Loading...
2025 RFP 17/18-33 CCNA Arminus Consultants LLCFINANCE DEPARTMENT N Thursday, December 20, 2018 F, I 4-5111113110HASAV I'll To: City Clerk/Mayor RE: \i\ \5c - The item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order El Mayor's signature F] Final Plat (original mylars) Fl. Recording F] Letter of Credit F] Rendering n Maintenance BondSafe IR keeping (Vault) F] Ordinance Deputy City Manager n Performance Bond F] Payment Bond F1 Resolution F] City Manager Signature El F] City Clerk Attest/Signature F] City Attorney/Signature Once completed, please: F] Return originals to Purchasing- Department ❑ Return copies Special Instructions: L-I[.4y 13ojaAzqe,v- From SharePoint—Finance —Purchasing —Forms - 2018.doe � \9 Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND ARMINIUS CONSULTANTS, LLC FOR SOLICITATION NUMBER: RFQ 17/18-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this Iday of January, 2019, 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 ARMINIUS CONSULTANTS, LLC., a Florida limited liability company, (hereinafter referred to as the "CONSULTANT") whose address is 2501 Bayfront Parkway, Orlando, Florida 32806. The CITY and the CONSULTANT may be collectively referenced herein as the "parties". WITNESSETH: 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 persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the services as set forth in RFQ 17/18-33 which include the procurement solicitation documents, the responses thereto from the CONSULTANT (all of which are incorporated herein as if fully set forth herein verbatim) and it is recognized that the CONSULTANT shall perform services as otherwise directed by the CITY all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants as may be approved by the CITY within the amount of compensation to be paid to the CONSULTANT. In general, services shall be provided as needed by the City to support of various projects of the CITY, essential services needed by the CITY and to enhance the facilities of the CITY. 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 and shall be renewed annually unless the CITY notifies the CONSULTANT 30 days prior to the annual renewal date that it desires to terminate this Agreement; provided, however, that this Agreement shall terminate after 5 years and shall not be renewed beyond that date and the parties shall be subject to any additional procurement activities of the CITY. However, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the CITY shall continue in effect subsequent to such I11) a a c services being provided by the CONSULTANT. No services have commenced prior to the execution of this Agreement that would entitle the CONSULTANT for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in each purchase order issued by the CITY. Section 6. Standard Contractual Terms and Conditions; Notices. All "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanforqEL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT 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 CONSULTANT 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. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's response to each such request. (g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CMC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. 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 all "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the CITY and the CONSULTANT and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. 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. 31Page 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 or otherwise necessary in the public interest. 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 the CONSULTANT, and all parties have contributed substantially 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 and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the CITY and THE CONSULTANT have executed this instrument for the purpose herein expressed. Attest., 0M Traci Houchin, CMC, FCRM, City Clerkoo 0� Approved as to form and Legality: rt, Attornev 4ale /L) Ar4 ADDITIONAL SIGNATURE PAGE FOLLOWS: 4 1 P a (y c Attest: Witness # 1 Signa re Printed Name: 10 e,,- � 4 Witness #-Z-8ignature Printed Name: cC THE CONSULTANT JohrV�b. i Herm6nrl PresYdent Dated: 51 P a () e Request for Qualifications for Professional Consulting Services - RFQ # 17/18-3 3 City of Sanford, Florida In Association with: July 31, 2018 �,',,',W ra 1111�,. , ,. TAB A- FIRM'S QUALIFICATIONS AND EXPERIENCE.......................................................................................11 A. LETTER OF TRANSMITTAL.............................................................................................................................11 B. EXPERIENCE OF KEY PERSONNEL..............................................................................................................1 C. ABILITY TO SERVICE THE CITY AND USE OF SUB -CONTRACTORS OR OTHER FIRMS................17 D. GSA FROM SF -330 PART 1 SECTIONS A B C D AND E......................................................................18 E. LITIGATION.......................................................................................................................................................27 F. FINANCIAL INFORMATION............................................................................................................................28 TABB - SIMILAR PROJECTS...............................................................................................................................29 GSA FORM SF -330 PART I SECTION F G AND H..........................................................................................29 TAB C - PROJECT APPROACH...........................................................................................................................39 TAB D - RFQ SOLICITATION RESPONSE REQUIRED FORMS......................................................................45 A. INSURANCE CERTIFICATES.........................................................................................................................45 B. CONFLICT OF INTEREST...............................................................................................................................49 C. NON-COLLUSION/LOBBYING CERTIFICATION........................................................................................50 D. DRUG FREE WORKPLACE CERTIFICATION.............................................................................................51 E. ACCEPTANCE OF RFQ TERMS AND CONDITIONS..................................................................................52 F. ADDENDUM ACKNOWLEDGEMENT............................................................................................................53 G. CORPORATE STANDING AND AUTHORIZED SIGNATORIES................................................................58 H. LOCAL BUSINESS TAX RECEIPT.................................................................................................................61 1. PROOF OF LICENSES/CERTIFICATION.......................................................................................................62 J. W-9 FORM.........................................................................................................................................................66 K. GSA SF -330 FORM..........................................................................................................................................67 L. OTHER REQUIRED FORMS...........................................................................................................................68 11"IE1140-Y 11 July 31, 2018 Marisol Ordohez, Purchasing Manager City of Sanford Purchasing Division 300 N. Park Avenue Suite 243, 2nd Floor Sanford, Florida 32771 Re: Professional Consulting Services - RFQ 17/18-33 6 ARMIN CONSULTANTSI. LLMC ARMINIUS CONSULTANTS, LLC is pleased to submit our qualifications for Professional Consulting Services. Arminius Consultants is a small Orlando, Florida based engineering firm with a focus on providing water, wastewater, and stormwater engineering services to government in Florida. We are located in Orlando, Florida and approximately 35 -minutes driving from your office. Our Qualifications focus on providing water/wastewater and stormwater engineering and support services for utilities and facilities with ancillary services provided by our subconsultants. Our firm which was incorporated in 2013 is comprised of only senior experienced professionals each with a minimum of over 25 years of experience. Within the last two years, we have provided services to the City of Daytona Beach, City of Sarasota, City of Lake Wales, City of Fellsmere, Vanguard School, the FGUA and the City of Polk City. Our team includes SAM Survey and Mapping, one of the largest surveying firms in the southeast and DAO Consultants, a small MBENVBE full service civil engineering firm. DAO's focus is on site development and general civil engineering and complements Arminius's experience. Our team brings to the City: 0 Experienced Team and Project Leadership. Mr. John D. Hermann, PE, our President and proposed Project Manager has over 30 -years of experience in providing water, wastewater and stormwater engineering services to government. He has a BS in Civil/Environmental Engineering, a ME in Environmental Engineering and an MBA in Strategic Management. Mr. Page I H Hermann was the primary author of the Seminole County Water Supply Plan, whom the City was a member of the cooperative team. 0 Team professionals each with a minimum of 25 -years of experience in Florida. Our key staff includes John D. Hermann, PE, Donald F. Stearns, PE; Gerald Hartman, PE; and John Murphy. Our personnel each have experience over multiple decades in water, wastewater and stormwater engineering and can provide long term insight in providing solutions to you. We know what to do. 0 Fast flexible responsivity. We are a small agile firm. We are not hindered by complex internal procedures and large corporate overheads. Most of us have worked together in various capacities for over 10 years. We use the latest software and technology to deliver our projects including AutoCadd, MS Office, Adobe suite, Dropbox and cloud data sharing. The contact for this contract is: Mr. John D. Hermann, PE ARMINIUS CONSULTANTS, LLC 2501 Bayfront Parkway Orlando, Florida 32806 Email: johnhermann@arminius.co Phone: 321-315-7674 We have the staff and resources to do the work and are committed to executing assignments that may be part of this contract. Mr. John D. Hermann is the owner and authorized agent for Arminius Consultants. If you should have any questions or desire additional information, please feel free to contact us. Sin erely, hn D. Hermann, PE President Page IM Our team is a Central Florida based team. The Arminius team delivers a cohesive group of highly experienced individuals that can quickly understand and help you complete your projects. Our team is comprised of the following experienced personnel. These are the people that will work on you projects. Arminius Consultants is comprised ONLY of senior professionals. Our team includes engineers and experts to handle all aspects of your projects. A concise summary of team members with respect to the "related work experience" and "similar work experience" is included following this page. Detailed resumes immediately follow this section. Mr. John D. Hermann, PE the principal of our firm and proposed project manager, has over 30 years of experience in water, wastewater and stormwater engineering and utility consulting. Mr. Hermann, PE is the President of ARMINIUS CONSULTANTS. Mr. Hermann has implemented dozens of water/wastewater projects including design, design review, facility and regional planning, construction oversight, strategic procurement, and troubleshooting. Mr. Hermann has also planned urban stormwater systems and performed design. Mr. Donald F. Stearns, PE is a senior engineer with over 45 years of experience in water and wastewater engineering. Mr. Stearns' experience includes water/wastewater utility management, cost estimating, scheduling, design and construction administration. In addition to his career as a consulting engineer, Mr. Stearns served as the City En_qineer for the City of Eustis, Florida. Ms. Susannah Littell is a Senior Professional with 29 years of Environmental Regulatory Permitting, Water and Wastewater Utility Asset Management and Master Planning, Utility Industrial Wastewater Pretreatment Programs Development & Implementation, Utilities Engineering Design, Construction Management, Facility O&M experience. Until 2016, Ms. Littell was the wastewater pretreatment manager for Orange County. Mr. Gerald C. Hartman, PE, ASA is an experienced utility engineer and appraiser specializing in utilities and systems with over 40 years of experience. For this project, Mr. Hartman will provide utility rate, water and wastewater utility planning, grant/loan funding and financial analyses. Mr. Hartman is also certified as a Senior Appraiser. Mr. John Murphy who has over 40 years of experience, will be providing utility coordination and permitting. We believe that identification of existing utilities reduces the number of unknowns and reduces the chance of change orders. Mr. Murphy is participating in helping the FDOT with the continued development of their utilities coordination manual. Mr. Murphy has and is currently working with Mr. Hermann on the design and construction of pipelines. SUBCONSULTANTS Dao Consultants Solange Dao, PE, President of Dao Consultants, who has over 20 years of experience, will provide for general civil engineering including site work. Ms. Dao has performed drainage projects through- out central Florida for both public and private entities such as the Orange County School Board, and Disney. Dao Consultants is a certified MBE/WBE firm. SAM Surveying & Mapping Murry Bullion, PE will lead surveying efforts as needed. Mr. Bullion's has managed both his own consulting practice and major portions of four top 100 engineering firms. His principal areas of practice include land development (planning, design, permitting and construction), infrastructure (storm water collection, water distribution and wastewater collection), and transportation (design, permitting and construction). Douglas Negron, PSM is a hands-on project geomatics professional with over 23 years of knowledge of land survey experience in utility projects, project planning in data collection, data integration in Geographical Information Systems (GIS), data analysis, and data management. Resumes of key staff are as follows: Role: Project Manager/President of Arminius Consultants Mr. John D. Hermann, PE Mr. Hermann is senior engineering professional with over 30 -years of experience in water, and wastewater engineering and utility management consulting. Mr. Hermann is the President of Arminius Consultants and leads multi -disciplined teams for successful completion of various projects. Mr. Hermann has resided in Florida since 1995. His experience includes dozens of detailed designs, design concepts/layouts and details, specifications, planning, condition assessments, expert advice, procurement (bid strategy, public bidding, bid document preparation, bidder prequalification), project lifecycle cost estimating, asset valuation, and construction for water and wastewater projects. Individual projects have ranged from several thousand up to $125 million USD in value. Education: BS, Civil/Environmental Engineering, Clarkson University, 1985 ME, Environmental Engineering, Manhattan College, 1988 MBA, Pace University, 1994 Professional Licenses:. ® Registered Professional Engineer, Florida, Georgia New York Ohio Arizona Professional Associations: ® Water Environment Federation — Residuals & Biosolids Committee ® American Water Works Association ® ASA Candidate Membership Select Project Experience: Performed wastewater treatment facility permit renewal for the Vanguard School in Lake Wales, Florida including the permit application, Capacity Analysis Report (CAR) and Operations & Maintenance Performance Report (OMPR). 0 Performing detailed desian and construction phase services for a2.400 -linear feet 24 -inch diameter reclaimed water pipeline horizontally directional drilled and installed with cut and cover alona the heavily conaested Williamson Blvd in Davtona Beach. Florida. The project includes, detailed plans and specifications, cost estimation, permitting, and utility coordination, and construction inspection. Previously peer reviewed a design completed by other for this pipeline. 0 Provided services including data tabulation and review, creation of figures, etc. for the renewal of the wastewater treatment plant permit for the Citv of Polk City (as a sub to Hartman Consultants) 0 Developed and revised existing standard utility details for the water, wastewater and reclaimed water systems for the City of Sarasota, Florida. The details included service connections, back flow preventers, hydrants, etc. Developed a life -cycle cost analysis and performed a condition review of the �iosolids processing system for the City of Lake Wales WWTP. The system was comprised of the BCR process that was leased to the City. Developed City ordinances and 180 service area legal descriptions for the City o ;ellsmere's water, wastewater, gas and stormwater utilities for expansion of the systems in relation to the increase of the City's land size. 0As part of a cost appraisal, developed the replacement cost and performed a condition review of the Fairbanks, Alaska pure oxygen 12-mgd wastewater treatment plant. Provided legal support for a confidential case for the contamination of a public water �rinking system. • Performed detailed desian and construction chase services for a 2.500 -linear feet 4 -inch diameter subaqueous water supply pipeline horizontally directional drilled under the inter -coastal waterway in Daytona Beach, Florida. The project included hydraulic modeling, a preliminary design report, detailed plans and specifications, permitting and utility coordination, and construction inspection. Development and bid documents for the improvements to the City of Mulberry's., �Iorida wastewater treatment to help the City achieve compliance The project included a new equalization basin, rehabilitation of the City's sequencing batch reactors, and a sludge thickener. Negotiated on behalf of the City for resolution of FDEP consent order. Project included an SRF grant and loan. 0 Prosect Manager for pilot studies and design for chemical addition for effluent nitrogen reduction for the City of Daytona Beach wastewater plants. 