.100 > The completion of step-drawdown testing at each Mani'Springs 03 390 Miami Springs 3 840 production well Miami Spiny'04 500 Miami Springs 16 730 > A summary of the specific capacity analysis Miami Springa05 280 Miami Spins 17 110 Miami Springs 06 875 Miami springs 20 570 > Conclusions about the well's production capacity Mian,Springs OS 240 Miami Springs 21 280 and characteristics with recommendations Mimi Spnngs10 280 Cost: $120,000 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a. Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro.ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 2 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each pro'ect.) 21. Title and Location(City and State) 22. Year Complete Construction(if City of Marco Island Utilities, Marco Lakes ASR Project Professional Services applicable) Ongoing N/A 23. Project Owner's Information a. Project Owner b Point of Contact Name c. Point of Contact Telephone Number City of Marco Island: Marco Island Bruce Weinstein, PhD, PE (239) 389.5182 Utilities 24. Brief Description of Project and Relevance to this Contract(include sc pe,size,and cost) Cardno ENTRIX has provided hydrogeological consulting services to Marco Island Utilities for over 20 years. Our Principal, Lloyd E. Horvath, PE, provided the initial feasibility evaluations of using partially treated surface water from rock quarry to store in a brackish aquifer using ASR. Cardno ENTRIX developed and implemented drilling and testing program to characterize subsurface conditions and select storage zone for ASR system, and oversaw construction of testing of the ASR system,which was later expanded due to excellent recovery efficiency. Cardno ENTRIX was selected as engineer for a second and third expansion of this facility, with two additional ASR wells planned for construction. This award-winning system has operated successfully for 8 years, and is first ASR project in Florida permitted to store non-potable surface water in aquifer classified as an underground source of drinking water. This innovative, design/build delivery ASR - - project captures and stores wet season surface water from a lake system within a E deep brackish artesian aquifer for later recovery for potable use. , r - The pilot ASR program included exploration, storage interval selection, permitting - and design of pretreatment facilities, and associated studies to implement Florida's , -,` ° first raw water ASR system. The project stores more than one billion gallons of fresh water within an aquifer system that formerly contained highly mineralized water. The 12 year project timeline included expanding the facilities to 12 million gallons per day(mgd)of seasonal capacity and 7 operating ASR wells. This project has won several national awards. Highlights: `N > Cardno ENTRIX led, design/build delivery project , incorporated innovative partial pre-treatment methods to recharged surface water i, > Recovered water sent to an expanded fresh water treatment plant to ,- minimize the need for more costly desalination by the existing RO treatment facilities ,-, --� > Solute transport modeling was used for predicting recovery efficiency - and in selecting the best zone for storage . > High recovery efficiency was demonstrated in the pilot project and the „t,. - - ,. _,, ASR system was expanded to include 7 ASR wells having a capacity of .. y. up to 12 mgd > Won three(3) national awards between 2010 and 2012: • American Academy of Environmental Engineers: 2010 _ t' Excellence in Environmental Engineering Competition Grand j '• Prize 1 • The National Ground Water Association: 2010 Outstanding Groundwater Project Award • The National Association of Environmental Professionals: 2011 President's Award for Environmental Sustainability Construction Cost: $5.1M 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a. Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro'ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 3 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each •ro'ect. 21. Title and Location(City and State) 22. Year Complete Construction(if City of DeLand/St.Johns River Water Management District ASR Professional Services applicable) Demonstration Program 2011 N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number City of DeLand Keith Riger, PE 386.626.7197 24. Brief Description of Project and Relevance to this Contract(include scope,size,and cost) Cardno ENTRIX was selected to design, permit, and oversee construction and testing of one, upper Floridan Aquifer ASR well and two, storage-zone monitor wells for the SJRWMD ASR Demonstration Program. Responsibilities included UIC permitting and .f ,/ - construction management including evaluation of geophysical logs, selection of open-hole completion interval, agency reporting and coordination with District, City of DeLand, driller and field staff during construction, development and cycle testing. The project included the addition of a pretreatment system to reduce or eliminate the leaching of arsenic from the formation by deoxygenation of the injected fluids. Cardno ENTRIX had developed the concept of an efficient chemical deoxygenation procedure and bench tested the method using a specific sulfide compound. The chemical removal of dissolved oxygen in potable water using the compound was highly efficient and the method was proposed, and implemented for the first time on this project site. With the engineering design assistance of AECOM/Orlando, a pretreatment facility was built on a design/build contract amendment and the pretreatment method was implemented in 2010 and successful cycle testing was completed in 2011. The mobilization of arsenic that often occurs during ASR operations in Florida's aquifers is associated with the injection of oxidized waters, mostly containing oxygen and chlorine. Such water, when injected into the limestone formation reacts with native compounds such as pyrite resulting in mobilization of - —. arsenic. Studies have shown that the arsenic mobilization process during injection is only short term and the arsenic will re-precipitate rapidly, bound into _ an oxidized iron compound, within a relatively short distance from the ASR well (less than 300 feet).Within the zone of arsenic mobilization and precipitation the water is in an oxidized state; however as the recharged water moves away from the ASR well it becomes reduced. The area of arsenic mobilization and precipitation is only within the oxidized zone. When water is being recovered in an ASR system, arsenic begins to appear after extended pumping when reduced native water begins to mix into the stored water and the mix reaches ( of J -[ �N the ASR well The formerly precipitated arsenic becomes mobilized again by "r-- = -- --k: the reduced water as it enters the portion of the aquifer that was previously r— 1 ;i oxidized. .., .' -, -[-, n - '; .1 !ti T,;,t: F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro'ectKe Number QUALIFICATIONS FOR THIS CONTRACT 4 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each a ro'ect.) 21. Title and Location(City and State) 22. Year Complete Construction(if Kissimmee River Pilot Aquifer Storage and Recovery(ASR)Site Professional Services applicable) 2010 N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number U.S. Army Corps of Engineers June Mirecki, PG (904) 232.1236 24. Brief Description of Project and Relevance to this Contract(include scope,size,and cost) The U.S. Army Corps of Engineers desired to rehabilitate the Kissimmee River ASR well due to increasing pressure during