0 Responsible for detailed design and construction services for the Phase 11 of water main extensions in downtown Lake Wales. 0 Project Manager for the preliminary design and design drawings & specifications for the proposed 70-mgd Deseret Ranch regional supply water treatment plant. The design included a high service pump station, two two -million -ground storage tanks and over 7.5 -miles of finished water transmission mains to the various users. 0 Development and bid documents for the City of Mulberry's, Florida inflow/infiltration sanitary sewer collection system program (2011). The project included identification of system defects combined with fast track repair. Developed cost estimates related to the replacement of water service connections in �owetta County, Georgia as part of litigation for replacement of failed connections (2011). LDesign Manager for a 2-mqd wastewater booster station and 3 -mile long 16 -inch meter pipeline to divert flows from Poinciana Wastewater Plant No. 1 to Toho's Bermuda Wastewater Plant. The force main was located along 17-92 and included MOT and FDEP permitting (2007). • Responsible for the development of specifications and drawings for the expansion of Poinciana Wastewater Treatment Plant 5. The expansion added additional extended aeration process basins and headworks upgrades. 0 Responsible for the development of contract documents and construction services for various pipelines including: 4 -miles of 16 -inch PVC force main along portions of Poinciana Blvd; • Responsible for the development of pre -design and design documents and construction services for the installation of an odor control system for three large pump stations in the Poinciana System. 0 Developed individual 20 -year water supply plans for Seminole County and Flagle County (2 separate projects). Worked with multiple cities to identify and develop a cooperative long term regional plan. Responsible for the preparation of a water and wastewater master plan for the ;0,000 -person Poinciana, Florida area. Responsible for the preparation of a water and wastewater master plan for the ;,000 -person Golden Gate, Florida area. • Project Manager for a wastewater infrastructure master plan to determine the current capacity of the wastewater sewers and lift stations in Downtown Orlando, Florida. The project included the application of a hydraulic model to review the existing infrastructure and future flows. • Project Manager for the design and development of contract documents for a 7 -mile long reuse water force main to interconnect various wastewater treatment plants as part of the master reuse system for the Poinciana System. • Responsible for the design and construction services for the 1,200 qpm Bella Lago Reuse Pump Station in the Poinciana System. Negotiated a public private partnership for use of the local developer's pond as storage for reuse. Negotiated the permit with the FDEP for the innovative use of the pond. 0 Responsible for the development of contract documents and construction services for the rehabilitation of over thirty lift stations and infiltration/inflow rehabilitation work in the various FGUA Golden Gate, Lehigh, and Poinciana Utility Systems. Project Role: Detailed Design/ Construction Services Mr. Donald F. Stearns, PE Mr. Stearns is senior engineering professional with over 45 -years of experience specializes in water and wastewater engineering projects for municipalities and private industry. He has an excellent track record for managing difficult water utility projects with effective quality, cost and schedule control. Education: BS, Civil Engineering, Clarkson University ME, Sanitary Engineering, Manhattan College, Professional Licenses:. Registered Professional Engineer Florida Select Project Experience: • Conducted construction (QA/QC) reviews for the design of 24 -inch diameter 2,400' reuse water main at Williamson Blvd. Daytona Beach, FL. • Evaluation of Wastewater Treatment Facilities and preparation of FDEP operating permit renewal applications for facilities of the North Peninsula Utility Corp. in Ormond Beach, FL and of the Vanguard School in Lake Wales, FL. Pumping Station evaluations, engineering designs and construction services for �oth sanitary and stormwater facilities located at the Wait Disney World Magic Kingdom in Lake Buena Vista, FL. Engineering Design for a variety of Water Supply, Wastewater Collection and �reatment and Stormwater Management projects in the Route 27 corridor including design and construction administration projects for the City of Polk City, FL and Stormwater, Water, Wastewater and Reuse Master Plan preparation for the City of Lake Wales, FL Mr. Stearns served as department head and member of the City's executive management team to oversee the Water, Wastewater and Engineering Departments in total comprised of approximately 40 workers. Normal duties consist of personnel administration, departmental finance, preparation of annual budgets, interface with other departments, providing departmental participation in City Commission meetings and various other duties as called for by the City Manager. As City Engineer, routinely helped to select, monitor and review work and payment requests from engineering consultants and contractors. Also responsible for the design, permitting and construction administration of in-house water and wastewater facility proiects.. S�� Mr. Stearns served Principal, office manager and chief environmental engineer for design and construction administration services for water/wastewater utility engineering projects throughout central Florida. Environmental Engineering work included engineering studies, preliminary designs, final Lsigns and permitting for water and wastewater utility projects for many of water utility services areas previously served by the private water utility Florida Water Services. Mr. Stearns served as a Regional Engineer responsible for management of water and wastewater and reclaimed water utility systems for water large private utility company. Assigned as Regional Engineer for company's South Region (Charlotte, Lee and Collier Counties) and West Region (Orange, Polk, Lake, Marion, Citrus, Hernando, Pasco, and Hillsborough Counties). Most recently Principal Engineering Manager responsible for complete program management of 72 water/wastewater systems throughout Florida. Duties included preparation and management of capital budget plans, oversight of in- house and consulting engineering services for the design and construction of water and wastewater utility projects. Role: Utility Planning, Rates & Financial Assistance Mr. Gerald C. Hartman, PE, ASA Mr. Hartman has been involved in hundreds of capital charge, impact fee, and installation charge studies involving water, wastewater, storm water, solid waste, gas and electric service for various entities and at the rate regulatory commissions. He also has participated in hundreds of user rate adjustment reports. Since 1976, Mr. Hartman assisted in the development of over 50 revenue bond issues, 20 short- term bank loan systems, 2 general obligation bonds, 26 grant/loan programs, 10 capacity sale programs, and 20 privatization programs. He has been involved in over hundreds of utility acquisition/utility appraisals for acquisition and is a qualified expert witness with regard to utility rates and charges, and utility negotiation, arbitration and condemnation cases. Education: • M.S. Duke University, 1976 • B.S. Duke University, 1975 Professional Licenses:. • Registered Professional Engineer, Florida et al • Machinery and Technical Specialties, ASA — Public Utilities • Public Utilities Appraisal Specialty Certified, ASA Tangible Personal Property — VAB, Magistrate Orange County, FL (2009 and 2010) • Tangible Personal Property — Special Magistrate Osceola County, FL (2011, 2012, and 2013/2014) Hendry County, FL (2012 and 2013/2014) • BCEE from American Academy Certificate No. 88-10034 Professional Associations: • American Society of Appraisers • American Society of Civil Engineers • American Water Works Association • Florida Engineering Society • National Society of Professional Engineers • Water and Environment Federation Utility Management Consulting Mr. Hartman has been involved in utility transfers from public, not-for-profit, district, investor- owned, and other entities to cities, counties, not-for-profit corporations, districts, and private investors. He has been involved in staffing, budget preparation, asset classification, form and standards preparation, utility policies and procedures manuals/training, customer development Page 18 programs, standard customer agreements, capacity sales, and other programs. Mr. Hartman has been involved in over 100 interlocal agreements with respect to service area, capacity, service, emergency interconnects, back-up or other interconnects, rates, charges, service conditions, ownership, bonding and other matters. Additionally, Mr. Hartman has assisted in the formation of newly certificated utilities, newly created utility departments for cities and counties, new regional water supply authorities, new district utilities, and other utility formations. Mr. Hartman has assisted in utility reserve areas for the Cities of Haines City, Sanibel, Lakeland, St. Cloud, Winter Haven, Bartow, Palm Bay, Orange City, and many others. He has participated in the certification of many utilities such as ECFS, Malabar Woods, B&C Water Resources, Inc., Farmton Water Resources, Inc. and many others; and certification disputes such as Windstream, Intercoastal Dulay Utilities, FWSC/ITT, and others and served as service area certification staff of the regulatory for St. Johns County; i.e., Intercoastal, etc.; as service area transfer/certification staff of the regulatory for Flagler County; i.e., Palm Coast to FWSC. He has served as a local County regulatory staff professional in Collier, Citrus, Hernando, Flagler and St. Johns Counties, as well as elsewhere. Mr. Hartman also provided technical assistance to many utility service area agreements such as Winter Haven/Lake Wales/Haines City, etc. and North Miami Beach — MDWASD and others. For over 30 years, Mr. Hartman has been a professional assisting in the resolution of utility issues. Utility Finance, Rates, Fees and Charges Mr. Hartman has been involved in hundreds of capital charge, impact fee, and installation charge studies involving water, wastewater, stormwater, solid waste, gas and electric service for various entities and at the rate regulatory commissions. He also has participated in hundreds of user rate adjustment reports. Since 1976, Mr. Hartman assisted in the development of over 50 revenue bond issues, 20 short-term bank loan systems, 2 general obligation bonds, 26 grant/loan programs, 10 capacity sale programs, and 20 privatization programs. He has been involved in over hundreds of utility acquisition/utility appraisals for acquisition and is a qualified expert witness with regard to utility rates and charges, and utility negotiation, arbitration and condemnation cases. A few of his rate, charge and bond projects Economic Evaluations/Credit Worthiness Analyses Credit Worthiness Analysis for Drinking Water State Revolving Fund (1999) — Florida Department of Environmental Regulation Credit Rating Reviews (1980-2000) — for numerous investor-owned utilities; many city -owned utilities (Winter Haven, Port St. Lucie, Miramar, Tamarac, Palm Bay, North Port, etc.); many county -owned utilities; several not-for-profit utilities; and utility authorities (OUA, etc.) Financial Feasibility and Engineer's Revenue Bond Reports (1980-2000) — for over $2 billion of water and/or wastewater bonds for some fifty (50) entities in the Southeast United States including Clay, Lee, Hernando, Martin, and other counties; Lakeland, West Palm Beach, Miramar, Tamarac, Panama City Beach, Winter Haven, Naples, North Port, Palm Bay, Port St. Lucie, New Port Richey, Clermont, Orange City, Deerfield Beach, Sanibel, City of Peachtree City, Widefield, and many other cities; Lee County Industrial Development Authority, Englewood Water District, and other utilities. Privatization Procurement and Analysis for many water and wastewater systems including Sanibel, Town of Palm Beach, Temple Terrace, Palm Bay, Widefield, Bullhead City and sever others. Service Areas and Negotiations Mr. Hartman has participated in over thirty-five (35) service area formations, Chapter 25 F.S. certifications, Chapter 180.02 reserve areas, authority creations, and interlocal service area agreements including Lakeland, Haines City, Bartow, Winter Haven, Sanibel, St. Cloud, Palm Bay, SBWA, ECFS, MWUC, Edgewater, Orange City, UCCNSB, Port St. Lucie, Martin County, OUA, NKLUA, DDUA, and many others. Mr. Hartman has been a primary negotiator for interlocal service agreements regarding capacity, joint -use, bulk service, retail service, contract operations and many others for entities such as the Town of Palm Beach, Miramar, Lauderdale- By- The -Sea, North Miami Beach, Collier County, Marion County, St. Johns County, JEA and many others. Project Role: Utility Coordination Mr. John A. Murphy Mr. Murphy specializes in investigation and planning for public and private utility location and coordination for highway and roadway relocations, realignment and new construction. He prepares and negotiates agreements and Utility Work by Highway Contractor agreements (HWHC) on Florida Department of Transportation (FDOT) roadway projects. Mr. Murphy is skilled in exterior lighting design for roadways and parking facilities, and in security lighting design for buildings. Mr. Murphy worked for 18 years in the Bridge & Highway Division of Pullman, Swindell/Dressier in Pittsburgh, Pennsylvania. During this time, he was involved with roadway design projects in Ohio, Pennsylvania, West Virginia, and Florida. He specialized in bridge design and inspections, design of major river bridge crossings, testing of highway and railway structures on new alignment construction, and design of two railroad tunnels and several waterfront docking facilities. Mr. Murphy had assignments overseas for the design and construction of a storm water drainage system for a rail car manufacturing facility in the Middle East. Education: A.A. Engineering 1964; Educational Institute of Pittsburgh Registrations: 0 OSHA 29, CFR 1910.120 Certified for Worker Hazardous Waste Operations Professional Associations: • 2008 Recipient of the Florida Utilities John Farkas Liaison Person of The Year Award • Past Chairman FDOT District 5 Utility Liaison Conference • Member FDOT Utility Office Task Team rewriting the 2016 Utility Accommodations Manual • Central Florida Utility Coordinating Group, Past Chairman • Florida Department of Transportation Utility Standard Task Team, (Active Member) • Florida Utilities Coordinating Committee, Chairman, 2005-2006 (Member 1987 — Current) • American Society of Highway Engineers (Pittsburgh Pa, Section & Central Florida Section) Select Project Experience: Performing utility coordination, utility permitting and construction phase services for a ;,400 -linear feet 24 -inch diameter reclaimed water pipeline horizontally directional drilled and installed with cut and cover along the heavily congested Williamson Blvd in Daytona Beach, Florida. �M' 0 FDOT D-5, Design/Build: FPID 242715-7; Reconstruction of SR 9 (1-95) from north of SR 44 to north of SR 600 and System Interchanges Improvement at SR 400 (1-4) and SR 600 (international Speedway Blvd.) Volusia County, FL (2016) Provided the Lead for Utility Coordination during the initial final design and followed through during the actual construction with 12 Utility Agencies/Owners including: Utilities Commission of New Smyrna Beach, City of Port Orange, City of Daytona Beach. 0 FDOT's FPID 407143-4 & -5, SR 528 Sand Lake Road from west of International Drive to west of CR 423 (John Young Parkway); Orange County, FL (2016) Lead Utility Coordinator involving 14 Utility Agencies/Owners whose facilities were impacted by the project. Florida's Turnpike FPIID 433880 (SR 589 (Veteran Expressway) from Sugerwood Toll ;Iaza to south of Van Dyke Road, Hillsborough County, FL (2014) Design/Build Widening and Reconstruction of the Veteran's Expressway including the widening of several interchange structures, which impacted 8 Utility Agencies. During the Design phase all utility agencies were contacted and location of existing facilities confirmed to reduce impacts to their facilities. To date, no utility agency facilities had been relocated because of the proposed improvements. • Assisted Progress Energy in identifying existing aerial crossings of facilities to be coordinated and relocated as impacted by roadway construction projects. Prepared Temporary Traffic Control Plans at ten locations in Florida for permitting Progress Energy reconstruction of aerial transmission circuits of limited access roadways and through local neighborhoods. Florida Department of Transportation (FDOT), District Five, Utility Coordination Contracts. ;roject Manager responsible for contracts with the FDOT District 5 Utility Office for 20 years totaling over 200 project assignments varying from 3R projects to complex interstate and toll road interchange projects. Project Manager responsible for the oversight and development of more than 30 Utility Work by Highway Contractor (UWHC) projects, including public and private utility construction in conjunction with roadway design projects. 0FDOT FPID 242598-1, SR 400 (Interstate -4) from Lake Mary Boulevard to West of SR 15/600 in Seminole County, adding travel lanes to the existing roadway. 0 FDOT SR 400 (Interstate -4) Interchange with SR 46 A, Paloa Road in Seminole County, including adding a new interchange and ramps to the interstate highway. FDOT SR 15/600 (US 17/92) from Triplet Lake Drive to General Hutchinson Parkway in ;eminole County. Reconstruction of a four -lane divided roadway to a six -lane divided roadway, including two Utility Work by Highway Contractor (UWHC) sets of documents for the relocations and adjustment of sanitary sewers and water systems for the City of Casselberry and the City of Longwood. FDOT SR 15/600 (US 17/92) from Lake Mary Boulevard to the SR 417 Ramps in ;eminole County, including milling and resurfacing the divided roadway and resolution of utility control/clear zone issues. 0 FDOT SR 436, Semoran Boulevard, from Pearl Lake Causeway to Douglas Avenue in Seminole County including coordination with twelve separate utility agencies and owners for reconstruction and relocation of active facilities, and Utility Work by Highway Contractor (UWHCs) for Seminole County and the City of Altamonte Springs for sanitary and water main installations. • FDOT SR 436, Semoran Boulevard, from Anchor Road to Oxford Road, including the intersections of SR 15/600 (US 17/92) for reconstruction of two telecommunications duct systems impacted by the proposed improvement. • FDOT SR 419, Sanford Oviedo Road, intersection improvement at Edgmon Avenue and at Moss Avenue. ;eminole FDOT SR 425, Sanford Avenue, from Airport Boulevard to SR 46 in the City of Sanford, County. ;arkway, FDOT FPID 242340-1, SR 9 (Interstate -95) from Volusia County Line to Palm Coast Flagler County. ;ection FDOT FPID 242499-1, SR 400 (1-4) Section 2 from South of SR 408 to Par Avenue and 3 from Par Avenue to Lee Road, Orange County. • FDOT SR 400 at SR 523, Redesign of Interstate-4/John Young Parkway Interchange. • FDOT FPID 242484-2, SR 400 (Interstate-4)/SR 408 Toll Road Interim Interchange Improvements. Murry A. Bullion, PE Vice President LAERIAI MAGfi1NG*fNC�fNE[R1NU Education: BS, Agricultural Engineering, Texas Tech University, Lubbock TX, 1974 Professional Registrations: Professional Engineer, State of Florida, #42340, 1990 Certifications: Marketing Professional Services, ASCE Project Management Training —ARCADIS Project Management Training — Carter & Burgess Hazmat Nuclear Gauge Safety Operator Radiation Safety Officer Training Awards: Harris County Safety Award (Traffic Control Solution) Lee County Florida, Chairman of the Development Code Revision Mr. Bullion has worked in the area of CEI with this firm and other firms since 1974. He also has significant experience as a design engineer, where his primary focus was roadway and drainage design along with permitting and local coordination. Murry has experience with pile installation, excavation, embankment, concrete curb and gutter, concrete and asphalt pavement, concrete sidewalk, drainage inlets and pipes, private and public utilities, and installation and inspection of MSE walls. Category 10.1: Roadway CEI Apple Blossom Trail, St. Lucie, FL — 6/2013 — 2/2015 Design and Construction Engineering and Inspection services for a o.8 mile segment of 4 -lane divided roadway including embankment, retention ponds, drainage inlets and pipes, concrete curbs and gutter, concrete sidewalks, base and asphalt, roadway lighting, pavement marking and coordination with private utilities. Mr. Bullion served as Project Manager, Design Engineer and Sr. PE for the design and construction phases. Central Florida Boulevard, University of Central Florida, Orlando Florida — 6/2001-10/2002 Design and Construction Engineering and Inspection services for roadway, utility and drainage for the realignment of this major access way onto the UCF campus. The o.5 mile project included embankment, retention ponds, drainage inlets and pipes, concrete curbs and gutter, concrete sidewalks, base and asphalt, roadway lighting, pavement marking and full signalization of the intersection with Alafaya Trail (SR 434)• Murry provided coordination between Orange County and FDOT District 5 forthe installation of mast arms, signal heads and pedestrian signals. Mr. Bullion served as Project Manager, Design Engineer and Sr. PE for the design and construction phases. Alligator Creek Bridge Replacement/FDOT District 1 -1997 Construction Engineering Inspection (CEI) services for this fast-track bridge replacement project on I -7S between Tampa and Naples. The replacement became necessary when a fuel truck became involved in an accident, spilled the fuel and burned underneath the existing bridge. The project included a significant MOT Murry A. Bullion, PE Vice President – Page z of s component as the work was performed under heavy traffic. Murry was the Project Director for this project, supervised the Project Engineer and inspectors and was responsible for the overall inspection. Cross Creek Parkway, Ft. Myers FL – 4/3.ggo – 7/3.993. Design and Construction Engineering and Inspection services for a 1 mile segment of a four -lane divided roadway including embankment, retention ponds, drainage inlets and pipes, concrete curbs and gutter, base and asphalt, pavement markings and roadway lighting. Mr. Bullion was the Project Manager, Design Engineer and Sr. PE for the design and construction phases. Cargo Road Improvements, GOAA/Orlando International Airport – 3.o/3.988 – 3.o/3.989 Construction Engineering and Inspection services for 1.6 miles of a six -lane and a four -lane roadway - including major bridges over the north entrance and exit roads to the airport. The bridges included pile installation inspection, embankment, MSE walls and MOT involving the temporary closing of the entrance and exit roads to the airport during the time when the north entrance was the only entrance. The design and construction included expansion of the water and sanitary sewer services to undeveloped portions of the airport and the development of an additional water supply source for the airport. The project included the relocation of the only water supply line for the terminal and the dynamic compaction of an existing landfill. Murry served as the Project Engineer and was on-site on a daily basis during construction. Independence Parkway, City of Plano, Richardson/Plano, Texas -5/3.983-3.2/3.984 Provided design and construction engineering and inspection of 2.5 miles of six -lane divided roadway including two rail crossings. One rail crossing was at grade and the other included a rail bridge in a high fill and the design of a shoofly. The project also included coordination with the interchange at the future George Bush Tollway. Murry was the Project Manager, Design Engineer and Sr. PE during the design and construction phases. SOLANGE C. DAO, P.E. PRESIDENT ENGINEERING EXPERIENCE As President of DAO Consultants, Solange Dao has over 17 years of experience in site utility design including treatment plants, subdivision and community planning, transportation design, and master storm water management facilities throughout the State of Florida. Solange has used her leadership skills to develop successful partnerships among Owner, Architect and Contractor to complete projects on time and on budget. Solange had a vast experience in permitting with the Water Management Districts, FDEP, and local governments for many land development and recreational projects. Procuring storm water management permits or permit modifications are a crucial element of the projects DAO consultants completes. YEARS EXPERIENCE Representative Projects include: Joined Dec Engineering, Inc. in 1995 Years at Other Firths: 1 Old Florida Yatch Club, Ponce Inlet EDUCATION Bachelor of Science in Civil Engineenng, University of Florida, 1995 Newton Comers Town Houses, St. Lucie County REGISTRATIONS Palmetto Condominium, Indian River Count y Florida Professional Engineer, FL054616 FL Continuing Ed Provider, CEP00058 Bookertown Community Center, Seminole Co. PROFESSIONAL AFFILIATIONS Vice Pres. of Tau Beta Pi, The National Engineering Honor Society Orange County National Golf Center Roadways System, Orange County CIVIC ACTIVITIES City of Orlando Municipal Planning Board, Fort Wilderness Resorts and Campground Enhancements Projects pg 1 former Vice -Chair _ City of Orlando Board of Zoning Contemporary Resorts Facilities Enhancements Adjustment, former Member Orange Co. Fire and Life Safety Appeals Board, former chair Citrus Bowl Modifications for World Cup '94, City of Orlando The BETA Center, Board Member Orlando Area Committee on Foreign Relations, Charter Member Catalina Park, Eatonville, Orange County " Mayor's Women's Summit Organizing Committee 2006-2007 Harry P. Leu Gardens Site Improvements, City of Orlando AWARDS, TEACHING SEMINARS, & SPEAKING ENGAGEMENTS _.... Engineering Futures Leadership Seminars Presenter, 1997 -present Central Florida Young Engineer of the Year, 2000 , MM 1114111�', 14, "�I' ""I U!", 1 10, � �111 ''t, 7 Our team includes two subconsultants, SAM Survey and Mapping and DAO Consultants. Arminius puts forth good efforts to incorporate MBE/WBE firms, like DAO Consultants in our work. Brief descriptions of these firms is as follows: SAM Surveying and Mapping, LLC SAM started as a land surveying company in 1994 and has since expanded its services to offer a complete suite of geospatial services including professional land surveying, airborne/mobile/terrestrial LiDAR, Geographic Information Systems (GIS), Subsurface Utility Engineering (SUE)/ Utility Coordination (UC), aerial mapping, photogrammetry, and hydrographic surveying. SAM provide construction phase services through our wholly owned subsidiary, SAM -Construction Services, LLC (SAM -CS). As one of the largest full-service surveying and mapping companies in the United States, SAM has the capacity to field more than 175 crews. Headquartered in Austin, Texas, our more than 800 professional and support staff consists of licensed surveyors, professional engineers, technicians, and is supported by millions of dollars of equipment, hardware, and software. SAM's local office is based in Orlando. Mr. Murry Bullion, PE, Vice President, the local lead for SAM previously worked with Mr. Hermann for many years. Dao Consultants, Inc. Dao Consultants, Inc., (DAO) formerly known as Dao Engineering was formed in 1989 by Duy (twee) Dao. A full-service engineering firm, Dao Consultants, Inc., offers consulting services in Civil and Environmental Engineering. In 1995, Solange C. Dao joined the company as President for Operations. Dao Consultants, Inc., headquarters, located in Orlando at 1110 East Marks Street, Orlando. The company is certified by Disney, the City of Orlando and Orange County as a Minority Business Enterprise. Dao Consultants, Inc., is experienced in all areas general civil engineering including structural design, site development, drainage and storm water management, and associated permitting activities. D. GSA FROM PART SF -330, 09 SECTIONS A, 9 9 ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLEAND LOCATION Icityand State) PROFESSIONAL CONSULTING SERVICES 2. PUBLIC NOTICE DATE3. SOLICITATION OR PROJECT NUMBER 06/29/2018 RFQ #17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE JOHN D HERMANN/ PRESIDENT 5. NAME OF FIRM ARMINII n (,.nNGI II TANITC I I C. PROPOSED TEAM (Complete this section for the prime contractor and all kev subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑✓ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 812016) (Check) yz - 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT ARMINIUS CONSULTANTS, LLC 2501 BAYFRONT PARKWAY WATER AND WASTEWATER ORLANDO, FLORIDA 32806 FACILTY AND UTILTY a, ✓ PLANNING, DESIGN AND CONSTRUCTION SERVICES ❑ CHECK IF BRANCH OFFICE DAO CONSULTANTS, INC 1110 MARKS ST GENERAL CIVIL ORLANDO, FLORIDA 32803 ENGINEERING AND SITE b. ✓ DEVELOPMENT ❑ CHECK IF BRANCH OFFICE SAM SURVEYING AND MAPPING, 7380 W. Sand Lake Rd. LAND SURVEY AND LLC Suite 500 UNDERGROUND UTILITY C. ✓ Orlando, FL 32819 INVESTIGATION D CHECK IF BRANCH OFFICE d. ❑ 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 (REV. 812016) 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 JOHN D HERMANN, PE PROJECT MANAGER a. TOTAL b. WITH CURRENT FIRM 33 5 15. FIRM NAME AND LOCATION (ClyandState) ARMINIUS CONSULTANTS, LLC (ORLANDO, FLORIDA) 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) BS, CIVIUENVIRONMENTAL ENGINEERING PROFESSIONAL ENGINEER: FLORIDA, ME, ENVIRONMENTAL ENGINEERING NEW YORK, OHIO, GEORGIA, ARIZONA MBA, STRATEGIC MANAGEMENT 18. OTHER PROFESSIONAL QUALIFICATIONS (PubG'cations, Organizations, Training, Awards, etc.) AMERICAN WATER WORKS ASSOCIATION, MEMBER; WATER ENVIRONMENT FEDERATION, MEMBER; MEMBER OF RESIDUALS & BIOSOLIDS COMMITTEE 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (Cly and State) (2) YEAR COMPLETED Design of Williamson Blvd Reclaimed 244nch 2,300-LF Pipeline (Daytona Beach/FL) PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2019 2019 (3) BRIEF DESCRIPTION (Brkfscope, size, cost, etcJ AND SPECIFIC ROLE Check if project performed with current firm a. Lr l Project Manager for design, permitting, bid phase and construction services for a 24-inch reclaimed water force main (total 2,300-linear feet) along Williamson Blvd to connect existing lines and complete the reclaimed piping in this area of the City. A portion of the line is horizontally directionally drilled and remaining portion installed by cut and cover. (1) TITLE AND LOCATION (Clyand Sate) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (tfappikable) STANDARD UTILITY DETAIL UPDATE (CITY OF SARASOTAf FLORIDA) 2017 NA b. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE u Check if project performed with current firm PROJECT MANAGER FOR THE UPDATE OF THE CITY'S UTILITY STANDARDS FOR WATER, WASTEWATER AND REUSE. (1) TITLE AND LOCATION (Cly and Sate) (2) YEAR COMPLETED Wastewater Treatment Facility Permit Renewal (Lake Wales, Florida) PROFESSIONAL SERVICES I CONSTRUCTION (Ifappkabie) 2018 NA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm C. Project Manager for the Vanguard School wastewater treatment facility permit renewal. In addition to the permit application, the project included a Capacity Analysis Report (CAR) and Operations & Maintenance Performance Report (OMPR) (1) TITLE AND LOCATION (Clyand Sate) (2) YEAR COMPLETED Review of Contract Wastewater Biosolids Processing (Lake Wales, Florida) PROFESSIONAL SERVICES CONSTRUCTION (Ifapplrcable) 2017 NA d (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm Performed review of contract for purchase of Biosolids processing equipment including terms, condition of system, probable construction cost and life-cycle costs. Identified system deficiencies and concerns. (1) TITLE AND LOCATION (Cly and Sate) (2) YEAR COMPLETED Wilder Avenue Stormwater Improvements (Daytona Beach, Florida) PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2018 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm e Arminius Consultants prepared drawings to replace the channel and bridges with a buried 48-inch stormwater 70-linear foot conduit so that access within the golf course would not be impeded. The project included obtaining an ERP permit. STANDARD FORM 330 (REV. 8/2016) PAGE 2 WERIMM 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 DONALD F. STEARNS, PE DETAILED DESIGNICONSTRUCTION SERV L �TOT-AL 45 b. WITH CURRENT FIRM 1.5 15. FIRM NAME AND LOCATION (ClyandState) ARMINIUS CONSULTANTS, LLC (ORLANDO, FLORIDA) W EDUCATION (Degme and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Disc4*ne) BS, CIVIUENVIRONMENTAL ENGINEERING PROFESSIONAL ENGINEER: FLORIDA ME, ENVIRONMENTAL ENGINEERING 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Trainirlz Atds' etc.) 19. RELEVANT PROJECTS (1) TITLEAND LOCATION (Cityand State) (2) YEAR COMPLETED Design of Williamson Blvd Reclaimed 244nch 2,300.LF Pipeline (Daytona Beach/FL) PROFESSIONAL SERVICES CONSTRUCTION (11rappkable) 1 2019 2019 I (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a. Assisted in design, permitting, bid phase and construction services for a 24 -inch reclaimed water force main (total 2,300 -linear feet) along Williamson Blvd to connect existing lines and complete the reclaimed piping in this area of the City. A portion of the line is horizontally directionally drilled and remaining portion installed by cut and cover. (1) TITLEAND LOCATION (City and State) 1 (2) YEAR COMPLETED PROFESSIONAL SERVICES (lfapplicable) Wastewater Treatment Facility Permit Renewal (Ormond Beach, FL) 2014 NA b. (3) BRIEF DESCRIPTION (Brierscope, size, cost etc.) AND SPECIFIC ROLE !L --j I Check if project performed with current firm Evaluation of Wastewater Treatment Facilities and preparation of FDEP operating permit renewal applications for facilities of the North Peninsula Utility Corp. in Ormond Beach, FL. (1) TITLE AND LOCATION (Cly and State) (2) YEAR COMPLETED Wastewater Treatment Facility Permit Renewal (Lake Wales, Florida) PROFESSIONAL SERVICES RUCTION ill'applicable) 1 2018 INA (3) BRIEF DESCRIPTION (Briel'scope, size, cost. etc.) AND SPECIFIC ROLE ' Check if project performed with current firm C. Provided QA/QC for the Vanguard School wastewater treatment facility permit renewal. In addition to the permit application, the project included a Capacity Analysis Report (CAR) and Operations & Maintenance Performance Report (OMPR) (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Wastewater System Improvements (Polk City, Florida) PROFESSIONAL SER SERVICES 1 (11'apiotkable) 2015 2014 d. (3) BRIEF DESCRIPTION (Briat'scope, size, cost, etc.) AND SPECIFIC ROLE [71 Check if project performed)tAh current firm Engineering Design for a variety of Water Supply, Wastewater Collection and Treatment and Storrmvater Management projects iincluding design and construction services. (1) TITLE AND LOCATION (Clyand State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (11'appkabie) (3) BRIEF DESCRIPTION (Br&scope, size, cost, etc.) AND SPECIFIC ROLE E, Check if project performed with current firm e. STANDARD FORM 330 (REV. 812016) PAGE 2 WERIMM 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 SUSANNA LITTELL a. TOTAL b. WITH CURRENT FIRM WATER/WASTEWATER UTILITY OPS 29 1 15. FIRM NAMEAND LOCATION (CkyandState) ARMINIUS CONSULTANTS, LLC (ORLANDO, FLORIDA) 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) BS CHEMICAL