recharge of surface water. During recharge, the ASR well experienced increases in pressure that restricted flow to below the design rate at the maximum-allowable injection pressure. To help deal with the problem, the practice was to backflow/pump the well to help clear the borehole of solids. Based on the operational experience, it appeared that biomass resulting from biological activity down-hole was most likely responsible for the restriction in flow. The Corps retained Cardno ENTRIX to implement a work-over/stimulation operation that is significantly less involved than a full- scale acid treatment. The Corps desired a relatively short-duration treatment and they did not want to remove the pump. There were some limitations on the rate and duration of discharge to waste, which must first flow to a pond of limited size. Well rehab/stimulation was accomplished with light acid (or pH adjustment)treatment. The goal of the treatment was to clean the surface of the borehole of deposits and biofilms and enhance the <- .z _ size of limestone pore spaces. The option selected was to introduce an acid solution at the well-head to blend with the normal injected water and pump the ,° _ - solution down the well and into the formation. _ + '''.-. .1 Pumping tests were completed both before and after the well rehabilitation= I/ process. ..-4 weak solution of acidic water was introduced to the well and formation. The , wellhead was equipped with a low-volume acid pump and fitting that allowed the slow introduction of acid (HCL) into the flow stream in amounts controlled to mix with injected water achieving a target pH in the range of 3 to 4. The disposal of the water purged from the well was regulated to accommodate the capabilities of the discharge ponds. Over the course of three days, a total of over 4 million gallons of raw river water combined with 1,575 gallons of hydrochloric acid was injected into the ASR well. Pre-acidization and post-acidization pumping tests were Pre.and p000lerGzaton Specific Capacity Tests Flory Rata•6.0 MGO completed to quantify the effectiveness of the I.a., 2.n Specfc ap .Pa,t&ant=Speak C0110211d rehabilitation process. Prior to acidization, the specific • capacity of the ASR well was approximately 38 gallons n — -- per minute per foot(gpm/ft)at a flow rate of 5.0 million ,a • gallons per day(mgd). After acidization, the specific capacity of the ASR well was approximately 61 gpm/ft at a flow rate of 5.0 mgd. . 1" The rehabilitation techniques performed by Cardno l' ENTRIX improved the specific capacity of the well by P - • – ■ - approximately 60 percent. This project achieved goals of assessing and remediating declining ASR well efficiency • at minimal cost and minimal impact on ASR • — • testing operations. a • • so 120 160 Elapsed Tune(minutes) Cost: $83,000 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a. Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro.ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 5 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each •ro'ect. 21. Title and Location(City and State) 22. Year Complete Construction(if Immokalee Public Water Supply Wells, Immokolee Water and Professional Services applicable) Sewer 2009 N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number AECOM Michael Bennett, PG (772) 260.8304 24. Brief Description of Project and Relevance to this Contract(include scope,size,and cost) WELLnt l.cwuntxw.s Cardno ENTRIX provided services for design and construction of three public supply wells in a ; -. w surficial sand and gravel aquifer. The project involved collection of pilot hole drill cuttings Z`/Pi �y samples, interpretation of geophysical logging, performance of sieve analysis, and coordination \! i 11.4C■1y between screen and gravel manufacturers to optimize well efficiency. Cardno ENTRIX provided ,25. detailed lithologic descriptions of cuttings along with recommendations for screen intervals to the project engineer,AECOM. Cardno ENTRIX coordinated with the geophysical logging contractor Q �� to optimize the use of a well-sorted sand unit that comprised the matrix of the most transmissive �z " portion of the aquifer. n Cardno ENTRIX collected representative formation samples by conducting discreet interval "'"'°"'' decantation of mud rotary returns during pilot-hole drilling.The drilling contractor advanced the 44 ti � „µs..a pilot hole in 10-foot increments to allow discretization of the cuttings returns. Cardno ENTRIX utilized an inline fresh water rinse to facilitate rapid setting of the sediments from the drilling fluids -t_ �•: +y at the surface to achieve the most representative formation samples possible. Cardno ENTRIX E also advised the drilling contractor on the best emplacement techniques for the gravel pack in the 246' annulus of the well outside of the screened section. - : Cardno ENTRIX deployed datalogger/pressure transducers during well testing and made recommendations regarding additional development based on the results of step testing. Due in ;,„;K: large part to the analysis and guidance of Cardno ENTRIX,the drilling contractor was able to successfully complete the three 8-inch diameter production wells and easily meet the design _ production criteria of 400 gallons per minute. Cardno ENTRIX also performed analysis of a1:a drawdown data for capacity determination and pump selection. 6 .!# r ' .- 1 .r1 Cost: $47,000 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.leProectKe Number QUALIFICATIONS FOR THIS CONTRACT 6 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each •ro'ect.) 21. Title and Location(City and State) 22. Year Complete Professional Services Construction(if Seminole Brighton Canal-Bank Filtration,Alternative Water-Supply applicable) Feasibility 2009 N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number South Florida Water Management Robert Verrastro, PG (561)682.6136 District 24. Brief Description of Project and Relevance to this Contract(include scone,size,and cost) SFWMD and Seminole Tribe are developing an ASR project for the purpose of injecting, storing and recovering up to five(5) million gallons per day of surface water from the C-41 Canal in Glades County. Cardno '1 ENTRIX conducted feasibility and preliminary design of an alternative — k surface-water intake system. }y I The evaluation considered vertical wells, horizontal wells and a bank- ' filtration system with horizontal collection drains. The goal of the program was to reduce total suspended solids and dissolved oxygen to , Y �= minimize or eliminate need for pre-treatment of recharge water. Cardno ENTRIX conducted test borings, installed test wells, and .r • performed pumping tests at multiple locations along canal to assess the hydrogeologic characteristics of surficial aquifer and to evaluate s ' alternative designs and potential water quality issues. Based on the analysis, a conceptual design for canal-bank filtration system was i prepared. SECTIONAL „E„„ kI -mss Cost: $84,000 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role S Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro.ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 7 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each pro'ect.) 21. Title and Location(City and State) 22. Year Complete Construction(if Bonita Springs Utilities, RO Well 28 Acidization Professional Services applicable) 2013 N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number Bonita Springs Utilities, Inc. Andy Koebel, PE (239) 992.0711 24. Brief Description of Proiect and Relevance to this Contract(include scope,size,and cost) Cardno ENTRIX performed a rehabilitation program to restore lost well efficiency and allow for design flow rates during the routine pumping activities. The general approach used by Cardno ENTRIX for well-rehabilitation program is to introduce hydrochloric acid into the well prior to the wellhead, then use the existing pumping system and a source of fresh/raw water to dilute the hydrochloric acid solution, creating a low concentration, high-volume acid treatment through the entire well casing and borehole. This process is commonly referred to as a"bull heading" application, and is most commonly used to suppress flow by pumping high fluid- weight material into a well. Because the acidic solution is diluted as it enters the well, there is no danger of pump corrosion, and little to no gas is generated in the process as the solution : 1 enters the open-hole section of the well. Benefits of the treatment method include: - > Removal of the well pump is not necessary > Acid is not mixed in tanks > Little to no gas production • > Recovered water can be disposed at land surface(chloride increase is controlled to ensure return water does not exceed 250 mg/L chloride concentration) > Post-recovery tankage and neutralization is not necessary > Well back on line on second or third day may: The most challenging task is defining and connecting to a suitable raw or finished water source with the capacity to maintain the well water level above the top of the - wellhead flange. In order to define the rate of injection required to achieve this, the current and past specific capacity of the well is needed. Required data include: > Static water level > Routine yield > Drawdown at routine yield (Specific capacity) Pre-to Post-Acidation Specific Capacity at Tested Flow Rates ran!. v.0 15 0 13.0 -- 2013 Post-Acid.451—690 GPM Resuts t s p. 11 0 5.0_. _..- ___..___._ 690 2005 to 2013 Pre-Acid Results The production from the well treated in this example improved by more than 64%. Cost: $21,000 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a. Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro.ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 8 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each pro'ect.) 21. Title and Location(City and State) 22. Year Complete City of Oldsmar, Brackish Water Wellfield and Concentrate Professional Services Construction(if Disposal 2012 N/A 23. Project Owner's Information a Project Owner b. Point of Contact Name c. Point of Contact Telephone Number City of Oldsmar Lisa Rhea, PE (813) 749.1233 24. Brief Description of Proiect and Relevance to this Contract(include scope,size,and cost) Cardno ENTRIX provided consulting services to City of Oldsmar on a number of water resource projects over past 12 years including design of a brackish water wellfield for their water treatment plant. Cardno ENTRIX also designed, permitted and managed construction of the water treatment by-product(concentrate) disposal well. Initially, Cardno ENTRIX undertook studies on behalf of the City of Oldsmar to investigate the development of a new wellfield for supplying feedwater to a new Reverse Osmosis (RO)water treatment plant to supplement the City's water supply. In order to evaluate the feasibility of utilizing the brackish water from the Tampa and upper Suwannee aquifer systems, a feasibility study was conducted. Following this study, test wells were drilled followed by an aquifer testing program. This data was used to satisfy Southwest Florida Water Management District(SWFWMD) criteria for impact assessment, which included water-quality data collection, well inventories, model development, calibration, and model results. The assessment utilized three-dimensional finite-difference groundwater flow models and consisted of seven (7) layers to evaluate the drawdown impacts and rate of change in water quality. Of particular concern was meeting SWFWMD requirements for new groundwater development and addressing minimum aquifer levels and specific points of concern in the region. Cardno ENTRIX prepared final design documents for and managed construction of the RO supply wellfield and the Class I injection well system to dispose of treatment by-product. The wellfield system consisted of 11 brackish, RO- treatment supply wells and one Class I injection well, with two monitoring wells. Construction oversight resulted in drilling of one less production well than was anticipated due to poor lithologic and hydrogeologic conditions at one of the proposed well sites. Savings to the client were about$75,000 in material and construction costs. APRs 1 MILE A, >,vr _4 e6o —, list L UST'V-1 N-1 7XV-1 US InMV-1 I I N.01®Na WING W@(noinaormaso 1LRmme1 moon 50- ................. ...............................:v::::::::_:::::::.-::::::::::c::::.:::.r:::::::::.::::::::i iii i::::_c=ii:::::iZci i`::5ii:::::•ii'i:: :i::::c _.............. ......................,................... :::<.::::::.::.-:.:::::::.::.::.::.:.::::::::.:.......................:..................._......... mom....-... n_ ._...mam. ra/L ....,... :::::::::::::.:::::::>:;;::;:;a=-;:;-;s::;:;:.r;:>:`;:;:;;:e; s•:=::;::;-;_:-;<;;�;is3:ii;�;;:�-i:;•-;;_;z;•;r;;;;;:e;:ac:e>;;z::;+:s;: ;.;•:>;;;:;:;s:::;;a;;: 100- ::. :.:.:.::..:..:.. ..__ .._• ....:..._-_..::.: - •' m6-CVOOIGIG 01Qf '5G- ..•. . ;:=::•>:::mnGmi iaGO-nw ran. . own,uG.idm ................................................................... mG-Wnram.a Gem ..... -:�:;s:::•-:aaa;;:::;; ..........L!: ;:;;:era;::x-a::;:::s:::.-::.:aa.::::c::re;•i_r;:;::;.:::::::•:::::•:_r:;;:::z:!;:s:;;::;:_;;;:::;_tss::r:;,x!:z::•;:::::::::::_:_::-::_::.:;::;n::.::::.:_::::.:::::::::::.:;.-::: ...._............................._._......_........::..,.:.:::::,-:::::::.-::-:::::.-::::.::.::-:::_:::.-:-•>::::;r ::::erg--:::r.-:::::;::rr-::;:�:=5;i' wom.,m1 m-;::::a;;;:;;::arx:rn:•;s=s::»:;:e:;ii;;:i;_s; s00- Construction Cost: $7.4M 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a. 1 Cardno ENTRIX Fort Myers, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.le Pro'ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 9 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each project.) 21. Title and Location(City and State) 22. Year Complete City of North Port ASR Well System Cycle Testing/Additional Professional Services Construction(if Cycle Testing with Low Dissolved-Oxygen Concentration, Raw applicable) Well Water Ongoing N/A 23. Project Owner's Information a. Project Owner b. Point of Contact Name c. Point of Contact Telephone Number North Port Utilities Cindi Mick (941)240.8000 24. Brief Description of Project and Relevance to this Contract(include scope,size,and cost) Cardno ENTRIX coordinated with the City and Southwest Florida Water Management District(SWFWMD)to resume cycle testing of the City's upper-Floridan aquifer ASR well system, originally developed for surface water recharge from Myakkahatchee Creek during high flow periods. Early cycle testing results for the ASR System indicated that arsenic was released in the aquifer during recovery of potable water used to test the well system, and the City decided to wait until an intermediate aquifer brackish groundwater wellfield and reverse-osmosis water treatment plant(WTP)were designed before resuming ASR well testing. Prior to this additional ASR cycle testing,the most recent cycle testing had been completed in 2008. Cardno ENTRIX developed a testing strategy with the City and SWFWMD staff to test the ASR well with low-oxygen raw well water from the overlying • Intermediate aquifer. Cardno