ENGINEERING, UNIVERSITY OF FLORIDA 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications Organizations, Training, Awards, etc.) Florida Industrial Pretreatment Association (FIPA) - Industrial Pretreatment Levels C, B and A Certification 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (Ckyand State) (2) YEAR COMPLETED Industrial Pretreatment Program Management & Support Services, PROFESSIONAL SERVICES CONSTRUCTION (tfapprwable) Orange County Utilities Dept. (Orlando, FL) 20177 NA (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a. Oversight of County Industrial Pretreatment Program, to include new Employee and Manager Training, Code Variance Review, Development of an IPP Multi-jurisdictional Agreement, Review of Code Variance Requests and Development of new IPP Industrial Wastewater Discharge (IWD) Permit Applications and associated IWD Permits to new industrial facility dischargers. (1) TITLE AND LOCATION (Cly and State) 1(2) YEAR COMPLETED Industrial Pretreatment Program Management & Support Services PROFESSIONAL SERVICES CONSTRUCTION (tfawicable) Salt Lake City Corporation (Salt Lake City, UT) 2018 I NA b. (3) BRIEF DESCRIPTION (Briefscope, size, co# etc.) AND SPECIFIC ROLE Check if project performed with current firm Management and oversight of City's IP Program, Prepare Annual Pretreatment Program Annual Report, provide staff training, revise/ update IPP SOPS, perform Annual Inspections of existing permitted Industrial User facilities, perform Industrial Waste Survey Inspections to identify new Industrial Users and prepare/issue IWD Permits to new Industrial Users. (1) TITLE AND LOCATION (CRyand State) (2) YEAR COMPLETED Fats Oils and Grease (FOG) Program Development Services PROFESSIONAL SERVICES CONSTRUCTION (zfappkable) (Baltimore City, MD) 2018 NA (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE [:] Check if project performed with current firm C. Prepared FOG Program Manual with SOPs, program education outreach materials, program inspection forms and enforcement documents, and provided both classroom and field training to program inspectors, supervisors, management & subcontractors. (1) TITLE AND LOCATION (Cly and Sate) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfapprxable) d (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE G Check if project performed with current firm (1) TITLE AND LOCATION (City and Sate) (2) YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (tfapplicable) (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE E] Check if project performed with current firm e. STANDARD FORM 330 (REV. 8/2016) PAGE 2 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 JOHN A. MURPHY UTILITY COORDINATION Ia. TOTAL b. WITH CURRENT FIRM 50 1.5 15. FIRM NAMEAND LOCATION (CAyandState) ARMINIUS CONSULTANTS, LLC (ORLANDO, FLORIDA) 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) AA, ENGINEERING 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, atc.) Florida Utilities Coordination Committee - Liaison of the Year 2008 Central Florida Engineering Society - Engineering Technician of the Year 2002 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (Cdyand State) (2) YEAR COMPLETED Design of Williamson Blvd Reclaimed 244nch 2,300 -LF Pipeline (Daytona Beach/FL) PROFESSIONAL SERVICES CONSTRUCTION (lfepplkabk) 2019 2019 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm a. Provided utility coordination for design, permitting, bid phase and construction services for a 24 -inch reclaimed water force main (total 2,300 -linear feet) along Williamson Blvd to connect existing lines and complete the reclaimed piping in this area of the City. A portion of the line is horizontally directionally drilled and remaining portion installed by cut and cover. (1) TITLE AND LOCATION (CAyand Sate) (2) YEAR COMPLETED Florida Turnpike Express Lane & Direct Connection Ramps to 14 (Orange County/FL) PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2018 2018 b (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE r-1 L✓ Check if project performed with current firm Utility coordination for design -build modifications to Turnpike mainline from Beachline to 1-4 and construction of direct connect ramps at 1-4. (1) TITLE AND LOCATION (CAy and Sate) (2) YEAR COMPLETED 1-95 Reconstruction from SR44 to North of International Speedway(Volusia County/FL) PROFESSIONAL SERVICES CONSTRUCTION (1fappkable) 2018 2018 (3) BRIEF DESCRIPTION (Brief scope, size. cost, etc.) AND SPECIFIC ROLE ( 1 Check if project performed with current firm C Utility coordination for design -build modifications to 1-95 from SR44 to north of International Speedway Blvd. & Reconstruction of 1-4/1-95 interchange. (1) TITLE AND LOCATION (Cly and Sate) (2) YEAR COMPLETED Intersection Improvements at SR 520 @ Cape Canaveral Hospital (Brevard County/FL) PROFESSIONAL SERVICES CONSTRUCTION (1fapplicable) 2018 2018 d (3) BRIEF DESCRIPTION (Brlefscope, size, cost, etc.) AND SPECIFIC ROLE U Check if project performed with current firm Utility coordination for design -build for upgraded traffic signals and added bus bay on SR520 at John Howe Blvd. (1) TITLE AND LOCATION (CAyand Sate) (2) YEAR COMPLETED Reconstruction and New Lanes for SR528 Sand Lake Road frau International Driveto CR423(Orange PROFESSIONAL SERVICES I CONSTRUCTION (lfapplicable) County, FI) 2016 2016 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm 8 Utility Coordination for Reconstruction of SR528 (Sand Lake Rd) additional lanes and replacing one structure over shingle creek. Lead utility coordinator involving 14 utility agencies/owners whose facilities were impacted. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (CompTete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE GERALD C HARTMAN, PE, BCEE, ASA UTILITY RATE DEVELOPMENT a.TOTAL b. WITH CURRENT FIRM 40 1 1.5 15. FIRM NAME AND LOCATION (City and State) ARMINIUS CONSULTANTS, LLC, ORLANDO, FL 16. EDUCATION (DEGREE AND SPECIAUZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND • BS, ENGINEERING, DUKE UNIVERSITY DISCIPLINE) PROFESSIONAL ENGINEER: FLORIDA, • ME, ENGINEERING, DUKE UNIVERSIT And 21 other State 18. OTHER PROFESSIONAL QUALIFICATIONS (PUBLICATIONS, ORGANIZATIONS, TRAINING, AWARDS, ETC.) AWRA, AWWA, ASCE, WEF, ASA Seminars; Ethics ASA, NSPE, PE; USPAP 2003.2004 2009/2010 Exams; ME 201, ME 202, ME 203, ME 204 Machinery & Technical Specialties ASA; Public Utilities Specialty Designation Exam Parts 1, 11, and 111 ASA; AAEE, ASA, NSPE. PE (multiple states) 19. RELEVANT PROJECTS (3) BRIEF DESCRIPTION (Brierscope, size, cost, etc.) AND SPECIFIC ROLE (_j Check if project performed with current firm e PERFORMED THE VALUATION, SALE AND ACQUISITION SERVICES OF THE UTILITY. SERVICES PROVIDED ALSO INCLUDE DRAFT PURCHASE AND SALE AGREEMENT; LETTER OF INTENT FOR PURCHASE AND SALE OF THE UTILITY; RATE COMPARISON OF PUBLIC AND PRIVATE UTILITIES LOCATED IN BROWARD AND MIAMI- DADE COUNTY. STANDARD FORM 330 (REV. 3r2o1m) PAGE 1 (1) TITLE AND LOCATION (City and State) 12 YEAR COMPLETED a. Water/Wastewater Engineering Services (Polk City, Florida) PROFESSIONAL SERVICESCONSTRUCTION (Ifapplicabfe) 2008-2018 2012 (3) BRIEF DESCRIPTION (Brief scope. size, cost, etc.) AND SPECIFIC ROLE LJ Check if project performed with current firm Principal in charge for various services including debt consolidation, system optimization, development of rates, procurement of alternative operations, permit renewals, increase of system hydraulic capacity. (1)TITLE AND LOCATION (City and State) 2 YEAR COMPLETED DOWNTOWN WATER MAIN IMPROVEMENTS (LAKE PROFESSIONAL SERVICESCONSTRUCTION (Irapplicabie) WALES, FLORIDA) 2008-2009 2009 b. 3 BRIEF DESCRIPTION (Briefs cope, ( cope, size, cost, etc.) AND SPECIFIC ROLE Li Check if project performed with Current fimt PRINCIPAL FOR THE CDBG FUNDING, DESIGN AND CONSTRUCTION SERVICES FOR 6500 FEET OF WATER MAINS IN THE DOWNTOWN AREA. THE PROJECT INCLUDED UTILITY CONFLICT RESOLUTION AND PERMITTING. (1)TITLE AND LOCATION (City and State) 2 YEAR COMPLETED VALUATION AND FINANCIAL FEASIBILITY SERVICES (BAY PROFESSIONAL SERVICES LAUREL CENTER COMMUNITY DEVELOPMENT DISTRICT, 2013 1CONSTRUCTION(IrapplicabIe) NA OCALA, FL c. (3) BRIEF DESCRIPTION (B,*rscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project perforated with current firm PREPARED AN ENGINEERING DUE DILIGENCE REPORT; WATER AND WASTEWATER SYSTEM VALUATION REPORT; CONSULTING ENGINEER'S REPORT INCLUDING A FINANCIAL FEASIBILITY STUDY FOR BOND ISSUE PURPOSES; AND SECTION 190.0125, F.S. BRIEFING DOCUMENT. (1) TITLE AND LOCATION (City and State) 2 YEAR COMPLETED FINANCIAL AND ENGINEERING SERVICES RELATED TO PROFESSIONAL SERVICES CONSTRUCTION (frapplicable) WATER AND WASTEWATER UTILITIES, NORTH MIAMI 2007-2012 NA I BEACH FLORIDA d (3) BRIEF DESCRIPTION (Brierscope, size. cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm WORKED WITH THE CITY TO DEVELOP DROUGHT RATE SURCHARGES IN RESPONSE TO THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT'S PHASED DROUGHT PLAN. OTHER CURRENT ACTIVITIES WITH THE CITY INCLUDE THE PREPARATION OF SRF LOAN PACKAGES AND GRANT APPLICATIONS FOR BOTH WATER AND WASTEWATER PROJECTS; ASSISTANCE IN PREPARING AND NEGOTIATING INTERLOCAL AGREEMENTS; GUIDANCE RELATIVE TO OUTSIDE CITY SURCHARGE MATTERS. (1) TITLE AND LOCATION (City and State) I -2 YEAR COMPLETED FERN CREST UTILITIES ACQUISITION (DAME, FLORIDA) PROFESSIONAL SERVICES CONSTRUCTION (frapplicable) 2008 NA (3) BRIEF DESCRIPTION (Brierscope, size, cost, etc.) AND SPECIFIC ROLE (_j Check if project performed with current firm e PERFORMED THE VALUATION, SALE AND ACQUISITION SERVICES OF THE UTILITY. SERVICES PROVIDED ALSO INCLUDE DRAFT PURCHASE AND SALE AGREEMENT; LETTER OF INTENT FOR PURCHASE AND SALE OF THE UTILITY; RATE COMPARISON OF PUBLIC AND PRIVATE UTILITIES LOCATED IN BROWARD AND MIAMI- DADE COUNTY. STANDARD FORM 330 (REV. 3r2o1m) PAGE 1 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THts CONTRACT (Complete one Section Efor each key person) 1 A,, Y U, RS Ex � ERIE; IC F NAME 13..ROLEiNT"HISCONT�,CT Douglas H. Negron, PSM Senior Geornaticist 18 1 FLOCATION ':RM NAME AND Surveying And Mapping, LLC (SAM) I Orlando, FL H, EDUCATON fCeg,ee A i7 'JLIIRI�:4TF,)FESSO,u,A: ;GjSL� Tsu-v,(;tate4,nd[,'�,,ci,,!�rei B.S. Land Surveying and Topography, University of Puerto Rico, Professional Surveyor and Mapper, L56901, Florida 2012 Mayaguez Campus, 2000 IS 0THrR O'gar Tfairwrg Awaf,-',. etc � Douglas Negron has 18 years of knowledge, skills, and supervisory abilities in Land Surveying. Mr. Negron has been responsible for the supervision, scheduling, and performance of multiple surveying crews while maintaining excellent verbal and written communication with clients and subcontractors. He is used to communicating with clients and providing deliverables on time under strict budgetary and time constraints. Mr. Negron additionally has experience with proposal preparation for new jobs based upon scope of services provided by clients including researching information necessary for new jobs and is an experienced CAD user. 19. RELEVANT PROJECTS fl (21 YE;` -R COMPLcIED Snowhill Road Improvements Design Services, Seminole County, PROFESSION"'L Hr"qc€-ONST R0CT;0N Vf,7pe-Hei Sanford, FL 2016 N/A (3) BRIE; DESCRIPTION %�ANDSPECIHC- PO -E EJ Che"", if ptti�Ect peftmed zth C. _^,' 11"in, Project Surveyor responsible for survey control and topo for mill and resurface roadway, adding paved shoulders. (1( 11TLE AND LCC,TIC%HC,t, (2) YEAR COMPLETED Hanson Street Extension, City of Fort Myers, FL P-O'E5S;ONALScRV'CvS CONSTFUCTiON (it Ap;;!-t4,) 2018 N/A b. BRIU DES-CRIPNON AND,�PEC!ziC ROJ f�he-'4;f P'Oje--t "U"ent firm Project Surveyor responsible for survey control and topo for roadway design, drainage design, structures design, signals, signing and pavement, marking, airspace agreement, public involvement, environmental permitting, golf course design and utilities. (1) Q! YEAR COMPLETED Golden Oak Phase 4 Design, Walt Disney Imagineering, Orlando, FL FROF"SSViA" ;Rvi-'S CCNSTROI-T,CN 2016 N/A C. (3) n r If rrott-t ,serf orrned,Attt .:accent fifm Project Surveyor responsible for platting subdivisions and performing Topographic surveys. (1) TITLE AND (Y) YEAR COMPLETED South Terminal C -Phase 1— Landslide Civil, Orlando International P;ji-ESSMNAL SRVICES Cor ,CI!ON I It -, r . bH Airport, Orlando, FL 2017 N/A d. (3) 11 ChecI, d pi,uIecl pe,fo,,,-dA11h currentfirm Project Surveyor responsible for the survey support for landslide civil design for the new South Terminal C and working with HNTB, Hensel Phelps and Tuner-Kiewit. (11 Q)YEARCCNIPiETED Gaylord Palms Orlando Waterslide Addition, Gaylord Palms, PROFESSIONAL SERVICES CCNSTR'G'-NON WA",! cl Kissimmee, FL 2016 N/A i3) ;RflF DESCPIPT �ON AN,'- SPFCIF;P,)� F Che-; ,f prne�t pe'fomied w;th fl,m e. Project Surveyor responsible for the construction layout and as -built for pool amenity additions to existing pool area at resort including adding a slide and wave riding attractions. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 3 a - a l p •'a•a o a- I a 12 NAME 13 ROLE IN THIS CONTRACT 14 YEARS EXPERIENCE a. TOTAL b. VATH CURRENT FIRM 22 22 15. FIRMNAh1E AND LOCATION (GlyandState) DAO Consultants, Inc. Orlando, Florida 16. EDUCATION (DEGREE AND SPECIALtZATfOA9 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DOCIPUNE) BS Engineering/ University of Florida PE #54616, Civil Engineering Florida; Site Development, Drainage, and Storm Water Permitting MOTHER PROFESSIONAL QUALIFICATIONS (Pudcatdns, OWruzatura, Trannq Awards, etc) Certified Continuing Education Trainer for the Florida Board of Professional Engineers, ASCE Central Florida Young Engineer of the Year 2000. 1% RELEVANT PROJECTS (1) TITLE AND LOCATION (Cly and State) (2)YEAR COMPLETED PROFESSIONAL SERA CES BP -434 Runway 18R -36L Runway Rehabilitation CONSTRUCTION(ifaThcaUe) and Related Works Project, Orlando International Airport, Florida 2013 2015 H. (3) BRIEF DESCRIPTION (Brkfscope,, sin:, coS, etc) AND SPECIFIC ROLE OCheck if project performed with currenlfinn Project Engineer responsible for engineering design of headwalls and canal revetments, reviewing shop drawings, as -built drawings and videos of drainage pipe as repaired. (1) TITLE AND LOCATION (Cly and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES Bookertown Community Center Annex CONSTRUCTION(ifaFPmcabfe) Sanford, Seminole County 2014 N/A I (3) BRIEF DESCRIPTION (Brk(sccpe, size, cod, etc)AND SPECIFIC ROLE pCheck fProject performed with current firm Site engineering design services were provided for a complete construction package to build the site and meet all U local and state requirements for utilities services and storm water management including the alleviation of standing water within the property, landscaping and irrigation; prepared and submitted permit application packages to regulatory agencies. (1) TITLE AND LOCATION (Clyard State) 2 YEAR COMPLETED Orange County Fuel Automation project at 35 PROFESSIONAL SERVICES CONSTRUCTION(fap.okabto Fire Stations Orlando Florida 2017 2018 C. (3) BRIEF DESCRIPTION(2nefsccpe, sir, rod, etc) AND SPECIFIC ROLE ElCheck fproject performed with current firm Project Engineer responsible for site inspection of 35 fire stations to identify existing conditions in proximity of fuel tanks (approximately 1,000 -so within a 100 -ft radius to detect and record any civil or structural problems, prepare remedial measures. This project spans across Orange County within six different fire battalions. (1) TITLE AND LOCATION (C.lyand State) 2 YEAR COMPLETED PROFESSIONAL SERVICES 3957 South Kirkman Road — Private Corporation CONSTRUCTION(ifappleab(e) Orlando, Florida 2017 1 2018 3) BRIEF DESCRIPTION (8nef6cW, srr, cod, etc) AND SPECIFIC ROLE pCheck if project performed with current firm d Former vacant restaurant to be demolished and re -developed with three restaurant tenants; two of which will have drive-through service windows. Site engineering design services were provided for lot geometry, paving, grading and utilities services. Permit application packages were prepared and submitted to the City of Orlando, South Florida Water Management District, Florida Department of Transportation and Florida Department of Environmental Protection for approval. (1) TITLE AND LOCATION (Cly and State) (2) YEAR COMPLETED Volusia County Regional Juvenile Detention PROFESSIONAL SERA CES CONSTRUCT ION (faMficaUe) Facility 2006 2007 I (3) BRIEF DESCRIPTION (Bnefsccpe, sir, cod, etc) AND SPECIFIC ROLE ®Check if project performed with current firm Design for site engineering to construct a 60 -bed addition to the Volusia County Regional Detention Facility to relieve overcrowding conditions. Design efforts encompassed paving, grading, drainage, storm water management system, water supply and fire protection; design for renovation to the existing facility's waste water treatment plant, which is shared with the Volusia County Juvenile Boot Camp adjacent to this site. STANDARD FORM 330 (REV. 3J2013) ail 161, AUTHORIZED FOR LOCAL REPRODUCTION D(SF330) Organization Chart John D. Hermann, PE Project Manager Donald Stearns, PE Gerald SusannoLitteU Detailed Water/ John Murphy 5U8[ONSULTANTS Hartman, PE, ASA Design/ VVaahawohar Ud|hY Planning,Rebsa & Construction Utility Coordination Financial Gen/ioeo Management 17— Assistance SAM Surveying DAO Consultants And Mapping, LLC So|anQeDao, pE Murry Bullion, PE L— General Civil Douglas NeQron' Engineering PSM[— Land Survey/Utility Locating E. LITIGATION ARMINIUS CONSULTANTS does not have any active nor past litigation. F.FINANCIAL INFORMATION W 4./ T�� SunTrust Bank 444 E Michigan St Orlando, FL 32806 Tel 407.563 1539 July 301h, 2018 City Of Sanford 300 N. Park Ave Suite 236 Sanford, FL 32771 Dear: This letter is to confirm that Arminius Consultants, LLC is a Valued Customer with SunTrust Bank. Our relations has been entirely Satisfactory. We Consider the client to be respectable. This information is given in strict confidence and without any responsibility, howsoever arising, on the part of the Bank or its officers. Sincere) , Martin Mitchley Suntrust Bank 407-563-1539 r SunTrust Bank is an Equal Housing Lender. Member FDIC. ©2008 SunTrust Banks, Inc. SunTrust is a federally registered service mark of SunTrust Banks, Inc. ' ,.,,,o Form f .f(,,; Part 4, Section v)pwa( t itY i ) ��" i and I E,., P r. tAAIVII'Lt I'KUJt:U I u VVHIL;M tStA I ILLUJ I KA I t YKUVUJtU I tAIVI"J 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 1 Complete one Section F for each project.) M. TITLE AND LOCATION (Ctyand State) 22. YEAR COMPLETED Design of Williamson Blvd Reclaimed 24 -inch 2,300 -LF Water Pipeline PROFESSIONAL SERVICES CONSTRUCTION (tfappbcable) (Daytona Beach, FL) I ONGOING na 23. PROJECT OWNER'S INFORMATION a. rnwtU I UVwv tri o. rvuv I Ur UUIV IAu I NV t C. rUlN I Ur UUN I AU I 1 tLCYI'1Ulvt NUMCCK CITY OF DAYTONA BEACH, FLORIDA SHANNON PONITZ 386-671-8825 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) ARMINIUS CONSULTANTS is performing design services for a 24 -inch reclaimed water force main (total 2,300 -linear feet) along Williamson Blvd to connect existing lines and complete the reclaimed piping in this area of the City. The area is highly congested with existing utilities including stormwater, force mains, electric and fiber optic cable_ Arminius is also responsible for permitting, bid, and construction phase services. The pipeline will be installed using horizontal directional drilling and cut and cover. Previously, Arminius performed a peer review on design documents for the proposed installation of these reclaimed water pipelines prepared by others. ARMINIUS reviewed the design, identified quality issues, deficiencies and made recommendations to reduce costs using other construction techniques and routing. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE f. t'. t:AAIYIYLC I'MUJM, 1 J W I11GY1 CSC.`!. I ILLUDI ICH 1 C rMUF'%J>CU 1 MAIVI 0 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 2 Complete one Section F for each project.) 21. TITLE AND LOCATION (CityandState) 22. YEAR COMPLETED Wastewater Treatment Facility Permit Renewal (Lake Wales, Florida) PROFESSIONAL SERVICES I CONSTRUCTION ff applicable) 2018 na 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER VANGUARD SCHOOL. FLORIDA JOHN DICKSON 863-651-1710 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Arminius Consultants was retained by the Vanguard School in Lake Wales, Florida to renew the wastewater treatment facility permit. As part of the permit renewal Arminius: 1. Prepared a Capacity Analysis Report (CAR) to review the plant capacity versus the needed capacity. 2. Prepared an Operations & Maintenance Performance Report (OMPR). Arminius reviewed the condition of the facility and made recommendations for addressing deficiencies and improvements as well as the performance of the plant in comparison to the plant permit. 3. Completed and submitted on behalf of the school the FDEP applications for the permit renewal. Arminius also visited the plant site and documented any deficiencies. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (Cifyand Stafe) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (CByandStete) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (Cftyand State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 r. CAAIVII-LC rRUJ W, 1 J WrIK rt MCJ I ILLUJ I MA 1 C rRUrUJCL/ 1 CAM J 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 3 Complete one Section F for each Droiect.) Review of Contract Wastewater Biosolids Processing (LAKE WALES, PROFESSIONAL SERVICES I CONSTRUCTION (lfapplicable) FLORIDA) 1 2017 na 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF LAKE WALES, FLORIDA I SARAH KIRKLAND 863-678-4182 X 286 ?4. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The City of Lake Wales contracts with BCR for treatment and dis op sal of biosolids. Biosolids are treated by BCR at the plant, then dewatered by the City at the 3.0 mgd plant, and hauled offsite and disposed of by BCR. At the City of Lake Wales' wastewater treatment plant, BCR provides and owns equipment for the processing of biosolids. The equipment is comprised of onsite chemical feed and mixing equipment. BCR is proposing sale of the equipment to the City. BCR also proposes changing various terms of the agreement. To review the proposed sale of the equipment/system to the City, Arminius Consultants: 1) Visited the Lake Wales Wastewater Plant and noted the operation and condition of the system. 2) Reviewed the drawings and specifications for the system. 3) Reviewed the terms of the existing contract and the proposal. Arminius identified contract terms that were unclear, missing, inappropriate, or unfavorable to the City. 4) Developed an estimated probable cost to construct a new system. 5) Completed a life -cycle cost estimate for the system to compare the life -cycle cost for the current contract versus the proposed. The project concluded that there was a 5% project lifecycle cost savings by purchasing the equipment however the proposed purchase price ($1,000,000) was deemed to be excessive by a factor of two. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (CityandState) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (CilyandState) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 r. CAMMI-L-C rMWOM, 10 WnB n DCO i iLLUOI RFA 1 C rMUr'UOcu 1 rAIVI a 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 4 Complete one Section F for each project.) 21. TITLE AND LOCATION (Cly and State) 22. YEAR COMPLETED Wilder Avenue Stormwater Improvements (Daytona Beach, Florida) PROFESSIONAL SERVICES CONSTRUCTION (Kappticable) 2018 na 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUM BEF CITY OF DAYTONA BEACH. FLORIDA KIMBERLY DIXON, PE 386-690-2177 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) The City of Daytona Beach owns and operates a public golf course. Two small concrete bridges had collapsed over a channel. Arminius Consultants prepared drawings to replace the channel and bridges with a buried 48 -inch stormwater 70 -linear foot conduit so that access within the golf course would not be impeded. The project included obtaining an ERP permit from the SJRWMD. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 5TANDARD FORM 330 (HEV. 8/2U15) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (Cly and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. 5TANDARD FORM 330 (HEV. 8/2U15) PAGE 3 t'. tAAIVII Lt t'KUJtI: 1 J 11011U 1 bt=b I ILLU51 KA I t I'KUPUStU 1 tAM"5 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 5 Complete one Section F for each project.) 21. TITLE AND LOCATION (Cky and State) 22. YEAR COMPLETED Water, Wastewater & Reuse Utility Standard Details Update PROFESSIONAL SERVICES CONSTRUCTION (fapplicable) (SARASOTA, FL) 1 2017 na 23. PROJECT OWNER'S INFORMATION a. PROJECT OWN ER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF SARASOTA, FLORIDA MICHAEL CRUMPTON (RETIRED) 863-559-2893 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Arminius Consultants was retained by the City of Sarasota, Florida to update the water, wastewater and reuse system standard details. Arminius reviewed the existing details and made recommendations for changes. Arminius reviewed the City's recommendations, created new details or revised the existing details. Arminius updated over 35 details and created over 10 new details. The utility standard details primarily provide requirements to developers and contractors on how to connect to and appurtenances needed for the water distribution, wastewater collection and reuse distribution system. The update includes new and revised manholes, back flow preventers, blow off valves, valve boxes, underground valves, meter boxes, connections, lateral connections, pipe tracing, air release valves, etc. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (HEV. tir2U1tj) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION ('C17yand State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (CilyandState) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) f. 77 STANDARD FORM 330 (HEV. tir2U1tj) PAGE 3 t". CAAIVIt'Lt t'KUJtG 1 J VWHK; 1 t3t:b I ILLUS I KA I t t'KUF'UStU I tAM-b 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects, if not specified. 6 Complete one Section F for each project.) 21. TITLE AND LOCATION (Cdy and State) 22. YEAR COMPLETED Wastewater Plant Permit Renewal (Polk City, Florida) PROFESSIONAL SERVICES I CONSTRUCTION (lfapplicable) 2017 na 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER CITY OF POLK CITY, FLORIDA PATRICIA JACKSON 863-9841375 x 237 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) ARMINIUS CONSULTANTS* assisted in the renewal of the wastewater plant and disposal system permit for the 0.3 mgd extended aeration activated sludge plant. The plant is Comprised of an extended aeration secondary treatment system. The plant discharges to variety of effluent systems including rapid infiltration basins and spray -fields. ARMINIUS CONSULTANTS compiled plant influent and effluent monthly reporting data including flow and permitted effluent components (suspended solids, BOD, Nitrogen, etc) for the permit renewal. ARMINIUS CONSULTANTS reviewed and compiled monitoring well data for the effluent disposal sites. Arminius also prepared system schematics as part of the permit renewal. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA SUB -CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b HARTMAN CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 1-. tAAIVIt'LC VKUJCU 1J WHIUM tSLb I ILLUW KA I C t'KUVUStU I t:AIVI-J 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 7 Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Water, Wastewater, Stormwater, & Gas 180 Utility Service Area Designation PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) (Fellsmere, Florida) 2017 na 23. PROJECT OWNER'S INFORMATION a. PROJECT OWN ER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER CITY OF FELLSMERE, FLORIDA JASON NUNEMAKER 772-646-6303 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) ARMINIUS Consultants developed 180 utility service area designation maps for the water, wastewater, gas, and storm water utilities for the City of Fellsmere (population 3,500) The City of Fellsmere is a developing community in Indian River County. The majority of the community is agricultural, but the community is developing rapidly due to its proximity to State Road 60 and 1-95. We also developed property descriptions and prepared City ordinances for each of the designated areas. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 812016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a ARMINIUS CONSULTANTS ORLANDO, FLORIDA SUB -CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b HARTMAN CONSULTANTS ORLANDO, FLORIDA PRIME CONSULTANT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (CityandStete) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (CityandState) (3) ROLE f. STANDARD FORM 330 (REV. 812016) PAGE 3 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY PERSONNEL (From Section E, Block 92) 27. ROLE IN THIS CONTRACT (From Section E, Block 73) 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in Example Projects Key"section bebw before completing table. Place X' under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 JOHN D HERMANN, PE PROJECT MANAGER X XX /� /� X X X X 10 DONALD F STEARNS, PE DETAILED DESIGN/ CONSTRUCTION SERVS X X JOHN MURPHY UTILITY COORDINATION X /� SUSANNA LITTELL UTILITY OPERATIONS GERALD C HARTMAN, PE PLANNING, RATES & FINANCIAL ASSISTANCE X X 29. EXAMPLE PROJECTS KEY gUMBER TITLE OF EXAMPLE PROJECT From Section F NUMBER TITLE OF EXAMPLE PROJECT From Section F 1 Design of Williamson Blvd Reclaimed Line (Daytona Beach) 6 Wastewater Plant Permit Renewal (Polk City) 2 Wastewater Treatment Plant Permit Renewal (Vanguard Sch) 7 180 Utility Service Area Designation (Fellsmere) 3 Review of Contract Biosolids Processing (Lake Wales) 8 4 Wilder Ave Stormwater Improvements (Daytona Beach) 9 5 Standard Utility Details Update (Sarasota) 10 b IANWAKU r-UKMY "U (Ktv. 01/U-10) t"HC7C 4 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. ADDITIONAL PROJECT REFERENCES FOR ARMINIUS FOR PROJECT 6 Wastewater Permit Renewal/ Polk City (2016-2017) (ARMINIUS WAS SUBCONSULTANT) Owners Name: Contact/Reference Information: City of Polk City Ms. Patricia Jackson, City Manager 123 Broadway Blvd SE 863.98A.1375 x 237 Polk City, FL 33868 patricia.jacksonCdnypolkcity.org FOR PROJECT 7 Water, Wastewater, Stormwater, 8, Gas 180 Utility Service Area Designation/ City of Fellsmere, Florida (2017) (ARMINIUS WAS A SUBCONSULTANT) Owners Name: Contact/Reference Information: City of Fellsmere Mr. Jason Nunemaker, City Manager 22 S. Orange St 772.646.6303 Fellsmere, Florida 32948 citymanagerc@cityoffeilsmere.org 1. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE i 07/28/2018 33. NAME AND TITLE JOHN D HERMANN, PRESIDENT STANDARD FORM 330 (REV. 812016) PAGE 5 Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: DESIGN OF WILLIAMSON BLVD RECLAIMED 24 -INCH WATER PIPELINE Type of Project/Service: WATER/WASTEWATER ENGINEERING Address: 125 BASIN STREET, CITY OF DAYTONA BEACH, FLORIDA 32114 Contracting A enc /Client: CITY OF DAYTONA BEACH Contact Name and Phone #: SHANNON PONITZ, PE 386-671-8825 Contact Email Address and Fax #: PONITZS@CODB.US Contract Amount: $167,000 Date Work Performed: 2017- ONGOING Project #2: Project Name: WASTEWATER TREATMENT FACILITY PERMIT RENEWAL INCLUDING OMPR AND CAR Type of Project/Service.WATERNVASTEWATER ENGINEERING Address: 22000 US HWY 27, LAKE WALES, FLORIDA 33859 Contracting Agency/Client: VANGUARD SCHOOL OF LAKE WALES Contact Name and Phone #: JOHN DICKSON, 863-651-1710 Contact Email Address and Fax #: JDICKSON AUBURNDALEFL.COM Contract Amount: $7,800 Date Work Performed: 2018 Project #3• Project Name: REVIEW OF CONTRACT WASTEWATER BIOSOLIDS PROCESSING Type of Project/Service: WATER/WASTEWATER ENGINEERING Address: 201 CENTRAL AVENUE W, LAKE WALES, FLORIDA, 33859 Contracting Agency/Client: CITY OF LAKE WALES Contact Name and Phone #: SARAH KIRKLAND 863-678-4182X286 Contact Email Address and Fax #: SKIRKLAND CITYOFLAKEWALES.COM Contract Amount: $2,700 Date Work Performed: 2017 Project #4: Project Name: WILDER AVENUE STORMWATER IMPROVEMENT Type of Project/Service: INFRASTRUCTURE IMPROVEMENTS/STORMWATER Address: 125 BASIN STREET, CITY OF DAYTONA BEACH, FLORIDA 32114 Contracting Agency/Client: CITY OF DAYTONA BEACH Contact Name and Phone #: KIMBERLY DIXON, PE 386-690-2177 Contact Email Address and Fax #: DixonK CODB.US Contract Amount: $5,000 Date Work Performed: 2018 Project #5: Pro eet Name: WATER, WASTEWATER & REUSE UTILITY STANDARDS UPDATE Type of Project/Service: WATER/WASTEWATER ENGINEERING Address: 1750 12TH STREET, CITY OF SARASOTA, FLORIDA 34236 Contracting Agency/Client: CITY OF SARASOTA, FLORIDA Contact Name and Phone #: MICHAEL CRUMPTON, 863-559-2893 (RETIRED) Contact Email Address and Fax #: SCRAPYEAGLE@YAHOO.COM Contract Amount: $20,000 1 Date Work Performed: 2016-2017 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal' City of Sanford I Finance Department I Purchasing Solicitation Division Number: uTr or " 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 RFQ 17/18-33 - SA�ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE � fl^VA'iCE I7EPARTh'ENT Due Date. NEGOTIATION ACT (CCNA) July 31, 2 11 18 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: DESIGN OF WILLIAMSON BLVD RECLAIMED 24 -INCH WATER PIPELINE Type of Project/Service: WATER/WASTEWATER ENGINEERING Address: 125 BASIN STREET, CITY OF DAYTONA BEACH, FLORIDA 32114 Contracting A enc /Client: CITY OF DAYTONA BEACH Contact Name and Phone #: SHANNON PONITZ, PE 386-671-8825 Contact Email Address and Fax #: PONITZS@CODB.US Contract Amount: $167,000 Date Work Performed: 2017- ONGOING Project #2: Project Name: WASTEWATER TREATMENT FACILITY PERMIT RENEWAL INCLUDING OMPR AND CAR Type of Project/Service.WATERNVASTEWATER ENGINEERING Address: 22000 US HWY 27, LAKE WALES, FLORIDA 33859 Contracting Agency/Client: VANGUARD SCHOOL OF LAKE WALES Contact Name and Phone #: JOHN DICKSON, 863-651-1710 Contact Email Address and Fax #: JDICKSON AUBURNDALEFL.COM Contract Amount: $7,800 Date Work Performed: 2018 Project #3• Project Name: REVIEW OF CONTRACT WASTEWATER BIOSOLIDS PROCESSING Type of Project/Service: WATER/WASTEWATER ENGINEERING Address: 201 CENTRAL AVENUE W, LAKE WALES, FLORIDA, 33859 Contracting Agency/Client: CITY OF LAKE WALES Contact Name and Phone #: SARAH KIRKLAND 863-678-4182X286 Contact Email Address and Fax #: SKIRKLAND CITYOFLAKEWALES.COM Contract Amount: $2,700 Date Work Performed: 2017 Project #4: Project Name: WILDER AVENUE STORMWATER IMPROVEMENT Type of Project/Service: INFRASTRUCTURE IMPROVEMENTS/STORMWATER Address: 125 BASIN STREET, CITY OF DAYTONA BEACH, FLORIDA 32114 Contracting Agency/Client: CITY OF DAYTONA BEACH Contact Name and Phone #: KIMBERLY DIXON, PE 386-690-2177 Contact Email Address and Fax #: DixonK CODB.US Contract Amount: $5,000 Date Work Performed: 2018 Project #5: Pro eet Name: WATER, WASTEWATER & REUSE UTILITY STANDARDS UPDATE Type of Project/Service: WATER/WASTEWATER ENGINEERING Address: 1750 12TH STREET, CITY OF SARASOTA, FLORIDA 34236 Contracting Agency/Client: CITY OF SARASOTA, FLORIDA Contact Name and Phone #: MICHAEL CRUMPTON, 863-559-2893 (RETIRED) Contact Email Address and Fax #: SCRAPYEAGLE@YAHOO.COM Contract Amount: $20,000 1 Date Work Performed: 2016-2017 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal' Technical approach to the project A typical approach for ARMINIUS to begin a project comprises: 1. Problem/Project Development: We listen to our client's needs, and brainstorm with them to flush out a strategy and clearly defined objective. Based on what we understand, develops a step by step methodology to solve the problem and review this with the Client. Our experienced staff understands the complex nature of proiects and can anticipate problems. 2. We review the scope with the Client and modify according to the discussion. We offer alternative approaches if applicable. Our scope clearly defines our deliverables and what the Client will provide. 