ENTRIX developed and permitted the testing plan to " . coincide with renewing the ASR system's Underground Injection Control (UIC) r. . permit and managed the project for cycle testing implementation during the water plant construction. The recharge, storage, and recovery of 10 million gallons was conducted between August and October 2012 and successfully demonstrated that arsenic leaching did not occur after low-oxygen recharge water was stored in the well. s r� The next phase of cycle testing will utilize low-oxygen potable water from the Nit -- recently-completed RO WTP. Q �► '�, it • n 1i. • .....,, ,. Cost: $45,000 _ , 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a. Cardno ENTRIX Riverview, FL Environmental Consulting Lead F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. Exam.lePro ect Ke Number QUALIFICATIONS FOR THIS CONTRACT 10 (Present as many projects as requested by the agency,or 10 projects,if not specified.Complete one Section F for each •ro"ect.) 21. Title and Location(City and State) 22. Year Complete Greenville Utility Commission ASR System Evaluation, Greenville, Professional Services Construction(if applicable) NC 2012 N/A 23. Project Owner's Information a Project Owner b. Point of Contact Name c. Point of Contact Telephone Number Greenville Utility Commission Anthony Whitehead (252) 551.1534 24. Brief Description of Proiect and Relevance to this Contract(include scope,size,and cost) Cardno(NC)was retained to re-evaluate the results of the first 3 cycle tests on the ASR well at the Greenville Utilities Commission (GUC)Aquifer Storage and Recovery(ASR) System. The purpose of the evaluation of the GUC ASR System was to: > Assess the current ASR system performance using existing water quality results > Prioritize the geochemical issues affecting recovered water quality > Identify potential causes for lower water quality in the recovered water > Develop and submit recommendations for additional testing, modified sampling methods, and/or potential solutions to control the quality of recovered water Using the available data, the following individual subtasks were completed: > Re-evaluated the geochemistry of the two-aquifer well system for metals concentration distribution and background water quality > Reviewed and evaluated existing cycle test data > Evaluated the geochemistry of the iron formation in the aquifers and the high turbidity in the recovered water, particularly the potential role of pH on mobilization of kaolinite or other clay minerals > Prepared recommendations for a modified sampling plan > Assess potential/likely cause(s) of elevated turbidity levels in recovered groundwater and developed recommendations for additional testing and potential solutions The system is being managed using the Target Storage Volume (TSV) method favored by ASR Systems, Inc., and other firms. Under this approach, the volume of recharged water is significantly higher than the volume recovered. A review of the schedules associated with the ASR cycle tests, has confirmed that only a limited amount of"recovery"of the potable water recharged into the ASR1 well has occurred. The likely goal for the TSV pumping strategy was to reduce the concentrations of arsenic that might otherwise be recovered with the injected water. In some cases, the TSV method has appeared to decrease the concentrations of arsenic in the recovered water, but the same effect has been observed after a few test cycles when using a Seasonal Storage approach (Kissimmee River Pilot Site, USACOE; Marco Lakes ASR, Marco Island Utilities). Based on our experience, the Seasonal Storage management t20 I I I I Initial Volume of 600 TSV Volurreb Read)Cyde 8=1300 MG,Remvery=748 MG(58%) approach could achieve equivalent or o ,ao i • • more favorable results for GUC (and s others)than the TSV method. o so. ASYMPTOTIC ■FOR SYSTEM*SWUM nom WORICMO VOauM6 The evaluation determined that the high Seasonal Volume m Reach Cyde 8=800 MG,Recovery=520 MG(65%)■ turbidity of the recovered water was a = 60 • construction-related failure of the well's o 40 gravel pack and was not related to the M • chemistry(compatibility)of the injected —�i 20 water. With the exception of arsenic, high S metals concentrations were due to the = 0 '� 0 2 4 6 0 10 12 high suspended solids of the recovered CYCLES(Years) water. Field assessment and repair methods were recommended. I • SWAY,btth Mild..■•■•KNi Cost: $14,000 25. Firms from Section C Involved with this Project (1) Firm Name (2) Firm Location(City and State) (3) Role a' Cardno ENTRIX Raleigh, NC Environmental Consulting Lead G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. Place "X"under project key number for participation in same or similar role.) (From Section E, Block 12) (From Section E, Block 13) 1 2 3 4 5 6 7 8 9 10 Michael J. Waldron, PG Project Manager X X X X X X John Mayhut Project Coordinator X X X X X X Lloyd E. Horvath, PE Principal In Charge/Engineer X X X X X X X X X x Terry Clark,AICP, PMP Public Engagement/Water Supply Planning Andrew McThenia, PG Project Staff X X X X X X Karen Cheney, PG Project Staff X X Rahul John, PG Project Staff X X X . X Joshua Epting Project Staff X X X Gary Susdorf Project Staff X X X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Hialeah Water Treatment Plant Wellfield 6 Seminole Brighton Canal-Bank Filtration, Alternative Evaluation Water-Supply Feasibility 2 City of Marco Island Utilities, Marco Lakes ASR 7 Bonita Springs Utilities, RO Well 28 Acidization Project 3 City of DeLand/St. Johns River Water 8 Brackish Water Wellfield and Concentrate Disposal Management District ASR Demonstration Program 4 Kissimmee River Pilot Aquifer Storage and 9 ASR Well System Cycle Testing/Additional Cycle Recovery(ASR) Site Testing with Low Dissolved-Oxygen Concentration, Raw Well Water 5 Immokalee Public Water Supply Wells, Immokolee 10 ASR System Evaluation Water and Sewer STANDARD FORM 330(6/2004) H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. N/A xi./ , I.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE A 32.DATE August 7, 2013 33.NAME AND TITLE Gregg Jones, PG,Vice President STANDARD FORM 330(61200 bbbbb----- S ' a 2 x- .i 1.1 y r. . ■% viC4t` irq> ' _•$:• • x tirai I , x • rti 7.-11i17,4,-,: 1�tk x; �` K 1. ..= \ ,,,t \ Sb; v yyyyt• ,' " s. Zr .�, i 3=,,1, ' .t'r4•. ,�._ w� � ..= ' ' F , •'art r.• A,. w �. ',h' c}y� t.- ; a f�',. `� x' i t.#+?: , '141,4t• ,S, 1:•:. -4.•„1; -,- ';', ; :, ; ; ;;; Lfr �, rFNa _ ',..,-,..•:i ''.:A•priTiv...•:•,„ :., .•no \ it • . �` .h7 �J'{J N ;•113.4 it T r ` St 7 ,,.�1.. rte„-,iyk0• ti k, r , ] fO111City of Sanford Florida — Purchasing Division � 300 N. Park Avenue (P.O. Box 1788) Sanford, Florida 32701 —1877-1 Phone: 407.688.5028 FAX: 407.688.5021 email: bill.smith @sanfordfl.gov Date Issued: July 22, 2013 Invitation For Bids Number: IFB 12/13-44 Title: Hydrological Well Maintenance Services Opening Date: August 19, 2013 at 2:00 p.m. Addendum No. 1 This Addendum No. 1 to the Solicitation, and Contract Documents for the work associated with IFB 12/13-44, Hydrological Well Maintenance Services, is hereby declared a part of the Original Solicitation/Contract Documents. This addendum shall have the same force and effect as if part of the original documents, and in case of conflict, this Addendum No. 1 shall govern. 1. Delete Response Submission Form originally provided.. 