3. Based on client feedback, we adjust the scope and develop a cost estimate based on hourly rates and direct costs. For subconsultants, we obtain firm fee proposals and incorporate the information into the fee spreadsheet. Subconsultant fees are often obtained from more than one firm to help keep costs in line. We work with firms that we know through experience, and those that may already have contracts with the City. 4. The level of effort is reviewed with the Client at this point and the scope/fee adjusted accordingly. We look for areas where projects can be made more efficient and fees reduced without compromising the integrity of the project. 5. Schedule Development: We develop a project schedule for the work. The schedule incorporates review periods and time for field studies. 6. Contract Approval & Execution: At key milestones in the development of the project we: a. Review/update construction cost estimates to reflect revised quantities; b. Perform QA/QC reviews to identify design deficiencies and improvements; These reviews are conducted by very experienced engineers who are not involved in the detailed development of the project (to maintain objectivity); Adequacy of resources. The following represents the teams current and projected workload: 0 Anticipated Workload (next 3 months): 50% of available capacity • Overhead & Misc: 10% • Availability: 40% The projected workload represents an estimate of what we anticipate based upon expected work to be awarded and may be subject to change. We have several continuing services contracts that we expect upcoming work for several entities including the City of Daytona Beach, and FGUA. Currently, we are in final design phase of a 2,000 linear foot pipeline in Daytona Beach and expect construction phase in the late summer. This work will occupy several of our staff on a less than 40% basis. ARMINIUS has the availability and expertise to perform assignments for the City of Sanford. Our team includes two sub -consultants (DAO and SAMS) who offer additional personnel to enable completion of work in a timely manner. Specific services and tasks to be performed. Task 1 — Pre -Design Review of Existing Information — As appropriate, Arminius will review existing information regarding existing utilities and features. We will prepare data requests to the City. Arminius will meet with City personnel to review the data. Based upon our observed number of existing utilities, Arminius will contact existing utilities with regard to the locations, type, size and special conditions. We will request plan sheets from the existing utilities. Land Survey/Existing Utility Identification — Arminius will prepare a data request to the City to help identify existing utilities. Arminius will conduct a topographic land survey by a licensed surveyor to identify major features and utilities. Task 2 - Permitting Arminius will determine anticipated permits which may include FDEP Wastewater Construction Permit, County, FDOT, etc. Arminius will meet with permitting agencies to determine specific permitting requirements. Arminius will complete the permitting application and obtain the permits. Task 3 — Design Preliminary Design (30% design) - Upon completion of the land survey, review of existing information, and geotechnical review, Arminius will meet with the City and provide in a memo format Page 140 our recommendations for the design parameters. As part of the site work for a project, Arminius will perform an assessment of the locations of existing utilities. We will meet/discuss means of existing utility protection with the existing utilities. Our objective is to avoid conflicts with existing utilities. Design - Arminius will prepare contract documents suitable for bidding at 60%, 90% and final completion milestones. This task includes development of technical specifications and contract drawings. We will incorporate as requested by the City the appropriate front end documents into the specifications. We will also incorporate any special requirements regarding the protection of existing utilities. Arminius incorporates a Quality Control/Quality Assurance (QC/QA) step into all maior deliverables. QA/QC is performed by a senior member of our team. Project Schedule - Arminius will develop an estimated project schedule in Gant Chart form for the tasks in this scope. The schedule will identify major milestones and be submitted/revised monthly as needed. Estimate of probable construction cost - Arminius will prepare at each design submission an estimate of the probable cost of construction. Task 4 — Bid Phase Services Arminius will assist the City during the bid phase. Bid phase assistance will comprise: • Prepare addendum and respond to RFI's. • Review bid alternatives. • Attend pre-bid meeting. • Attend bid opening. • Review submitted bids for completeness. • Provide memo regarding bid tabulation. Arminius assumes that the City will distribute the contract drawings and addendum and will manage the bid process. Task 5 — Construction Phase Services Arminius Consultants assumes that the construction phase will be completed within a 4 -month period. Arminius will perform the following services as part of the Construction Phase: • Organize & Attend Pre -construction Meeting. __ • Review shop drawings. -- • Prepare responses to RFI's. • Review pay requests and make recommendations to the City. • Review construction contract amendments. Participate in negotiations as requested by the City. • Provide site inspection. Task 6 — Project Close-out Arminius will perform the following project closeout activities: • Work with the City to develop a project close-out checklist • Review as -built drawings to be provided by the Contractor • Sign and submit as required to regulatory agencies final record drawings • Review final pay application At various milestones in a project, ARMINIUS develops construction cost estimates based on: • Recent average bid prices (rather than the low bid) from projects and cities with similar characteristics to the project. ie Cities with the same degree or urbanization, similar location in Florida, Projects with the same material, pipe size construction technique, site characteristics were preferred. We use real prices not textbook sources. • For unique equipment and process configurations, we obtain material costs from manufacturers and combine the information with anticipated labor hours (based on personnel experience and industry guides). • Adjustments to the similar bid costs for project specific characteristics using cost estimating guides as orders of magnitude rather than raw cost. • Typical documented contingencies reflecting of the stage of the design/accuracy of the estimate. • Escalation factor for future bid dates using the ENR 20 -cities average. Response time and/or project implementation schedule for proposed services We are a small agile firm. We are not hindered by complex internal procedures and large corporate overheads. Most of us have worked together in various capacities for over 10 years. We use the latest software and technology to deliver our projects including AutoCadd, MS Office, Adobe suite, Dropbox for Business and cloud data sharing. Due to our close proximity, we can respond to you almost immediately. Our subconsultants can provide if needed additional professional staff to supplement us and speed up schedules. Innovative concepts. Arminius understands that funding of municipal projects can be scarce and the importance of staying in budget. Costs can also come as indirect in the form of disturbances to businesses and communities. We also understand the need to deliver projects on time to meet regulatory and meet the needs of each community. We understand the importance of choosing designs that are both cost effective and least disturbing to a community. • A very recent example includes the rapid completion of three deliverables (OMPR, CAR & application) needed for the renewal of the wastewater permit for the Vanguard School in Lake Wales. In less than a 30 -day period Arminius completed the documents, performed QA/QC on them and submitted them to the FDEP. • For the City of Mulberry, Florida wastewater treatment plant upgrades, Mr. Hermann generated a preliminary design in less than 6 -weeks to satisfy the requirements for the grant funding schedule of the FDEP. The design also incorporated provisions to meet permitting deadlines for plant effluent parameters. • For the Williamson reclaimed pipeline that we are now designing for the City of Daytona Beach, we have developed a strategy to minimize existing utility disturbances while maintaining the construction budget. For one segment of the work we are proposing using horizontal directional drilling to avoid large utilities and wetlands, while on the other segment we are proposing using cut and cover. Since we are an experienced team, we have the upfront insight to budget and schedule projects correctly. We incorporate a QA/QC constructability review into each project to identify project deficiencies. Arminius Consultants has worked for many cities in Florida. To help stay within budget & schedule Arminius incorporates additional steps including: • Searching for low cost options and funding sources; • Having additional coordination meetings; • Meeting with City officials and/or giving presentations to keep a clear view of the project; • Providing simple explanations and guidance of the plusses and consequences of certain decisions; • Meeting with and coordinating with permitting and other agencies. Walking through permits within the City and within agencies. Arminius Consultants in the course of completing projects implements various techniques: To speed up proiect schedules, Arminius: • Meeting up -front with various permitting agencies to gain an understanding of: o what triggers certain types of permits. For example, Arminius may propose avoiding certain construction location such as wetlands to avoid wetland permitting and remediation; o time/schedule required for permit reviews. Arminius provides an understanding to all parties of when realistically a permit will be approved; o permit requirements. Arminius will schedule work so that information can be provided quickly to start/complete the permit process. • Developing alternative procurement methods to speed up a protect schedule including_ o pre -purchase of equipment; o using design build for easily definable projects; To reduce or avoid project costs, Arminius: • Researching and recommending alternative materials. In cases where there are no clear alternatives or competition is reduced, Arminius has recommended alternative materials • Exploring common goals with developers or other nearby utilities. Project efficiencies can often be realized by partnering with both private and public entities. • Looking for bidding efficiencies, Arminius has combined projects with similar materials to achieve cost efficiencies. To reduce proiect impacts, Arminius: • Choosing alternative routes or construction methods that do not disrupt businesses and residences • Negotiating violations with permitting agencies. Often permitting agencies can offer help in reducing penalties and solving problems ---N Aidf■F7 GPMC1 AOC"RL7" CERTRCA7E OF L"Li1Y INSURANCE MS CBtWM%''M U � AS A NATER OF WORKU 1 MY Alm COMFJ3U MD Rt3Hls U� WE CIRMCRIE EnMBL 'BS tSTlEVAI : DWS MDT Mi TVE.Y OR IE RMMY AMD, MEND OR ALIt IM CDVB AE ARUMM BY WE PGLKE BBDpt WS CERU AAE OF RMMW CE DOES NOT COMSKBTE A CDM1RI CT BEIV� 'BE MUMG Btu AU� l (B►711EORPRGMXMt.AMWWCBtWMIEHMM13L WCRVAR: ■en aorU rldwim mADO1710MAL NMS en paeeoo) mnt how AD➢YBONILL � p-otd® rrhs drd E A7lOM Y VANVED, dijodb to m d odl!® den poioj,aril- poidw OW ngAA ® A abdmd r�AmohdmWC Odd-„ FL iUti r OFGPMU=SMCCMMIVBMCLES P�nti�rri�■awrS,�rr.f���s�or C17Y17e S}KLRDAMYOFIMAIWME PCL > MdIMZLIID dUdBdMd IM Aa t ��ntieFCLWF si Wof PO OK 1706 6I01MmM PL37I71 WwACM- mdlo--rsdACD 9-1 aB. AttnrhmPnt "R" incnranra RPnnirPmc+ntc k City of Sanford Finance Department Purchasing Contract does not Exceed Contract does not Excee Division $500,000, 180 days and $500,000, 180 days and 300 N. Park Avenue Suite 243 211 Floor Sanford Florida 32771 SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 "", CONSULTANTS COMPETITIVE Employers Liability FINhIC£DE➢,1gfMFhi Employers Liability 51,000,000.00 $500,000.00 NEGOTIATION ACT (CCNA) IX Each Accident Term Contract Each Accident TITLE: PROFESSIONAL CONSULTING SERVICES AttnrhmPnt "R" incnranra RPnnirPmc+ntc k 38 Contract Exceeds Contract does not Exceed Contract does not Excee COVERAGE REQUIRED $500,000, 180 days and $500,000, 180 days and $25,000,30 days and no unusual hazards exist no unusual hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability 51,000,000.00 $500,000.00 $500,000.00 I *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers S 1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease 51,000,000.00 $500,000.00 $500,000.00 Commercial General Liability _ shall include- Bodily Injured Liability S3,000,000.00 Per 51,000,000.00 Per S500,000.00 Per and Advertising Injuring Liability Occurrence Occurrence Occurrence Coverages shall include: Premises/ Operations; Products/Completed $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Contractual Liability; Aggregate Aggregate Aggregate Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage nu{st he provided for Sexual Harassment, Abuse and Molestation Comprehensive Auto Liability, $ 1,000,000 Combined S 1,000,000 Combined S 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all ofthejbllowing: S 1,000,000 General S 500,000 General owned, leased, hired, non -owned S 1,000,000 General Aggregate Aggregate autos, and scheduled autos. Aggre ate Professional Liability (when required) $1,000,000.00 51,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site 100% of completed 100% of completed 100% of completed storage, transit, installation and value of additions value of additions value of additions equipment breakdown. Permission and structure and structure and structure to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: 51,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred S3,000,000 Combined $1,000,000 Combined $500,000 Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 General $1,000,000 General $500,000 General Aggreg Aggregate _Aggregate 38 a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. 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. c 'flie City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure Certification Terms and Conditions 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 notwithstanding, the City will expect relief from the Contractor. a. 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. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. 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. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. elf lY il- 11. 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 of Sanford in accordance with the policy provisions. i. All insurers Must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 City of Sanford I Finance Department I Purchasing Division CITYOF 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 S��FQRD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE F111ANCEOPARWO11 NEGOTIATION ACT (CCNA) Term Contract h l �aff °!,/! TITLE: PROFESSIONAL CONSULTING SERVICES a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. 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. c 'flie City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure Certification Terms and Conditions 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 notwithstanding, the City will expect relief from the Contractor. a. 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. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. 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. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. elf lY il- 11. 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 of Sanford in accordance with the policy provisions. i. All insurers Must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 ci,v oe Skl�FQRD FINANCE 01PARTVPT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Sanford, Risk Manager. I. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and proJect name. Af�1/ 0 --- ANTSIGNATURE JOHN D HERMANN Typed Name of'AFFIANT PRESIDENT Title STATE OF COUNTY OF Tbe foreg", instrument was exccuted before mc this day of' 20 by IL asti� who personally swore orall'o-med that he/she is authorized to execute this document and thereby iiidthe Corporation, and w[ioispersonally known to me OR has produced as udTt(fcjtion. LISA WHITLOCK NolzTy Public - Stoic of Ho;ida Commission P FF 9B5683 tly Comm. Expires Jun 23, 2020 NOTARY PI-43LIC7, State of (stainp) Bonded through The 00, reserves the unilateral right to modify the insurance requirements set forth at an�y time during- the process of solicitation or suhsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'O" Failure to submit this form may be grounds for disqualification of your submittal"'10 t, 40 B. Conflict of Interest -rt ��IZD 0 N^^�Ecr"3,"tNr City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Phone: 407-6&8-5028, or 5030 Fax: 407-688-5021 ��iii�p'�t1�M#.Ytdtnitt � CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract ` Q.� `� ' R y�'•.� ,L TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the PRESIDENT/OWNER of ARMINIUS CONSULTANTS LLC with a local office in [Insert Title] [lnson Company Namel ORLANDO, FL 32806 _ and principal office in _ORLANDO, FL 32806 B. The entity hereby submits a proposalfofl"er to RFQ 17/18-33, titled Professional Consulting Services-CCNA. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. f3. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion ofterms, conditions, pricing, or otherofier parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. 11. 1 hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Depart]TlenUOftICC. 1. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing, lay the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attl Oment" "' Con of Interest Statement, is truthful and correct at the time o uu�jvotf11it, MI ,NA"l-L1RL' - ` Q.� `� ' R y�'•.� ,L JOHN D HERMANN ,'`` .,- ;� 'C�� ypPRESIDENT AFFIANT _ Comm4 2020s 2 — _ _.._'. MY Title August 1g502 �' No. GG :' p`r STAI G OF FLORIDA PUB�;�G�OQ`�� COUNTY OF ORANGE r�%�!'•, 10� The foregoing instrument was executed before me this da9I/1411 20 02 by d7 i ✓w�_L frtas_ .. of,who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced r--1— as identification. c _ NOTARY PUBLIC. State of f=ly 1l Cc( (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE '�O Failure to submit this form may be grounds for disqualification of ,your submittal' C. Non-Collusion/Lobbying Certification Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number 10'(f 17/18-33, tilled Professional Consulting Services- CCNIA. B. This sworn statement is submitted by ARMINIUS CONSULTANTS, LLC whose business address is [Name of entity submitting swom statement] 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 -.and (if applicable) it's Federal Employer Identification Number (FEINT) is 47-4486465 (If the entity has no F'F"IN, include the Social Security Number of the individual signing this sworn statement: C. My name is JOHN D HERMANN and my relationship to the above is PRESIDENT I Please prim name of'individual signing) D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best ol'his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of tree competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: 1. No City appropriated funds have been paid or will be paid, by or on behalf ol'the undersigned, to any person for innuencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding ol'any City Contract. 2. 11'any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence member of'City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -I., "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in A tae (me1)"eop-CollusimilLobbying Certification, is truthful and correct at the time of'submission. - ---- ------ -- At#IANT SIGNATURE JOHN D HERMANN LISA WHITLOCK Notary Public - State of Floi;da Typed Name ol'AFFIANT Commission ! FF 985683 PRESIDENTtAy Comm. Expires Jun 23, 2020 Title ?ondetltNooghPvrForrrdlNol,ryAssn, STATE OF FLORIDA COUNTS' OF ORANGE -eg day The I'm oing instrument was executed b lure me this 'If 20 by w a of who ------ personally swore or affirmed that he/sly; is authorized to execute this document and thereby bind the Co )oration, and who is personally known to me OR has produced as identification. NOTARY PUBLIC, State of 47' (stamp) PLEASE COMPLETE AND SUBMIT VITA YOUR RFQ RESPONSE "P'Failure to submit this form may be grounds for disqualification of your submittal' 42 City of Sanford Finance Department Purchasing ............. Division CITY 01ANFORD 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 ,1 ............... 1131 S Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) g, Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number 10'(f 17/18-33, tilled Professional Consulting Services- CCNIA. B. This sworn statement is submitted by ARMINIUS CONSULTANTS, LLC whose business address is [Name of entity submitting swom statement] 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 -.and (if applicable) it's Federal Employer Identification Number (FEINT) is 47-4486465 (If the entity has no F'F"IN, include the Social Security Number of the individual signing this sworn statement: C. My name is JOHN D HERMANN and my relationship to the above is PRESIDENT I Please prim name of'individual signing) D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best ol'his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of tree competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: 1. No City appropriated funds have been paid or will be paid, by or on behalf ol'the undersigned, to any person for innuencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding ol'any City Contract. 2. 11'any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence member of'City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -I., "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in A tae (me1)"eop-CollusimilLobbying Certification, is truthful and correct at the time of'submission. - ---- ------ -- At#IANT SIGNATURE JOHN D HERMANN LISA WHITLOCK Notary Public - State of Floi;da Typed Name ol'AFFIANT Commission ! FF 985683 PRESIDENTtAy Comm. Expires Jun 23, 2020 Title ?ondetltNooghPvrForrrdlNol,ryAssn, STATE OF FLORIDA COUNTS' OF ORANGE -eg day The I'm oing instrument was executed b lure me this 'If 20 by w a of who ------ personally swore or affirmed that he/sly; is authorized to execute this document and thereby bind the Co )oration, and who is personally known to me OR has produced as identification. NOTARY PUBLIC, State of 47' (stamp) PLEASE COMPLETE AND SUBMIT VITA YOUR RFQ RESPONSE "P'Failure to submit this form may be grounds for disqualification of your submittal' 42 D. Drug Free Workplace Certification Attachment "E" Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the RFQ response. In order to have a drug-firee workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations or such prohibition. B. lnl'orm employees about the dangers of drug abuse in the workplace, the husiness' 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. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy or the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or conti-actual 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, Florida Statutes, or of any control led substance law of the United States or any state, for a violation occurring in the workplace no later than live (5) days after such conviction. E. 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. F. Make a good faith effort to continue to maintain a drUg-firce workplace through implementation of the foregoing provisions. Ry the signaturc(s) below, l/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attach Ant "E,"ffm Certification, is truthful and correct at the tune of submission ay LISA WHITLOCK c -State of Flooda H Jjotary Publicc Agf�],�,NIT SIGNATURE r % FF 985683 N D HERMANN Commission LJ11 My Comm, Expires J 23, 2020 is Typed 'Name of AFFIANT PRESIDENT Borrie d through t,1stiorip.1 Notary Assn. Title STATF. OF COUNTY Of-_ file fore o�ng instrument was executed taefore me this day of 20�_, by who Orsonally swore matured�Oc/she is authorized to execute this document and thereby bJ'n8 tl)ietorponation, and who is personally known to me OR has produced 2,L,. as identification. NOTARY PUBLIC, State (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable) 43 City of Sanford Finance Department Purchasing Division 4 300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771 01 0&�KF �D Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE FINANCE DEPARTMENT NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "E" Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the RFQ response. In order to have a drug-firee workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations or such prohibition. B. lnl'orm employees about the dangers of drug abuse in the workplace, the husiness' 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. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy or the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or conti-actual 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, Florida Statutes, or of any control led substance law of the United States or any state, for a violation occurring in the workplace no later than live (5) days after such conviction. E. 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. F. Make a good faith effort to continue to maintain a drUg-firce workplace through implementation of the foregoing provisions. Ry the signaturc(s) below, l/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attach Ant "E,"ffm Certification, is truthful and correct at the tune of submission ay LISA WHITLOCK c -State of Flooda H Jjotary Publicc Agf�],�,NIT SIGNATURE r % FF 985683 N D HERMANN Commission LJ11 My Comm, Expires J 23, 2020 is Typed 'Name of AFFIANT PRESIDENT Borrie d through t,1stiorip.1 Notary Assn. Title STATF. OF COUNTY Of-_ file fore o�ng instrument was executed taefore me this day of 20�_, by who Orsonally swore matured�Oc/she is authorized to execute this document and thereby bJ'n8 tl)ietorponation, and who is personally known to me OR has produced 2,L,. as identification. NOTARY PUBLIC, State (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable) 43 E. Acceptance of RFQ Terms and Conditions Attachment "F" Acceptance of Proposal Terms and Conditions I/we. the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment 41F" Acceptance of Proposal Terms and Conditions are all acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: ARMINIUS CONSULTANTS, LLC Mailing Address: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Telephone Number: 321-315-7674 Fax Number: L -mail Address: j9hrlhermanngarminius.co JOHN D HERMANN FEIN: 47-4486465 4 It lorized Signatory' Printed Name (1011 Title STATI; OF FLORIDA (:,01-JN'I Y OF ORANGE :1 he forLgoi4 instrument was executod before me this day 01' 20 by c. o I- -o who personally swore or affirmed that he.she is authorized to execute this document and thereby bind the Corporation, and —,Vflo is personally known tonieOtt has produced � \ - Ul,— as identification. Nort-ARY PUBLIC. State of PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal`' City of Sanford I Finance Department I Purchasing 5V Division 044'j S ORD 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 My Comm. Expires J CONSULTANTS COMPETITIVE Gorded thmugttiatmaj Notary As51i, X NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Acceptance of Proposal Terms and Conditions I/we. the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment 41F" Acceptance of Proposal Terms and Conditions are all acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: ARMINIUS CONSULTANTS, LLC Mailing Address: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Telephone Number: 321-315-7674 Fax Number: L -mail Address: j9hrlhermanngarminius.co JOHN D HERMANN FEIN: 47-4486465 4 It lorized Signatory' Printed Name (1011 Title STATI; OF FLORIDA (:,01-JN'I Y OF ORANGE :1 he forLgoi4 instrument was executod before me this day 01' 20 by c. o I- -o who personally swore or affirmed that he.she is authorized to execute this document and thereby bind the Corporation, and —,Vflo is personally known tonieOtt has produced � \ - Ul,— as identification. Nort-ARY PUBLIC. State of PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal`' I M� LISA WHITLOCK Nolaay Publir • State of F' Ti'a Commission # FF 683 Z5 ,,, -F My Comm. Expires J Gorded thmugttiatmaj Notary As51i, I M� 6/2018/F_ Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. 1 Dated: 7/5/2018 Addendum No. 2 Dated: 7/11/2018 Addendum No. 3 Dated: 7/20/2018 Addendum No. 4 Dated: 7/26/2018 Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: ARMINIUS CONSULTANTS, LLC Mailing Address: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Telephoneho Number: 32+/1-315-7674 Fax Number: NA E-mail Address: johnhermann@arminius.eo t'�Y� "—' JOHN D HERMANN FFIN:_47-448_6465 Anted Signatory Printed Name PRESIDENT 7/28/2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for- disqualification of your submittal`s City of Sanford � Finance Department � Purchasing Division N�bet ciry of 300 N. Park Avenue Suite 243 2'"' Floor, Sanford Florida 32771 � Phone: 407-G88-5028, or 5030 Fax: 407-688-5021 °,�� �1a,,.I�TFC�RD . '�FINANCE DEPARTMENT CONSULTANTS COMPETITIVE ` ` `� NEGOTIATION ACT (CCNA 1�ute.ate Term Contract TITLE: PROFESSIONAL CONSULTIN G SERVICES Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. 1 Dated: 7/5/2018 Addendum No. 2 Dated: 7/11/2018 Addendum No. 3 Dated: 7/20/2018 Addendum No. 4 Dated: 7/26/2018 Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: ARMINIUS CONSULTANTS, LLC Mailing Address: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Telephoneho Number: 32+/1-315-7674 Fax Number: NA E-mail Address: johnhermann@arminius.eo t'�Y� "—' JOHN D HERMANN FFIN:_47-448_6465 Anted Signatory Printed Name PRESIDENT 7/28/2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for- disqualification of your submittal`s City of Sanford � Finance Department � Purchasing Division N�bet ciry of 300 N. Park Avenue Suite 243 2'"' Floor, Sanford Florida 32771 � Phone: 407-G88-5028, or 5030 Fax: 407-688-5021 °,�� �1a,,.I�TFC�RD . '�FINANCE DEPARTMENT CONSULTANTS COMPETITIVE ` ` `� NEGOTIATION ACT (CCNA 1�ute.ate Term Contract TITLE: PROFESSIONAL CONSULTIN City of Sanford I Finance Department Purchasing Division ! /f CITY OF 300 N. Park Avenue Suite 236, Sanrord, Florida 32771 ADDENDUM Phone: 40^,-688-5028 or 5030 ( Fax: 407-688-50211 Email: Sk�40RD urchasin anrordR ov #1 FINANCE DEPARTMENT IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) A through F included in Tab A, Firms Qualifications and Experience-, and G through L include in �f Tab "F" Additional Information. i i i i i Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the r Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. I I i Acknowledgment is hereby made of Addendum #1 to IFB 17/18-33 Professional Consulting Services- (CCNA) i i ARMINIUS CONSULTANTS, LLC johnhermann@arminius.co Name of Finm;Company Contact Email 2501 BAYFRONT PARKWAY ORLANDO FL 32806 i Street Address City, State, Zip Code 321-315-7674 na i Telephone Number Fax Number i ; ; JOHN D HERMANN, PE PRESIDENT Authorized Person Printed Name Authorized Person Title 41 i�----� 7/5/2018 i Authorized Person Signature Date of Signature i i i i i � �f i i I I I I I i l 2 City of Sanford I Finance Department Purchasing Division % CITY OF 3001v. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM + Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: >> urchasln asanfordA ov #2 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I just submit our qualifications for the project? If there are precert forms, can you direct me to them? I'm not finding them on your website. AT No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. H. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17,18-33 please note Addendum 91 was posted as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Ser«ces- CCNA. b. Attachment "F" has been revised please complete and process with the proposal. c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as Additional Inforniation. d. GSA Form SF -334 has been broken down in sections, please follow Section 5 for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/ roposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA) ARMINIUS CONSULTANTS LLC iohnhermann(Marminius.co Name of Fim /Company Contact Email 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Street Address City, State, Zip Code 321-315-7674 na Telephone Number Fax Number JOHN D HERMANN PRESIDENT Authorized Person Printed Name Authorized Person Title 7/11/2018 Authorized Person Signature ' Date of Signature City of Sanford I Finance Department. s Purchasing Division f CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM NANFORDPhone: 407-688-5028 or 5030 Fax: 407-688-5_021 j Email: urchasinsanfordn #3 "Q 17/18-33 PROFESSIONAL % FINANCE DEPARTMENT CONSULTING SERVICES (CCNA) A16. Please use Tab "F" Additional Information to add the additional disciplines. Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1 i and nowhere else in the proposal? A17. Yes, however, insert in Tab "A" per Section 5. II. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read Section 5 for special instructions on SF 330 form. j I Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this j Addendum with your submittal. Failure to comply may result in disqualification of your response. 1 i Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) i ARMINIUS CONSULTANTS LLC iohnhermanndarminius.co Name of Finn/Company Contact Email � 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Street Address City, State, Zip Code 321-315-7674 na i Telephone Number Fax Number i I JOHN D HERMANN PRESIDENT Authorized Person Printed Name Authorized Person Title r 07/20/2018 Authorized Person Signature ` Date of Signature i i 3 ------------- C".ity of Sanford I Finance Department '^ CITY OF Sjk�4F%JRD Purchasing Division 300 N. Park Avenue Suite236, Sanrord, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: urcha h dsanrordil. ov ADDENDUM #4 RFQ 17/18-33 PROFESSIONAL FINANCE DEPARTMENT CONSULTING SERVICES (CCNA) Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgrnent is hereby made of Addendum 44 to RFQ 17/18-33 Professional Consulting Services- (CCNA.) ARMINIUS CONSULTANTS LLC iohnhermannOp-arminius.00 Name of Firm/Company Contact Email 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Street Address City, State, Zip Code 321-315-7674 na Telephone Number Fax Number JOHN D HERMANN PRESIDENT Authorized Person Printed Name Authorized Person Title �► 7/26/2018 Authorized Person Signature` i Date of Signature -_---.-- - _____._. _ .-- --__._-_ i i i ' ��il � j�� �s r(�� I( t s Standing and ,�� /� �s m i1 ar 1 c a � s Attachment "H" Organizational Information The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION City of Sanford I Finance Department Purchasing X Corporation Division �1lttiIt f „ ciry < SANT, ORD 300 N. Park Avenue Suite 243 2na Floor, Sanford Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 RF+(r 1/1 3 r �75 CONSULTANTS COMPETITIVE HNANCE "ARr^,ENa NEGOTIATION ACT (CCNA)"� I t 2 19, State oflncorporation Term Contract " TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "H" Organizational Information The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION lease place a check mark ✓ next to applicable e) X Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State oflncorporation FLORIDA Principal Place of Business (Enter Address) 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Federal I.D. or Social Security Number 47-4486465 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: ARMINIUS CONSULTANTS LLC Mailing Address: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Telephone Number: 321-315-7674 Fax Number: NA E-mail Address:lohnhermann(aDarminius.co JOHN D HERMANN FEIN: 47-4486465 Au 40 ' ed ignatory Printed Name a PRESIDENT/OWNER 07/28/2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE m'Failure to submit this form may be grounds for disqualification of your submittal" 46 Electronic Articles of Organization L13000130244 FILED 8:00 AM For September 16, 2013 Florida Limited Liability Company Seb. Of State dbutter Article I The. nanic of the lArnited Liability Company ARMINIUS CONSUITING. LLC Article 11 'Ilw street address ol'the principal offlice of the Limited Liability Company is: 1315 ENIARKS ST FL, 1290-3 The nailing address of the Limited I �iabilitv Coiripany is: 1315 17 MARKS ST ORLANDO, FL. 32903 Article III The purl-iose for which this LiinitW Liability Coniparty is organized is: ANY,AND ALL T,A%�,J�JTJ, 13j'Q Article IV The narne arid Florida street address, of the registerexi agent is: JOHN 1) UIERNIANN 1315 E MARKS ST ORLANDO. FL. 32903 Having been named as raisloretlag;v and lo accept sen,iw of prcxx�ss 1br die ilxwc stmod limilod HAWN, company at the p acc ticsignaled in this urtificatc. I hereby accept the appointinctit as regisiered .agent and ato act in this caraitv. I furth%.ragrce to cph-, with the provisions of all statute relating to Tirte;.c propcer and comp etom c �crforniance of my duties. and I am fluniliar with and accept the obligaiions of my position as r%TiswfW, agent. R,cgistcrcd Agcnt Sigilature. JOHN D FIERMA\N Article V 1.130001�0244 The. name and addrcss of-maiiaging mcniberdrnanagm are: FILED 8: 0 AM September 16, 2013 TiflHe- XIGR Seb. Of State JON 1) HERMANN dbutler 1315 F MARKS ST 0RI.