2. Replace with Response Submission Form 1 attached to this addendum. Respectfully, F. William Smith, Purchasing Manager Response Submission Form PART 1 General 1.01 Description The following Request for Statements of Qualifications,for (1) RFQ 12/13-44 Hvdrogelogical Well Maintenance Services This Response is submitted by(2) ENTRIX, Inc. DBA Cardno ENTRIX (1) Title and Solicitation number as shown in the I nvitation (2) Name, address, telephone, fax number and email of Proposer. 1.02 The Undersigned: A. Acknowledges receipt of: Addenda: Number 1 Dated July 22, 2013 Number 2 Dated August 14, 2013 3 August 15, 2013 B. Has examined the Solicitation Documents and understands that in submitting his/her Response, he/she waives all right to plead any misunderstanding regarding the same. C. Understands that the responsibility for delivering the submission to the CITY on or before the specified date and time will be solely and strictly the responsibility of the Respondent. The CITY will not be responsible for delays caused by the United States Postal Office or a delay caused by any other occurrence. Offers by telephone, fax, email or other electronic means will not be accepted. It is understood that any deviation from a completed, signed (original signatures) proposal delivered on or before the designated time, date and place, as provided herein, to the CITY will be resolved against the individual or firm submitting the response. D. Agrees: 1. To hold this Offer open for 60 calendar days after the opening date. 2. By signing this document the responding individual or firm hereby agrees to negotiate in good faith,to be bound by specifications, terms, conditions, scheduling, pricing and representations as stated and submitted with this form and/or as established by subsequent negotiations. However, it is understood that the CITY reserves the right to declare any submission nonresponsive if exceptions to specifications, terms, conditions, etc. of the solicitation are not acceptable in the opinion of the CITY to meet the requirements of said solicitation. 3. To enter into and execute a contract with the CITY, if awarded on the basis of this Offer and/or subsequent negotiations agreed upon by the CITY and the Bidder/Proposer. RFQ 12/13-03 Consulting Engineering Inspection(CEI)Selvices 4. To accomplish the work or service in accordance with any Contract resulting from this request. 1.03 Miscellaneous Requirements and Affirmations Statements of Qualifications shall be submitted using the attached forms and in compliance with the instructions provided with this request. • Number of originals and complete copies to submit: a. One original and 5 copies and one electronic disc in pdf format all in one package, to CITY as indicated below-see items 2 and 3 of the solicitation for details. 1.04 Protests Protests, if any, shall be submitted in compliance with City Purchasing Policy in all respects. Failure to file protest to the Purchasing Manager within the requirements a and time prescribed by the Purchasing Policy of the City of Sanford, shall constitute a waiver of proceedings. 1.05 SUBMITTED, signed and sealed this 5th day of August 2013 '�4;eu August 5, 2013 Bidder/Fr oser By (Signature) Date Craig Hunter, Controller Printed Name and Title Corporate/Company Seal On the Envelope Containing Your Submission: The Return address—Your Company Name and Address Address or Deliver To: William Smith, Purchasing Manager City of Sanford P.O. Box 1788 (300 N. Park Avenue, Room 236) Sanford, FL 32772 In the Lower Left Corner of the Envelope, Provide the Following: RFQ Number: RFQ 12/13-44 HYDROGELOGICAL WELL MAINTENANCE SERVICES August 19, 2013 Open Time: 2:00 p.m. (Non-public) RFQ 12/13-03 Consulting Engineering Inspection(CEI)Se2vices Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00452-1 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? No (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? No (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. ENTRIX, Inc. DBA Cardno ENTR X Firm .-/4 A August 5, 2013 Signature of AAJtized Repi(��,.erffative Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00454-1 DRUG FREE WORKPLACE FORM The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 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, any 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 proposed a copy of the statement specified in item 1. 4. In the statement specified in item 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 plea of guilty or nolo 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 if 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. ENTRIX, Inc. DBA CARDNO ENTRIX Firm ----< :1;;:41;!.5f7 August 5, 2013 Signature of A6thonzed Representative Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00434-1 CONFLICT OF INTEREST AFFIDAVIT The Affiant identified below deposes and states that: 1. The below named Bidder is submitting an Expression of Interest for the City of Sanford project named above. 2. The Affiant has made rY diligent inquiry and provides the information contained in this 9 q Affidavit based upon his own knowledge. 3. The Affiant states that only one submittal for the above project is being submitted and that the below named Bidder has no financial interest in other entities submitting proposals for the same project. 4. Neither the Affiant nor the below named Bidder 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 Bidder's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project 5. Neither the Bidder nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 6. Neither the Bidder, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7. I certify that no member of the Bidder's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 8. I certify that no member of the Bidder's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Sanford. 9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the below named Bidder, will immediately notify the City of Sanford in writing. ENTRIX, Inc. DBA Cardno ENTR X Bidder August 5, 2013 Signature of Aut orized Repre�= ` - ive (Affiant) Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Hillsborough Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 STATE OF FLORIDA On this 5th day of August , 20 13 , before me, the undersigned Notary Public of the State of Florida, personally appeared Gregg Jones, PG whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced Personally Known , as identification. Elise Powell (a1.1/3C ,lJ`p 0 (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: October 25, 2016 Jp��av Aoa/ EUSA POWELL ?° 1 `�: Notary Public-State of Florida gN ,,, g My Comm.Expires Oct 25,2016 ;•E.,—„0o Commission#EE 222021 END OF SECTION Bonded Through National Notary Assn. 00434-2 Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00436-1 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT The Affiant identified below attests to the following: 1. I understand that a "public entity crime" as defined in Section 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 misrepresentation. 2. 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 crimes, 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. 3. I understand that an "affiliate" as defined in Section 287.133(1)(a), Florida Statutes, means: 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 how 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 (1) 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 thirty-six (36) months shall be considered an affiliate. 4. I understand that a "person" as defined in Section 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. 5. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Note: indicate which of the below statements apply) x Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agent who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a p ublic entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before an Administrative Law Jury of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Administrative Law Jury determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (You must attach a copy of the final order.) I understand that the submission of this form to the City of Sanford is for the city only and, that this form is valid through December 31, of the calendar year in which it is filed. I also understand that i am required to inform the City prior to entering in to a contract in excess of the threshold amount provided in section 287.017, Florida Statues, for category two of any change in the information contained in this form. ENTRIX, Inc. DBA Cardno EN)-RIX 76-0265862 FEIN EIN No.August 5, 2013 Signature of Alifhorized Ile.prIsentative (Affiant) Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Hillsborough STATE OF FLORIDA On this 5th day of August , 20 13 , before me, the undersigned Notary Public of the State of Florida, personally appeared Gregg Jones, PG whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced Personally Known , as identification. Elisa Powell EL/41) K, km.3-cao (Notary Public in and for the County and State Aforementioned) ommission expires: October 25, 2016 �l � PRy !/B P �i ELISA POWELL ;me..—.` Notary Public-State of Florida END OF SECTION •« ; � : My Comm.Expires Oct 25,2016 ���P�'� Commission#EE 222021 Bonded Through National Notary Assn. 00436-2 Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00450-1 CERTIFICATION OF NON-SEGREGATED FACILITIES FORM The Contractor certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Contractor further certifies that none of its employees are permitted to perform their services at any location under the Contractor's control during the life of this contract where segregated facilities are maintained. The Contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Contractor agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. ENTRIX, Inc. DBA Cardno ENTRIX Contractor August 5, 2013 Signature ofchorized R6r 6ntative Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION Viff0q City of Sanford Florida— Purchasing Division 300 N. Park Avenue (P.O. Box 1788) Sanford, Florida 32701 Phone: 407.688.5028 FAX: 407.688.5021 email: bill.smith @sanfordfl.gov INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES • SP-11012: When contract cost not to exceed $500,000; not to exceed 180 days and no unusual hazards exist 1. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible (Ref: items 17 and 18, standard terms and conditions included with City of Sanford Purchase Order). 2. The City reserves the right, as conditions warrant, to modify or increase insurance outlined below as may be determined by the project, conditions and requirements out y Y p J q exposure. UP TO VENDOR POLICY LIMITS, BUT COVERAGE REQUIRED WITH MINIMUM POLICY LIMITS OF: Workers' Compensation Employers Liability$500,000 *Certificates of exemption are not acceptable in lieu of workers Each Accident $500,000 Disease $ 500,000 compensation insurance Commercial General Liability shall include-Bodily injury liability, Property Damage liability;Personal Injury liability and $ 1,000,000 Per Occurrence Advertising injury liability Coverages shall include:Premises/ $ 1,000,000 General Aggregate Operations;Products/Completed Operations; Contractual liability; Independent Contractors, Explosion; Collapse; Underground Comprehensive Auto Liability, CSL, shall include"any auto"or $ 1,000,000 Combined Single Limit shall include all of the following:owned, leased, hired, non-owned $ 1,000,000 General Aggregate autos, and scheduled autos. Professional Liability(when required) $ 1,000,000 Minimum Certification: It is noted that the City has a contractual relationship with the named vendor, contractor or provider(collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier not withstanding, the City will expect relief from the Contractor. • The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not Contain co-insurance provisions. • All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured,. • Professional Liability Coverage, when applicable, will be defined on a case by case basis. • In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. • All limits are per occurrence and must include Bodily Injury and Property Damage. • All policies must be written on occurrence form, not on claims made Form, except for Professional liability. • Self insured retentions shall not be allowed on any liability coverage . • In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered to the City of Sanford in accordance with the policy provisions. • All insurers must have an A.M. Best rating of at least A-VII. • It is the responsibility of the Contractor to responsible to ensure that all Subcontractors retained by the Prime Contractor shall provide coverage as defined herein before and after and are the responsibility of said Prime Contractor in all respects. • Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager • Address of"Certificate Holder" is: City of Sanford; Attention: Purchasing Manager; P.O. Box 1788 (300 N Park Avenue); Sanford, FL 32771 Phone: 407.688.5028/5030 FAX: 407.688.5021 • All certificates of insurance, notices, etc. must be provided to the above address. Certification: The Undersigned accepts and agrees to meet all of the insurance coverage requirements, terms, conditions and certification(s) stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the identified document. Also, when the coverage requirements stated herein before and after are specifically referenced by applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document as if fully set forth in verbatim . Cardno ENTRIX August 15, 2013 Date onzeyf,:n- ure Gregg Jones, PG Vice President Printed Name Title Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00438-1 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT Upon award recommendation or ten (10) days after opening, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City of Sanford. If the Bidder submits information exempt from public disclosure, the Bidder must identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Bidder agrees to defend, indemnify and hold the City harmless in the event we are forced to litigate the public records status of the Bidders documents. ENTRIX, Inc. DBA Cargo ENTRIX Bidder / 1 f { August 5,2013 FFF � Signature of Authorize eOresentative (Affiant) Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Hillsborough STATE OF FLORIDA On this 5th day of August , 20 13 , before me, the undersigned Notary Public of the State of Florida, personally appeared Gregg Jones, PG whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced Personally Known , as identification. -,D n Elisa Powell � C ( �)I1CJ9 ry Public in and for the County and State Aforementioned) Pia, ELISA POWELL ?r�.