-,-%\,J)0. Fl- 3203 Article V1 The e11'Lvt1vc- dalt, for this 1.1mitiod Liability Cmpajiv.sball be: 10:01,2013 Sigiiature of juernbcr or Lin authorized mere-sentative (if a inernIvr F'hx1rook-, Siggilataro: JOI IN I) HERMANN I am the member or authorized represcoativc submitting these 'Articles of Organization and affinn that the fads suited ligroin arQ inte. I ana i warc, that false. infornialion submitted in a doc-unictit to the Ix-pa-rinicni of State mistitutes a third deank- 1'elmy as provided for in s.817. IS 5, F.S. I undcrstanil the requkremcnit to file an annual re and every year tZereafter to maintaiti "active" stafiffill. S333M H i� ,o i 1 C Receipt is f". e i p He Local > aM / s Scott Randolph, Tax Collector Local Business Tax Receipt Orange County, I-Ioncia This local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and othe lawful authorities. This receipt is valid from October 1 through September 30 of recei t year. Delinquent ponalty is added October 1. 2017 EXPIRE 9/30/2018 5000-1154648 5000 BUSINESS OFFICE $30.00 1 EMPLOYEE 3004 CERT OF AUTHORIZATIO $30.00 TOTAL TAX $60.00 HERMANN JOHN D PREVIOUSLY PAID $60.00 TOTAL DUE $0.00 ARMINIUS CONSULTANTS LLC 2501 BAYFRONT PKWY ORLANDO FL 32806 2501 BAYFRONT PKWY (MOBILE) U - ORLANDO, 32806 PAID: $60.00 0098-00788965 7/31/2017 Scott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida This local business tax receipt is in addition to and not In lieu of any other lax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and othe lawful authorities. This receipt is valid from October 1 through September 30 of receipt year. Delinquent penalty is added October 1. 2017 EXPIRES 9/30/2018 5000-1154648 5000 BUSINESS OFFICE $30.00 1 EMPLOY -'.-30D`4--..CERT OF AUTHORIZATIO $30.00 trJ'V,r� TOTAL TAX $60.00: PREVIOUSLY PAID $60.00« aH RMANN JOHN D TOTAL DUE $0.00 RMINIUS CONSULTANTS LLC 1 2501 BAYFRONTPKVVY 01 BAYFRONT PKWY (MOBILE) U ORLANDO FL 32806 `T fY�� l trl PAID: $60.00 0098-00788965 7/31/2017 This receipt is official when validated by the Tax Collector. M1 air State of, Flor ida Board of Professional Engineers Attests that John Driscoll Hermann, P.E. N licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: Audit No: 228201906491 R 51088 am Im a Me ers Is authorized under the provisf6p tato *s, to offer engineering services to the public through a Professi d Chapter 471, Florida Statutes. Expiration: 2/28/2019 CA Lic. No: Audit No: 228201900832 R 31302 SUPERCEDED CERTIFICATE OF AUTHORIZATION is authorized under the I to the public through a Expiration: 2/28/2017 Audit No: 228201705404 )ffer engineering services 471, Florida Statutes. CA Lic. No: 31302 9:44:01 AM 712612018 Licensee Details Licensee Information Name: ARMINIUS CONSULTANTS, LLC (Primary Name) Main Address: 2501 BAYFRONT PARKWAY ORLANDO Florida 32806 County: ORANGE License Mailing: LicenseLocation: License Information License Type: Certificate of Authorization Rank: Cert of Auth License Number: 31302 Status: Current Licensure Date: 07/21/2015 Expires: 02/28/2019 Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 1 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privac.. Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emalls provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. State of Florida Department of State I certify from the records of this office that ARMINIUS CONSULTANTS, LLC is a limited liability company organized under the laws of the State of Florida, filed on September 16, 2013, effective October 1, 2013. The document number of this limited liability company is L13000130244. I further certify that said limited liability company has paid all fees due this office through December 31, 2018, that its most recent annual report was filed on January 15, 2018, and that its status is active. Give: under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifteenth day of January, 2018 la Secretary of State Cracking Number: CC671.6175606 ro authenticate this certificate,visit the following site,enter this number, and then Follow the instructions displayed. ittps://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication JigAll // 'roan social security number Request for Taxpayer Give Form to the disregarded entity, see the instructions for Part I, later. For other resident alien, sole proprietotor, , orF Identification Number and Certification requester. Do not (Rev. November 2017) Department of the Treasury send to the IRS. Menial Revenue service ► Go to www.its.gov/FonnW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. ARMINIUS CONSULTANTS 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to rn following seven boxes. certain entities, not individuals; see m Q. instructions on page 3): ❑ Individualtsole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate rn m single -member LI -C Exempt payee code Of any) 16 ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)► S _ 6 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting 5 LLC it the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code if a ( ml) 5 a o another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. .C5 m ❑ Other (see instructions) ► app ro sarounrsmnrev q w s ve U.sl Cr 5 Address (number, street, and apt. or suite no,) See instructions. Requester's name and address (optional) TD 2501 BAYFRONT PARKWAY W 6 City, state, and ZIP code ORLANDO, FLORIDA 32806 7 List amount number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For Individuals, this is generally your social security number (SSN). However, for a disregarded entity, see the instructions for Part I, later. For other resident alien, sole proprietotor, , orF - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. F_F7 F—F—T-7-7 1; � Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Intemal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 11 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here U.S. person► General Instrubtions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.i✓s.gov/For77W9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) Date)JULY 16, 2018 • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Farm W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. ff you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, fa ter. K. GSA SF -330 Form Page 167 ARCHITECT -ENGINEER QUALIFICATIONS 1, SOLICITATION NUMBER (1fany) �RFQ 17118-33 PART II -GENERAL QUALIFICATIONS (if a fine has branch offices, complete for each specific branch office seeking work) 2a. FIRM (or Branch Office) NAME ARMINIUS CONSULTANTS, LLC 3. YEAR ESTABLISHED1 2013 4. UNIQUE ENTITY IDENTIFIER 2b. STREET 2501 BAYFRONT PARKWAY 5. OWNERSHIP a. TYPE LLC b. SMALL BUSINESS STATUS YES 7. NAM E OF FIRM (IfBlock 2a is a Branch Office) 2c. CITY ORLANDO 6a. POINT OF CONTACT NAME AND TITLE JOHN D HERMANN, PRESIDENT 2d. STATE 12.. ZIP CODE FL 32806 6b. TELEPHONE NUMBER 321-315-7674 6c. E-MAILADDRESS IJOHNHERMANN@ARMINIUS.CO 8a. FORMER FIRM NAME(S) (if any) 8b, YEAR ESTABLISHED 8c UNIQUE ENTITY IDENTIFIER .......... . . . . . ARMINIUS CONSULTING, ILC 2013 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function.Number Code b. Disciplineb. of Employees a. Profile C. Revenue Index Experience Number (1) FIRM (2) BRANCH Code (see below) 12 CIVIL/ENVIRONMENTAL ENGINEER 3 W03 WATERNVASTEWATER ENGINEERING 2 12 UTILITY LOCATION SPECIALIST 1 S13 STORMWATER ENGINEERING 1 10 UTILITY OPERATIONS SPECIALIST I Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (insert revenue index number shown at right) a. Federal Work b. Non -Federal Work 2 c. Total Work 2 PROFESSIONAL SERVICES REVENUE INDEX NUMBER 1. Less than $100,000 6. $2 million to less than $5 million 2. $100,000 to less than $250,000 7. $5 million to less than $10 million 3. $250,000 to less than $500,000 8. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million 5, $1 million to less than $2 million 10, $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE b. DATE 107/21/2018 c.NAMEAND TITLE JOHN D HERMANN, PRESIDENT STANDARD FORM 330 (REV. 8/2016) PAGE 6 Page 167 i I r.�" ifFYI r Qt 0% 4 °�; Clry OF 0 FINANCE DEPARTMENT SECTION 00452 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. 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. JOHN D HERMANN/ PRESIDENT Printed or Typed Name and Title of Authorized Representative END OF SECTION RFQ 17/18-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:OOPM CERTIFICATION OF NON -SEGREGATED FACILITIES FORM 00452-1 TTFINANCE DEPARTMENTSECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder 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 Bidder 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. Authorized Representative JOHN Q HERMANN/ PRESIDENT Printed or Typed Name and Title of Authorized Representative END OF SECTION �Q RFQ 17118-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM CERTIFICATION OF NONSEGREGATED FACILITIES FORM 00450-1 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S,k�iFQRD Phone: 407-688-5028 or 50301 Fax: 407-688-5021 PINANKE CEPARIMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Section 00435-3 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act (CCNA) Professional Consulting Services. 13. This sworn statement is submitted by ARMINIUS CONSULTANTS, LLC whose business address is [Name of entity submitting swom statement] 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 — and (if applicable) it's Federal Employer Identification Number (FEIN) is 47-4486465 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is JOHN D HERMANN — and my relationship to the above is PRESIDENT/OWNER fPlease pt&int name of individual signing] 17. 1 understand that a "public entity crime" as defined in section 287.133(i)(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 in Florida or with all agency or political subdivision of any other state or with the United States, including, but not limited to, ally bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. F. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any ficileral 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 ot'guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. 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 Nvho are active in management of an entity. H. Based on ifil'ormation and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (V) which statement applies]. Rev 03/2019 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Illy", SX140RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5D21 f 11JAN7 F DEPA MAE "4 T CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) I TITLE: PROFESSIONAL CONSULTING SERVICES I X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1999. 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 the management of the entity, or an altiliate of the entity has been charged with and convicted of a public entity crime Subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. 'I'liere has been a proceeding concerning the conviction before ajudge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer orjudge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative flearings. 'file final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Public Entity Crimel Statement Section 004.53-3, is truthful and correct at the time of submission. At, -'lANT SIGNATURE JOHN D HERMANN Typed Name ofAFFIAN'l' PRESIDENT/OWNER Title STATE OF ELORDA__ IJNI'Y OF ORANGE 'I'he for oi instrument was executed fore me this VJ day of 20 by as C who - -) I pei�sc,nally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to as identification. "I" LISA W-F1T[DL7-- Notary Public - Slat of Fl o "d' Commission # I -F 918568" I'lly Comm. Expitas Jun 73 202Q NOTARY PUBLIC, State of Bonded through National Nolafy Am,fry PLEASE COMPLETE AND SUBMIT WITH YOUR 1FB RESPONSE 'Failure to submit this form may be grounds for d is(I it aliri cation of your submittal"F" Rev 0312018 L -SAW Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17118-33 Due July 31, 2018 @ 2:00 PM SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. 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. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws 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 Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM ARMINIUS CONSULTANTS. LLC Pro dPY a a Signature of Athorized Representative (Affiant) Date JOHN D HERMANN/ PRESIDENT Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF STATE OF FLORIDA On this 1� day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared `V. ',, V-�7C p fl, ­1--� 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, as identification. (Notary Publicin and for the County and State Aforementioned) SEAL My commission expires: �-QI \ ao ,••„ti`va LISA WH)TLOCK Notary Public - State of rlonda a Commission # FF 98 08'; 00438-2 - rtF My Gomm. Expires Jun 23 2020 lx Bonded through Naliwial Notary Assn.';' END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"10 M � City of Sanford I Finance Department I Purchasing Division CP FfNT1 C tlECR41ThkNT ���W4T 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE 0 NEGOTIATION ACT (CCNA) TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, XLLC, Xcorporation, _trade or fictitious name under which you do business and the address of the principal place of business: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 The correct name of the Company is: ARM INIUS CONSULTANTS, LLC a. fGl/GIN Number 47-4486465 b. Trade Mark Name NA 2. If offeror is a corporation or l.i_C, answer the following: a, mate of incorporation _ 10/1/2013 b. State of Incorporation FLORIDA _- c. Chief Executive Officer -- Name and Title JOHN D HERMANN/ PRESIDENT d. Vice President Name NA c. Secretary's Name. NA f. "Treasurers Name NA Name and address of Florida Resident Agent NA 3. If offeror is an individual proprietorship or partnership, answer the following: NA a. Date of Organization b. Name, Address and Ownership Units of all Partners c. State whether general or limited partnership 4. IfOfferor is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals.. NA 5. If Offeror or company is an operation under a fictitious name, submit evidence of compliance with Florida Name Statute. 6. Hrnv many years has your organization been in business under is present business name? . 4.75 YRS 7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the ProposaVRid. Please attach certificate of competency and state registration. CERTIFICATE OF AUTHORIZATION #31302 S. _ Complete Attachment "J" Reference form and submit with the Proposal as reference. M � City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 "1", 01 S ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 loll FINANCE DEWTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS TUAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS 'To PERFORM UNDER THl"CONTRACT' SHALL CAUSE THE CITY TO RLJLcT,THE BW PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (0 A -IANT SIGNATURE JOHN D HERMANN Typed Name of AFFIANT PRESIDENT Title STATE OF FLORIDA COUNTY OF ORANGE Tforebefore this'Jay 20 by e ofinstrument was executed me of' as of f r\ who personally swore or affirmed that fie/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced_ as identification. NOTARY PUBLIC, State of (stamp) LISA WHITLOCK I'lotary Public - State of Florida 141 Commission ffFF985683 Li f0y Comm. Expires Jun 23 2020,( Bonded Through 1,12tional Nr:ary PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 13"Failure to submit this form may be grounds for disqualification of your submittal' 2 City of Sanford ( Finance Department Purchasing Division f CIFY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407.688-5028 or 50301 Fax: 407-688-50211 Email: urehasin a':xanf rrdfl. ov #3 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Attachment "K" Prnnncptl Rrhprinlp of Raihenntraptnr Partipinatinn 0 No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: S Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Sco /Contract Federal ID Dollar Value A W DAO CONSULTANTS, LLC 1110E. MARKS ST, ORLANDO. FL 407.810-1866, F407-898-3778, GENERAL CIVIL ENGINEERING Ilis anic 59-2962523 NA -.SOLANGEIMDAOCQNSULTANTS.COM SAM Surveying And Mapping, LLC 7380 W. SAND LAKE RD, SUITE 500, ORLANDO, FL 407.484-9345, F407-484-9345 N4%SAM P17f LAND SURVEYING/ UTILITY LOCATING 74-2704974 NA PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian[Pacitic Islander W Woman li Ilis anic SDVBE Service Disabled Veteran When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the Cite. By the signature(s) below, i/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "W', Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: ARMINIUS CONSULTANTS, LLC Mailing Address: 2501 BAYFRONT PARKWAY, ORLANDO, FL 32806 Tel phoneNu er: 321-315-7674 Fax Number: NA _. _ E-mail Address: johnhermann arminius.co MIJOHN D HERMANN, PE FEIN: 47-4486465 tl Drized S natory Printed Name - " THIS DEPENDS ON PRESIDENTIOWNER 07/24/2018 NATURE Title Date OF TASK ASSIGNMEN' PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal 4 wmm