`/kg' Notary Public-State of Flori a I October 25, 2016 4 N M ..EOAyLComm.Expires Oct 25, ommission expires: Commission#EE 222021 ; iFOFI ( ,� Bonded Through National Notary Assn. I END OF SECTION Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00440-1 BIDDER QUALIFICATION AFFIDAVIT State the true, exact, correct and complete name of the company, partnership, corporation, trade or fictitious name under which the Bidder does business and the address of the place of business. ENTRIX, Inc. DBA Cardno ENTRIX Name of Bidder 3460 Fairlane Farms Road Suite 8, Wellington, FL 33414 561.791.6912 Michael.waldron @cardno.com Address of Bidder Phone No. of Bidder Bidder E-Mail Address Bidder's Contractor's License No(s). Geology Business GB318, Certificate of Auth. 8027 (As issued by the Florida Dept. Of Business and Professional Regulation Construction Industry Licensing Board) The Bidder is (check one of the following): ( ) An Individual ( ) A Partnership (X)A Corporation Principal Office Address: 5252 Westchester Street, Suite 250, Houston, TX 77005 1. If Bidder is a corporation, answer the following: Date of Incorporation: 1988 State of Incorporation: Texas President's Name: Todd Williams, PE, PG Vice President's Name: See attached 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: N/A Name, Address and Ownership Units of all Partners: State whether general or limited partnership: N/A 3. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 4. If Bidder is operation under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Information attached: X Yes N/A 5. How many years has the Bidder been in business as a Contractor under its present name? 25 years 6. Under what other former names has the Bidder operated? Biological Research Associates, Inc. (1976) 7. How many years experience in construction work has the Proposer had as a Prime Contractor? 25 years 8. List below information concerning comparable projects the Proposer has completed in the last five (3) years as a Prime Contractor for the type of work required for this project (attach additional sheets as necessary). It is noted that the experience claimed here must be associated with the Proposer named above. The City of Sanford reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the Proposer. Name of Project Name of Owner Owner Contact Construction Major Construction Name and Contract Items Phone No. Amount See Attached 00440-2 9. Has the Proposer ever failed to complete any work awarded to it? If so, state when, where and why (attach additional sheets as necessary). No 10. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore (attach additional sheets as necessary). To the best of our knowledge Cardno ENTRIX is not aware of any officer or partner that has failed to complete a construction contract with a previous firm. CRI) Cardno ENTRIX Section 00440-1 Bidder Qualification Affidavit 1. Vice President's Names: Gregg Jones, PG Douglas Durbin, PhD Dana West, PWS Douglas Campbell Richard Callahan, Jr. Richard Firth, PhD Jim Teitt Theodore Tomasi, PhD Paul Leonard, CFS Ralph Markarian, PhD Wayne Kicklighter Steve Godley Lloyd Horvath Paul Mehrle 4. °T �`.� • FLORIDA DEPARTMENT OF STATE Division of Corporations November 17,2010 JACKSON WALKER LLP ATTORNEYS AND COUNSELORS 1401 MCKINNEY ST STE 1900 HOUSTON,TX 77010-9906 Subject:CARDNO ENTRIX REGISTRATION NUMBER: G10000104823 This will acknowledge the filing of the above fictitious name registration which was registered on November 16,2010. This registration gives no rights to ownership of the name. Each fictitious name registration must be renewed every five years between January 1 and December 31 of the expiration year to maintain registration. Three months prior to the expiration date a statement of renewal will be mailed. If the mailing address of this business changes, please notify this office in writing, or through the link provided on our website www.sunbiz.org for Address & FEI/EIN Changes. Please reference the original registration number. Should you have any questions regarding this matter you may contact our office at(850)245-6058. Suzanne Hawkes Reinstatement Section Division of Corporations Letter No. 810A00026934 www.sunbiz.org Division of Corporations-P.O.BOX 6327-Tallahassee,Florida 32314 8. Owner Contact and Major Name of Project Name of Owner Phone No. Construction Construction Contract Amount Items ASR Well System Cycle Testing/ City of North Port Cindi Mick, $500,000 ASR and Deep Injection Well Additional Cycle Testing with Low 941.240.8000 6 years Design Permitting, & Dissolved-Oxygen Concentration, Construction Oversight Raw Well Water Kissimmee River Pilot Aquifer United States Army June Mirecki, PhD, PG $1.8M ASR Well Rehabilitation,ASR Storage and Recovery Site Corps of Engineers 904.232.1236 5 years monitoring well installation, Seepage Management Investigations Marco Lakes ASR Project City of Marco Island Bruce Weinstein, PhD $6.5M ASR well design, permitting, 239.389.5182 since 1990 and construction,Consumptive Use Permitting ASR Demonstration Program City of DeLand Keith Riger, PE $3.86M ASR well and remote 386.626.7197 11 years treatment system design, permitting,and construction RO Well 28 Acidization City of Bonita Mr.Andy Koebel, P E $21,000 Well rehabilitation using low- Springs Utilities 239.992.0711 1 year strength acid injection 11. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Proposer(attach additional sheets as necessary): > ENTRIX International, LLC (Texas)—Environmental Consulting > ENTRIX Canada Limited (Nova Scotia) - Environmental Consulting > ENTRIX Management Systems, LLC (Texas)—Environmental Consulting > ENTRIX Bolivia, Ltda. (Bolivia)*, Environmental Consulting > Biological Research Associates, LLC (Florida) - Environmental Consulting > ENTRIX Venezuela, CA(Venezuela)*- Environmental Consulting > EMS Works, Ltd. (Texas)—Software Development > Integrated Water Solutions, LLC (Florida)- Environmental Consulting > Cognocarta GIS, LLC (Florida)—GIS Consulting *Dormant 15. Has the Proposer been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). As a substantial environmental consulting firm, ENTRIX, Inc., DBA Cardno ENTRIX, has been involved in litigation or arbitration from time to time over the years. But, none of these matters have or will materially impact its business and services to its clients and those provided by its employees. Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 11. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Proposer(attach additional sheets as necessary): see attached. 12. What is the Proposer's bonding capacity? $10 million single bond and $30 million aggregate. 13. What amount of the Proposer's bonding capacity has been used as of the date of this bid? Less than 1% 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: Willis National Bond Program, Robert Bond, robert.bond @willis.com P.O. Box 5077, Sioux Falls, SD 57117-5077, 800.655.3551 15. Has the Proposer been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). See attached. The Proposer acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the City in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the City to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. 00440-3 ENTRIX, Inc. DBA Card o ENTRIX Name of Propose August 5, 2013 Signature o`f Authorized resentative (Affiant) Date Gregg Jones, PE, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Hillsborough STATE OF FLORIDA Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 On this 5th day of August , 20 13 , before me, the undersigned Notary Public of the State of Florida, personally appeared Gregg Jones, PG whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced Personally Known , as identification. Elise Powell ' _-4 ,t , A Apv pL/B.i ELISA POWELL ` ary Public in and for the County and State Aforementioned) :. : i .`� Notary Public-State of Florida - '• : rv,"�Ap�Eomm.Expires Oct 25,2 commission expires: October 26, 2 016 <„-��,�`,.= Commission#EE 222021 Bonded Through National Notary Assn. END OF SECTION 00440-4 (.1.") Camino ENTRIX Section 00440-1 Bidder Qualification Affidavit 1. Vice President's Names: Gregg Jones, PG Douglas Durbin, PhD Dana West, PWS Douglas Campbell Richard Callahan, Jr. Richard Firth, PhD Jim Teitt Theodore Tomasi, PhD Paul Leonard, CFS Ralph Markarian, PhD Wayne Kicklighter Steve Godley Lloyd Horvath Paul Mehrle 4. ti c4 FLORIDA DEPARTMENT OF STATE Division of Corporations November 17,2010 JACKSON WALKER LLP ATTORNEYS AND COUNSELORS 1401 MCKINNEY ST STE 1900 HOUSTON,TX 77010-9906 Subject: CARDNO ENTRIX REGISTRATION NUMBER: G10000104823 This will acknowledge the filing of the above fictitious name registration which was registered on November 16,2010. This registration gives no rights to ownership of the name. Each fictitious name registration must be renewed every five years between January 1 and December 31 of the expiration year to maintain registration. Three months prior to the expiration date a statement of renewal will be mailed. If the mailing address of this business changes, please notify this office in writing, or through the link provided on our website www.sunbiz.org for Address & FEI/EIN Changes. Please reference the original registration number. Should you have any questions regarding this matter you may contact our office at(850)245-6058. Suzanne Hawkes Reinstatement Section Division of Corporations Letter No.810A00026934 www.sunbiz.org Division of Corporations-P.O.BOX 6327-Tallahassee,Florida 32314 8. Owner Contact and Major Name of Project Name of Owner Phone No. Construction Construction Contract Amount Items $500,000 500, ASR and Deep Well System Cycle Testing/ City of North Port Cindi Mick, $ p In jection Well Additional Cycle Testing with Low 941.240.8000 6 years Design Permitting,&Dissolved-Oxygen Concentration, Construction Oversight Raw Well Water Kissimmee River Pilot Aquifer United States Army June Mirecki, PhD, PG $1.8M ASR Well Rehabilitation,ASR Storage and Recovery ry Site Corps of Engineers 904.232.1236 5 years monitoring well installation, Seepage Management Investigations Marco Lakes ASR Project City of Marco Island Bruce Weinstein, PhD $6.5M ASR well design, permitting, since 1990 and construction, Consumptive 239.389.5182 Use Permitting ASR Demonstration Program City of DeLand Keith Riger, PE $3.86M ASR well and remote 386.626.7197 11 years treatment system design, permitting,and construction RO Well 28 Acidization City of Bonita Mr.Andy Koebel, P E $21,000 Well rehabilitation using low- Springs Utilities 239.992.0711 1 year strength acid injection 11. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Proposer(attach additional sheets as necessary): > ENTRIX International, LLC (Texas)—Environmental Consulting > ENTRIX Canada Limited (Nova Scotia) - Environmental Consulting > ENTRIX Management Systems, LLC (Texas)—Environmental Consulting 9 Y > ENTRIX Bolivia, Ltda. (Bolivia)*, Environmental Consulting > Biological Research Associates, LLC (Florida) - Environmental Consulting > ENTRIX Venezuela, CA(Venezuela)*- Environmental Consulting > EMS Works, Ltd. (Texas)—Software Development > Integrated Water Solutions, LLC (Florida)- Environmental Consulting > Cognocarta GIS, LLC (Florida)—GIS Consulting *Dormant 15. Has the Proposer been in disputes or litigations in the last five(5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). As a substantial environmental consulting firm, ENTRIX, Inc., DBA Cardno ENTRIX, has been involved in litigation or arbitration from time to time over the years. But, none of these matters have or will materially impact its business and services to its clients and those provided by its employees. Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00456-1 UNAUTHORIZED (ILLEGAL)ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly-funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: 1. The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. ENTRIX, Inc. DBA ardno 1 7TRIX Contractor 1/ i August 5, 2013 Signature of Autraized Repr=s- -t'ative (Affiant) Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Florida STATE OF FLORIDA On this 5th day of August 20 13 , before me, the undersigned Notary Public of the State of Florida, personally appeared Gregg Jones, PG whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced Personally Known , as identification. Elisa Powell "" Public in and for the County and State Aforementioned) •`'��`R"°�'' ELISA POWELL ��•'\'y= Notary Public-State of Florida `�' l' �rcomm. Expires Oct 25,Mys October 25, 2016 =:• ����� •� mmission expires: '` ommission#EE 222021 ?nnded Through National Notary Assn. END OF SECTION Project Name: HYDROGELOGICAL WELL MAINTENANCE Solicitation No.: RFQ 12/13-44 SECTION 00460-1 AMERICANS WITH DISABILITIES ACT AFFIDAVIT By executing this Certification, the undersigned Contractor certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford. The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the City of Sanford be held liable for the actions or omissions of the Contractor or any other party or parties to the Agreement for failure to comply with the ADA. The Contractor agrees to hold harmless and indemnify the City of Sanford, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the Contractor's acts or omissions in connection with the ADA. ENTRIX, Inc. DBA Cardno ENTRIX Contractor f August 5, 2013 Signature of A6thiorized Representative (Affiant) Date Gregg Jones, PG, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Hillsborough STATE OF FLORIDA On this 5th day of August , 20 13 , before me, the undersigned Notary Public of the State of Florida, personally appeared Gregg Jones, PG whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced personally ICnown , as identification. Elisa Powell ,f()■ -e y Public in and for the County and State Aforementioned) p,,,, ELISA POWELL :� otary Public-State of%(Qa0 mmission expires: October 25, 2016 _ y Comm.Expires Oct 25,20016 �9`F-'���JP:•' Commission#EE 222021 'i, �� Bonded Through National Notary Assn. :, t: s ..'K��'p�" Fy ,,1. i:° --'••"d:' y s -4 - q ••.c • *" ,i rc .... I • it i T c f r t '' _ • • y5 - - � a a` +yA i• • 5'4o- '4`ti' .77!' :;;, 8t' t y 4..117 d - sS d:: y. ,} a sy '^{% ^i?HS:e'• and 1. , •x" .+ .i ':',Q':":'''' i .{L7' 3 r s 4x4 ;_ i '• - hty,� `, 'ti'.' 4 Appendix ,. ma'• C j,y' . _ \ rt 1 . . .: .. .. LICENSES ; i f 4�.yf,..I•.,y..r.t �F3;a .r, i x,�4 4 • r Ax , K z ,r a s i sx 4 Y ...,',..;;..1:::;`.�°w,''w s ;:••4 Vii, S,, ' ' \ 4 „.. .. .„ •A:5.14..444c,....,1... .:;„_41•4• 3...'''' '''' 'V' :';"": . ''':'-' ' '' :';.... \ 4 a t s: . w s 4 '' r M1..b t y Y�A � ' t 1 r s,ti• ' 9e t''.4- -46•. � r 4 .. - . . k ';ii jkT ! .y v %fy 4 t �t vr . y j ' • _w • State of Florida Board of Professional Engineers Attests that Entrix, Inc. i-1313E is authorized under the provisions of Section 71023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,dulylicensed under Chapter 471,Florida Statutes. Expiration:2128/2015 CA Lit.No: Audit No: 228201502763 Certificate of Authorization 8027 State of Florida Board of Professional Engineers Attests that Entrix, Inc. is authorized under the provisions of Se*FUPE 1.023,;Florda Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Expiration:2/28/2015 CA Lic.No: Audit No: 228201502763 Certificate of Authorization 8027 AC#6127122 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION LICENSE NOR BOARD OF PROFESSIONAL GEOLOGISTS SEO#z.lS051400910 05/14/2012 1103183 G3318 The GEOLOGY BUSINESS Named below IS CERTIFIED Under the provisions of Chapter 492 FS. Expiration date: JUL 31, 2014 ENTRIX, INC 13700 BEN C. PRAT SIX MILE CYPRESS PKWY, STE 1 FORT MYERS FL 33912 RICK SCOTT KEN LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW